+ All Categories
Home > Documents > Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

Date post: 16-Jul-2016
Category:
Upload: suresh-kumar
View: 4 times
Download: 0 times
Share this document with a friend
Description:
Tender
82
TENDER DOCUMENTS ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID CONNECTED SOLAR PV PROJECT INCLUDING FIVE (5) YEAR OPERATION & MAINTENANCE ON TURNKEY BASIS AT DAMAN ELECTRICITY DEPARTMENT OF DAMAN & DIU PLOT NO 35, OIDC COMPLEX, NEAR FIRE STATION, SOMNATH NANI DAMAN - 396210 TELEPHONE: 0260 2250745, 2240190 FAX: 0260 2240745, 2240889 (SEPTEMBER 2013)
Transcript
Page 1: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

TENDER DOCUMENTS

ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID

CONNECTED SOLAR PV PROJECT INCLUDING FIVE (5) YEAR

OPERATION & MAINTENANCE ON TURNKEY BASIS AT

DAMAN

ELECTRICITY DEPARTMENT OF DAMAN & DIU

PLOT NO 35, OIDC COMPLEX, NEAR FIRE STATION, SOMNATH

NANI DAMAN - 396210

TELEPHONE: 0260 2250745, 2240190

FAX: 0260 2240745, 2240889

(SEPTEMBER 2013)

Page 2: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

DISCLAIMER

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

1 | P a g e

DISCLAIMER

These tender documents are not an agreement or offer by the Electricity

Department of Daman & Diu (ED-DD) to the prospective Bidders or any other party.

The purpose of these tender documents is to provide interested parties with

information to assist the formulation of their Bid. The tender documents are based

on material and information available in public domain and specific surveyed carried

out by the ED-DD for the purpose of the assignment.

The tender documents, along with the Formats, are not transferable. The

tender documents and the information contained therein, has to be used only by the

person to whom it is issued through e-tendering platform. It shall not be copied or

distributed by the recipient to third parties. In the event that the recipient does not

continue with its involvement in the bidding process in accordance with this tender

documents, this tender documents must be kept confidential.

While the tender documents have been prepared in good faith, neither the

ED-DD nor its employees or advisors/consultants make any representation or

warranty express or implied as to the accuracy, reliability or completeness of the

information contained in the tender documents.

Neither the ED-DD, its employees nor its advisors / consultants will have any

liability to any Bidder or any other person under the law of contract, tort, the

principles of restitution or unjust enrichment or otherwise for any loss, expense or

damage which may arise from or be incurred or suffered in connection with anything

contained in the tender documents, any matter deemed to form part of the tender

documents, the information supplied by or on behalf of ED-DD or its employees, any

advisors/consultants or otherwise arising in any way from the selection process.

Page 3: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

CONTENT

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

2 | P a g e

CONTENT

DISCLAIMER 1

CONTENT 2

SECTION 1. INTRODUCTION AND BACKGROUND ......................................................... 5

1.1 INTRODUCTION TO ELECTRICITY DEPARTMENT OF DAMAN AND DIU ................ 6

1.2 ED-DD PROFILE ...................................................................................................... 6

1.3 DETAILS OF PROJECT SITE AND GRID CONNECTIVITY ........................................... 8

SECTION 2. DEFINITIONS ........................................................................................... 10

2.1 DEFINITIONS ........................................................................................................ 11

SECTION 3. INFORMATION AND INSTRUCTION TO BIDDERS ...................................... 14

3.1 ISSUE OF TENDER DOCUMENTS ......................................................................... 15

3.2 PREPARATION AND SUBMISSION OF BID ........................................................... 15

3.3 EARNEST MONEY DEPOSIT AND PERFORMANCE SECURITY / GUARANTEE ....... 18

3.4 FORMAT AND SIGNING OF THE BID .................................................................... 18

3.5 BID INFORMATION .............................................................................................. 19

3.6 ELIGIBILITY CRITERIA ........................................................................................... 20

3.7 NET MINIMUM GUARANTEED GENERATION (NMGG) ....................................... 22

SECTION 4. BID OPENING AND EVALUATION ............................................................. 24

4.1 OPENING OF BIDS ............................................................................................... 25

4.2 TECHNICAL EVALUATION .................................................................................... 25

4.3 FINANCIAL EVALUATION ..................................................................................... 25

SECTION 5. SCOPE OF WORK ..................................................................................... 27

5.1 1 MW SOLAR PV PLANT CONFIGURATION ......................................................... 28

Page 4: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

CONTENT

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

3 | P a g e

5.2 TECHNICAL DETAILS FOR THE PV MODULES ...................................................... 29

5.3 ARRAY JUNCTION BOX (AJB) OR STRING COMBINER BOX (SCB) ........................ 30

5.4 STRING MONITORING UNIT (SMU) ..................................................................... 30

5.5 MODULE MOUNTING EQUIPMENTS ................................................................... 30

5.6 LIGHTNING ARRESTOR ........................................................................................ 32

5.7 POWER QUALITY REQUIREMENTS ...................................................................... 32

5.8 TRANSFORMERS .................................................................................................. 36

5.9 HT CABLE ............................................................................................................. 36

5.10 LT CABLES ............................................................................................................ 37

5.11 PROTECTIONS AND CONTROL............................................................................. 37

5.12 LT PANEL ............................................................................................................. 38

5.13 HT PANEL ............................................................................................................ 38

5.14 METERING ........................................................................................................... 40

5.15 SAFETY AND PROTECTION .................................................................................. 40

5.16 OTHER ACCESSORIES .......................................................................................... 41

5.17 OPERATION & MAINTENANCE ............................................................................ 41

5.18 MISCELLANEOUS WORK ..................................................................................... 44

5.19 ACCEPTANCE OF SYSTEMS AND PERFORMANCE EVALUATION ......................... 45

5.20 SITE VISIT ............................................................................................................. 45

SECTION 6. OTHER TERMS AND CONDITIONS ............................................................ 46

6.1 AGREEMENT ........................................................................................................ 47

6.2 PAYMENT SCHEDULE .......................................................................................... 47

6.3 TIME SCHEDULE AND COMPENSATION FOR DELAY ........................................... 48

6.4 GUARANTEE AND WARANTEE ........................................................................... 49

6.5 DELIVERY, PACKING, STORAGE AND INSURANCE ............................................... 49

6.6 RIGHT TO ACCEPT / REJECT THE BID ................................................................... 50

6.7 CANCELLATION OF ORDER .................................................................................. 50

6.8 FORCE MAJEURE ................................................................................................. 51

6.9 CONFLICT OF INTEREST ....................................................................................... 52

Page 5: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

4 | P a g e

6.10 CORRUPT PRACTICES .......................................................................................... 53

6.11 TAXES & DUTIES .................................................................................................. 53

6.12 CONFIDENTIALITY ............................................................................................... 54

6.13 INSPECTIONS AND TESTS .................................................................................... 55

6.14 INDEMNITY.......................................................................................................... 55

6.15 LIMITATION OF LIABILITY .................................................................................... 56

6.16 CHANGE IN LAWS AND REGULATIONS ............................................................... 57

6.17 NOTICES .............................................................................................................. 57

6.18 GOVERNING LAW ................................................................................................ 57

6.19 TERMINATION ..................................................................................................... 58

6.20 DISCLAIMER ........................................................................................................ 59

6.21 ADHERENCE TO SAFETY PROCEDURES, RULES REGULATIONS AND RESTRICTION

............................................................................................................................ 59

6.22 GENERAL TERMS & CONDITIONS ........................................................................ 60

6.23 GENERAL INSTRUCTIONS .................................................................................... 61

SECTION 7. FORMATS ............................................................................................... 63

Page 6: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INTRODUCTION AND BACKGROUND

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

5 | P a g e

SECTION 1. INTRODUCTION AND BACKGROUND

Page 7: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INTRODUCTION AND BACKGROUND

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

6 | P a g e

1.1 INTRODUCTION TO ELECTRICITY DEPARTMENT OF DAMAN AND

DIU

Daman and Diu are Union Territories embedded within the State of Gujarat on the

west coast of India. The administration of the Union Territory is head by

Administrator. Electricity Department of Daman & Diu (herein after referred as ED-

DD) is part of the administration of Union Territory of Daman & Diu. The ED-DD is

headed by the Secretary (Power). ED-DD is mainly engaged in the procurement,

transmission and distribution of electricity to the various categories of consumers.

The ED-DD does not own or operate any generating stations. Hence, based on

allocation, power is drawn from the central sector power stations. The ED-DD is

engaged in the work of construction, operation and maintenance of power

transmission and distribution system which caters to power demand of various

categories of consumers.

To promote renewable energy, bringing awareness to green power, and to

fulfill Renewable Energy Obligation (RPO), ED-DD wants to setup solar PV based grid

connected power generation plants. ED-DD has planned to setup 1 MW Grid

connected Solar PV project at Magarwada, Daman.

1.2 ED-DD PROFILE

The ED-DD is a small utility catering to average demand of around 250 – 300 MW. As

shown in Figure. 1, bulk power supply is drawn from the Central Sector Power

Stations. At present, the Daman gets power from Ambethi 400/220 KV at Ambethi-

Magarwada 220 KV double circuit lines. It also draws power from 220 / 66 kV Vapi

(GETCO) substation through 66 KV Double circuit line. Diu gets power via 66 kV

double circuit lines emanating from GETCO network.

Daman has population of around 2.42 Lakhs as per 2011 census. The present

power allocation of Daman & Diu is 270 MW. Against this allocation, the U.T is

getting only an average of 170 - 240 MW as a daily power schedule. The actual

demand of the UT is about 255 MW (restricted) and 280 MW (Un-restricted).

Diu has population of around 42000 as per 2011 census. Diu gets power from

220 KV Kansari Sub-station and 66 KV Una sub-station of GETCO through 66 KV

Double circuit line. The peak demand of Diu is nearly 10 MVA.

Page 8: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INTRODUCTION AND BACKGROUND

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

7 | P a g e

1.2.1 Transmission & Distribution System

Sr. No.

Details Daman Diu Total

1 220 KV D/C line 19.25 C. Kms. --- 19.25 C. Kms.

2 66 KV D/C line 30 C. Kms. 22 C. Kms. 52 C. Kms.

3 66 KV S/C line 9.7 C Kms. 19 C. Kms. 28.7 C. Kms.

4 11KV line O/H 232.42 C. Kms. 71.68 C. Kms. 304.1 C. Kms.

5 11KV line U/G 32.40 C. Kms. 5.55 C. Kms. 37.95 C. Kms.

6 L.T. Line 474 C. Kms. 148.9 C. Kms. 622.9 C. Kms.

7 L.T line U/G 82.25 C. Kms. 25.49 C. Kms. 107.74 C. Kms.

8 Transformer Centre 335 Nos. 107 Nos. 442 Nos.

1.2.2 Transmission Substations in Daman & Diu

Sr. No. Substation Voltage Level (KV) Installed Capacity % of Loading

1 Magarwada S/S 220/66 250 MVA 70

2 Magarwada S/S 66/11 20 MVA 50

3 Kachigam S/S 66/11 80 MVA 80

4 Dabhel S/S 66/11 80 MVA 80

5 Dalwada S/S 66/11 80 MVA 80

6 Varkund S/S 66/11 30 MVA 80

7 Ringanwada S/S 66/11 40 MVA 70

8 Bhimpore S/S 66/11 30 MVA 50

9 Malala S/S, Diu 66/11 30 MVA 50

Figure 1 : Daman Power Drawal from GETCO.

Page 9: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INTRODUCTION AND BACKGROUND

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

8 | P a g e

1.2.3 Renewable Purchase Obligation (RPO)

ED-DD wishes to invite bids for selection of Engineering, Procurement and

Construction (EPC) contractor through this tender for designing, engineering,

procurement, manufacturing, supply, construction, erection, testing and

commissioning of 1 MW Grid connected Solar PV Power Project based on crystalline

technology including five (5) year operation & maintenance at Daman.

Objectives behind implementation of the Solar PV project are as follows,

a) To reduce the burden on conventional electricity in cities/towns facing

shortage of power.

b) To provide access to electricity to all rural households especially where grid

connectivity is not a cost effective solution.

c) To create awareness and demonstrate effective alternate solutions for

community/institutional solar based systems in urban areas and industry.

d) To save highly subsidized diesel in institutions and other commercial

establishments including industry facing huge power cuts especially during

day time.

e) To reduce the burden on depleting fossil fuel resources such as coal and to

reduce carbon emission.

f) To provide a clean and environment friendly energy generation.

g) To fulfill ED-DD’s RPO as per JERC (Procurement of Renewable energy)

Regulations, 2010

1.3 DETAILS OF PROJECT SITE AND GRID CONNECTIVITY

1.3.1 Site Details

Project Type & Capacity 1 MW- Solar PV Grid connected Power Project

Project Owner Electricity Department Daman & Diu U.T. of Administration of Daman & Diu, Govt. of India, Daman

Project Location Magarwada, Daman

Nearest Railway Station Vapi – 12 Kms.

Nearest Airport Surat – 125 Kms

Total Land and its Details

Not more than 4 Acres of Land demarcated for 1 MW Solar Power Plant at Daman

Land Type Non-Agricultural Land

Nearest grid connectivity

Magarwada 66/11 KV substation

Page 10: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INTRODUCTION AND BACKGROUND

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

9 | P a g e

Figure 3: Map of Proposed Site at Magarwada, Daman

Figure 2: Satellite View of Proposed Site at Magarwada, Daman

Magarwada 220

/ 66 KV

Substation

Page 11: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

DEFINITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

10 | P a g e

SECTION 2. DEFINITIONS

Page 12: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

DEFINITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

11 | P a g e

2.1 DEFINITIONS

“Act” or

“Electricity Act,

2003”

shall mean the Electricity Act, 2003 and include any modifications,

amendments, substitution, regulation, notifications, guidelines,

policies issued there under from time to time;

“Appropriate

Commission”

shall mean the Central Electricity Regulatory Commission (CERC)

referred to in sub-section (1) of Section 76 or the State Electricity

Regulatory Commission (SERC) referred to in Section 82 or the Joint

Electricity Regulatory Commission referred to in Section 83 of the

Electricity Act 2003, as the case may be;

“Bid” or “Bid

Documents” or

“Proposal” or

“Response to

Tender

Documents”

shall mean the “Technical Bid” and “Financial Bid” submitted by the

Bidder, in response to these tender documents, in accordance with

the terms and conditions hereof;

“Bidder” shall mean Bidding Company submitting the Bid. Any reference to the

Bidder its successors, executors and permitted assigns and severally,

as the context may require”;

“Bidding

Company”

shall refer to such single company that has submitted the Bid in

accordance with the provisions of this Tender documents;

“CERC” shall mean the Central Electricity Regulatory Commission of India

constituted under subsection (1) of Section 76 of the Electricity Act,

2003 or its successors;

“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;

“Company” shall mean a body corporate incorporated in India under the

Companies Act, 1956;

“Conflict of

Interest”

A Bidder may be considered to be in a Conflict of Interest with one or

more Bidders in the same bidding process under this Tender

documents if they have a relationship with each other, directly or

indirectly through a common company, that puts them in a position

Page 13: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

DEFINITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

12 | P a g e

to have access to information about or influence the Bid of another

Bidder;

“Consents,

Clearances and

Permits”

shall mean all authorizations, licenses, approvals, registrations,

permits, waivers, privileges, acknowledgements, agreements, or

concessions required to be obtained from or provided by any

concerned authority for the purpose of setting up of the renewable

power generation facilities and / or supply of power;

“Contracted

Capacity”

shall mean the installation capacity (in MW) contracted between the

ED-DD and the Developer.

“Financial Bid” shall mean the Bid, containing the Bidder’s price bid as per Format IX

available on e-tendering website;

“Grid Code” /

“IEGC” or “State

Grid Code”

shall mean the Grid Code specified by the CERC under clause (h) of

sub-section (1) of Section 79 of the Electricity Act and/or the State

Grid Code as specified by the concerned State Commission referred

under clause (h) of sub-section (1) of Section 86 of the Electricity Act,

as applicable;

“Letter of Intent”

or “LOI” or “LoI”

shall mean the letter to be issued by the ED-DD to the Successful

Bidder(s) for supply of power.

“Project” shall mean the proposed solar power generation project of 1 MW at

Magarwada, Daman;

“Project

Company”

shall mean the company, incorporated by the Bidder as per Indian

laws;

“Qualified

Bidder(s)”

shall mean the Bidder(s) who, after evaluation of their Technical Bid,

stand qualified for opening and evaluation of their Financial Bid;

“Tender

documents”

shall mean the following documents to be entered into by the parties

to the respective agreements in connection with the supply of power:

a) this Tender Documents;

b) any other agreements designated as such, from time to

time by the ED-DD

“Solar PV Project” shall mean the Solar Photo Voltaic power project that uses sunlight

for direct conversion into electricity through Photo Voltaic

technology;

“Successful shall mean the Bidder(s) selected by the ED-DD pursuant to this

Page 14: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

DEFINITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

13 | P a g e

Bidder” or

“Developer” or

“Contractor”

Tender documents for supply of power by itself or through the Project

Company as per the terms of the Tender documents, and to whom a

Letter of Intent has been issued;

“year” Means financial year beginning from 1st April of the current year and

ending on 31st March of next year.

Any term or terms not explicitly defined above will carry same meaning as

defined in relevant JERC/CERC Regulations and/or Electricity Act 2003 as amended

from time to time.

Page 15: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

14 | P a g e

SECTION 3. INFORMATION AND INSTRUCTION

TO BIDDERS

Page 16: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

15 | P a g e

3.1 ISSUE OF TENDER DOCUMENTS

3.1.1 Interested parties may download the tender documents from ED-DD’s e-tender

portal https://daman.nprocure.com (Internet Explorer only). Bidders are requested

to visit the portal and follow the instructions for registering, downloading tender

documents and submitting bids online contained therein. The detailed instructions

for registering, obtaining digital certificate for signing bids, bid submission etc. may

be found on the portal. Bidders can submit the Bid only on submission of non-

refundable application / processing fee of Rs. 7000/- (Rupees Seven Thousand only)

along with the Bid in the form of a demand draft from a scheduled commercial or

nationalised bank, drawn in favour of EXECUTIVE ENGINEER, ELECTRICITY

DEPARTMENT OF DAMAN AND DIU, payable at Daman.

3.2 PREPARATION AND SUBMISSION OF BID

3.2.1 The Bidder is advised to read carefully all instructions and conditions appearing in

this document and understand them fully. All information required as per the bid

document must be furnished and the formats contained herein should be duly filled

in. Failure to provide the information as required may render the bid technically

unacceptable.

3.2.2 The Bidder in quoting his rate shall for all purpose, whatsoever, be deemed to have

himself independently obtained all relevant and necessary information for the

purpose of preparing his tender. The correctness or completeness of the details,

given in the tender documents is not guaranteed. The Bidder is required to satisfy

himself in all respect, before the submission of offer.

3.2.3 The Bidder shall be deemed to have examined the tender document, to have

obtained his own information in all matters whatsoever that might affect the

carrying out of the works at the scheduled rates and to have satisfied himself to the

sufficiency of his tender. Any error in description or quantity or omission in the

contract document shall not vitiate the contract or release the Contractor from

executing the work comprised in the contract according to drawings and

specifications at the scheduled rates. He is deemed to know the scope, nature and

magnitude of the works and requirement of materials, equipment, tools and labour

involved, wage structures and as to what all works he has to complete in accordance

with the tender documents irrespective of any defect, omissions or errors that may

be found in the tender documents. The contractor shall be deemed to have visited

site and surroundings, to have satisfied himself to the working conditions at the site,

nature and conditions of rock and soil, availability of water, electric power, labour,

Page 17: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

16 | P a g e

transportation facilities, probable sites for labour accommodation and store

godowns etc. and all other factors involved in the execution of works.

3.2.4 The bidders shall submit their bids strictly based on the specification, terms and

conditions contained in the bid document and subsequent revisions/amendments.

Bids not submitted as per the requirements are likely to be rejected. The bidder

should give a declaration on its letterhead that its bid DOES NOT DEVIATE from these

tender documents in Format - VII.

3.2.5 Bidder should submit non-technical bid as per the price bid format available on

nprocure. Price Proposal should clearly indicate the price to be charged without any

qualifications whatsoever and should be inclusive of all including taxes (sales,

service, etc.), duties (excise & customs, etc.), octroi, fees, levies, works contract tax,

Entry tax, insurance and other charges as may be applicable, to be paid pre- or post-

delivery or to be deducted by the ED-DD at source, in relation to this assignment.

3.2.6 The price bid should be inclusive of free operation and maintenance (O&M) period

of one (1) year after declaration of plant COD. Further, the bidder also needs to

quote for O&M of the plant for five (5) years. The same shall be applicable after

completion of free O&M period of one year.

3.2.7 The bidders shall submit their eligibility / qualification details, Technical bid, Financial

bid, documentary evidences, etc. in the formats prescribed in tender documents.

3.2.8 Three (3) hard copies (One original and two photo copies) of the “Technical Bid” shall

be prepared and submitted in English with indelible black (or blue) ink on white

paper on consecutive numbered pages. Each page shall be duly signed by authorized

signatory and/or statutory auditors/ Company Secretary (wherever applicable) with

company seal affixed on each page. Any part of the bids which is not specifically

signed by the authorized signatory and not affixed with the company seal, shall not

be considered for the purpose of evaluation. All necessary documents of technical

bid shall be scanned and uploaded on e-tendering platform. Further, in case of any

discrepancy between the hard and soft copy versions, the hard copy version will only

be considered for evaluation, subject to the bid meeting all other requirements.

3.2.9 All the Performa, Annexure(s) and/or attachment(s) must be on company’s official

letter head. Any change in wording will lead to rejection of the bid application.

3.2.10 The offer shall contain no erasures or overwriting except as necessary to correct

errors made by bidder. Such corrections, if any, shall be in signed by the authorized

signatory.

3.2.11 All documents for stated work shall be submitted in sealed envelope and words

“ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID CONNECTED SOLAR

Page 18: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

17 | P a g e

PV PROJECT INCLUDING FIVE (5) YEAR OPERATION & MAINTENANCE ON TURNKEY

BASIS AT DAMAN”. Name and full address of the selected bidder shall be put on the

left hand bottom corner of envelope.

3.2.12 The EMD and tender fee should be submitted in separate envelopes marked as

“Earnest Money Deposit” and “Tender Fees” respectively.

3.2.13 “Financial Bid” shall include “Price Bid” and must be submitted only in e-tendering

platform.

3.2.14 If it is a public holiday on the last date for submission of the Bid, the submission and

the receipt of the Bid shall be on the next working day at the place of submission of

Bid.

3.2.15 The bid must be complete in all aspects, all the terms and conditions of bid including

technical specifications should be carefully studied for the sake of submitting

complete and comprehensive quotation. Failure to comply with any of the terms and

conditions or instructions of the offer with insufficient particulars which is likely to

render fair comparison of bids as a whole impossible may lead to rejection even if

otherwise it is a competitive offer/bid.

3.2.16 The last date of submission of the proposal is as indicated in Clause 3.5 or as

declared by the ED-DD by issuing corrigendum/amendment. The bidder shall ensure

timely submission of the bid at the address as mentioned in Clause 3.5. The bids

received by hand /post /courier after due date of receipt of the bids shall not be

entertained even if the bid has been posted/dispatched before the due date of

receipt.

3.2.17 The bid should be unconditionally valid for a period of six (6) months/ 180 calendar

days from the date of opening of financial bids. The rates approved as per the tender

documents shall be valid for entire contract period for purchase of additional

equipments (if required). Any bidder revising the offer within the validity period,

without prejudice to other remedies available with ED-DD, is likely to be black-listed.

3.2.18 Power of Attorney as per Format- III with the seal of the company for the person

signing the bid document as also for the person attending the bid opening meeting,

should be furnished along with the bid.

3.2.19 A person signing the bid document or any document forming part of the bid

document shall be deemed to warrant that he/ she has the authority to sign such

offer / document and if on enquiry it appears that the person signing has no

authority to do so, the ED-DD may without prejudice to other civil and criminal

remedies, cancel the bid / contract and hold the bidder company liable for all costs

and damages.

Page 19: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

18 | P a g e

3.2.20 Costs involved in preparation of the proposal including visits to the ED-DD premises

and site, etc. are not reimbursable.

3.3 EARNEST MONEY DEPOSIT AND PERFORMANCE SECURITY /

GUARANTEE

3.3.1 The bids shall be accompanied with EMD of Rs 7.00 (seven) Lakhs through a Bank

Guarantee/ FD, in favour of EXECUTIVE ENGINEER, ELECTRICITY DEPARTMENT OF

DAMAN AND DIU in Format-IV.

3.3.2 The EMD shall be forfeited in case of the following events:

If Proposal is withdrawn during the validity period or any extension agreed by

the bidder thereof.

If the Proposal is varied or modified in a manner not acceptable to the bidder

after opening of Proposal during the validity period or any extension thereof.

If the bidder tries to influence the evaluation process.

If the bidder fails to submit performance security within stipulated time

frame from date of issue of LOI.

If the bidder fails to execute the project work in stipulated time frame.

3.3.3 The Earnest Money shall be valid for a period of one hundred twenty (120) days

beyond the validity of the Bid. The EMD, without interest, will be returned to the

unsuccessful bidders within one hundred twenty (120) after awarding the contract to

the Successful bidder by issuing work order / letter of intent. In case of successful

proposal, it will be treated as a part of the performance security.

3.3.4 The successful bidder shall have to deposit 10 (ten) % of the contract amount of the

project towards Performance Guarantee cum Security Deposit. The successful bidder

should deposit balance amount of Performance Guarantee by Bank Guarantee

amount after adjusting EMD.

3.3.5 The Performance Guarantee shall be deposited within fourteen (14) days of placing

of the Letter of Intent. The Performance Guarantee shall be returned to the

successful bidder after six (6) months of successful completion of O&M contract

period.

3.4 FORMAT AND SIGNING OF THE BID

3.4.1 The bid and all uploaded documents must be digitally signed using “Class 3” digital

certificate [e-commerce application (Certificate with personal verification and

Organization name)] as per Indian IT Act obtained from the licensed Certifying

Page 20: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

19 | P a g e

Authorities operating under the Root Certifying Authority of India (RCAI), Controller

of Certifying Authorities (CCA) of India.

3.4.2 The authenticity of above digital signature shall be verified through authorized CA

after bid opening. If the digital signature used for signing is not of “Class -3” with

Organizations name, the bid will be rejected.

3.4.3 Bidder is responsible for ensuring validity of the digital signature and its proper

usage by their employee.

3.4.4 The bid including all uploaded documents shall be digitally signed by duly authorized

representative of the bidding company.

3.4.5 Hard copy of the bids shall be signed by competent authority as per power of

attorney.

3.5 BID INFORMATION

3.5.1

Name of the assignment ENGAGING EPC CONTRACTOR FOR SETTING UP

1 MW GRID CONNECTED SOLAR PV PROJECT

INCLUDING FIVE (5) YEAR OPERATION &

MAINTENANCE ON TURNKEY BASIS AT DAMAN

3.5.2 Tender Fees Rs 7000/- (Rupees Seven Thousand only)

through a crossed bank demand draft from a

scheduled commercial/ nationalised bank, in

favour of EXECUTIVE ENGINEER, ELECTRICITY

DEPARTMENT OF DAMAN AND DIU payable at

Daman, to be submitted along with response to

tender documents.

3.5.3 Bid security / earnest

money deposit (EMD)

Rs 7,00,000/- (Rupees Seven Lakhs only) through

a FD/ Bank Guarantee (BG), in favour of

EXECUTIVE ENGINEER, ELECTRICITY

DEPARTMENT OF DAMAN AND DIU from a

nationalized/scheduled commercial bank to be

submitted with response to tender documents.

3.5.4 Tender Documents

downloading starts

09.09.2013 at 14.00 hrs. onwards

3.5.5 Tender documents

downloading ends

25.09.2013, 09.00 Hrs.

Page 21: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

20 | P a g e

3.5.6 Last date & time of receipt

of bids in hard copy format

25.09.2013 till 15.00 hrs.

3.5.7 Date & time of opening of

Technical Stage

26.09.2013 at 15.00 hrs.

3.5.8 Date & time of opening of

Price bids

05.10.2013 at 15.00 hrs.

3.5.9 Bid validity period Up to Six (6) Calendar months/ 180 calendar

days from the date of opening of Bid financial

bid

3.5.10 Address for communication

/ Bid submission

Executive Engineer

Plot no 35, OIDC Complex

Near Fire station, Somnath

Nani Daman - 396210

Email: [email protected]

Telephone: 0260 2250745, 2240190

Fax: 0260 2240745, 2240889

3.6 ELIGIBILITY CRITERIA

3.6.1 Bidder’s Qualification

i) Bidder has to be an Indian manufacturer of SPV cells and Modules and should have

experience of at least 10 (ten) years in the field of Solar PV cell/ Module

manufacturing.

ii) Bidder must be an EPC Contractor who has designed, supplied, installed, tested and

commissioned at least 10 MW grid connected Solar PV power plants. Out of that 5

MW grid connected plant should be installed at the single location only. Such plant

should be running successfully for at least one year at the time of bid submission.

iii) The Bidder should be a corporate entity duly incorporated under Company’s Act,

1956,

iv) Consortium and Limited Liability Partnership (LLP) are not eligible for participation.

v) Subcontracting may be allowed. However, such contacting activities should be

clearly mentioned in the project proposal at the time of bid submission. Such

subcontractors should be fulfilling the criteria mentioned in 3.6.1.

Page 22: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

21 | P a g e

vi) The bidder banned or blacklisted by any other Government / private / public

company in last three (3) years shall not be eligible to submit the bids. The bidder

has to submit affidavit that the bidder is not being blacklisted by any utility /

government agency in last three (3) years.

3.6.2 Experience

The bidder shall furnish a performance certificate in English issued by Competent

Authority; clearly mentioning that the Contractor has designed, engineered,

supplied, installed, tested, commissioned the project, successfully. The copy of

relevant Work orders/ Purchase order should also be provided. All such projects

should be running successfully at least for one year from the date of commissioning.

Relevant performance certificate to be provided from the user.

3.6.3 Technical Criteria

The Bidder shall deploy commercially established technology wherein there are at

least 2 (two) grid connected projects of the proposed technology are successfully

commissioned and in operational for minimum of one year in India as on date of bid

submission. The Bidder is required to furnish evidence for the same.

The Bidder shall provide Crystalline Silicon Solar Cell Modules as per IEC

61215 standards. The technology has to be approved as per the Ministry of New and

Renewable Energy, Government of India (MNRE).

3.6.4 Financial Criteria

i) Net-worth of the bidder should be equal to or greater than Rs. 50 (fifty) Crore. A

qualified Chartered Accountant certificate is to be enclosed for establishing the net-

worth. Net-worth shall be computed in the following manner by the Bidder:

Net-worth = Paid up share capital which includes

1. Paid up equity share capital and

2. Fully, compulsorily and mandatorily convertible Preference shares

and

3. Fully, compulsorily and mandatorily convertible Debentures

Add : Free Reserves

(including Share Premium provided it is realized in Cash or Cash

equivalent)

Subtract : Revaluation Reserves

Subtract : Intangible Assets

Subtract : Miscellaneous Expenditures to the extent not written off and carry

forward losses.

Page 23: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

22 | P a g e

ii) Average annual financial turnover as per audited annual reports for last three

accounting years ending 31.03.2013 should be at least 100 (one hundred) Crore.

iii) The bidder needs to submit following supporting documents:

A certificate issued by a practicing Chartered/ Cost Accountants’ Firm,

certifying the Annual Turnover and nature of business, and

Net worth certificate

Audited Balance sheet and Profit & Loss account.

For the purposes of meeting financial requirements, only unconsolidated

audited annual accounts shall be used. The Bidder must provide the Audited

Annual Reports of the Bidder as on March 31, 2013. In case the annual

accounts for the latest financial year are not audited and therefore the

Bidder could not make it available, the Bidder shall give an undertaking to the

same effect and the Statutory Auditor/ Independent Auditor shall certify the

same.

3.7 NET MINIMUM GUARANTEED GENERATION (NMGG)

3.7.1 Net Minimum Guaranteed Generation (NMGG) shall be computed based on the net

energy injected into the grid as per the energy meter installed at sending end, dully

approved by SLDC. NMGG to be quoted should be as follows,

Year NMGG for 1 MW Plant in MUs

1st Year 1.6 MUs or higher

2nd Year onwards up to 25 years

Reduction of maximum of 1% per year on quoted MUs for 1st year subject to cumulative reduction of 10 % for 25 years.

3.7.2 The Bidder shall quote NMGG after considering proposed configuration and all local

conditions, solar insolation, wind speed and direction, air temperature & relative

humidity, barometric pressure, rainfall, sunshine duration, grid availability and grid

related all other factors and losses due to near shading, incidence angle modifier,

irradiance level, temperature loss array loss, Module quality loss, Module array

mismatch loss, and various inverter losses etc. To assess/ verify feasibility of quoted

NMGG, bidders are required to provide computation documents along with

considered factors based on which NMGG is computed.

3.7.3 Bidders are expected to make their own study of solar profile and other related

parameters of the proposed site and make sound commercial judgment about

energy generated. The site information and solar data provided in these tender

document are only for information purpose. No claim or compensation shall be

Page 24: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

INFORMATION AND INSTRUCTION TO BIDDERS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

23 | P a g e

entertained on account of this information. It shall be the responsibility of the bidder

to access the corresponding solar insolation values and related factors of solar plant

along with expected grid availability. The bidder should access all related factors

about the selected site for the project and then quote the NMGG for the proposed

project.

3.7.4 The operator shall be responsible for achieving NMGG. Shortfall in the NMGG needs

to be compensated by purchasing solar Renewable Energy Certificate (REC) on or

before the month of March of every year and depositing the same to ED-DD on or

before 31st March. The contractor has to maintain the Solar Plant equipments

including its repair, replacement etc. at his own cost, so as to achieve the agreed

NMGG.

3.7.5 There will be no relaxation in NMGG. However, the bidder will be allowed to relocate

the solar modules and install at different places within the site area at their own cost

ensuring guaranteed net minimum generation. The entire cost including dismantling

and re-erection, etc., will be borne by the bidder. The contractor may also go for

manual or automatic tracking modules to meet the NMGG. To ensure NMGG, the

bidder will be allowed to erect additional number of solar modules or increase

capacity of the modules without extra cost to ED-DD.

Page 25: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

BID OPENING AND EVALUATION

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

24 | P a g e

SECTION 4. BID OPENING AND EVALUATION

Page 26: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

BID OPENING AND EVALUATION

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

25 | P a g e

4.1 OPENING OF BIDS

4.1.1 Sealed bid, completed in all respects as instructed in Clause 3.5 shall be accepted by

the ED-DD.

4.1.2 Intending bidder shall have to deposit application processing fees and earnest

money along with the “Technical Bid” without which bids shall not be considered.

4.1.3 Technical bids shall be opened on the date as mentioned in Clause 3.5, in the

presence of the representative(s) of the bidders, who may be present at the time of

opening of the bid, if they so desire.

4.1.4 The ED-DD reserves the right to postpone the date of receipt and opening of the bids

or cancel the tender without bearing any liability, whatsoever, consequent upon

such decision.

4.2 TECHNICAL EVALUATION

4.2.1 The ED-DD will examine the bids to determine whether they are complete, whether

the bid format confirms to the tender documents requirements, whether required

EMD and tender documents document fees have been furnished, whether the

documents have been properly signed and stamped, whether the bids are in order

and whether the bid meets the specified Qualification Criteria and responsive or not.

4.2.2 Any information contained in the Bid shall not in any way be construed as binding on

the Authority, its agents, successors, consultants or assigns, but shall be binding

against the Bidder if the Project is subsequently awarded to it under the Bidding

Process on the basis of such information.

4.2.3 The Authority reserves the right not to proceed with the Bidding Process at any time

without notice or liability and to reject any Bid without assigning any reasons.

4.2.4 Only those bidders who are responsive, qualify technically and adhere to the ED-

DD‘s technical requirements shall be considered for financial evaluation.

4.2.5 The ED-DD reserves the right to order additional quantity or reduce the quantity of

the material advertised, at the time of placement of order, for which the quoted

rates shall be valid.

4.3 FINANCIAL EVALUATION

4.3.1 Bids of only technically qualified bidders shall opened as per the scheduled opening

date or any other date notified by ED-DD.

Page 27: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

BID OPENING AND EVALUATION

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

26 | P a g e

4.3.2 Financial Bids of the Qualified Bidders shall be opened in presence of the

representatives of such Qualified Bidders, who wish to be present, as per the

timelines indicated, or such other date as may be intimated by ED-DD to the

Qualified Bidders. Financial Bids will be evaluated on the basis of cumulative cost of

solar PV project including O&M charges for 5 (five) years and quoted NMGG. The

lowest bidder (L1) will be identified as per following formula,

Bid value = 1 MW Plant Cost including 5 year O&M charges/ Quoted NMGG

4.3.3 The ED-DD shall not be bound to accept the lowest or any bid and reserves to itself

the right of accepting the whole or portion of any of the bid, as it may deem fit,

without assigning any reason thereof.

Page 28: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

27 | P a g e

SECTION 5. SCOPE OF WORK

Page 29: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

28 | P a g e

5.1 1 MW SOLAR PV PLANT CONFIGURATION

The figure below shows schematic diagram of 1 MW solar PV plant. The schematic

diagram is provided for the reference purpose with bare minimum requirements.

The bidder is expected to consider all necessary equipment and accessories for

successful commissioning and operation of the grid connected solar PV project. The

bidder is expected to visit the proposed site and perform detailed analysis before bid

submission.

The capacity of the Proposed Solar Power Plant has been fixed at 1 MW and

minimum electricity generated should be 1.6 MUs per annum. The principle factors

considered for designing and selection of proposed plant are local solar radiations,

ambient conditions and electrical load characteristics of major system namely the

array and power conditioning unit. The proposed plant is situated just out of village,

so utmost use of local materials available on site for construction and to retain or

preserve the original appearance of the site and the environment are considered.

Designing criteria should be suitably modified to provide pre-casted / prefabricate

modules for mounting transformers, PCUs, control room etc.

Figure 4. Schematic Diagram of 1 MW Plant at Daman.

Page 30: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

29 | P a g e

5.2 TECHNICAL DETAILS FOR THE PV MODULES

Following are some of the technical measures required to ensure quality of the grid

connected solar PV power projects.

PV Module Qualification

The PV modules used in the grid connected solar power projects must qualify to the

latest edition of Crystalline Silicon Solar Cell Modules as per IEC 61215 or equivalent

BIS standards. In addition, PV modules must qualify to IEC 61730 for safety

qualification testing. As the PV modules will be used in a highly corrosive

atmosphere throughout their lifetime, they must qualify to IEC 61701.

Authorized Test Centres

The PV modules must be tested and approved by one of the IEC authorized test

centres. In addition, a PV module qualification test certificate as per IEC standard,

issued by ETDC, Bangalore or Solar Energy Centre MNRE, New Delhi will be accepted.

Warranty

The mechanical structures, electrical works and overall workmanship of the

grid solar power plants must be warranted for a minimum of 5 years.

PV modules used in grid connected solar power plants must be warranted for

output wattage, which should not be less than 90 % at the end of 25 years.

Identification and Traceability

Each PV module used in any solar power project must use a RF identification tag. The

following information must be mentioned in the RFID used on each module (this can

be inside or outside the laminate, but must be able to withstand harsh

environmental conditions.)

a) Name of the manufacturer of PV Module

b) Name of the Manufacturer of Solar cells

c) Month and year of the manufacture (separately for solar cells and module)

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

e) I-V curve for the module

f) Wattage, Im, Vm and FF for the module

g) Unique Serial No and Model No of the module

h) Date and year of obtaining IEC PV module qualification certificate

i) Name of the test lab issuing IEC certificate

j) Other relevant information on traceability of solar cells and module as per

ISO 9000

Page 31: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

30 | P a g e

All grid solar PV power plants must install necessary equipment to

continuously measure solar radiation, ambient temperature, wind speed and other

weather parameters along with AC and DC power generation from the plant. Such

measurement facility should be placed as close as possible to the solar plants. A

common measurement facility may be allowed to be used by the plants located

within a radius of five kilometers from this facility. This shall be subject to the

conditions that the topography of the place remains similar in this range of distance;

5.3 ARRAY JUNCTION BOX (AJB) OR STRING COMBINER BOX (SCB)

Each PV string has to be equipped with a blocking diode which avoids the circulating

currents to flow from the healthy strings to unhealthy strings. To place these string

blocking diodes along with their heat sinks, Array Junction Box (AJB) is used in which

additionally protective fuses with fuse blown indicators, Surge Protective Devices

(SPDs) are also provided. The earth cable from the SPD should be connected to

structure to ensure earthing. These AJBs should be mounted on an ISMC channel

bolted between two leg members of a structure. The AJBs should be rated with IP 65

to sustain against harsh weather conditions and thus these are outdoor mounted.

All the positive outputs of series strings should be taken into AJBs through 6

sq. mm cabling and MC4 quick connectors for connecting these 6 sq. mm cables with

quick connectors of PV modules. Other end of the 6 sq. mm cables should be

properly lugged and also equipped with heat shrinkable sleeves to terminate into the

terminal blocks of AJBs. The strings from AJB should be taken to a String Monitoring

Unit where each string current and voltage is monitored and logged.

5.4 STRING MONITORING UNIT (SMU)

As the name indicates, SMU monitors string currents and sends those data signals to

SCADA connected to it. The SMU can have 10 Input 1 Output i.e., 10 strings enter the

SMU box and in that, every two strings gets paralleled and hence the five strings

should pass through each current sensor connected around each string and at the

end of the SMU box, all the five strings gets paralleled. The placement of SMU box

should be in between AJB and PCU

5.5 MODULE MOUNTING EQUIPMENTS

Solar Photovoltaic Module is the key element in PV systems which convert the solar

irradiation/energy in to DC electrical Power. SPV Module comprises of series

combination of many crystalline silicon solar cells. Solar cells should be stacked in

between two layers of ethylene vinyl acetate (EVA); High transmission glass should

Page 32: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

31 | P a g e

be on the top and Tedlar sheet at bottom side of the module. The Cells should be

encapsulated under vacuum to make the PV module weather proof. The electrical

output connections must be taken through a weather proof (IP65 rated) junction

box. Each PV module junction box contains 3 nos. bypass diodes. Salient features of

the module should include but not limited to following,

Cells are encapsulated under high-transmission toughened glass.

Laminate edges are sealed by sealant.

Framed using weather resistant RTV silicon sealant.

Employ anodized aluminium frame for resistance to shock and corrosion.

Have waterproof terminal box with provision for mounting bypass diodes.

The mounting structure should be made up of Galvanized MS as per the

requirements of the project and maximum nos. of modules should be installed in

min. area. The structure is designed in such a manner that module can be replaced

or reoriented easily to achieve NMGG.

The module mounting structure should be designed as per the requirement

of the installations and module configurations. Mounting Structure should support

SPV modules at a given orientation, absorb and transfer the mechanical loads to the

ground properly and should not require welding or similar complex machinery at

site.

The structure should be designed in such a way that it will take less space and

will withstand maximum wind load up to 100 Km/hr. All fasteners, nut and bolts are

made of Stainless steel - SS 304 Grade and should be painted with rust free paint.

The PV modules are to be mounted on the mounting structure for optimizing

the energy generation. Typically, each structure is capable of supporting at least 10

Nos. of PV modules arranged in multiple rows and columns. As each series string is of

20 modules, two adjacent structures are connected in series to form a series string.

The structure shall support SPV modules at a given orientation at required

inclination, absorb and transfer the mechanical loads to the ground properly. These

structures will be with anti-corrosive surface protection. The frames and leg of

structure assemblies are made of MS hot dip galvanization sections with minimum

thickness of galvanization of 120 microns. PV module mounting rafters used are of

Aluminium alloy and all the fasteners except foundation bolts are of stainless steel -

SS304. The mounting structures are mounted on RCC pedestals through properly

grouted J bolts.

FOUNDATION BASE

The legs of the structures should be made with GI Channels are made of fixed and

grouted in the PCC/RCC foundation columns made with 1:2:4 cement concrete.

Page 33: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

32 | P a g e

Sr. No.

Description of Items

Particulars

1 Type Ground Mounting

2 Material MS Galvanise

3 Overall Dimension As Per Design

4 Coating Hot dip (Galvanized) Minimum of 120 Microns

5 Wind rating 30 Km/hr

6 Tilt angle To be determined by bidder as per site

7 Foundation To be determined by bidder as per site

8 Fixing type SS 304 Fastener

5.6 LIGHTNING ARRESTOR

The Lightning Arrestor (LA) should be Early Streamer Emission (ESE) type. This

lightning rod should be made of stainless steel and epoxy resin. The specific function

of this lightning rod is producing an upward stream of ionized particles pointed

towards the clouds that will channel the electrical discharge produced at the time of

lightning.

To properly ground the lightning surges, earthing should be provided to each

lightning arrestor by providing three earth pits which should be connected to

lightning arrestor with 95 sq. mm cable. A counter should be provided to register the

no. of lightning strokes and this has to be placed in between the lightning arrestor

and its earthing.

5.7 POWER QUALITY REQUIREMENTS

5.7.1 Power Conditioning Unit (PCU)

The solar PV inverter converts DC power into 3 phase AC power that is

exported to the grid. The output of the inverter has to be synchronized with

nearest 11KV distribution network.

The inverter output should always follow the grid in terms of voltage and

frequency. This can be achieved by sensing the grid voltage and phase and

feeding this information to the feedback loop of the inverter. This control

variable then controls the output voltage and frequency of the inverter, so

that the inverter remains synchronized with the grid provided the grid

parameters are within the specified window.

Each PCU should be of 500 KW rating and should be made up of 10 nos. of 50

KW inverter. Each 50 KW inverter should be of drawer type for easy

replacement as when required.

5.7.2 General Technical Specifications of Inverter

Page 34: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

33 | P a g e

DSP based inverter to ensure higher efficiency

Voltage THD <3 %

No-load loss< 1 % of rated power

Self-commutated IGBT-based inverter with Pulse width modulation.

Wide range of Grid voltage & frequency parameters for synchronization.

Sinusoidal current modulation with excellent dynamic response.

Unit wise & integrated Data logging.

Dedicated Modbus for networking Protection against

a. Over current

b. Sync loss

c. Over temp.

d. DC bus over voltage.

e. EMI & RFI

5.7.3 Additional Features

Power regulation in the event of thermal overloading

Degree of protection –IP20 or better

Bus communication via RS 232 / RS 485 / Modbus for integration

Remote control via telephone modem or web server

Integrated protection in the DC and three- phase system

Insulation monitoring of the PV array with sequential fault location

Ground-fault detector – which is essential for large PV generators in view of

appreciable discharge current with respect to ground.

Islanding on faults (both internal and external).

5.7.4 SCADA

(i) SCADA system of PCU shall clearly depict the single line diagram of the plant

on the monitor. Mimics shall be provided with radio buttons to show the

following parameters:

Solar radiation (W/m2)

PV module back surface temp

Ambient temp

Inverter output power (3 phase)

Line and phase currents

Cumulative energy exported

(ii) SCADA system shall perform following control operations:

Inverter ON/OFF

Set point editing through a proven password mechanism

Mimic control through PC key board operation

Page 35: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

34 | P a g e

(iii) SCADA shall also conform to following features:

SCADA system shall incorporate integrated system control and data

acquisition facilities. The use of a local operator interface and latest technology

features shall be incorporated to enable viewing of instantaneous parameter

metering, changing of operator modes and review of system logged events. Further,

with PC based latest software technology, solar plant shall be monitored remotely

via satellite link. The major SCADA features incorporated in to the control system are

listed below.

Operator interface of latest technology: Instantaneous grid, array, inverter,

AC, and metering of all parameters.

Integrated AC, DC data point logging: Instantaneous logging of all

parameters. Including AC parameters, generator run hours and energy

details.

Fault and system diagnostics with time stamped event logging.

Selectable event logging resolution for enhanced diagnostics.

Remote SCADA features with specific needs of station monitoring and remote

communication are to be incorporated. Remote system access software,

secured transmission of data and central PC facility provided.

5.7.5 Safety Features

When the grid fails, solar PV plant should be islanded from the main grid. As a

safety measure, the inverter should be disconnected immediately and no

power should be exported to the grid.

The inverter should have unique automatic features like sleep mode, invoke

mode and export mode so that any disturbances on the grid such as overload

short-circuit, over-voltage etc., disables the firing circuit of the inverter and

causes it to quietly withdraw from the grid.

5.7.6 Protection Features

The injection of DC power into the grid is avoided by using an isolation

transformer at the output of the inverter in accordance with IEC 61727

standards.

Over-voltage protection should be provided by using varistors at the output

of the inverter.

Another set of varistors at the input of the inverter provides lightning

protection.

5.7.7 Ripple content on DC side

Ripple content on DC side of the inverter must not exceed 3%.

Page 36: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

35 | P a g e

5.7.8 Harmonics on AC side:

AC side harmonics should be within the range specified in CEA Technical standards

On Grid Connectivity. The developer must install sufficient number of harmonic

measuring instruments for carrying out measurements at regular intervals near the

source of harmonics generation.

5.7.9 Voltage fluctuations

i) The permissible limit of voltage fluctuation for step changes which may occur

repetitively is 1.5%.

ii) For occasional fluctuations other than step changes the maximum permissible limits

is 3%.

5.7.10 Communication Interface

i) The communication must be able to support

Real time data logging

Event logging

Supervisory control

Operational modes

Set point editing

ii) The following parameters shall also be measured and displayed continuously.

Solar system temperature

Ambient temperature

Solar irradiation/isolation

Wind speed

DC current and Voltages

DC injection into the grid (one time measurement at the time of installation)

Efficiency of the inverter

Solar system efficiency

Display of I-V curve of the solar system

Any other parameter considered necessary by supplier of the solar PV system

based on prudent practice.

iii) Data logger system must record these parameters for study of effect of various

environmental and grid parameters on energy generated by the solar system and

various analysis would be required to be provided through bar charts, curves, tables,

which shall be finalized during approval of drawings.

Page 37: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

36 | P a g e

iv) The communication interface shall be an integral part of the inverter and shall be

suitable to be connected to local computer and also remotely via the Web using

either a standard modem or a GSM / WI-FI.

v) The bidder must supply all the required hardware to have this web based SCADA

operational such that the system can be monitored via the web from distribution

company office.

5.8 TRANSFORMERS

As the grid voltage is at 11 kV, the output power from the LTPDB which is at 270V to

415V has to be raised to 11 kV for grid synchronization. Hence two (2) nos. of 630

KVA 3-phase ONAN transformers will be used. The transformer should be oil filled

type and should be constructed of ventilated metal enclosure, removal type, and

outdoor duty operating under direct sunlight as per IS2026. However, marshalling

box should be provided with IP 55. Winding material should be of electrolytic grade

copper for both HV and LV windings with insulation class A. The LV should be split

into two primary windings. Transformer should be provided with off circuit tap

changer having 5 taps which ranges from -5% to +5% in the ranges of 2.5%. From

LTPDBs power is fed to Transformer LV side in LV cable box and from HV cable box,

power is taken and fed to HT panels for relaying and protection. HV sealing kits are

used for terminating the cables on HV side of the transformer. These transformers

should have all necessary protection features like silica gel breather, Buchholz relay,

pressure relief device, magnetic oil level gauge, oil temperature indicator and

winding temperature indicator.

5.9 HT CABLE

HT cable should meet following specifications and requirements.

Sr. No. Item Description Specification

1 Voltage Grade 11 KV (UE) grade cables, Heavy duty

2 Conductor Standard Aluminium

3 Conductor Screen Semi-Conducting compound

4 Insulation XLPE

5 Inner sheath Extruded PVC (Type ST-2)

6 Outer Sheath Extruded PVC (Type ST-2)

7 Armoring Galvanized steel strips for multi-core cables and non-magnetic Aluminum wires for single core cables.

8 Cable operating temp. 90 C

9 Short Circuit withstand current capacity

40 KA for 1 sec.

Page 38: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

37 | P a g e

10 Short Circuit withstand Temp.

250 C

5.10 LT CABLES

The size of the cables between array interconnections, array to junction boxes,

junction boxes to PCU etc. shall be so selected to keep the voltage drop and losses to

the minimum. The bright annealed 99.97% pure bare copper conductors that offer

low conductor resistance, they result in lower heating thereby increase in life and

savings in power consumption. These wires are insulated with a special grade PVC

compound formulated. The skin coloration offers high insulation resistance and long

life. Cables are flexible and of annealed electrolytic grade copper conductor and shall

confirm to IS 1554/694-1990 and are extremely robust and resist high mechanical

load and abrasion. Cable should be of high temperature resistance and excellent

weatherproofing characteristics which provides a long service life to the cables used

in large scale projects. The connectors/lugs of copper material with high current

capacity and easy mode of assembly are proposed.

5.11 PROTECTIONS AND CONTROL

In addition to disconnection from the grid (islanding protection) on no supply, under

and over voltage conditions, PV systems shall be provided with adequate rating

fuses, fuses on inverter input side (DC) as well as output side (AC) side for overload

and short circuit protection and disconnecting switches to isolate the DC and AC

system for maintenance. Further, fuses of adequate rating shall also be provided in

each solar array module to protect them against short circuit.

There could always be possibility of something being wrong with the

automatic disconnection system of the inverter and it continues to put electricity to

the grid in the event of grid failure or the planned shutdown of the distribution

feeder by the distribution company. In such case to avoid any accident, a manual

disconnect switch beside automatic disconnection to grid would have to be provided

to isolate the grid connection by the utility personnel to carry out any maintenance.

This switch shall be locked by the utility personnel during the planned shutdown of

the utility’s feeder. Locking of the switch may be required only under shutdown.

5.11.1 Control Room

Circuit breaker, lightning arrestor, relays and associated switchgear equipments,

necessary tool kits, backup equipment, battery bank and battery charger, necessary

spares, etc. needs to be proposed by the bidder in implementation plan to be

Page 39: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

38 | P a g e

submitted along with the bid. All control equipments should be mounted on pre-

fabricated control room.

5.12 LT PANEL

LTPDB is having EDO ACBS (Electrically operated Draw Out Air Circuit Breaker) for

ensuring necessary isolation between PCU and transformer. ACB is microprocessor

based electronic trip (ET) systems with thermal memory, over load, short circuit

protection and also has protection against earth leakage faults.

LTPDB also equipped with Transient Voltage Surge Suppressor (TVSS) for

protection against transient voltage surges. Digital Ammeter and Digital Voltmeter

with their inbuilt selector switches and Digital Load manager which performs as a

multifunction meter are provided on the front side of the cubicle. LTPDB is also

provided with a Breaker Control Switch for electrically operating the ACB. NO and NC

contacts for ACB are provided to communicate the On, OFF and Trip status to

SCADA.

5.13 HT PANEL

The 11 kV from HV side of the transformer will be fed to grid with proper metering,

protection and switchgear which can be done by Metering, Relays and Circuit

Breakers located in HT panels. In this 1 MW power plant, HT panels comprises of two

Incomer panels from individual transformers, one outgoing panel to grid and one Bus

PT panel for measurement of bus voltage and protection against abnormal bus

voltages. All these HT panels are combined with a common bus bar which is

internally connected among these panels. These HT panels are mounted on a well-

constructed and raised platform located in switch yard area. In addition to these HT

panels, a Remote Annunciation Panel (RAP) is provided for remote monitoring and

control of HT panels which is located inside control room.

Each Incoming and Outgoing HT panel comprises of a Vacuum Circuit Breaker

(VCB), Current transformer (CT), Relays and Metering equipment like Digital

Ammeter and Load Manager. Bus PT panel comprises of Potential Transformer, Over

voltage and Under voltage relay and Digital Voltmeter. Enough space has to be

provided on either side of the HT panel for future expansion.

Protective Relays: Over current and Earth fault relay: A microprocessor based

numerical relay for protection against instantaneous/ IDMT faults like over current,

short circuit current, over load, earth faults and instantaneous earth faults should be

used.

Page 40: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

39 | P a g e

Master Trip Relay: This relay is the main relay which activates the trip circuit

of the breaker upon the trip signals received by other relays.

Trip Circuit Supervision Relay: This relay is also of electro mechanical type

and this supervises whether the trip circuit is healthy or not.

DC Failure Relay: Whenever DC supply fails to HT panels, this relay gets

activated and indication will be given in HT panels and alarm and indication will be

given in RAP.

Transformer Alarm Relay: This auxiliary relay is meant for Transformer

protection and gives alarm against faults occurred in transformer such as Buchholz

relay alarm, OTI alarm and WTI alarm.

Transformer Trip Relay: This relay is for actuating the breaker to trip against

trip signals from transformer for Buchholz relay trip, WTI trip and OTI trip.

Transformer Alarm/Trip Relay (Tat): This relay is meant for both alarm and

trip signals from transformer against PRD alarm, PRD trip and LOLA alarm faults.

Metering Equipment: Digital Ammeter with inbuilt selector switch and Load

Manager will be provided in incomers and outgoing panels.

Bus PT Panel: Bus PT panel is a separate panel adjacent to incomers and

outgoing feeders, connected to bus for measuring the bus voltage and to protect

against abnormal bus voltages. The core meant for measurement is connected to

Digital Voltmeter with inbuilt selector switch and other core which is protection core

is connected to Over voltage/Under voltage relay.

Remote Annunciation Panel (RAP): RAP is provided to monitor and control

the HT panels remotely i.e., from control room to ensure the reliability and safety for

the operating personnel. This cubicle will have number of windows for displaying all

types of faults and those windows turns red on fault. Out of these windows, there

will be separate indications meant for Incomer -1, Incomer -2, for outgoing panel, for

Bus PT and some left as spare.

RAP also equipped with buzzers to give alarm on faults. Out of these, one

works on DC supply and other works on AC supply. 110V DC supply is required for

windows and buzzer. 1-phase 230V AC supply is required for buzzer for DC failure,

space heater and panel illumination lamp.

RAP is having Indication lamps each for incomers and outgoing panels to

indicate its status like VCB On, VCB Off, Test position, Service position Trip circuit

healthy, DC fail and Spring charged condition. RAP will also have three Breaker

Control Switches (BCS) for remote control of incomers and outgoing HT panels. VCBs

of HT panels can be tripped or closed using these switches. But, the operation of

Page 41: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

40 | P a g e

these T-N-C switches depends on the electrical interlocks that were made among the

incomers and outgoing panel.

Earthing Truck: Earthing trucks are provided along with the HT panels, even

though these are not a part of power flow in the plant, because these panels are

meant for protecting the working personnel performing maintenance on HT panels.

When operator performs maintenance works on bus bar of HT panels gets

electrified if any one closes the downstream breaker. So, to avoid such instances,

earthing trucks for bus bar earthing are provided in the place of outgoing breaker to

earth the power supply immediately and it also produces alarm and indication for

operator. For this, a 3 phase PT is provided to sense the voltage for indicating and for

buzzer when the line gets power supply. Cable earthing trucks are used in the place

of incomers and bus bar earthing trucks are used in the place of outgoing panels for

safe maintenance on the bus bar and HT panels. The necessary DC supply will be

provided through battery and battery charger to the HT panel.

5.14 METERING

ABT compliance meters shall be installed for solar power generators with automatic

meter reading facilities in accordance with Central Electricity Authority (Installation

and Operation of meters) Regulations 2006 as amended from time to time. Further,

monitoring of various parameters of solar plant such as module wise and total

energy generation, tripping, logs, etc. should be available on website with username

and password facilities.

5.15 SAFETY AND PROTECTION

The importance of safety and protection of personnel and equipment cannot be

overemphasized. The system must be designed to minimize hazards to operation

and maintenance personnel, the public, and equipment. The control subsystem must

be equipped with various fuses, built-in fault detection and protection algorithms to

protect the users, the loads, and the PV system equipment. The safety of an

operator or technician is of the utmost importance. Personnel must be protected

from electric shock by following all available safety practices. Such as displaying high

voltage warning signs wherever necessary. In general, the system must adhere to the

IS Codes and standards dealing with safety issues. Some of the important safety

criteria are as follows:

Electrical components should be insulated and grounded

All high voltage terminations (> 50 Vdc) should be properly covered and

insulated.

Page 42: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

41 | P a g e

All components with elevated temperatures should be insulated against

contact with or exposure to personnel

Structures should be grounded and ground fault relays installed to give

warning of ground faults in the array or other electrical components.

5.16 OTHER ACCESSORIES

To carry the DC power generated from Solar PV modules to PCUs located in the

control room, DC cables of 1100V rated are used, as the system voltage is around

700 V DC cables of appropriate sizes depending on the current ratings will be used as

per the IS.

After inversion of power from DC to AC at PCU, appropriate rating AC

cables/bus ducts will be used for exporting the power through various panels as

listed. All the PVC/XLPE cables used will be confirming to the relevant IS codes.

All terminations of the cables will be done with proper routing, through CPVC

pipes/cable trenches where ever applicable, with appropriate lugs and accessories as

per the standards ensuring minimum stress.

PV array yard Earthing will be done to ensure safety of the personnel and

equipment in the case of high voltages and lightning. In solar PV plant, earthing is

provided for array yard, control room and switch yard equipment. For this purpose

efficient super earth kits and chemical earthing kits should be used.

5.17 OPERATION & MAINTENANCE

5.17.1 Operation & Maintenance Philosophy

The proposed Organization structure for the operation and maintenance (O&M) of

the power plant is presented in the exhibit. In order to ensure a high level of

performance of the power plant, it is proposed to induct experienced O&M

engineers from the beginning of the project.

5.17.2 Basic Structure of O&M Team:

The basic structure of the O&M team should include a Plant Manager having primary

responsibility for the O&M of the power plant. The team should cover plant

operation, maintenance and required administration. The basic duties covered under

each of these functional areas would be as follows:

Operation:

Operation of main generating equipment, switch yard and other auxiliary

plant.

Page 43: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

42 | P a g e

Except for the Power Station Superintendent all other operating personnel

would work one shift basis.

The day to day operation of the power plant will be controlled by the

Manager who will be assisted by the Control room operators and engineers.

Maintenance:

Maintenance of mechanical and electrical plant, control systems, buildings,

roads, drainages and sewage systems etc.

Operation of the plant, planning and scheduling maintenance works and

deciding the requirement of spare parts.

The Plant Manager will be assisted by departmental engineers, who take care

of the maintenance aspects of all mechanical, electrical and I&C requirement.

Trained technicians will be employed to assist the maintenance group in day

to day maintenance of the plant.

Administration:

The main responsibilities of this department will be as follows:

Purchase

Plant Security

Liaison with local labour officers

Stores management

Medical Services

Transport services

The permanent number of employees required for operation of the proposed

power plant will be around 5 numbers. The personnel required for administration

and finance & accounts also will be provided. The following facilities should be

provided at the administration office and control room.

Stores

Time and security offices

First Aid and Fire Fighting Station

Toilets and Changes rooms

5.17.3 Station Operation Philosophy

The power generated from this plant is proposed to be exported to the Grid. Vital

software & hardware are required for effective O&M management system. Software

system manages and provides the information needed to manage daily operations,

improve labour productivity, reduce maintenance costs and monitor preventive and

predictive maintenance programs. Through more effective scheduled and preventive

maintenance, the costs associated with emergency breakdowns can be greatly

Page 44: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

43 | P a g e

reduced. This includes savings from reduced payroll overtime, fewer defective

products and reduced down time losses from disrupted production schedules.

5.17.4 The SPV based power plant maintenance philosophy is based on the following

aspects:

Ordinary Maintenance: Ordinary Maintenance, which covers routine checking and

minor overhaul activities to be performed according to operation manuals of

components / equipments in operating conditions.

Emergency Maintenance: Emergency Maintenance, which is corrective upkeep to be

performed when a significant failure occurs. To minimize forced outages duration, an

effective Emergency Maintenance will be supported by:

Proper stock of spare parts.

Permanent monitoring and diagnostic systems for main components.

Maintenance should be carried out as per Maintenance Plan. The

maintenance plan should be prepared in association with and as per the

requirement of the ED-DD, and should include but not limited to following,

Cleaning of Solar Module on weekly basis or as and when required

Power Processing System

Switchyard equipment

5.17.5 Maintenance Management System

The maintenance of this plant will be carried out as per the above philosophy. This

system aims at maximizing the availability of the plant, while ensuring minimum

maintenance cost and safety of the plant and personnel in order to generate

maximum revenue possible.

The primary objective of spare part management system will be to ensure

timely availability of proper spare parts for efficient maintenance of the plant

without excessive build-up of non-moving and slow moving inventory.

The spare parts management system for this project will cover the following

areas:

Proper codification of all spares and consumables

Spare parts indenting and procurement policy

Ordering of critical mandatory and recommended spares

Judicious fixation of inventory & ordering levels for spare parts based on

experience.

Development of more than one source of manufacturer / supplier whenever

practicable.

Page 45: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

44 | P a g e

All contracts will include the provision for supply of one set of all types of

special tools and tackles, which are required for installation, commissioning and

proper maintenance of plant and equipment.

O&M team needs to maintain a maintenance register for monitoring and

tracking the performance of O&M activities.

5.17.6 Extension of O&M Contract or Handover

After successful expiry of the O&M contract period, ED-DD may extend the contract

period on mutually agreeable prices. ED-DD may also appoint other party to carryout

O&M activities or may own its own accept such responsibilities.

In case the O&M contract is discontinued with the selected bidder, it is highly

important that, the plant should be handed over successfully in operating conditions

as accepted by the ED-DD. All components, modifications etc. carried out to achieve

NMGG should be part of the plant and should be handed over. The handover should

include transfer of all documentation, manuals, brochures, diagrams, layouts, etc.

Necessary training has to be provided to the party taking charge of the O&M. The

selected bidder has to ensure that, all necessary requirements have been fulfilled to

ensure successful operation of the plant after handover.

5.18 MISCELLANEOUS WORK

5.18.1 Bore well

Water shall be required at the site for module cleaning, gardening and plantation,

local usage etc. It is proposed that developer shall also develop one bore well at the

proposed site for providing enough water supply.

5.18.2 Safety watch towers

One security tower of at least 20 ft. height shall be installed at appropriate places so

that total plant area can be monitored. The towers should be made up of steel

structure and should have appropriate seating arrangements as well as installation

of communication facility for the security person.

5.18.3 Wire wall fencing and security office

To ensure proper protection, the solar plant and associated assets shall be protected

by wire wall fencing of at least 7 feet height. Entrance of the plant should have

arrangement for security office to avoid unauthorized access.

5.18.4 Approach road

The selected bidder needs to develop approach road of cement concrete up to the

control room. Appropriate pedestrian path of cement concrete should be developed

Page 46: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

SCOPE OF WORK

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

45 | P a g e

around the PV module structure for the purpose of cleaning, inspection,

maintenance etc.

5.18.5 Solar lighting

Solar lights needs to be installed in area of the solar PV project. The developer needs

to carryout survey and propose appropriate number of solar lights to meet required

illumination.

5.19 ACCEPTANCE OF SYSTEMS AND PERFORMANCE EVALUATION

All metal components of the mounting structure, junction box module, safety tower,

etc. should be either made up of galvanized MS, corrosion resistance material or

should be painted with long lasting rust resistance paint.

The installer must verify that the system has been installed according to the

manufacturer’s procedures. A checkout procedure should be developed to ensure an

efficient and complete installation.

A system can be checked with some common test equipment to verify proper

installation and performance. A key to keeping the system testing simple is to do the

tests on cloudless days.

5.20 SITE VISIT

It will be assumed that before submitting the bids the intending bidder has visited

the site and carried out necessary studies to install the plant on turnkey basis with all

required accessories. Any alteration in the submitted bid on the ground of not

performing site visit, field survey and technical analysis shall not be entertained by

ED-DD and the bid shall be rejected.

Page 47: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

46 | P a g e

SECTION 6. OTHER TERMS AND CONDITIONS

Page 48: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

47 | P a g e

6.1 AGREEMENT

6.1.1 The successful bidders shall execute an agreement on a ₹ 100.00 valid stamp paper

for strict compliance of the terms and conditions of the contract, vis-à-vis the tender

documents and supply order within a period of fourteen (14) days after the

placement of order. The selected bidder shall bear all the legal expenses, which are

incurred on the execution of the agreement and shall also have to execute a

separate agreement with the Agency for operationalizing the project, immediately

after the installation and commissioning of the project.

6.1.2 No variation or modification, or waiver of any of terms and provisions of these

specifications shall be deemed valid unless mutually agreed upon in writing by both

the ED-DD and the selected bidder.

6.1.3 Award of contract: The selected bidder shall be issued a Letter of Intent. Until a

formal Contract is prepared and executed, the Letter of Intent shall constitute a

binding Contract.

6.1.4 Signing of Contract: Promptly after notification, the ED-DD shall send to the

successful Bidder the Agreement. Within fourteen (14) days of receipt of the

Agreement, the successful Bidder shall sign, date and return it to the ED-DD.

6.1.5 Performance Security: Within fourteen (14) days of the receipt of notification of

award from the ED-DD, the successful Bidder shall furnish the Performance Security.

Failure of the successful Bidder to submit the abovementioned Performance Security

or sign the Contract shall constitute sufficient grounds for the annulment of the

award and forfeiture of the EMD. In that event the ED-DD may award the Contract to

the next successful Bidder whose offer is responsive and is determined by the ED-DD

to be qualified to perform the Contract satisfactorily.

6.2 PAYMENT SCHEDULE

6.2.1 The Contract Price shall be paid as per guidelines of CPWD. No invoice for extra

work/change order on account of change order will be submitted by the Supplier

unless the said extra work /change order has been authorized/approved by the ED-

DD in writing.

6.2.2 The developer’s request for payment shall be made to the ED-DD in writing,

accompanied by invoices describing, as appropriate, the Goods delivered and

Related Services performed, accompanied by the documents submitted as per

tender documents.

Page 49: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

48 | P a g e

6.2.3 Payment of O&M charges will be on quarterly basis. For this purpose the yearly O&M

charges shall be divided equally into 4 (four) parts. The developer needs to raise

invoice of the quarterly charges.

6.2.4 All payments are subjected to any deductions which the ED-DD may be authorized to

make as per governing laws.

6.2.5 All payments will be made in Indian Rupees (Rs) only.

6.3 TIME SCHEDULE AND COMPENSATION FOR DELAY

6.3.1 The selected bidder shall complete the project work within six (6) months from the

project commencement date. The project commencement date will be calculated

based on 15 (fifteen) calendar days after issue of work order / letter of intent to the

successful bidder. The commercial operation date (COD) for the project shall be

achieved by the Developer within six (6) months from the date of project

commencement date.

6.3.2 Bidder shall submit a detailed project proposal including work schedule/ PERT chart

along with the implementation schedule. Bidders shall drill down these activities into

sub/sub-sub activity in the chart. The chart shall also detail out time and resource

effort required to execute each activity. The detailed bar charts for all the work

activity shall however, be discussed and agreed to by the successful Bidder with the

ED-DD before start of the execution of work.

6.3.3 Responsibility of achieving NMGG shall start from the scheduled timeline as

mentioned in 6.3.1. Failing to achieve NMGG for whatsoever reason including delay

in the COD has to be compensated by purchase of REC in proportion to the deficit of

NMGG and submit the same to ED-DD on yearly basis.

6.3.4 If the contractor shall desire an extension of the time for completion of the work on

the ground of having been unavoidable hindered in its execution or on any other

grounds, he shall apply in writing to the ED-DD at least 30 (thirty) days advance of

such unavoidable hindered. The ED-DD shall evaluate the stated reasons and may or

may not grant the time extension.

6.3.5 The time allowed for carrying out the work as entered in the tender shall be strictly

observed by the contractor and shall be reckoned from the 15th day after the date of

written order to commence the work is given to the contractor. If the contractor

does not commence the work within the period specified in the work order, he shall

stand liable for forfeiture of the EMD. Besides, appropriate action may be taken by

the Engineer in Charge/competent authority to debar him from taking part in future

tenders for a specific period or black list him. The work shall throughout the

Page 50: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

49 | P a g e

stipulated period of the contract, be proceeded with all due diligence, time being

deemed to be the essence of the contract, on the part of the contractor.

6.3.6 When a Bidder is unable to complete the work within the specified or extended

period, the ED-DD shall be entitled to award the work to other agencies without

notice to the Bidder on his (i.e., Bidders) cost and risk, the goods or any part there of

which the bidder has failed to complete or if not available, the best and nearest

available substitute thereof or to cancel the contract of such work and Bidder shall

be liable for any loss or damage which the agency may sustain by reasons of such

failure on the part of the Bidder. But the bidder shall not be entitled to any gain on

such work got done against defaults. The recovery of such loss or damages shall be

made from any sum due to the Bidder under this with the ED-DD. If recovery is not

possible from the bill and the Bidder fails to pay the loss or damages within one

month, the recovery shall be made under arbitration or any other law for the time

being in force.

6.4 GUARANTEE AND WARANTEE

6.4.1 The bidder must provide guarantee which includes servicing and replacement

guarantee for part and components (such as electronics, inverter, etc.) of Solar PV

Projects for five (5) years. For PV modules, the replacement guarantee is for Twenty

Five (25) years from the date of successful commissioning of the PV system.

6.4.2 The bidders may also provide additional information about the system and

conditions of guarantee as necessary.

6.4.3 Bidder shall without prejudice to any other clauses of the order repair / restore the

defective parts and restore the system to satisfactory working / performance within

seven (7) days of intimation of fault without any additional cost to the ED-DD within

the period of warrantee.

6.4.4 In case the supplier fails to rectify / replace the defective / damage equipment

including transit damages, shortage within seven (7) days from the date of

intimation of such shortage / damages, they shall have to pay penalty to the ED-DD

as per the deficit in NMGG.

6.5 DELIVERY, PACKING, STORAGE AND INSURANCE

6.5.1 Obligation of delivering required material at the site shall be responsibility of the

Selected Bidder.

6.5.2 In case of failure to deliver in full the required supplies on order, the ED-DD shall

have the right to make risk purchase at the cost of supplier or/and cancel the

Page 51: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

50 | P a g e

contract and claim reasonable compensation / damages. The contract of the supply

shall be repudiated if the supplies are not made within the prescribed period and the

satisfaction of the purchasing officer.

6.5.3 The Supplier shall provide such packing of the Goods as is required to prevent their

damage or deterioration during transit to their final destination should and conform

to the relevant ISS for transportation to destination. All crates shall be marked with

proper signs indicating up and down sides of the packing and also unpacking

instructions considered necessary by the suppliers. During transit, the packing shall

be sufficient to withstand, without limitation, rough handling and exposure to

extreme temperatures, salt and precipitation, and open storage. Packing case size

and weights shall take into consideration, where appropriate, the remoteness of the

final destination of the Goods and the absence of heavy handling facilities at all

points in transit. The ED-DD shall not be responsible in any manner for any loss or

damage caused to the Goods during Transit. The quoted price shall be deemed to

include the cost of packing, transportation, insurance, etc.

6.5.4 Material received at site should be stored in premises and contractor shall be

responsible for safety of material stored which shall be adequately insured.

Insurance charges shall be borne by the Contractor.

6.5.5 The Goods supplied under the Contract shall be fully insured by the Supplier against

loss or damage incidental to manufacture or acquisition, transportation, storage, and

delivery.

6.6 RIGHT TO ACCEPT / REJECT THE BID

6.6.1 ED-DD reserves the right to reject any or all bids or to accept any bid in full or part, at

its sole discretion, without assigning any reasons whatsoever thereof. The decision

of ED-DD shall be final and binding on the bidders in this regard.

6.6.2 Such acceptance / rejection of any or all bids will not make ED-DD liable to any claim

or action of whatever nature, including but not limited to, a claim for reimbursement

of costs incurred by any such bidder in preparation of the bid.

6.7 CANCELLATION OF ORDER

6.7.1 The ED-DD will be at liberty to terminate in part or full the awarded contract without

prejudicing its rights and affecting the obligations of the contractor by giving seven

(7) days’ notice in writing in the following events:

Page 52: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

51 | P a g e

If the bidder is found defaulter for delayed supply or failure to deliver

satisfactory performance or supply of substandard materials pursuant to

tender conditions;

If the bidder/vender is involved in any action of moral turpitude.

6.8 FORCE MAJEURE

6.8.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated

damages, or termination for default if and to the extent that it’s delay in

performance or other failure to perform its obligations under the Contract is the

result of an event of Force Majeure.

6.8.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond

the control of the Supplier that is not foreseeable, is unavoidable, and its origin is

not due to negligence or lack of care on the part of the Supplier.

6.8.3 If a Force Majeure situation arises, the Supplier shall promptly and no later than

seven days from the first occurrence thereof, notify the ED-DD in writing of such

condition and the cause thereof. Unless otherwise directed by the ED-DD in writing,

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

reasonably practical, and shall seek all reasonable alternative means for

performance not prevented by the Force Majeure event.

6.8.4 The decision of the ED-DD with regard to the occurrence, continuation, period or

extent of Force Majeure shall be final and binding on the Supplier.

6.8.5 Force majeure events may include, but not be limited to ,

(i) Act of war, invasion, blockade, embargo, revolution, riot, insurrection, civil

commotion, act of terrorism or sabotage.

(ii) Strikes, lockouts or other generalized labor action occurring throughout the

industry.

(iii) Radioactive contamination or ionizing radiation or chemical contamination.

(iv) Flood, cyclone, lightning, earthquake, drought, storm, fire or any other

extreme effect of the natural elements.

(v) Epidemic or plague, affecting the work.

(vi) Air crash or shipwreck,

(vii) An act of God,

(viii) Act of Government.

(ix) Change in Law etc.

Page 53: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

52 | P a g e

Upon the occurrence of any circumstances of force Majeure both Parties

shall use all reasonable endeavors to continue to perform its obligations under the

contract and to minimize adverse effects of such circumstances.

6.9 CONFLICT OF INTEREST

6.9.1 The ED-DD requires that the selected bidder provide professional, objective, and

impartial advice and at all times hold the ED-DD's interests paramount, strictly avoid

conflicts with other Assignment/jobs or their own corporate interests and act

without any consideration for future work. Without limitation on the generality

of the foregoing, the selected bidder, and any of their affiliates, shall be

considered to have a conflict of interest and shall not be recruited, under any of the

circumstances set forth.

6.9.2 Conflicting Activities:

a) A firm that has been engaged by the ED-DD to provide goods, works or

Assignment/job other than consulting Assignment/job for a project, and any

of its affiliates, shall be disqualified from providing consulting Assignment/job

related to those goods, works or Assignment/job.

b) Conversely, a firm hired to provide consulting Assignment/job for the

preparation or implementation of a project, and any of its affiliates, shall

be disqualified from subsequently providing goods or works or

Assignment/job other than consulting Assignment/job resulting from or

directly related to the firm's consulting Assignment/job for such preparation

or implementation. For the purpose of this paragraph, Assignment/job other

than consulting Assignment/job is defined as those leading to a measurable

physical output.

c) A Consultant (including its Personnel and Sub-Consultants) or any of its

affiliates shall not be hired for any Assignment/job that, by its nature, may be

in conflict with another Assignment/job of the Consultant to be executed for

the same or for another ED-DD.

d) A selected bidder (including its Personnel and Sub-bidders) that has a

business or family relationship with a member of the ED-DD’s staff who is

directly or indirectly involved in any part of (i) the preparation of the tender

documents of the Assignment/job, (ii) the selection process for such

Assignment/job, or (iii) supervision of the Contract, may not be awarded a

Contract, unless the conflict stemming from this relationship has been

resolved in a manner acceptable to the ED-DD throughout the selection

process and the execution of the Contract.

Page 54: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

53 | P a g e

e) The selected bidder will have an obligation to disclose any situation of actual

or potential conflict that impacts their capacity to serve the best interest of

their ED-DD or that may reasonably be perceived as having this effect. Any

such disclosure shall be made as per the Standard forms of technical

proposal provided herewith. If the SI fails to disclose said situations and if

the ED-DD comes to know about any such situation at any time, it may lead

to the disqualification of the Consultant during bidding process or the

termination of its Contract during execution of assignment.

6.10 CORRUPT PRACTICES

6.10.1 ED-DD requires bidders to observe the highest standard of ethics during the

procurement and execution of such contracts. The following definitions apply:

“Corrupt Practice” means the offering, giving, receiving or soliciting, directly

or indirectly of anything of value to influence the action of any party in the

procurement process or the execution of the contract.

“Fraudulent Practice “means a misrepresentation or omission of facts in

order to influence a procurement process or execution of contract.

“Collusive Practice” means a scheme or arrangement between two or more

bidders, with or without the knowledge of the ED-DD, designed to influence

the action of any party in a procurement process or execution of the

contract.

“Coercive Practice” means harming or threatening to harm, directly or

indirectly, persons or their property to influence their participation in a

procurement process, or affect the execution of a contract.

6.10.2 ED-DD will reject a proposal for the award of Contract if it determines that the

bidder recommended for award has, directly or through an agent, engaged in

corrupt, fraudulent, collusive, or coercive practices in competing for the contract.

6.10.3 The ED-DD will cancel the portion of the fund allocated to a contract for goods,

works or services if it at any time determines that corrupt or fraudulent practices

were engaged in by representatives of the ED-DD or a beneficiary of the fund, during

the procurement or the execution of that contract, without the ED-DD having taken

timely and appropriate remedial action satisfactory to the ED-DD.

6.11 TAXES & DUTIES

6.11.1 All Custom Duties, Excise Duties, Sales Taxes, levies, local taxes, VAT work contract

tax and other Taxes and Duties, Levies payable by the bidders in respect of the

transaction between the bidders and their sub bidders procuring any components,

Page 55: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

54 | P a g e

subassemblies, raw-materials and equipment shall be included in the proposal price

and no separate claim on this behalf will be entertained by the ED-DDs. Wherever

Excise duty, Service Tax, VAT etc. is applicable, the due credit under the MODVAT

(Modified Value Added Tax) scheme as per the relevant Government policies

wherever applicable, shall be taken into account by the Bidder while quoting

proposal price. The ED-DD shall not be responsible for any error/omission on the

part of the bidder. Payment of taxes/duties/levies shall not be made separately.

6.11.2 For goods supplied from outside the ED-DD’s country, the Supplier shall be entirely

responsible for all taxes, duties, stamp duties, license fees, and other such levies

imposed outside the ED-DD’s country. For goods supplied from within the ED-DD’s

country, the Supplier shall be entirely responsible for all taxes, duties, entry tax,

license fees, other levies etc., incurred until delivery of the Goods and Related

service to the ED-DD. The ED-DD will provide Central sales tax “Form-C”, whenever

applicable.

6.11.3 The cost of Entry Tax as applicable will be the liability of the Supplier i.e., the price

quoted will be inclusive of Entry Tax. The amount of Entry Tax will be deducted from

the Supplier’s invoice and remittance to tax dept. will be made by the ED-DD under

the TIN number of ED-DD. If any liability is raised by the commercial tax ED-DD, on

account of Entry Tax at a later date, the same shall be to the Supplier's account and

accordingly recovery shall be made from the supplier's pending bills/security deposit

as available with the ED-DD.

6.11.4 As regards the Income Tax, surcharge on Income Tax and other taxes including tax

deduction at source, the Bidder shall be responsible for such payment to the

concerned authorities within the prescribed period. Bidders will have to clearly

indicate the amount included in their price for which relevant documents will have

to be submitted by them for claiming by the ED-DD.

6.12 CONFIDENTIALITY

6.12.1 Information relating to the examination, evaluation, comparison and

recommendation of contract award, shall not be disclosed to Bidders or any other

persons not officially concerned with such process. Any attempt by a Bidder to

influence the ED-DD in the examination, evaluation, comparison, and post

qualification of the Bids or Contract award decisions may result in the rejection of its

Bid.

Page 56: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

55 | P a g e

6.13 INSPECTIONS AND TESTS

6.13.1 The Supplier shall at its own expense and at no cost to the ED-DD carry out all such

tests and/or inspections of to ensure that the Goods and Related Services are

complying with the functional parameters, codes and standards specified in the

Tender documents, to the satisfaction of the ED-DD.

6.13.2 The inspections and tests may be conducted on the premises of the ED-DD. In case

test facility is available only at Supplier premises, the same shall be carried out at the

Supplier end in presence of the representative of the ED-DD.

6.13.3 Whenever the Supplier is ready to carry out any such test and inspection, it shall give

a reasonable advance notice, including the place and time, to the ED-DD.

6.13.4 The ED-DD may require the Supplier to carry out any test and/or inspection to verify

that the characteristics and performance of the Goods or Related Services comply

with the technical specifications, codes and standards under the Contract.

6.13.5 The Supplier shall provide the ED-DD with a report of the results of any such test

and/or inspection.

6.13.6 The ED-DD may reject any Goods / Related Services or any part thereof that fail to

pass any test and/or inspection or do not conform to the specifications. The Supplier

shall either rectify or replace such rejected Goods/ Related Services or parts thereof

or make alterations necessary to meet the specifications at no cost to the ED-DD,

and shall repeat the test and/or inspection, at no cost to the ED-DD, upon giving a

notice.

6.13.7 The Supplier agrees that neither the execution of a test and/or inspection of the

Goods / Related Services or any part thereof, nor the attendance by the ED-DD or its

representative, nor the issue of any report, shall release the Supplier from any

warranties or other obligations under the Contract.

6.14 INDEMNITY

6.14.1 The Supplier hereby agrees to indemnify the ED-DD, its staff and consultants, for all

conditions and situations mentioned in this clause, in a form and manner acceptable

to the ED-DD. The supplier agrees to (“ED-DD Indemnified Persons”) from and

against any costs, loss, damages, expense, claims including those from third parties

or liabilities of any kind howsoever suffered, arising or incurred inter alia during and

after the Contract period out of:

Page 57: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

56 | P a g e

a) any negligence or wrongful act or omission by the Supplier or its agents or

employees or any third party associated with Supplier in connection with or

incidental to this Contract; or

b) any infringement of patent, trademark/copyright or industrial design rights

arising from the use of the supplied Goods and Related Services or any part

thereof.

6.14.2 The Supplier shall also indemnify the ED-DD against any privilege, claim or assertion

made by third party with respect to right or interest in, ownership, mortgage or

disposal of any asset, property, movable or immovable as mentioned in any

Intellectual Property Rights, licenses and permits

6.14.3 Without limiting the generality of the provisions of this clauses mentioned

previously, the Supplier shall fully indemnify, hold harmless and defend the ED-DD

Indemnified Persons from and against any and all suits, proceedings, actions, claims,

demands, liabilities and damages which the ED-DD Indemnified Persons may

hereafter suffer, or pay by reason of any demands, claims, suits or proceedings

arising out of claims of infringement of any domestic or foreign patent rights,

copyrights or other intellectual property, proprietary or confidentiality rights with

respect to any Goods, Related Services, information, design or process supplied or

used by the Supplier in performing the Supplier’s obligations or in any way

incorporated in or related to the Project. If in any such suit, action, claim or

proceedings, a temporary restraint order or preliminary injunction is granted, the

Supplier shall make every reasonable effort, by giving a satisfactory bond or

otherwise, to secure the suspension of the injunction or restraint order. If, in any

such suit, action, claim or proceedings, the Goods or Related Services, or any part

thereof or comprised therein, is held to constitute an infringement and its use is

permanently enjoined, the Supplier shall promptly make every reasonable effort to

secure for the ED-DD a license, at no cost to the ED-DD, authorizing continued use of

the infringing work. If the Supplier is unable to secure such license within a

reasonable time, the Supplier shall, at its own expense, and without impairing the

specifications and standards, either replace the affected work, or part, or process

thereof with non-infringing work or part or process, or modify the same so that it

becomes non-infringing.

6.15 LIMITATION OF LIABILITY

6.15.1 Except in cases of gross negligence or willful misconduct:

neither party shall be liable to the other party for any indirect or consequential

loss or damage, loss of use, loss of production, or loss of profits or interest costs,

Page 58: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

57 | P a g e

provided that this exclusion shall not apply to any obligation of the Supplier to

pay liquidated damages to the ED-DD; and

the aggregate liability of the Supplier to the ED-DD, whether under the Contract,

in tort, or otherwise, shall not exceed the amount specified in the Contract Price.

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

defective equipment, or to any obligation of the Supplier to indemnify the ED-

DD with respect to patent infringement.

6.16 CHANGE IN LAWS AND REGULATIONS

6.16.1 Unless otherwise specified in the Contract, if after the date of the Invitation for Bids,

any law, regulation, ordinance, order or bylaw having the force of law is enacted,

promulgated, abrogated, or changed in the place of the ED-DD’s country where the

Site is located (which shall be deemed to include any change in interpretation or

application by the competent authorities) that subsequently affects the Delivery

Date, then such Delivery Date shall be correspondingly increased or decreased, to

the extent that the Supplier has thereby been affected in the performance of any of

its obligations under the Contract.

6.17 NOTICES

6.17.1 All notices and other communications under this contract must be in writing, and

must either be mailed by registered mail with acknowledgement Due or hand

delivered with proof of it having been received.

6.17.2 If mailed, all notices will be considered as delivered after 5 days, of the notice having

been mailed. If hand delivered, all notices will be considered, when received by the

party to whom the notice is meant and sent for.

6.17.3 All notices under this contract shall be sent to or delivered at the address as

specified by the parties in the RFF Documents.

6.17.4 A Notice shall be effective when delivered or on the Notice’s effective date,

whichever is later.

6.18 GOVERNING LAW

6.18.1 The Contract shall be governed by and interpreted in accordance with the laws of

the India. In case of any dispute or arbitration, decision of the administrator of U.T.

of Daman and Diu shall be final and binding.

Page 59: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

58 | P a g e

6.19 TERMINATION

6.19.1 Termination for Default

The ED-DD may, without prejudice to any other remedy for breach of Contract, by

Notice of default sent to the Supplier, terminate the Contract in whole or in part:

i) if the Supplier fails to deliver any or all of the Goods or Related Services within the

period specified in the Contract, or within any extension thereof granted by the ED-

DD; or

ii) if the Supplier, in the judgment of the ED-DD has engaged in corrupt, fraudulent,

collusive, or coercive practices in competing for or in executing the Contract; or

iii) any representation made by the bidder in the proposal is found to be false or

misleading; or

iv) if the Supplier commits any breach of the Contract and fails to remedy or rectify the

same within the period of two weeks (or such longer period as the ED-DD in its

absolute discretion decide) provided in a notice in this behalf from the ED-DD.

In the event the ED-DD terminates the Contract in whole or in part, the ED-

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

Goods or Related Services similar to those undelivered or not performed, and the

Supplier shall be liable to the ED-DD for any additional costs for such similar Goods

or Related Services. However, the Supplier shall continue performance of the

Contract to the extent not terminated.

6.19.2 Termination for Insolvency

The ED-DD may at any time terminate the Contract by giving Notice to the Supplier if

the Supplier becomes bankrupt or otherwise insolvent. In such event, termination

will be without compensation to the Supplier, provided that such termination will

not prejudice or affect any right of action or remedy that has accrued or will accrue

thereafter to the ED-DD.

6.19.3 Termination for Convenience

The ED-DD, by Notice sent to the Supplier, may terminate the Contract, in whole or

in part, at any time for its convenience. The Notice of termination shall specify that

termination is for the ED-DD’s convenience, the extent to which performance of the

Supplier under the Contract is terminated, and the date upon which such

termination becomes effective.

The Goods that are complete and ready for shipment within twenty-eight

(28) days after the Supplier’s receipt of the Notice of termination shall be accepted

Page 60: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

59 | P a g e

by the ED-DD at the Contract terms and prices. For the remaining Goods, the ED-DD

may elect:

i) To have any portion completed and delivered at the Contract terms and prices;

and/or

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

completed Goods and Related Services and for materials and parts previously

procured by the Supplier.

6.19.4 Consequences of Termination

29.4.1. Upon Termination of the Contract, the Supplier shall:

i) Prepare and present a detailed exit plan within five (5) calendar days of termination

notice receipt to the representative of ED-DD (“Exit Plan”).

ii) The representative of ED-DD and along with designated team will review the Exit

plan. If approved, Supplier shall start working on the same immediately. If the plan is

rejected, Supplier shall prepare alternate plan within two calendar days. If the

second plan is also rejected, representative of ED-DD or the authorised person will

provide a plan for Supplier and it should be adhered by in totality.

iii) The Exit Plan should cover at least the following :-

a) Execute all documents that may be necessary to effectively transfer the

ownership in respect of all equipment;

b) Handover all documentation and other Configurable Items, if any in his

possession;

c) Handover the list of all IT Assets, passwords at all locations to the ED-DD.

iv) The supplier and representative of will sign a completion certificate at the end of

successful completion (all points tracked to closure) of the Exit Plan.

6.20 DISCLAIMER

6.20.1 ED-DD reserves the right to share, with any consultant of its choosing, any resultant

Proposals in order to secure expert opinion.

6.20.2 ED-DD reserves the right to accept any proposal deemed to be in the best interest of

the ED-DD.

6.21 ADHERENCE TO SAFETY PROCEDURES, RULES REGULATIONS

AND RESTRICTION

6.21.1 Supplier shall comply with the provision of all laws including labour laws, rules,

regulations and notifications issued there under from time to time. All safety and

Page 61: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

60 | P a g e

labour laws enforced by statutory agencies and by ED-DD shall be applicable in the

performance of this Contract and Supplier’s Team shall abide by these laws.

6.21.2 Access to the Sites and ED-DD’s locations shall be strictly restricted. No access to any

person except the essential personnel belonging to the Supplier who are genuinely

required for execution of work or for carrying out management/maintenance who

have been explicitly authorised by the ED-DD shall be allowed entry to the Sites and

some ED-DD’s locations. Even if allowed, access shall be restricted to the pertaining

equipment of the ED-DD only. The Supplier shall maintain a log of all activities

carried out by each of its personnel.

6.21.3 The Supplier shall take all measures necessary or proper to protect the personnel,

work and facilities and shall observe all reasonable safety rules and instructions.

Supplier’s Team shall adhere to all security requirement/regulations of the ED-DD

during the execution of the work. ED-DD’s employee also shall comply with safety

procedures/policy.

6.21.4 The Supplier shall report as soon as possible any evidence, which may indicate or is

likely to lead to an abnormal or dangerous situation and shall take all necessary

emergency control steps to avoid such abnormal situations.

6.21.5 The ED-DD will be indemnified for all the situations mentioned in this clause in the

similar way as defined in the tender documents.

6.22 GENERAL TERMS & CONDITIONS

6.22.1 The conditions hereinafter deals with system details and supplementary conditions

of the contract in addition to those stipulated in foregoing clauses which along with

schedules, formats and annexures, shall be deemed to form part of detailed

specification for equipment. The bidders are advised to study and familiarize

themselves with the terms and conditions of the bid.

6.22.2 If at any time any of the document / information submitted by the bidder is found to

be incorrect, false or untruthful, the bid and / or the resultant order may be

summarily rejected / cancelled at the risk of the bidder.

6.22.3 No claim shall be raised against the ED-DD either in respect of interest or

depreciation in value for the amount of security deposit and / or earnest money. In

the case of bank deposits the ED-DD shall not be responsible for any loss on account

of failure of the bank.

6.22.4 No price escalation on account of any statutory increase in or fresh imposition of

customs duty, excise duty, sales tax or duty levied in respect of the systems

authorised to be installed, shall be applicable.

Page 62: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

61 | P a g e

6.22.5 The Bidders are required to study carefully the conditions of the tender documents

document, the enclosed specifications and the relevant provision of the relevant BIS

specifications, wherever necessary. Further the bidder shall also undertake all

relevant studies etc. before submitting the proposal. The ED-DD shall not be liable

for any wrong/incomplete / insufficient information which shall be the responsibility

of the bidder to carry out his own studies before submitting the proposal. The

proposal submitted by the bidder shall be understood to have been submitted after

undertaking the studies. Technical particulars of the material offered must comply

with the enclosed specifications and the relevant provisions of the BS/IS as far as

possible.

6.22.6 The selected bidder shall sign these tender documents on each page and as a token

of acceptance of all the terms and it would be attached with the proposal along with

Format-I.

6.22.7 If a Bidder imposes conditions, which are in addition to/or in contravention with the

conditions mentioned herein, his tender is liable to be summarily rejected, In any

case none of such conditions will be deemed to have been accepted unless

specifically mentioned in the letter of authorisation issued by ED-DD.

6.22.8 If any dispute arises out of the contract with regard to the interpretation / meaning

and the breach of the terms of the contract, the matter shall be referred to by the

parties to the ED-DD whose decision shall be final and binding.

6.23 GENERAL INSTRUCTIONS

6.23.1 Intending Bidders are required to carefully go through the document and furnish

complete information, necessary documents and schedules. Bids not submitted on

the lines indicated above are liable to be rejected without correspondence.

6.23.2 Bidders are required to furnish proposal, information and related documents as

called for in this tender documents in English Language. Any printed literature

furnished by the selected bidder may be in another language, provided that this

literature is accompanied by an English translation, in which case, for the purpose of

interpretation of the document, the English version will govern. The bid completed

in any language other than English shall be summarily rejected.

6.23.3 Bidders are informed that the ED-DD is neither under any obligation to select any

bidder, nor to give any reason for either qualifying or disqualifying any bidder. ED-DD

is also not under any obligation to proceed with the programme or any part thereof.

6.23.4 After opening of proposals and till final selection of successful bidder, no

correspondence of any type will be entertained, unless called for by ED-DD. Any type

of uncalled for clarifications on prices and or rebates shall not be accepted.

Page 63: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

62 | P a g e

6.23.5 Any form of canvassing by the bidder to influence the consideration of their bid shall

render the bid liable to summary rejection.

6.23.6 In order to avoid any delay caused by postal correspondence and to expedite the

process, the ED-DD may require the successful bidder to hold technical and

commercial negotiations and convey the decision / acceptance on behalf of the

bidder with the purchase committee.

Page 64: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

63 | P a g e

SECTION 7. FORMATS

Page 65: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

64 | P a g e

FORMAT-I

<The covering letter on the Letter Head of the Bidding Company / Lead Member of the

Bidding Consortium>

Date:…………………………

To:

Executive Engineer

Plot no 35, OIDC Complex

Near Fire station, Somnath

Nani Daman - 396210

Email: [email protected]

Telephone: 0260 2250745, 2240190

Fax: 0260 2240745, 2240889

Sub: Response to Tender documents “ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW

GRID CONNECTED SOLAR PV PROJECT INCLUDING FIVE (5) YEAR OPERATION &

MAINTENANCE ON TURNKEY BASIS AT DAMAN.

Dear Sir,

1. We/I, the undersigned ……………………………………..<insert name of the bidder> have

carefully gone through the Bid Document and satisfied ourselves/myself and hereby

confirm that our/my offer strictly conforms to the requirements of the Bid

Document and all the terms and conditions detailed out in the Tender documents

are acceptable to us.

Further we confirm that upon issuance of Letter of Intent by Electricity

Department of Daman & Diu (ED-DD), this Undertaking for Acceptance of the

General terms and Conditions of Bid Document shall be enforceable by Law.

2. We have enclosed EMD of Rs……………... <Insert Amount>, in the form of bank

guarantee no……………..<Insert bank guarantee number> dated..……………<Insert date

of bank guarantee> as per Format-IV from ………… <Insert name of bank providing

bank guarantee> and valid up to………….<insert validity date> as per this Tender

documents.

3. We hereby unconditionally and irrevocably agree and accept that the decision made

by the ED-DD in respect of any matter regarding or arising out of the tender

documents shall be binding on us. We hereby expressly waive any and all claims in

respect of this process.

Page 66: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

65 | P a g e

4. We confirm that we have studied the provisions of the relevant Indian laws and

regulations as required to enable us to submit this response to tender documents in

the event of our selection as Successful Bidder.

5. We are enclosing herewith our response to the tender documents with formats duly

signed as desired by you in the tender documents for your consideration.

6. It is confirmed that our response to the tender documents is consistent with all the

requirements of submission as stated in the tender documents and subsequent

communications from the ED-DD.

7. The information submitted in our response to the tender documents is correct to the

best of our knowledge and understanding. We would be solely responsible for any

errors or omissions in our response to the Tender documents.

8. We confirm that all the terms and conditions of our Bid are valid up to

……………..<Insert date> for acceptance (i.e., a period of one hundred and eighty (180)

days from Bid Deadline).

Details of the contact person are furnished as under:

Name : …………………………………………………

Designation : ……………………………………….

Company : ……………………………………………

Address : ………………………………………………

Phone Nos. : …………………………………………

Fax Nos. : ……………………………………………..

E-mail address: …………………………………….

We have neither made any statement nor provided any information in this Bid, which to the

best of our knowledge is materially inaccurate or misleading. Further, all the confirmations,

declarations and representations made in our Bid are true and accurate.

Dated the ……………….. day of ……………….. , 2013

Thanking you,

Yours faithfully,

(Name, Designation and Signature of Person Authorized by the board)

Name & Seal of Bidding Company

<Attach Power of Attorney of Bidding Company Authorizing the signatory to sign the bid and

other documents thereof>

Page 67: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

66 | P a g e

FORMAT-II

BIDDER’S COMPOSITION AND OWNERSHIP STRUCTURE

<On letter head of the company>

1. Corporate Details:

a. Company’s Name, Address, Nationality and Director’s details:

Name : ……………………………………………………………………….

Registered/Principal Address

: ……………………………………………………………………….

……………………………………………………………………….

………………………………………………………………………..

………………………………………………………………………..

Website Address : ……………………………………………………………………….

Corporate Identification Number

: ……………………………………………………………………….

Country of Origin : ……………………………………………………………………….

Address for Correspondence

: ……………………………………………………………………….

b. Year of Incorporation : ……………………………………………………………………….

c. Company's Business Activities

: ……………………………………………………………………….

d. Name of the authorized representative

: ……………………………………………………………………….

e. Telephone Number : ……………………………………………………………………….

f. Email Address : ……………………………………………………………………….

g. Telefax Number : ……………………………………………………………………….

h. Please provide the following documents:

(i) Copy of the Memorandum and Articles of Association and certificate of

incorporation or other equivalent organizational document (as applicable),

including their amendments, certified by the company secretary of the

Bidding Company.

Page 68: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

67 | P a g e

It is certified that the information provided above is true to the best of my

knowledge and belief. If any information found to be concealed, suppressed or

incorrect at the later date, our tender shall be liable to be rejected and our company

debarred from executing any business with Electricity Department of Daman and

Diu.

For and on behalf of Bidding Company/ Member of the Consortium

M/s………………………………………………….

……………………………………………

(Signature of Authorized Representative)

Name:……………………………. Designation:……………………………. Stamp:…………………………….

Date:…………………….

Place: ……………………………….

Page 69: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

68 | P a g e

FORMAT-III

POWER OF ATTORNEY <On non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of

execution> Know all men by these presents, We …………………………………….<name and address of the

registered office of the Bidding Company > do hereby constitute, appoint and authorize

Mr./Ms…………………………………………………<name, age and residential address> who is

presently employed with us and holding the position of ……………………………….<insert

designation> 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 ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID CONNECTED SOLAR PV

PROJECT INCLUDING FIVE (5) YEAR OPERATION & MAINTENANCE ON TURNKEY BASIS AT

DAMAN for Electricity Department of Daman & Diu (ED-DD), U.T. of Daman & Diu in the

country of India in response to the tender documents dated………………… <insert date> issued

by Executive Engineer, ED-DD 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 ED-DD may require

us to submit. The aforesaid Attorney is further authorized for making representations to the

ED-DD, and providing information / responses to the ED-DD, representing us in all matters

before the ED-DD, and generally dealing with the ED-DD in all matters in connection with

our Bid till the completion of the bidding process as per the terms of the Tender documents.

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.

Signed by the within named

...........................................<Insert the name of the executant company>

through the hand of

Mr. ……………………………………….

duly authorized by the Board to issue such Power of Attorney

Dated this ………………………. day of ………

Page 70: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

69 | P a g e

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

1. ……………………………………………….

(Signature)

Name ………………………………….

Designation...........…………………..

2. ……………………………………………….

(Signature)

Page 71: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

70 | P a g e

Name ………………………………….

Designation...........…………………..

Notes:

(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 the same should be under common seal of the executant affixed in

accordance with the applicable procedure. Further, the person whose signatures are to

be provided on the power of attorney shall be duly authorized by the executant(s) in

this regard.

(2) The person authorized under this Power of Attorney, in the case of the Bidding

Company being a public company, or a private company which is a subsidiary of a

public company, in terms of the Companies Act, 1956, with a paid up share capital of

more than Rupees five (5) crores, should be the Managing Director/ whole time

director/manager appointed under section 269 of the Companies Act, 1956. In all other

cases the person authorized should be a director duly authorized by a board resolution

duly passed by the company.

(3) In the event, power of attorney has been executed outside India, the same needs to be

duly notarized by a notary public of the jurisdiction where it is executed.

(4) Also, the executant(s) should submit for verification the extract of the chartered

documents and documents such as a Board resolution / power of attorney, in favour of

the person executing this power of attorney for delegation of power hereunder on

behalf of the executant(s).

Page 72: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

71 | P a g e

FORMAT-IV

FORMAT OF THE UNCONDITIONAL AND IRREVOCABLE BANK GUARANTEE /

PERFORMANCE SECURITY

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to

place of execution. Foreign entities submitting Bids are required to follow the

applicable law in their country.)

To, Date:………………….

Executive Engineer

Plot no 35, OIDC Complex

Near Fire station, Somnath

Nani Daman - 396210

Email: [email protected]

Telephone: 0260 2250745, 2240190

Fax: 0260 2240745, 2240889

1. In consideration of the ……………. (Insert name of the Bidder) submitting the Bid inter

alia for “ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID CONNECTED SOLAR

PV PROJECT INCLUDING FIVE (5) YEAR OPERATION & MAINTENANCE ON TURNKEY

BASIS AT DAMAN having its office at OIDC, Plot No. 35, Somnath, Daman - 396210 in

response to the tender documents dated *●+ issued by Electricity Department of Daman

& Diu (hereinafter referred to as “ED-DD” or “ED-DD”) agreeing to consider the Bid of

……… *Insert the name of the Bidder+ as per the terms of the tender documents, the

……………………… (Insert name and address of the bank issuing the Bank Guarantee, and

address of the head office) (here in after referred to as “Guarantor Bank”) hereby

agrees unequivocally, irrevocably and unconditionally to pay to the ED-DD or its

authorized representative at Daman forthwith on demand in writing from the ED-DD or

any representative authorized by it in this behalf an amount not exceeding Rs

7,00,000.00 (Rupees Seven Lakh Only), on behalf of M/s. ………………………..*Insert name

of the Bidder].

2. We…………………………………………..*insert name of the guarantor bank+ hereby undertake

that this guarantee shall be valid and binding on the Guarantor Bank up to and including

Page 73: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

72 | P a g e

……………… (Insert date of validity of Bid Bond in accordance with Clause 3.5 of this

tender documents) and shall not be terminable by notice or any change in the

constitution of the Guarantor Bank 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 concerned parties.

3. Our liability under this Guarantee is restricted to Rs 7,00,000.00 (Rupees Seven Lakh

Only). Our Guarantee shall remain in force until …………………….. *Date to be inserted+ or

its authorized representative shall be entitled to invoke this Guarantee until

……………………….. *Insert Date, which is 120 days after the date in the preceding

sentence].

4. The Guarantor Bank hereby expressly agrees that it shall not require any proof in

addition to the written demand from the ED-DD or its authorized representative, made

in any format, raised at the above mentioned address of the Guarantor Bank, in order

to make the said payment to the ED-DD or its authorized representative.

5. We ……………………………………… *Name of the Guarantor Bank] do hereby undertake to

pay amounts payable under this Guarantee without any demur merely on demand by

ED-DD or its authorized representative stating that the amount claimed is due by way of

laws or damage caused to or would be caused to or suffered by the ED-DD. By reasons

of breach of any conditions of the agreement / contract relating to the bid mentioned

at para 1 of this guarantee by the said bidder………………*insert name of the bidder+. Any

such demand made by ED-DD on the bank shall be conclusive as regards the amount

due and payable by the bank under this guarantee. The guarantor bank shall not have

any records against the ED-DD or its authorized representative in respect of any

payment made under this guarantee.

6. We…………………………………*Name of the Guarantor Bank] do hereby further undertakes

to pay the ED-DD any money so demanded not withstanding any dispute or disputes

raised by the said bidder M/s………………………………………*insert name of the bidder+ in

any suits or proceeding pending before any court or tribunal relating there to, our

liability under this guarantee being absolute and unequivocal. However, our liability

Page 74: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

73 | P a g e

under this guarantee shall be restricted to an amount not exceeding 26 lakhs (twenty

six lakh only)

7. This BANK GUARANTEE shall not be affected in any manner by reason of merger,

amalgamation, restructuring, liquidation, winding up, dissolution or any other change in

the constitution of the Guarantor Bank.

8. This Guarantee shall not be discharged due to the change of constitution of the

Guarantor bank or the ED-DD.

9. Notwithstanding anything contained hereinabove, our liability under this Guarantee is

restricted to Rs 7,00,000.00 (Rupees Seven Lakh Only) and it shall remain in force until

……………………….. *Date to be inserted on the basis of Clause 3.5 of tender documents],

with an additional claim period of one hundred twenty (120) days thereafter. We are

liable to pay the guaranteed amount or any part thereof under this BANK GUARANTEE

only if ED-DD or its authorized representative serves upon us a written claim or demand

within the claim period mentioned herein above.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp

on this …………….. day of ……………………… at …………………….

Witness:

1. ……………………………………. Signature

Signature

Name and address. Name:

2. ………………………………….. Designation with Bank Stamp

Signature

Name and address

Attorney as per power of attorney No. …………………

Page 75: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

74 | P a g e

For:

……………………………………………. *Insert Name of the Bank+

Banker’s Stamp and Full Address:

Dated this ………………… day of …………… 20…..

Note: The Stamp Paper should be in the name of the Executing Bank.

Page 76: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

75 | P a g e

FORMAT-V

SUBMISSION OF INFORMATION ON FINANCIAL QUALIFICATION REQUIREMENT – NET-

WORTH

<To be given on the official letter head of the Bidder's>

Date:……………….

To:

Executive Engineer

Plot no 35, OIDC Complex

Near Fire station, Somnath

Nani Daman - 396210

Email: [email protected]

Telephone: 0260 2250745, 2240190

Fax: 0260 2240745, 2240889

Subject: Submission of Information on Net-worth for Qualification

We certify that the……………………………………………………<Insert Name of Bidder> has a Net-

worth of Rs………………… Crore computed as per instructions provided in Clause 3.6.4 of

Tender documents based on unconsolidated audited annual accounts of any of the last

three (3) financial years immediately preceding the Bid Deadline.

Offered

Capacity

(MW)

(1)

Name of

Financially

Evaluated Entity

(2)

Net-worth

(Rs crore)

(3)

1 MW

Yours faithfully

Signature:

Name:

Place & Date:

Designation:

Page 77: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

76 | P a g e

Name of Authorised Signatory & Seal of Bidding Company

Witness:

Name:

Place & Date:

Signature:

Notes:

1. Along with the above format, in a separate sheet, please provide details of computation

of Net-worth duly certified by Statutory Auditor along with the supporting documents.

2. Audited consolidated annual accounts of the Bidder may also be used for the purpose of

financial criteria provided the Bidder has at least 26% equity in each company whose

accounts are merged in the audited consolidated accounts and provided further that the

financial capability of such companies (of which accounts are being merged in the

consolidated accounts) shall not be considered again for the purpose of evaluation of

the Bid.

Page 78: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

77 | P a g e

FORMAT-VI

CERTIFICATE OF TURNOVER

<on letter head of CA/CS firm>

I/We have verified the books of accounts, financial statements and other relevant records of M/s………………………………………………………….. having its registered office at …………………………………………………………… and we hereby certify that the turnover of the company for the last three years is as under :

Year Turn over (Rs in Crore)

2010-11

2011-12

2012-13

Total

This certificate is issued at the request of the Company for the purpose of applying for tender ID…………………. Date of Issue ……………………………. Place :………………………………………..

Name of the Chartered Accountant ( with Seal )

Registration no.……………………………

Fax No…………………………………………

E-Mail ID…………………………………………

Cell/ Telephone No. ……………………….

Page 79: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

78 | P a g e

FORMAT-VII

NO DEVIATION CERTIFICATE

<on letter head of the company>

To, Date:……………..

Executive Engineer

Plot no 35, OIDC Complex

Near Fire station, Somnath

Nani Daman - 396210

Email: [email protected]

Telephone: 0260 2250745, 2240190

Fax: 0260 2240745, 2240889

Tender ID:…………………

Sir,

We understand that any deviation/exception in any form from our bid against the above

mentioned reference number may result in rejection of our bid. We, therefore, Certify that

we have not taken any exceptions/deviations anywhere in the Bid and we agree that if any

deviation is mentioned or noticed, our bid may be rejected.

Yours Faithfully,

(Signature of Authorised Signatory)

Name: ………………………………………………….

Designation: …………………………………………………

Company Seal:

…………………………………………………

Page 80: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

79 | P a g e

FORMAT-VIII

DETAILS OF EXPERIENCE IN LAST THREE YEARS

Sr. No.

Name of the Company with full address, phone, fax and name of Contact Person

Work Description

Ref. & date of order

Work Order Value

Details of Order & its configuration

Date of Completion

(Signature with Stamp of Authorized person)

Note:

Copies of MAJOR work orders along with Work completion and credential certificates should

be attached with this information. If necessary, separate sheet may be used to submit the

information.

Page 81: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

80 | P a g e

FORMAT-IX

PRICE SHCHEDULE

The price schedule will be available on nprocure website. The user needs to submit

price bids only on nprocure and no hard copy of the same should be submitted.

Page 82: Tenderdocs1mwsolardaman 150309065139 Conversion Gate01

FORMATS

Tender Documents for 1 MW Grid Connected Solar PV Project at Daman

September 2013

81 | P a g e

FORMAT-X

DRAFT COPY OF AGREEMENT

Draft copy of agreement is enclosed in Annexure-I.


Recommended