SECTION - I
INSTRUCTIONS TO BIDDERS
A. Introduction
1. Source of Funds
1.1 The Project has been jointly funded by MNRE, GOI and H.P. Govt. of Himachal Pradesh under
SADP programme.
2. Eligible Bidders
2.1 MNRE approved System Integrators under JNNSM / manufacturer of SPV systems having sufficient
experience of installation and commissioning of minimum 10 No. 2 kWp and higher capacity SPV
Power Plants are eligible. The bidder should have income tax/sale tax clearance, CST/ VAT
registration etc. as required under the rules. . Bidders may submit the proof of their eligibility in
the shape of work order, commissioning and satisfactory operation reports along with the bid.
In absence of sufficient experience the tender can be rejected straight way.
3. Bid Form
3.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the
Bidding Documents, indicating the goods to be supplied, a brief description of the goods,
quantity and prices.
3.2 The rate should be quoted inclusive of supply, installation, commissioning, testing, taxes /
duties, transportation , insurance and storage etc..
4. Documents Establishing Bidder's Eligibility and Qualifications
4.1 The Bidder shall furnish, as part of its bid, documents establishing the bidder's eligibility to bid
and its qualifications to perform the Contract if its bid is accepted.
5. The documentary evidence of the Bidder's qualifications to perform the Contract if its bid
is accepted, shall establish to the Purchaser's satisfaction.
(a) that, in the case of a Bidder offering to supply goods under the contract which the Bidder
did not manufacture or otherwise produce, the Bidder has been duly authorized by the
goods' manufacturer or producer to supply the goods in the Purchaser’s country. In
support party will provide the documentary proof of infrastructure support for the same.
(b) that the Bidder has the financial, technical, and production capability necessary to perform
the Contract.
6. The documentary evidence of conformity of the goods and services to the bidding
documents may be in the form of literature, drawings and data, and shall consist of:
(a) a detailed description of the essential technical and performance characteristics of the
goods;
(b) a list giving full particulars, including available sources and current prices, of all spare
parts, special tools, etc., necessary for the proper and continued functioning of the goods
for a period to be specified in the Bid Data Sheet, following commencement of the
goods by the Purchaser; and
(c) a item-by-item commentary on the Purchaser's Technical Specifications demonstrating
the goods and services to those specification, or a statement of deviations and exceptions
to the provisions of the Technical Specifications.
7. Earnest Money / Bid Security
7.1 Tender not accompanied by bid security of Rs. 3.5 lac only through demand draft shall not be
accepted.
7.2 The bid security is required to protect the Purchaser against risk of Bidder's conduct which would
warrant the security's forfeiture.
7.3 Unsuccessful Bidder's bid security will be discharged/returned as promptly as possible but not
later than thirty (30) days after the expiration of the period of bid validity prescribed by the
purchaser.
7.4 The successful Bidder's bid security will be discharged after completion of rate contract .
The bid security may be forfeited:
a) If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on
the Bid Form.
b) In case of successful Bidder fails to sign the Contract or to furnish required
performance security.
8. Period of Validity of Bids
8.1 Bids shall remain valid for the period of 180 days from the date of opening of technical bids.
9. Format and Signing of Bid
9.1 The Bidder shall submit an original and one duplicate copy clearly marking each "Original Bid"
and "Copy of Bid", as appropriate. In the event of any discrepancy between them, the original
shall govern.
9.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed
by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. All
pages of the bid, except for un-amended printed literature, shall be initialed by the person
signing the bid.
9.3 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person
or persons signing the bid.
B Submission of Bids
10. Sealing and Marking of Bids
10.1 The Bidders shall seal the original and each copy of the Technical bid in separate envelopes,
duly marking the envelopes as "original" and "copy". The envelopes shall then be sealed in an
outer envelope. The Price Bid containing the Bid Form and the relevant Price Schedule should be
enclosed in a separate envelope marked “Price Bid”. The Technical Bid in all circumstances
should not contain any reference to the Prices quoted.
11. Deadline for Submission of Bids
11.1 Bids must be submitted in the office in time.
12. Late Bids
12.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
HIMURJA, will be rejected and/or returned unopened to the Bidder.
C Bid Opening and Evaluation
13. Opening of Technical Bids by Purchaser
13.1 The Purchaser will open the technical bids, in the presence of Bidders' representatives who wish
to attend, at the time, on the date, and at the place specified in the Bid Data Sheet. The bidder’s
representative who are present shall sign a register evidencing their attendance.
13.2 The Bidders' names, the presence or absence of the requisite bid security and such other details as
the Purchaser, at its discretion, may consider appropriate will be announced at the opening,
except for late bids, which shall be returned unopened to the Bidder.
13.3 The technical bids shall be evaluated by the purchaser for assessing responsiveness, bidders
qualification and technical confirmation.
13.4 The bidders whose technical bids are declared as technically responsive and qualified shall be
informed accordingly and their Price Bids shall be opened.
13.5 The bidders whose technical bids do not qualify, their Price Bids shall not be opened and the
same shall be returned to the Bidders.
13.6 Price Bids opening date shall be conveyed subsequently.
14. Clarification of Bids
14.1 During evaluation of the bids, the Purchaser may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.
15. Evaluation and Comparison of Bids
15.1 The Purchaser will evaluate and compare bids which have been determined to be substantially
responsive.
15.2 The detailed techno-commercial analysis of the bid shall be carried out by the purchaser.
16. Contacting the Purchaser
16.1 From the time of bid opening to the time of contract award, if any bidder wishes to contact the
purchaser on any matter related to the bid, it should do so in writing.
16.2 Any effort by a Bidder to influence the Purchaser in its decision on bid evaluation, bid
comparison or contract award decisions may result in rejection of the Bidder's bid.
D Award of Contract
17. Award Criteria
The Purchaser will award the Contract to the successful Bidder whose bid has been determined
to be substantially responsive and has been determined as the lowest evaluated bid, provided
further that the Bidder is determined to be qualified to perform the Contract satisfactorily. For
evaluation total evaluated cost of all plants will be considered. The order can be placed upon more than
one manufacturer/firm in case it is necessitated to execute the work in time.
18. Purchaser's Right to Accept Any Bid and to Reject Any or All Bids
18.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of Contract, without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders.
19. Signing of Contract
19.1 The successful Bidder will sign the contract within fifteen (15) days of is of detailed order
separately for each order .
20. Performance Security
20.1 Within fifteen (15) days of date of issue of notification of Contract award, the successful
Bidder shall furnish to the Purchaser the performance security 10% of the contract value
valid for five years from the date of commissioning of the project. Performance
security will be released after completion of warranty period of five years .
20.2 The proceeds of the performance security shall be payable to the Purchaser as
compensation for any loss resulting from the Supplier's failure to complete its obligations
under the Contract.
20.3 The Performance Security shall be denominated in the currency of the Contract, and shall
be a Bank guarantee, issued by any nationalized / scheduled bank located in India and
acceptable to the Purchaser. or Demand Draft favoring HIMURJA, payable at Shimla.
-end-
SECTION - II
GENERAL CONDITIONS OF CONTRACT
Following proposals have been sanctioned by MNRE for installation of different capacities of
SPV power plants against SADP Programme . Consignee wise detail is as per Annexure X.
i) Forest Rest House in Rancer Island in
Maharana Partap Sager (Pongdam lake)
in district Kangra in. H.P.. 10 kWp
ii) Chief Secretary Residence at Broak Hurst, Shimla 2 kWp
iii) District collectorstes 12 No. @ 4 kWp 48 kWp
Total 60 kWp
1 Scope
The scope under this tender contract will include design, manufacture, shop testing,
inspection, supply packing & forwarding, transportation upto project site, loading & unloading,
insurance , storage , erection, preliminary testing at site, commissioning, performance testing
& handing over of SPV power plants to the respective beneficiaries including following:-
a) Warranty period of five years from the date of successful commissioning.
b) Civil works including site development, structure, foundations, mounting and other
miscellaneous works required as per site conditions.
c) Provision will be made for automatic shift to conventional electric supply in case of
failure of supply from DC battery.
d) There will be provision for remote monitoring also but HIMURJA may or may not place
order with this arrangement as such price breakup be given accordingly
The scope of Beneficiaries will include following.
a) Shadow free area for installation of SPV arrays @ 15 m ² per kWp
b) Control room for housing control panels and DC batteries.
c) Statuary clearance, if any.
d) Modification of wiring for light load to be connected.
2. Packing
The Supplier shall provide such packing of the Goods as is required to prevent their damage or
deterioration during transit to their final destination as indicated in the Contract. The packing
shall be sufficient to withstand, without limitation, rough handling during transit and exposure to
extreme temperatures, salt and precipitation during transit and open storage. Packing case size
and weights shall take into consideration, where appropriate, the remoteness of the Goods' final
destination and the absence of heavy handling facilities at all points in transit.
3. Incidental Services
The supplier may be required to provide any or all of the following compulsory services
(a) Performance or supervision of the on-site assembly and/or start-up of the supplied Goods;
(b) Furnishing of sufficient T&P and tools required for assembly and/or maintenance of
the supplied Goods;
(c) Furnishing of detailed operations and maintenance manual for each appropriate unit of
supplied Goods;
(d) Performance or supervision or maintenance and/or repair of the supplied Goods, for a
period of time agreed by the parties, provided that this service shall not relieve the Supplier of
any warranty obligations under this Contract.
(e) Training of the Purchaser's Personnel, at the Supplier's plant and/or on site, in assembly,
start-up, operation, maintenance and/or repair of the supplied Goods.
4. Payment
Payment shall be made in the currency specified in the Contract in the following manner:
Advance Payment : Ten (10) percent of the contract price shall be paid within fifteen (15) days
of signing of the contract and upon submission of claim against a simple receipt and a bank
guarantee for the equivalent amount valid for six months or until the goods are delivered .
On delivery : Forty (40) percent of the contract price shall be paid on receipt of the goods and
upon submission of bill duly verified by Project Officer, HIMURJA, Shimla.
On Final Acceptance: Forty (40)% of the contract price of the goods shall be paid after
successful commissioning and Acceptance Certificate issued by the Purchaser’s representative
duly accepted by the beneficiaries. Balance 10 % will be released after completion of four
years of commissioning and verification by concerned project officer.
5. Time of completion
Time of completion will be four months from the date of issue of order in case of 2 kWp SPV
plant in residence of Chief Secretary at Broak Hurst, Shimla and for others it will be six
months. Delivery of the Goods and performance of Services shall be made by the Supplier in
accordance with the time schedule prescribed by the Purchaser in its Schedule of Requirements.
6. Termination for Insolvency
6.1 Failure to complete work order in time shall attract penalty @1% of the delayed goods
for every week of delay or part thereof subject to a maximum of 10%. However, under
force majeure condition extension may be granted with permission of competent
authority.
6.2 In case of any negligence and delay in completion of awarded work the order will be
cancelled after serving fifteen days notice and the work can be executed on the risk and
cost of supplier.
6.3 All disputes relating to this working shall be subject to the jurisdiction of courts in
Shimla and Chief Executive Officer, HIMURJA shall be the sole arbitrator.
7. Inspection and Tests
Inspection and tests prior to shipment of Goods and at final acceptance are as follows:
7.1 The inspection of the Goods shall be carried out to check whether the goods are in
conformity with the technical specifications attached to the purchase order form and shall
be in line with the inspection/test procedures laid down in the schedule of specifications
and the contract conditions.
7.2 Manufacturer must have suitable facilities at their works for carrying out various
performance tests on the equipment.
7.3 All tests specified in the technical specifications.
7.4 Approved supplier’s drawings shall not be departed from except as provided in the
bidding document
7.5 The purchaser shall have the right at all reasonable times to inspect, at the supplier’s
premises all supplier’s drawings of any part of the work.
7.6 The supplier shall provide, within the time stated in the contract or in the programme,
drawings showing how the plant is to be designed and any other information required for
a) Preparing suitable foundations or other means of support.
b) Providing suitable access on the site for the plant and any necessary equipment.
c) Making necessary electrical connections for the plant.
7.7 Before the goods and equipment are taken over by the purchaser, the supplier shall
supply operation and maintenance manuals together with drawings of the goods and
equipment as built. These shall be in such details as will enable the purchaser to operate,
maintain, adjust and repair all parts of the works as stated in the specifications. The
manuals and drawings shall be in the ruling language (English) and in such form and
numbers as stated in the contract. Unless and otherwise agreed, the goods and equipment
shall not be considered to be completed for the purposes of taking over until such
manuals and drawings have been supplied to the purchaser.
7.8 In case of the Supplier, supplying critical equipment which is being manufactured by a
Foreign sub-contractor or vendor, mandatory inspection at works of Foreign sub-
contractor or vendor shall be carried out by the purchasers engineers. The complete
charges for such inspection & tests including equipment simulation at the works of the
sub-contractors including to & fro airfare, stay, boarding & lodging for purchasers
engineers shall be borne by the supplier.
7.9 In case of indigenous equipment/goods inspection shall be carried out at the works of the
supplier by the purchasers engineer and the costs for such inspection have to be borne by
the supplier.
7.10 If the goods/services or any section fails to pass the Tests. The supplier may require such
tests to be repeated on the same terms and conditions. All costs to which the purchaser
may be put to by the repetition of the tests under this sub-clause shall be deducted from
the contract price.
7.11 If the purchaser and the supplier disagree on the interpretation of the test results each
shall give a statement of his views to the other within 14 days after such disagreement
arises. The statement shall be accompanied by all relevant evidence. The purchaser will
review both the statements and render a final decision within a further period of fourteen
days which shall be binding on the supplier.
For the System & Other Software, the following will apply:
The Supplier shall provide complete and legal documentation of hardware, all
subsystems, operating systems, compiler, system software and the other software. The
Supplier shall also provide licensed software for all software products, along with the
software manuals whether developed by it or acquired from others. The supplier shall
also indemnify the purchaser against any levies/penalties on account of any default in this
regard.
8. Acceptance Certificate:
8.1 On successful completion of acceptability test, receipt of deliverables etc, and
after the purchaser is satisfied with the working on the plant, the acceptance certificate
signed by the supplier and the representative of the purchaser will be issued. The date on
which such certificate is signed shall be deemed to be the date of successful
commissioning of the systems.
8.2 The training shall be imparted for seven days after successful commissioning of
project to the officials of H.P. Govt. for operation and routine maintenance.
9. Spare Parts
Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares
such as Cable lugs, Nut & bolts, Screws, Switches, fuses, indicating lamps & blocking
diodes lights/bulbs, spare modules, battery spares etc. sufficient for five year operation.
One set of critical spares like PLC cards, IGBT driver cards, MoVs etc. shall be kept as
minimum inventory level. List of consumable spares and mandatory spare parts and
components will be supplied with the bid.
10. Maintenance Service During warranty period
Free maintenance services shall be provided by the supplier during the warranty period
of five years . No payment will be made on this account as it is included in the cost
of main equipment. This Maintenance Service will include:-
a) Preventive & Routine Maintenance:-
It includes minimum two visits to individual sites which shall be done at least once in
every six months and shall include activities such as cleaning of modules , checking
of connections of panels, electric connections of arrays , control panels, inverter ,
charge controllers, DC battery connections , specific gravity of battery and any other
activity that may be required for proper functioning of the System as a whole. Proper
record will be maintained by the firm on this account in the police station as well as in
the service centre. Any spare and consumable required during period of five years will
be supplied free of cost by the firm including replacement of any components which goes
bad.
b) Breakdown and corrective maintenance:
Whenever a complaint is lodged by the user in the service centre , the firm shall attend to
the complaint within a reasonable period of time and in any case the breakdown shall
be corrected within a period not exceeding three days for normal area and five days
for tribal and remote area from the date of lodging of complaint. The firm will intimate
the telephone No and contact person to whom complaint is to be lodged. Failure to
arrange for the immediate repair/replacement will be liable for penalty and the amount of
penalty will be recovered from the bank guarantee or any money lying with HIMURJA
@ Rs. 2,000/- only per day.
11. Subcontracts
The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the
Contract if not already specified in his bid. Such notification, in his original bid or later,
shall not relieve the Supplier from any liability or obligation under the Contract.
12. Right to use defective equipment
If after delivery, acceptance and installation and within the guarantee and warranty
period, the operation or use of the equipment proves to be unsatisfactory, the Purchase
shall have the right to continue to operate or use such equipment until rectifications of
defects, errors or omissions by repair or by partial or complete replacement is made
without interfering with the Purchaser’s operation.
13 Operation & Maintenance
The firm will train the staff of Govt. for seven days after commissioning for the
operation and routine maintenance of plant. The detail of maintenance to be done by
the firm is lying in technical specification.
14 Site Visit
The tenderer may visit the sites to see the site and study the feasibility and scope of
work before quoting the rates otherwise it will be assumed that they have visited the site .
-end-
SECTION – III
SCHEDULE OF REQUIREMENT
S.
No.
Brief Description 2kWp 4 kWp 10 kWp
1 SPV modules of 150 Wp or above
with RF identification tag.
1 set 1 set 1 set
2 SPV module mounting structure
suitable for above
1 set 1 set 1 set
3 PCU as per IEC/ IS marked along
with Charge controller
2 kVA 4 kVA 10 kVA
4 Battery bank of VRLA
maintenance free batteries
48 V
400 AH
96 V
400 AH
240 V
400 AH
5 Array Junction Boxes 1 Set
6 Main Junction Boxes 1 Set
7 DC Distribution units as per
specifications
1 No.
8 AC Distribution unit including
Mains Changeover
1 No.
9 Copper Cable of 1C * 2.5 Sq.
mm. 2C * 4 Sq. mm 2C* 6 Sq.
mm PVC insulated Cu cable of
ISI make
As per requirement of site
10 Lightning arrestor complete 1 Set
11 Earthing set 1 Set
12 Spares, tools for 5 years operation
and maintenance of plant
As per list
13 Fuses, Transfer switches, Printed
Circuit boards required for 5 years
operation
1 Set
14 Engineering, electrical drawings
and installations and O&M
manuals
3 Sets
15 All civil works required for the
plant
L/S
Note : The requirement for the plant and machinery is indicative and the supplier is required to include
and quote for any other item left out in the schedule . Complete details and quantity of mandatory spare
parts shall be furnished by the supplier in their bid. Suppliers shall offer their complete design along with
drawings for the plant in their bids. Alternate makes be offered for the equipment/items for shortlisting
and approval by the purchaser . The specification of all the components including modules will conform
strictly to the specification as prescribed in JNNSM by MNRE.
SECTION - IV
TECHNICAL SPECIFICATIONS
1 LOCATION / SITE DETAILS FOR THE SPV POWER PROJECT
The location of plants and consignees is as per Annexure X.
2 General Description
The power plant shall provide a reliable and independent power supply to the premises . The
PCU containing inverter and charge controller shall be designed to convert DC power produced
by SPV modules, in to AC power with a intelligent provision to have battery bank Charging
from dual-source to meet the load requirement during night hours. Provision will be made
for automatic shift to conventional electric supply in case of failure of supply from DC
battery. All the components will meet all the requirement of technical specification approved by
MNRE against JNNSM. The solar isolation level is to be measured by the tenderer alongwith
true south. Other meteorological parameters of H.P are as under:-
Ambient temperature 50 0C max., -10
0C min .
Elevation 1000feet above mean sea level to 10,000 feet
Humidity 100 %
3 The PV modules and other components of SPV plants to be offered shall perform satisfactorily
in humidity up to 100 % with ambient temperature in between - 30 degree centigrade to + 55
degree centigrade.
I. Solar PV MODULE
1. Solar PV module array to be of high efficiency Solar Modules utilizing Crystalline
Silicon (Multi/Mono crystalline) Solar PV cells. Individual Solar module rating should not be
less than 150Wp @ STC. each .
Since the modules would be used in high voltage circuit , the High Voltage Insulation test shall
be carried out on each modules and a test certificate to that effect will have to be provided.
Power output Guarantee offered for the SPV Module shall be :
i) 12 years (with less than 10% degradation)
ii) 25 years (with less than 20% degradation)
Solar PV module offered should meet following minimum requirement.
1. Efficiency of module, Eff, m ≥ 12.5%
IV curve of each PV module with Sl Nos. should be submitted along with Modules.
Solar PV Modules shall conform to IEC 61215 Ed 2 and IEC 61730 standard. Test certificates
to be submitted along with the bid with other requirements of JNNSM.
With RFID on the module ,following details to be provided:
• Maximum Power, Pmax
• Open Circuit Voltage, Voc
• Short Circuit Current ,Isc
• Voltage at Max Power Vmp
• Current at Max power Imp
• Efficiency of cell, Ef, c
• Efficiency of module, Ef, m
• Module No. and make
3. Solar PV Module should conform to following mechanical requirement:
• Toughened, low iron content, high transmissivity front glass.
• Anodized Aluminum Frame.
• Ethyl Vinyl Acetate (EVA) encapsultant.
• Silicon edge sealant around laminate.
• Tedlar / Polyester trilainate back surface.
• ABS plastic terminal box for the module output termination with gasket to prevent water
moisture.
• Resistant to water, abrasion, hail impact, humidity & other environment factor for the worst
situation at site.
• By pass diode.
Type of Solar PV Modules offered should have proven Performance Track record in
Indian climatic conditions.
II. Module Mounting Structure / Array
• Structure shall be designed for simple mechanical and electrical installation. It shall support SPV
modules at a given orientation, absorb and transfer the mechanical loads to the ground
properly.
The mounting structure should be Galvanized & with anticorrosive paint. The array structure
shall be so designed that it will occupy minimum space without sacrificing the output from SPV
panels & shall with stand heavy winds. Support structure design and foundation or fixation
mounting arrangements should with stand minimum horizontal wind speed of 140 kmps / hr
(Design devalue shall be greater than 140 kmps /hr).
• Tilt angle adjustment:-Manual provision to be kept from 10° to 40º in steps of
10 deg.
• Foundation -The legs of the structure made with hot dip GI angles will be fixed and grouted in
the RCC foundation columns made with 1 :2:4 cement concrete. The minimum ground
clearance from the lowest part of any module shall be 500 MM. While making foundation
design due consideration will be given to weight of module assembly and maximum wind
speed of 200 km per hour .
• The work include necessary excavation, concreting, back filling , shoring and shuttering etc.
• Brick paving of first class bricks with cement mortar (1 :6) as per PWD specifications on edge
type plate form is to be provided under the modules structure area.
III. Array Junction Box:
• The junction boxes shall be dust vermin and water proof and made of FRP / Thermo Plastic
with IP65 protection.
• The terminals shall be connected to copper bus bar arrangement of proper sizes.
• The junction boxes shall have suitable cable entry points fitted with cable glands of
appropriate sizes for both incoming and outgoing cables.
• Suitable markings shall be provided on the bus bar for easy identification and cable ferrules shall
be fitted at the cable termination points for identification.
• The rating of the JB’s shall be suitable with adequate safety factor to interconnect the Solar PV
array.
• Metal oxide arrestors shall be provided inside the Array Junction Boxes.
IV. Battery Bank:
The battery Bank of the solar system shall be VRLA type sealed maintenance free batteries .
The Performance Warranty of the Battery Bank should not be less than 5Years. In case any
battery goes bad, during the warranty period of five years the firm will have to replace the
same with new one free of cost. Main features of the battery. ( as applicable)
• The batteries shall comprise 2V Cells with suitable capacity at C10 rate.
• Polypropylene/Hard Rubber Container.
• Terminals: Of lead alloy, suitable for bolted connection.
• Recharge ability: at very low rates charging rates as low as 0.05% of the normal charging
current.
• High charging efficiencies: Ah efficiency; In excess of 90%.
• Low rate of self discharge: less than 3% per month at 27°C.
• Capacity to sustain partial state of charge should with stand partial state of charge up to six
months.
• Vent Plugs: Micro porous, ceramic for minimizing electrolyte loss(For Flooded Electrolyte type
).
• Topping Up frequency: once in 8/10 months (For Flooded Electrolyte type ).
• Very Low maintenance .
• Service life of 8 -10 years under normal operating conditions.
Note:-
Alternate makes of Batteries of reputed make shall be offered along with performance certificates.
It should be proven in the field along with a Solar PV system.
V. Battery Rack:
A suitable battery rack with interconnections & end connector shall be provided to suitably
house the batteries in the bank. Battery interconnecting links shall be provided for
interconnecting in series and in parallel as per requirement. Connectors for inter cell connection
(series/parallel) shall be maintenance free screws. Insulated terminal covers shall be provided.
VI. PCU (Power Conditioning Unit)
The power conditioning unit shall include charge controller, inverter and grid charger in one
enclosure.
1) Nominal DC Array
Input Voltage 48 V DC, 96 V & 240 volts
2) Solar Charge Controller
Capacity 2, 4 & 10 KVA
3) Charger Type PWM Based Solar Charge Controller
4) Battery Type VRLA type sealed Maintenance free batteries
5) Solar Charge Controller
efficiency > 92%
6) Inverter Type Bidirectional
7) Continuous Output 2 , 4 & 10 kVA
Rating
8) Output Wave Form Sine Wave Output
9) Total Harmonic
Distortion < 3%
10) Output Voltage 230 V ± 1%
11) Output Frequency 50 Hz. ± 0.5 Hz.
12) Power Factor 0.8
13) Inverter efficiency > 85% at full load and nominal battery input
voltage
14) Regulation Line regulation & Load regulation – 2 %
15) AC Battery Charger
Capacity
Minimum 100 % of Solar Charge Controller
Capacity
16) AC Battery Charger
Input Voltage 230 V AC ± 15%, 50 Hz. Single Phase AC Input
17) Overload Features 150% for 1 minute
18) Control Type Microprocessor based Control.
19) Operation mode
PCU must be designed to work in
1. Stand Alone Mode
2. Hybrid Mode
3. OFFLINE Mode
20) Cooling Forced Air cooling
21) Operating temperature - 30 degree C to + 50 degree C
22) Relative Humidity 100 % Maximum
23) Indications
Inverter ON
Grid ON
Array ON
Inverter under/over voltage
Inverter Overload
Battery Low
24) Protections
Input over voltage / Input under voltage
Short circuit / Over Current/over load
Load surge current
Battery Low trip
Battery reverse polarity
25) MCB’s / MCCB’s Suitable rating MCB’s / MCCB’s of reputed make
must be provided for Array, Battery & Load
isolation.
26) Manual bypass switch
To bypass grid power to load directly. Under this
condition, solar charge controller shall continue to
charge the battery at its full capacity as per
requirement of battery.
27) Assembly & Mounting As per normal industry practice.
28) Cable Entry From rear, 200mm above ground level
29) Potential Free Contact Potential free contact must be provided for battery
low pre alarm
VII. Cables and accessories
All the cables shall be supplied conforming to IS 694 & shall be of 650 V /1 .1 kV grade as per
requirement .Only PVC Copper cables shall be used. 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. All installation accessories, which are required to
install and successfully commission the power plant, are to be provided.
All indoor wiring is to be in a casing capping system. As and when required flexible conduit may
be used.
Cabling
Cabling :
Cabling in the yard shall be carried out as per IE Rules. Cabling inside control room and array
area should be in cable pipes with proper water/moisture protection sealing. All other cabling
above ground should be suitably mounted on cable trays with proper covers. For underground
cables, cable trenches should be provided covered with RCC slabs.
Wires:
Only copper wires of appropriate size and of reputed make shall have to be used.
Cables Ends :
All connections are to be made through suitable cable/lug/terminals; crimped properly & with
use of Cable Glands.
Cable Marking :
All cable/wires are to be marked with proper manner by good quality ferule or by other means
so that the cable can be easily identified.
All the cables required for the plant will be provided by the manufacturer.
VIII. Earthing and protection
Lightning Protection
There shall be the required number of suitable lightning arrestors installed in the array area at
least one at each site. Protection shall meet the safety rules as per Indian Electricity Act
Earthing Protection
Each array structure of the PV yard should be grounded properly as per IS:3043-1987. In addition
to it, the lightning arrester/masts should also be provided inside the array field. Provision should
be kept for shorting and grounding of the PV array at the time of maintenance work. All metal
casing/shielding of the plant should be thoroughly grounded in accordance with Indian electricity
Act./IE Rules. Earth Resistance should be tested in presence of the representative of HIMURJA
after earthing by calibrated earth tester. PCU ACDB and DCDB should also be earthed properly.
Danger Boards
Danger boards should be provided as and where necessary as per IE Act./IE rules as amended up
to date. A warning board showing warning for non use of heating load from the system is
required to avoid misuse.
IX. System Functioning
The system should be compatible with Solar & Mains with Energy Management function.
Priority should always be given to the Solar Energy .Depending upon specified battery state of
charge ,the system should intelligently decide whether mains supply is to be used or in case of
situation so warrants , alarm for starting of back up generator should be generated.
The grid charging is switched on only when battery reaches a specified SOC (State of Charge)
/Volt (user defined) and stopped when battery has reached a specified SOC /Volt again, thus
ensuring solar energy is fully utilized .i.e. ,after grid charging has stopped, solar will have
to do the end charging.
When Solar and mains are available and battery is fully charged, the load shall be supplied by
solar energy.
When solar is not available but grid is available, AC mains will supply the load along with
charging the battery bank if required. The set points should be freely programmable as per user
requirement. Following features are essential:
1 The set points for Energy Management like Battery Voltage or battery SOC (State of
Charge) to be Programmable as per user requirement.
2 Two separate energy meters will be provided one to record energy from solar system
and other from the grid .
3 The entire functioning is to be automatic without any user intervention required. 4 Remote monitoring is optional and HIMURJA may or may not order after keeping in view the
site conditions.
5 Solar power will be utilized in the day load except battery charging to reduce the over all
consumption. Battery is not to be charged from conventional electric supply. The night load
will be supplied from battery.
6 The bidder will give detailed write up of the working of system in various conditions.
X. Display Board
A display board will be installed at each police station The material for writing will be provided
by the HIMURJA.
XI. After Sales Services:
The tenderer shall ensure 5 (five) years after sales service on site on chargeable basis as per
AMC contract or otherwise which include routine and preventive maintenance .
XII. Factory Testing:
A) Preparation of all controls, protective and instrumentation circuits shall be demonstrated by
direct tests, if feasible or by simulation operation conditions for all parameters that can not
be directly tested.
B) Operation of start up, disconnect and shutdown controls shall also be tested and
demonstrated. Stable operation of the PCU containing inverter and charge controller and
response to control signals shall also be tested and demonstrated.
C) Factory testing shall include measurement of phase currents, efficiencies, harmonic content
and power factor.
D) A factory Test Report (FTR) shall be supplied with the unit after all tests. The FTR shall
include detailed description of all parameters tested qualified and warranted.
Factory testing of the PCU should be carried out and witnessed by the Purchaser’s Engineers
at the manufacturers premises. Other routine tests on modules including HV test on all
modules , PCU and other BoS items will be carried out by the suppliers at works free of
cast in the presence of representative of HIMURJA.
XIII. Other Condition
Technical description for all components & electronics along with block diagram, layout,
drawing is to be submitted with the tender. Insulation mat in front of plant controlling
unit, Inverter are to be provided. Suitable cooling arrangement in the control room for
cooling of the PCU are to be arranged, if required.
XIV Tools & Tackles and Spares :
After completion of installation & commissioning of the power plant, necessary tools &
tackles are to be provided free of cost by the contractor for maintenance purpose in each
police station. Requisite spares for successful operation and maintenance for five years
in case of SPV plant comprising of a set of control logic cards, IGBT driver cards,
Junction Boxes, Fuses, MCCBs etc. along with spare set of PV modules and batteries be
kept available in the proposed service centre in the custody of firm. A minimum set of
spares shall be maintained in the plant itself for the entire period of warranty i.e. five
years.
XV. Drawings & Manuals
Bidders shall provide complete technical data sheets for each equipment giving details of
the specifications along with make/makes in their bid , basic design of the power plant
with protection equipment. Approved ISI and reputed makes of equipment be used.
Detailed operations and maintenance manual will be supplied to different units
as under:-
i) Three sets to HIMURJA H/Q
ii) One set to each consignee
iii) Two sets for each site
XVI. OPERATION & MAINTENANCE OF POWER PLANT
Operation of SPV power plants will be done by the concerned staff of beneficiary ,but
training will be imparted by the firm for operation and routine maintenance . Maintenance
service will be as per clause No. 10 of General Conditions of Contract.
XVII. Spare Parts to be kept at Service centre
S No Item Description Quantity ( No.)
1 SPV Module 0.5% of total Qty . If the quantity is found less
then one , minimum one No. module will be
supplied as spare
2 Battery Battery replacement to be carried out as and when
required within warranty period if it goes bad.
3 Power Conditioning Systems Necessary spares for 5 years of operation with
minimum . 1 set of spares to be kept at plant site.
4 Miscellaneous( cable, fuses, screws,
soldering material, lugs etc )
Required for 5 years of operation
Tools and Measuring instruments for each Police Station/ Police Post
S No Item Description Quantity ( nos)
1 Digital Multimeter 1
2 Screw Driver set 1
3 Spanner set 1
4 Cutting Plier 1
5 Soldering Iron 1
6 Battery Float meter or any other item if required
XVIII COMPLETENESS
All such systems/equipment/components/works which are necessary for the completeness of the
equipment and to ensure a trouble free and safe operation as per technical specifications but not
mentioned explicitly shall also be a part of the scope of the tenderer without any extra charge to
HIMURJA.
-end-
SECTION –V
Annexure I
TENDER FORM
1. Tender No:
1 Name of the work:
1 Last date and time of submission of the documents:
4. Amount of Earnest Money Deposit:
5. Date and time of opening of the tender:
6. Place of opening of the tender:
7. Name and status of firm/company
individual to whom the tender document
is issued :
1 Validity of tender
7 Name of the authorized representative to
Sign the tender
(Signature of Tenderer)
with designation
• All the columns must be filled by the tenderer.
Annexure II
GENERAL PARTICULARS OF THE TENDERER
1 Name of tenderer:
1 Address for correspondence:
1 Telephone No. and Fax No.
4 Name and Designation of the
Authorized Representative of the tenderer
to whom all the references shall
be made:
5 Amount and reference of E.M.D.
Deposited (Drawn on Bank & D.D. No.)
1 Financial capability of the contractor/
Firm for carrying out the work:
1 Has the firm ever been
debarred by any Govt. Deptt/Agency/organization
for undertaking any work:
1 Details of offer (Mention No of pages):
9. Reference of any other information
attached by the tenderer:
10. Authorized representative for any correspondence
1 Whether service center for after sales service
set up in the state, give address
12 PAN No.
(Signature of Tenderer)
with designation
Annexure III
EXPERIENCE OF THE TENDERER
Please fill in the information about the similar projects undertaken over the last five years
1. Name of organization by whom work was awarded. Please give Project wise detail of projects
installed/ commissioned:-
2. Name and location of the works.
3. Total amount of Contract.
4. Year of Award.
5. Detail of involvement in
work as an individual or as a
company.
6. Was the work completed satisfactorily
and within the stipulated time period.
7. Particulars of evidence enclosed in token of above
8. Whether list of past supplies enclosed as per Annexure V
9. Whether past performance obtained from purchasers / utilities enclosed
(Signature of Tenderer)
with designation
Annexure IV
DECLARATION BY THE TENDERER
I/We______________________________________
(herein after referred to as the tenderer) being desirous of tendering for for design, manufacture,
supply, erection, testing and commissioning of 14 No. (60 kWp) SPV plants of different capacity
in H.P. against SADP programme of MNRE. We have fully understood the nature of the work and
carefully noted all the terms and conditions, specifications etc. as mentioned in the tender
documents, hereby declare that:-
1 The tenderer is fully aware of all the requirements of the tender documents and agrees with all
the provisions of the tender documents.
2 The tenderer is capable of executing and completing the work as required in the tender.
3 The tenderer accepts all risks and responsibilities directly or indirectly connected with the
performance of the tender.
4 The tenderer is financially solvent and sound to execute the tender.
5 The tenderer is sufficiently experienced and competent to perform the contract to the satisfaction
of HIMURJA.
6 The information and statements submitted with the tender are true.
7 The tenderer has not been debarred from similar type of work by any Govt.
Dept./Agency/Organization.
8 This offer will remain valid for acceptance for 6 months from the date of opening of the tender.
9 The tenderer gives the assurance to execute the tendered work as per the specifications, terms
and conditions and in exact configuration of the sample submitted on award of the work.
(Signature of Tenderer)
with designation
ANNEXURE V
SCHEDULE OF PAST SUPPLIES OF LAST FIVE YEARS
S No Description Supply order
No. and date Name of
Purchaser /
Agency
Date of
Supply/
completion
as per order
Actual date of
supply/
commissioning on
(Signature of Tenderer)
with designation
Note:-
Performance certificate from the concerned utilities along with their communication address, e- mail
and FAX No. which is required for authentication .
ANNEXURE VI
Guaranteed Technical Parameters S.No. ITEM PARTICULARS
1 SOLAR PHOTOVOLTAIC MODULES
1.1 MANUFACTURER
1.2 SIZE
1.3 Type
1.4 P nom
1.5 P max
1.6 I mp
1.7 V mp
1.8 Module EFFICIENCY
1.9 No. of cells in a module
1.10 Whether meets IEC- 61215 2nd
edition and IEC
61730 standard.
Whether Test certificates submitted along with the bid
1.11 Warranty of modules
1.12 Whether RFID type
2 PCU
2.1 TYPE / Make
2.2 AC Output Voltage
2.3 DC input voltage range
2.4 DC operating voltage
2.5 Continuous rating
2.6 Efficiency
2.7 Operating temperature range
2.8 Power control
2.9 Protection features
2.10 Overload capacity
2.14 DC input overload capacity
3 Battery
3.1 Type
3.2 Manufacturers name
3.3 Capacity Ah at C/10 rate
3.4 DOD %
3.5 Rated normal voltage
3.6 Rated maximum voltage
3.7 Rated minimum voltage
3.8 Applicable standard
3.9 Ampere hour efficiency
3.10 Whether meets IEC / IS standards
Signature of the Bidder ___________________________
Address ______________________________
Annexure –VII
FORMAT FOR BANK GUARANTEE AGAINST PERFORMANCE SECURITY
(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank)
Bank Guarantee No. : …………………………………….
Date:…………………………..
To …………………………………………. (Name of
the Purchaser)
Whereas ………………………………….. ------- (Name of the Purchaser) hereinafter
called “The supplier” has undertaken, in pursuance of Contract No……………………….. -------
----------------------------dated ……… 20…….. to supply
……………………………………………………. (Description of Goods and Services)
hereinafter called “the contract”.
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish
you with a Bank Guarantee by a recognized Bank for the sum specified therein as security for
compliance with the Supplier’s performance obligations under the contract for Operation,
Maintenance and Repairs of the entire system including cost of spares for a period of 5 years
from the date of issue of acceptance certificate by the purchaser.
AND WHEREAS we have agreed to give the Supplier a Guarantee
THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the
Supplier, up to a total of Rs………………………. (Amount of guarantee in words and figures)
being 5% of the total cost of contract value and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the contract and without cavil or argument,
any sum or sums within the limit of Rs…………………………….. (Amount of guarantee) as
aforesaid, without your needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
This guarantee is valid until………………… day of…………….20………
Signature
and Seal of Guarantors
……………………….
……………………….
Date:…………20…...
Note :
1. SUPPLIER SHOULD ENSURE THAT SEAL AND CODE No. OF THE SIGNATORY
IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE BANK
GUARANTEES.
Annexure-VIII
UNDERTAKING TO BE FURNISHED BY BIDDERS
We, M/S ……………………………………………………………………………… with
Registered office at ………………………………………………………………… undertake to
ensure generation of electrical energy from the Solar Power Plant of ---- kWp to be installed by
us as per the details / technical specifications given in Tender document.
Authorized Signatory
Name of the Company with stamp
Annexure -IX
MANUFACTURERS' AUTHORIZATION FORM
No. dated
To
Tender No. Tender document No. --------
Dear Sir:
We who are established and reputable manufacturers
of ________________________ (name & descriptions of goods offered) having factories at
(address of factory) do hereby authorize M/s ___________________ (Name and address of
Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against
the above NIT.
We hereby extend our full guarantee and warranty for the goods and services
offered for supply by the above firm against their project.
Yours faithfully,
(Name)
(Name of manufacturers)Note:
Their letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to legally bind the manufacturer.
It should be included by the Bidder in its technical bid.
Address ______________________________
Annexure -IX
LOCATION AND CONSIGNEES
S
No.
Description Location Consignee
1 10 kWp
4 kWp
Forest Rest House in Rancer Island in
Maharana Partap Sager (Pongdam lake)
in district Kangra in. H.P..
District Collectorate, Dharmshala
PO Kangra
2 2 kWp
4 kWp
Chief Secretary Residence at Broak
Hurst, Shimla
District Collectorate, Shimla
PO , Shimla
3 4 kWp District Collectorate, Mandi PO , Mandi
4 4 kWp District Collectorate, Kullu PO , Kullu
5 4 kWp District Collectorate, Keylong PO Keylong
6 4 kWp District Collectorate, Bilaspur PO , Bilaspur
7 4 kWp District Collectorate, Solan PO , Solan
8 4 kWp District Collectorate, Nahan PO , Sirmour
9 4 kWp District Collectorate, Recongpeo PO Kinnaur
10 4 kWp District Collectorate, Chamba PO , Chamba
11 4 kWp District Collectorate, Hamirpur PO , Hamirpur
12 4 kWp District Collectorate, Una PO , Una
FINANCIAL BID
Annexure F-1a
Price Schedule
S
No.
Description
Qty Rate Amount
1 FOR cost of SPV plant for design,
manufacture, shop testing, inspection, supply
packing & forwarding, transportation upto
project site, loading & unloading, insurance ,
storage , erection, preliminary testing at site,
commissioning, performance testing &
handing over of SPV power plants to the
respective beneficiaries strictly as per scope of
work as per Tender specification.
I 2 kWp 1 No.
ii 4 kWp 12 No.
iii 10 kWp 1 No.
Total
Note:-
i) FOR cost will be quoted including all applicable taxes and duties, entry tax of H P @ 3 %.
ii) Plant wise price break up be given separately as per Annexure F-2 .
Sign of Tenderer
Annexure F-1b
Price Schedule
S
No.
Description
Qty Rate Amount
1 FOR cost of SPV plant for design,
manufacture, shop testing, inspection, supply
packing & forwarding, transportation upto
project site, loading & unloading, insurance ,
storage , erection, preliminary testing at site,
commissioning, performance testing &
handing over of SPV power plants to the
respective beneficiaries strictly as per scope of
work as per Tender specification with
monitoring arrangement
i 2 kWp 1 No.
ii 4 kWp 12 No.
iii 10 kWp 1 No.
Total
Note:- 30) FOR cost will be quoted including all applicable taxes and duties, entry tax of H P @ 3 %.
ii) Plant wise price break up be given separately as per Annexure F-2 .
Sign of Tenderer
Annexure F-2
COST BREAK-UP OF POWER PLANT
S
No.
FOR cost of Qty Rate
(Rs.)
Amount (Rs.)
1 SPV modules of 150 Wp or above for total
capacity with RF identification tag.
1 Set
2` Mounting structure for above as per specs. 1 set
3 PCU as per specification 1 set
4 Array Junction Boxes/ Main Junction Boxes 1 Set
5 DC Distribution units as per specifications 1 No.
6 AC Distribution unit including Mains Changeover
with two separate energy meters
1 No.
7 Cu Cables/Wiring (As per requirement of site) L/S
8 Lightning arrestor complete set as per specification 1 Set
9 Earthing set as per specification 1 Set
10 Battery bank complete as per specifications 1 Set
11 Spares, tools for 5 years O&M of plant 1 Set
12 Engineering, electrical drawings and installations
and O&M manuals
3 Sets
13 Any miscellaneous work required for the
installation of plant
L/S
14 Cost of internal and external wiring L/S
15 Monitoring arrangement L/S
Total
Note:-
Cost break up is indicative and only for billing purpose. It must be given separately for all type of SPV plants
separately.
Signature