bidding document for supply, installation & commissioning...

48
1 E-Tender No.: PEDA/2015-16/6 BIDDING DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LED BASED SOLAR PHOTOVOLTAIC STREET LIGHTING SYSTEMS IN THE STATE OF PUNJAB PUNJAB ENERGY DEVELOPMENT AGENCY SOLAR PASSIVE COMPLEX Plot no. 1&2 Sector 33-D CHANDIGARH 160 022, INDIA TELEPHONES: (91) 0172 - 2663382, 2667007 FAX : (91) 0172 – 2662865 WEBSITE: HTTP://PEDA.GOV.IN

Upload: phungdien

Post on 31-Jul-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

1

E-Tender No.: PEDA/2015-16/6

BIDDING DOCUMENT

FOR

SUPPLY, INSTALLATION &

COMMISSIONING OF

LED BASED SOLAR PHOTOVOLTAIC

STREET LIGHTING SYSTEMS IN THE STATE OF PUNJAB

PUNJAB ENERGY DEVELOPMENT AGENCY SOLAR PASSIVE COMPLEX

Plot no. 1&2 Sector 33-D CHANDIGARH 160 022, INDIA

TELEPHONES: (91) 0172 - 2663382, 2667007 FAX : (91) 0172 – 2662865

WEBSITE: HTTP://PEDA.GOV.IN

2

CONTENTS

S. No. Subject Page No.

1. Notice Inviting Tender 3

2. Critical Information 4

3. Detailed Notice Inviting Tender 5-12

4. Annexure I (Technical Specification) 14-17

5. Annexure-II -Groupwise (Technical Specification) 18-27

6. Annexure-III -Centralized Power Plants (Technical

Specification)

28-41

7. Annexure –IV Manufacturer's Authorization

form

42

8. Annexure –V Manufacturer's Authorization form 43

9. Documents to be Enclosed along with the bid 44

10. Performa –I 45

11. FORM 2 Turn over Record 46

12. FORM 2A Financial Capability 47

13. FORM 2B Financial Sources 48

3

Notice Inviting E-Tender E-tender notice no. PEDA/ /2015-16/6

Sr. No

Name of work EMD (In

Lacs)

Date of start of downloading

E-tender document

Last Date & time for

submission of E-bids

Date & time of opening of

Techno-commercial

E-bids 1. Supply, Installation and

Commissioning of LED Based SPV Street Lighting Systems in the state of Punjab

50 05.01.2016 28.01.2016 upto 3:00 PM

29.01.2016 at 2:30 PM

1. Eligibility criteria and other terms & conditions for the works are given in the Tender Document which can be downloaded from www.etender.punjabgovt.gov.in or www.peda.gov.in.

2. Bidders shall have to get themselves registered with etender.punjabgovt.gov.in and get user ID and Password. Class-3 Digital Signature, mandatory to participate in the e-tendering process. For any clarification/difficulty regarding e-tendering process flow, please contact PEDA at 0172-2663328, 2663382, 85588-70510 or 0172-3934667, 92572-09340, 80546-28821.

3. PEDA reserve the right to accept or reject any or all the tenders without assigning any reason thereof.

DIRECTOR

PUNJAB ENERGY DEVELOPMENT AGENCY Plot No. 1 & 2, Sector 33-D, Chandigarh

4

CRITICAL INFORMATION

Availability of Bid Document www. etender.punjabgovt.gov.in

Last date & time for receipt of bids 28.01.2016 upto 3:00 PM

Pre Bid Meeting 20.01.2016 at 2:30 PM

Date and Time for opening of Technical bids

29.01.2016 at 2:30 PM

Earnest Money Deposit 50 Lacs (Rs. Fifty Lacs)

Tender Document Fee Non refundable Tender Document fee Rs.10,000/- through IPG/ RTGS Mode only to be paid at the time of downloading of bid document.

E-Processing Fee Non-refundable e-processing fee Rs. 2,247/- through IPG/ RTGS mode.

Submission of E-tender, Bid document fee and EMD/ Bank Guarantee (Bid document fee & E-Processing fee deposited through IPG/RTGS mode only)

Through E-Tender

www. etender.punjabgovt.gov.in

Place of opening of bids Conference Room, Punjab Energy Development Agency, Solar Passive Complex, Plot No -1 &2, Sector -33D, Chandigarh

Contact person for any queries Jaspal Singh, Senior Manager (SPV)

Punjab Energy Development Agency,

Solar Passive Complex, Plot No -1 &2,

Sector -33D, Chandigarh

Ph No.0172-2663328, 2667007

Fax: 0172-2662865

Email:- [email protected]

5

PUNJAB ENERGY DEVELOPMENT AGENCY PLOT NO. 1-2, SECTOR-33 D, CHANDIGARH

DETAILED NOTICE INVITING TENDER

1 Name of the Work Annual rate contract for the supply, Installation & Commissioning of 20000 LED Based SPV Street lighting Systems, For destination anywhere in the State of Punjab, strictly as per latest guidelines of MNRE, GOI.

2 Last date of receiving the tenders (i) Stand Alone Street Lights (ii) Small Group wise (iii) Central Rooftop SPV Power Plants with Distribution cable.

28.01.2016 upto 3:00 PM

3 Date and time of opening of technical bids

29.01.2016 at 2:30 PM

4 Financial bids The price bids of Technical qualified bidder only will be opened on later date and intimated by FAX/ E-Mail.

5 Earnest Money Deposit (EMD) 50 Lacs (Rs. Fifty Lacs) payable through Internet Payment Gateway (IPG) mode/ Bank Guarantee issued by Nationalized Bank.

6 Technical Specifications As per Annexure-I TERMS & CONDITIONS:

1. E-tenders shall be submitted on etender.punjabgovt.gov.in. Conditional tenders and

tenders without EMD shall be rejected.

2. The Rates quoted should be on the basis of FOR destinations anywhere in the State of

Punjab. Prices alongwith all applicable taxes/ VAT/CST, octroi etc. to be indicated in

Financial Bid Format. Quoted rates shall be valid upto one year from the date of

opening of tender.

3. The purchased material will be supplied to different beneficiaries/ sites of Punjab

state hence the total cost for evaluation purposes will be decided on the basis of

basic cost including FOR destination, taxes/ vat as applicable ,duties and any other

charges indicated by the bidder in Financial Bid Format.

4. Supply, installation and commissioning should be completed within 90 days of the

placement of the work order / orders as per terms and conditions of DNIT.

6

5. PAYMENT TERMS: The total value of work order for the payment release under clause 5(a) to 5(d) is as per the cost indicated in Sr. No (A) Column no 8 of Financial Bid Format. a) 15% payment of the total value of work order would be as Mobilization advance

against Bank Guarantee of 110% amount valid for six months or till the time of mobilization advance is adjusted.

b) 60% payment of the total value of complete consignment for each site mentioned in the work order along with100% Taxes and duties will be released after inspection and acceptance of material by PEDA and receipt in good condition at destination by concerned beneficiaries. The 15% mobilization advance released under clause (a) will be adjusted in this payment and relevant BG will be released on completion of adjustment of entire 15% advance. The supplier shall submit invoice of the material, material inspection report and receipt of material for release of payment.

c) 20% payment of the total value of each site shall be released after commissioning of the complete consignment for that site. The supplier shall submit the joint inspection report, satisfactory working report of lights duly verified by representative of the company, concerned PEDA DM and beneficiaries.

d) Balance 20% payment shall be released after trouble free working of the system under warranty period of five years from the date of commissioning. However this amount can be released against bank guarantee of equal amount valid for five years from the date of commissioning of the systems.

The due amounts under above payment terms shall be released within 30 days of the submission of technically & commercially clear bills.

6. PERFORMANCE SECURITY

6.1 Within ten (10) days from the date of issue of award, from the purchaser, successful bidder/ bidders shall furnish to the Purchaser the performance security (Annexure-III) amounting to 10% value of the contract valid throughout the execution of the contract and further upto three months from the actual date of commissioning of the project.

6.2 Failure of the successful Bidder to comply with the requirement of Clause 6.1 within the stated time periods shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the Purchaser may make the award to the next lowest evaluated bidder or call for new bids.

6.3 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.

6.4 The Performance Security shall be denominated in the currency of the Contract, and shall be in one of the following forms:

7

(a) A Bank guarantee, issued by a Nationalized/ Commercial bank located in the purchaser’s country, acceptable to the Purchaser, in the form provided in the Bidding Documents or another form acceptable to the Purchaser; or

(b) Demand Draft favouring PEDA, payable at Chandigarh. 7. EARNEST MONEY DEPOSIT

7.1 The earnest money deposited (EMD) is Rs. 50 lacs is to be paid through internet payment gateway mode (IPG)/ Bank Guarantee. If the bidder deposited the EMD through bank guarantee, then 12.50 lacs is to be paid through internet payment gateway mode (IPG) and balance 37.50 lacs deposit through bank guarantee.

7.2 The Bank Guarantee (BG) should be issued by the Nationalized Bank and valid for six months from date of opening of E-tender.

7.3 The Original Bank Guarantee should be deposited on or before opening of E-tender date and time. The scanned copy of Bank Guarantee (B.G.) should submitted with technical part of the E-bid.

7.4 Unsuccessful Bidder's EMD will be discharged/ returned as promptly as possible within thirty (30) days after the issuance of work order to successful bidder. The bid security may be forfeited: a) if a Bidder :

(i) withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form

b) in case of a successful Bidder, if the Bidder fails: (i) to sign the Contract within the specified period.

8. Financial bid of only those bidders will be opened on later date whose technical bid will qualify after evaluation by PEDA as per the specified technical criteria to be intimated later on.

9. The complete Street lighting system as per scope of supply clause 30 shall be inspected by the committee constituted for the purpose at the manufacturer’s/vendor’s works before dispatch of the systems. All the expenses of inspection including travelling, boarding & lodging shall be borne by the supplier. Manufacture must ensure that all equipments should have certified/ calibrated to be used for testing. The supplier will intimates PEDA one week before intended inspection date.

10. The complete SPV system including battery will be warranted by the manufacturer for five years from the date of commissioning and twenty five years warranty for the SPV module from the date of commissioning of Street lights. The successful bidder shall submit quarterly report of SPV Street Lights with regards to its functioning. The report is required to be jointly verified by the user or representative of PEDA. Such reports are required to be submitted throughout the warranty period.

11. The bidder shall setup an office/ store in Punjab and depute a man for urgent repair of the system. The bidder shall store atleast 1% of spare parts/ equipments of the allotted work throughout the maintenance period i.e. five years.

8

12. During the warranty period of the street lights found are not operational due to fault if any in the system including SPV Panels, Batteries & BOS, it shall be attended & rectified at site within three days from the date of receipt of complaint. Failure to rectify the non-functional street lights within the days from the receipt of complaint, PEDA reserves the right to levy penalty for non-performance Rs. 20/-per day/ per light till 2 weeks and Rs. 50/- per light/ per day for 3rd week. This penalty shall be deducted from balance 20% payment of security amount. After 3 weeks the defective/ non functional street lights shall be rectified on the risk and cost of the supplier without any further notice and above mentioned penalty will be also imposed.

13. Failure to complete the work order in time shall attract penalty @ 0.5% of the value of delayed goods for every week of delay or part thereof to a maximum of 10% of the total bid value of work order. However, under force majeure condition extension may be granted with approval of competent authority. Reaching on Maximum, Penalty may also attract cancellation of the work order and forfeiture of performance security of Rs. 50 lac.

14. The quantity of SPV Street Lighting systems shall be specified in the work order/ orders. The tentative quantity in 20000 lights which will be procured under this contract. However the figure is tentative which may be 20% increased or decreased by PEDA. The PEDA reserves the rights to increase or decrease the quantum of work and there shall be no financially liability in any case if the quantum of work is less than the tentative quantities given in the tender. The supplier will submit the separate price bids against three options as per Annexure -1, 2 &3. PEDA reserve the rights to select the option.

15. The bidder should have 3 years experience in installation of minimum 2000 SPV Street Lights and 100 KW SPV Power Plants with distribution line, without experience the offer will be rejected. Bidder is required to submit the performance experience and their eligibility. The bidder is also required to submit the documentary proof like copy of work orders, completion reports and performance certificates.

16. The Minimum Annual Turnover of the bidder should Ten Crore (INR) for each financial year i.e. 2012-13, 2013-14 & 2014-15.

17. The Bidder should be in profit at least during last two financial years i.e. 2013-14 & 2014-2015.

18. The bidder should have already two service centres in Punjab. 19. The offers shall be accompanied with a set of complete technical literature, operation

and maintenance manual of the product offered both in Punjabi and English Languages.

20. The bidder shall submit the bids only with single make of PV Module, Battery and LED Luminary, offers submitted with more than one make of the equipments shall be rejected or PEDA shall select the companies with single make and work order shall be

9

issued to the company. Decision of PEDA in the regard shall be binding on all the bidders.

21. The offers shall be accompanied by the sample of the product with latest valid test certificate from approved testing centers of the MNRE, Government of India. Offer received without sample and valid test certificate shall not be accepted- (For Stand Alone lights)

22. Only those manufacturers for solar lighting systems who manufacture at least one of the major items used in a lighting system i.e SPV modules or storage battery or electronics used in the street light system and have adequate facilities for testing of the complete offered solar lighting systems and their authorized suppliers are eligible to participate in the tender. The bidder will enclose related information and documents as support of the qualifying in the technical bid. The technical qualifying criteria is to be filled in Technical Bid Format.

23. PEDA reserves the right to split the work order on the lowest quoted rates to one or more than one technically qualified bidders other than L1 for meeting with early completion of supply or any other reasons. The decision of PEDA regarding quantity will be final and binding on selected bidders in this case. Minimum 40% work shall be allotted to L-1 Party.

24. Material shall be strictly as per the DNIT specifications other than specifically specified in DNIT. If there is any left out specifications, in the DNIT the same shall be considered as per the latest MNRE specifications.

25. The material shall be supplied at the specified site after confirming from the concerned beneficiary and PEDA as per the beneficiary list. The company shall be fully responsible if the material is not supplied at specific site and PEDA shall have nothing to do with that.

26. The work order/ orders shall be placed depending upon the requirement of the agency from time to time within the validity period of tender. The supply of quantity of work order/ orders may be staggered on monthly basis. In such case/ cases, clause-5 will be applicable for first lot and period of staggered lots will be indicated in the work order/ orders. These staggered lots, if delayed beyond indicated period, will attract penalty as per clause 13.

27. All disputes relating to this work shall be subject to the jurisdiction of Chandigarh and

Chief Executive of PEDA shall be the sole arbitrator

28. The undersigned reserves the right to accept or reject any or all the tenders without assigning any reason in the interest of the Punjab Energy Development Agency.

29. Transit Insurance will be taken by the supplier at his own cost

30. Conditional offers with addition/ omission to original DNIT are liable to be rejected.

31. Scope of Supply: The Street lighting system will be supplied by the finalized bidder as

per the MNRE Guidelines Annexed as Annexure –I, II & III in the DNIT. Each Street

Lighting System mainly will consist of the following parts:

10

32. Option No 1. Standalone Street Lights (A) 9 W LED Model

1. SPV Module(40 Wp) 1 No 2. 12 V 40 AH Battery 1 No 3. Complete Luminary with LED 1 No 4. 5 Meter B Class GI Pole (3”OD) 1 No

Module Frame and Arm 5. Tin coated Copper wire set 1 Set 6. Battery Box 1 No 7. Spare set of fuse 1 Set 8. O&M manual both in Punjabi and

English language 1 Set

(B) 12 W LED Model 1. SPV Module(60 Wp) 1 No 2. 12 V 60 AH Battery 1 No 3. Complete Luminary with LED 1 No 4. 5 Meter B Class GI Pole (3” OD) 1 No

Module Frame and Arm 5. Tin coated Copper wire set 1 Set 6. Battery Box 1 No 7. Spare set of fuse 1 Set 8. O&M manual both in Punjabi and

English language 1 Set

Any other parts required as per MNRE Specification/ accessories Each SPV Module should be individually packed for safe transportation. Item No 3, 5 and 7 should be packed in one package properly stuffed with thermocol/ suitable material for safe transportation. 12V Battery should be packed separately. Option No 2. GROUP-WISE A. 10 Lights 1. SPV Module (600Wp) 1 set 2. 12 V 600 AH Battery 1 set 3. 12 Watt Complete Luminary with LED 1 set

220V (AC) 4. 5 Meter B Class GI Pole (3”OD) 1 set

Module Frame and Arm 5. Tin coated Copper wire set 1 Set 6. Battery Box 1 No 7. Inverter 12V, 500VA 8. PVC laminated & distribution cable with 500 Mtr.

supply wire 9. Spare set of fuse 1 Set 10. O&M manual both in Punjabi and 1 Set

English language

11

B. 15 Lights 1. SPV Module (800Wp) 1 set 2. 12 V 800 AH Battery 1 set 3. 12 Watt Complete Luminary with LED 1 set

220V (AC) 4. 5 Meter B Class GI Pole (3”OD) 1 set

Module Frame and Arm 5. Tin coated Copper wire set 1 Set 6. Battery Box 1 No 7. Inverter 24V, 800VA 8. PVC laminated & distribution cable with 750 Mtr.

supply wire 9. Spare set of fuse 1 Set 10. O&M manual both in Punjabi and 1 Set

English language OPTION NO 3.

Through Centralized Power Plants:- PEDA is also planning to install the Solar Street Lights through cauterized Solar Power Plants with distribution lines detail as under- 1. Sr. No

Proposed Capacity (KWp) Battery Bank LED Lights (No's)

Distribution Cable (RMT.)

1 3 48 V, 450 AH 60 1000 2 5 96 V, 360 AH 100 1500 3 7.50 120 V, 450 AH 170 2000 4 10 120 V, 600 AH 220 2500

The above mentioned LED Lights and distribution cables is tentative, it may be increased or decreased as per the site requirement. The payment will be made on actual basis, the Unit rates will be approved. Note : PEDA reserve the rights to select the type of street lights from above said three options. Decision of PEDA in this regard shall be binding on selected bidder / bidders.

33. PEDA shall approve the lowest unit rates of standalone Street Lights, Group-wise and centralized SPV Power Plant with 12W-220V LED luminary & GI Pole and distribution cable.

34. Warranty obligations :The manufacturers/ suppliers will warrants that the good supplied under the contract are as per MNRE, Guidelines/ specifications , new, unused , of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in DNIT. The manufacturer further warrants that the goods supplied under this contract shall have no defect arising from design, materials or workmanship. The manufacturer shall guarantee that the goods supplied shall perform satisfactorily as per the said specifications/ guidelines, designed rated/ installed capacity as provided for in the DNIT. The warranty shall remain valid for 5 years from the date of commissioning on all components including SPV Modules. The warranty for SPV module shall remain valid for 25 years from the date of commissioning. The above warranty shall be submitted by the manufacturer along with the invoice at the time of delivery. If the above said warranty is submitted by an authorized supplier, then it will be taken as an undertaking by the manufacturer.

12

PEDA shall promptly notify the supplier in writing of any claims arising under this warranty. Upon the receipt of such notice the supplier shall with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to PEDA. As mentioned in the ‘Terms and Conditions’ at Sr. No. 11, the supplier will replace the defective material including battery with new one during the warranty period. Such replacements will be part of the warranty obligations and it will be made at site as soon as possible time but within one week of lodging of complaint by the District Representatives of PEDA. Further under these warranty obligation the supplier will also provide the following services to keep the SPV–SLS systems in good working order. a. Schedule visit of engineer to the site on monthly basis for maintenance/

assessing the maintenance requirements. b. Visit to the site on call basis and to provide correcting and remedial

maintenance services within a three days. c. Corrective & remedial maintenance services to set right the malfunction of the

SPV-SLS system. This includes supply and replacement of damaged parts/ components includes electronics/ charge controller, LED, luminaries of the system and Inter connected cables/ parts and fuse etc. with new parts.

d. In case the replacement of part, the defective part removed from the system will become the property of supplier.

35. This invitation for bids is open to all eligible Manufacturers or their authorized suppliers who otherwise have not been debarred/ blacklisted by any Govt. Deptt.’s / organization/ PSU’s / institutions/ agencies/ autonomous Organizations. The bidders shall be required to submit a self certification by a authorized signatory duly notarized to this effect.

36. If bidder is authorized supplier, submit the certificate from their principal as per Annexure- II.

37. Storage of Supplied Systems: Manufacturer/Supplier shall be responsible for the proper storage and maintenance of all the systems supplied at each site. Supplier shall take all the required steps to carry out the frequent inspection of the equipment/material stored as well as erected until the same is taken over by the purchaser on commissioning. This includes adequate security measures to be taken by the suppliers to prevent theft and loss of delivered equipment/ material. All systems/material shall be stored in closed shed/secured place and necessary protection for the same shall be arranged by the Supplier as mentioned above and cost to be incurred on such activity be included in the contract price. The purchaser shall not be responsible or held liable for any loss on above account and the supplier will be responsible to make good the loss at his cost.

38. The supplier will also provide the live monitor mechanism in each light in case of standalone lights, power plants in case of groups and centralized mode.

39. The bidders shall also provide the detailed presentation on the time of opening of technical bids like procurement of material, technical teams, completion of installation work, monitoring mechanism, O&M, sales and service center etc.

DIRECTOR

13

OPTION-I - STANDALONE STREET LIGHTS

- ANNEXURE-I

OPTION-II - GROUPWISE STREET LIGHTS

- ANNEXURE-II

OPTION-III - CENTRALIZED POWER PLANTS

- ANNEXURE-III

14

ANNEXURE-I

SPECIFICATIONS OF WHITE-LED (W-LED) BASED SOLAR STREET

LIGHTING SYSTEMS (STANDLAONE LIGHTS)

White Light Emitting Diode (W-LED) is a solid state device which emits light when forward

electric current passes through it. A LED based solar street lighting system consists of a PV

Module, control electronics, battery, and W-LED based Luminaries, all suitably mounted on

a Pole. The battery is charged by electricity generated through the PV module during day

time and the luminary provides light from dusk to dawn.

BROAD PERFORMANCE PARAMETERS Light Source White Light Emitting Diode (W-LED)

LED Make- CREE, NACHIA, Philips Light Out put White colour (colour temperature 55000-65000K) minimum 15

LUX when measured at the periphery of 4 meter diameter from a height of 4 meter. The illumination should be uniform without dark bands or abrupt variations, and soothing to the eye. Higher light output will be preferred.

Mounting of light Minimum 4 metre pole mounted PV Module 1. 40 Wp under STC, measured at 16.4 V at load. Module

Voc minimum of 21V- (For 9W Model) 2. . 60 Wp under STC, measured at 16.4 V at load. Module Voc minimum of 21V- (For 12W Model)

Battery 12 V- 40 AH @ C/10, Max DoD 75%. Tubular GEL/ VRLA, Make: Exide/ HBL

OR 12 V- 40 AH @ C/10, Max DoD 75%. Tubular Lead Acid Floated Make: Exide/ HBL/ AMCO- (For 9W Model)

12 V- 60 AH @ C/10, Max DoD 75%. Tubular GEL/ VRLA, Make: Exide/ HBL

OR 12 V- 60 AH @ C/10, Max DoD 75%. Tubular Lead Acid Floated Make: Exide/ HBL/ AMCO- (For 12W Model)

Electronics Efficiency Min 85% total Duty Cycle Dusk to dawn Autonomy 3 days or Minimum 42 operating hours per permissible

discharge Note : PEDA reserve the rights to select the type of batteries from T-GEL or Tubular lead acid floated, decision of PEDA in this regard shall be binding on selected bidder / bidders.

15

OTHER DETAILS DUTY CYCLE The W-LED solar street lighting system should be designed to operate from dusk to dawn, under average daily insolation of 5.5 kWh /sq.m. on a horizontal surface. LIGHT SOURCE i. The light source will be a white LED type. ii. The colour temperature of white LED used in the system should be in the range of

55000K–65000

iii. W-LEDs should not emit ultraviolet light. K.

iv. The light output from the white LED light source should be constant throughout the duty cycle.

v. The lamps should be housed in an assembly suitable for outdoor use. vi. The temperature of heat sink should not increase more than 20oC above ambient

temperature during the dusk to dawn operation. BATTERY i. 12V, 45Ah and 12V, 60Ah lead Acid, Tubular Positive Plate flooded electrolyte or VRLA

Gel Type. ii. The battery will have a minimum rating of 12V, 45Ah and 12V 60Ah at C/10 discharge

rate. iii. 75 % of the rated capacity of the battery should be between fully charged and load cut

off conditions. iv. Battery should conform to the latest BIS/ International standards. ELECTRONICS i) The total electronic efficiency should be at least 85%. ii) Electronics should operate at 12 V and should have temperature compensation for

proper charging of the battery throughout the year. iii) No Load current consumption should be less than 20 mA. iv) The PV module itself should be used to sense the ambient light level for switching ON

and OFF the lamp. v) The PCB containing the electronics should be capable of solder free installation and

replacement. vi) Necessary lengths of wires/cables, switches suitable for DC use and fuses should be

provided.

PV MODULE (i) Indigenously manufactured PV module should be used. (ii) The PV module should have crystalline silicon solar cells and must have a certificate of

testing conforming to IEC 61215 Edition II / BIS 14286 from an NABL or IECQ accredited Laboratory.

(iii) The power output of the module(s) under STC should be a minimum of 40 Wp at a load voltage* of 16.4 ± 0.2 V.

(iv) Open circuit voltage* of the PV modules under STC should be at least 21.0 Volts. (v) The module efficiency should not be less than 12 %. (vi) The terminal box on the module should have a provision for opening for replacing the

cable, if required.

16

(vii) PV modules must be warranted for their output peak watt capacity which should not be less than 90 % at the end of 12 years and 80% at the end of 25 years.

(viii) 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) Peak 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 test lab issuing IEC certificate j) Other relevant information on traceability of solar cells and module as per

ISO9000 series. ELECTRONIC PROTECTIONS i. Adequate protection is to be incorporated under “No Load” conditions e.g. when the

lamp is removed and the system is switched ON. ii. The system should have protection against battery overcharge and deep discharge

conditions. iii. Fuse should be provided to protect against short circuit conditions. iv. Protection for reverse flow of current through the PV module(s) should be provided. v. Electronics should have temperature compensation for proper charging of the battery

throughout the year. vi. Adequate protection should be provided against battery reverse polarity. vii. Load reconnect should be provided at 80% of the battery capacity status. MECHANICAL COMPONENTS i. A corrosion resistant metallic frame structure should be fixed on the pole to hold the

SPV module. ii. The frame structure should have provision to adjust its angle of inclination to the

horizontal between 0 and 45, so that the module can be oriented at the specified tilt angle.

iii. The pole, arms, bracket, luminary and other mounting structures should be made of Galvanized Iron (GI).

iv. The height of the pole should be 4 meters above the ground level, after grouting and final installation.

v. The pole should have the provision to hold the luminary. vi. The lamp housing should be water proof and should be painted with a corrosion

resistant paint. vii. A vented, acid proof and corrosion resistant metallic box with a locking arrangement

for outdoor use should be provided for housing the battery.

17

viii. It should be possible to mount the light source on a metallic arm attached to the Pole. The metallic arm for holding the light assembly should be extended at least 1.5 meters from the pole and set at a suitable angle to maximize uniform illumination of desired level over the specified area.

ix. The hot dipped GI Pole should have B class pipe with 5 Mtr. Length and 3" outside dia. OTHER FEATURES (i) The system should be provided with two LED indicators: a green light to indicate

charging in progress and a red LED to indicate deep discharge condition of the battery. The green LED should glow only when the battery is actually being charged.

(ii) There will be a Name Plate on the system body, which will give: (a) Name of the Manufacturer or Distinctive Logo. (b) Model Number (c) Serial Number (d) Year of manufacture

(iii) Necessary lengths of wires / cables and fuse should be provided QUALITY AND WARRANTY i. The street lighting system (including the battery) will be warranted for a period of five

years from the date of supply. ii. The PV module(s) will be warranted for a minimum period of 25 years from the date

of supply. The PV modules must be warranted for their output peak watt capacity, which should not be less than 90% at the end of Ten (10) years and 80% at the end of Twenty five (25) years.

iii. The Warranty Card to be supplied with the system must contain the details of the system.

OPERATION & MAINTENANCE MANUAL

An Operation, Instruction and Maintenance Manual, in English and the local language, should be provided with the Solar Street Lighting System. The following minimum details must be provided in the Manual:

• Basic principles of Photovoltaic. • A small write-up (with a block diagram) on Solar Street Lighting System - its

components, PV module, battery, electronics and luminary and expected performance.

• Type, Model number, Voltage & capacity of the battery, used in the system. • The make, model number, country of origin and technical characteristics (including

IESNA LM-80 report) of W-LEDs used in the lighting system. • About Charging and Significance of indicators. • Clear instructions about erection of pole and mounting of PV module (s) and lamp

housing assembly on the pole. • Clear instructions on regular maintenance and trouble shooting of the Solar Street

Lighting System. • DO's and DONT's. • Name and address of the contact person for repair and maintenance, in case of non-

functionality of the solar street lighting system.

18

Annexure-II GROUP WISE

Description 10 Lights 15 lights

- PV Module = 600WP 800WP

- Battery Bank = 12V-600Ah 12V-800Ah

- B-Class GI Pole = 5Mtr. 65OD 5Mtr. 65OD

- 12 Watt complete LED Luminary = 220V (AC) 220V (AC)

- Inverter = 12V, 500VA 24V, 800VA

- Module structure & suitable Stand for

battery bank

= 1 set 1 set

- 2 core Distribution Cable of 6 sq mm with

GI supporting wire (Approximately)

= 200 Mtr. 300 Mtr.

- The requiring site will be provided by the PEDA for installation of PV module & battery

bank for Group wise street lights.

- The PV modules shall be mounted on fabricated M.S. Pipes frame. The design will be

approval by the PEDA.

Note: The requirements for the plant and machinery are indicated in the schedule of requirements. The items indicated in the schedules are only indicative and the suppliers are 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. The make of the equipment/items offered should be got approved from the purchaser, before supply.

19

TECHNICAL SPECIFICATIONS FOR GROUPWISE STREET LIGHTS

SOLAR PHOTOVOLTAIC MODULES 1.1 Module capacity less than minimum 200 Wp should not be supplied. The Photovoltaic

modules must be tested and certified by an independent testing laboratory that is accredited in accordance with ISO Guide 25. The module type must be qualified as per IEC 61215 (Second edition) or IEEE 1262 or CEC 503 for Crystalline silicon. Make of SPV Module shall be freezed during technical evaluation based on the offer of bidder. "Only indigenously manufactured PV modules will be used in Off-grid projects.”

1.2 The PV module shall perform satisfactorily in humidity up to 100 % with temperature between – 1 deg. C to +55 deg C and with stand wind dust upto 200 km/h from back side of the panel. Photo / electrical conversion efficiency of SPV module shall be greater than 14%. Since the modules would be used in a high voltage circuit, the high voltage insulation test shall be carried out on each module and a test certificate to that effect provided.

1.3 Maximum degradation not more than 10% at the end of 12 years and 20% at the end of 25 years.

1.4 Other general requirement for the PV modules and subsystems shall be the following: (a) Raw materials and technology employed in the module production processes

shall not be considered relevant so long as the given specifications are satisfied.

(b) The rated output power of any supplied module shall not vary more than 3 (three) percent from the average power rating of all modules.

(c) The peak-power point voltage and the peak-power point current of any supplied module and/or any module string (series connected modules) shall not vary more than 3 (three) per cent from the respective arithmetic means for all modules and/or for all module strings, as the case may be.

(d) Except where specified, the front module surface shall consist of impact resistant, low-iron and high-transmission toughened glass.

(e) The module frame, if any, shall be made of a corrosion-resistant material which shall be electrolytically compatible with the structural material used for mounting the modules.

(f) The module shall be provided with a junction box with provision of external screw terminal connection and with arrangement for provision for by-pass diode. The box shall have hinged, weather proof lid with captive screws and cable gland entry points.

1.5 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.

20

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) Peak 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 test lab issuing IEC certificate Other relevant information on traceability of solar cells and module as per ISO 9000

series. MODULE STRUCTURE

The supplier shall specify installation details of the PV modules and the support structures with appropriate diagrams and drawings. Such details shall include, but not limited to the following: • Determination of true south at the site; • Array tilt angle to the horizontal, with permitted tolerance; • Details with drawings for fixing the modules; • Details with drawings of fixing the junction/terminal boxes; • Interconnection details inside the junction/terminal boxes; • Structure installation details and drawings; • Electrical grounding (earthing); • Inter-panel/Inter-row distances with allowed tolerances; and • Safety precautions to be taken.

The structure shall support SPV modules at a given orientation to absorb and transfer the mechanical loads. The portion of array structure if any lying within the column shall be of hot dip galvanized mild steel extruded section of superior quality. All nuts and bolts shall be of very good quality stainless steel. Detailed design and Drawing of the module mounting structures shall have to submit to PEDA for acceptance before execution of work. Self-drilling fasteners with SS and rubber washers should be provided to fix SPV panels. Silicon sealant around the screw should also be provided. Strict care should be taken during execution to avoid any damage to the roof surface of building and to ensure no leakage should occur.

i. Hot dip galvanized MS extruded frame structures with adequate strength and in accordance with relevant BIS standards shall be used with proof that the design of the structure can withstand the wind speed of minimum 200 km per hour.

ii. Structures shall be supplied complete with all members to be compatible for allowing easy installation at the rooftop site.

iii. Each structure should have angle of inclination as per the site conditions to take maximum insolation.

iv. Each panel frame structure be so fabricated as to be fixed on the rooftop column/wall structures. The structure should be capable of withstanding a wind load of 200 km/hr after grouting & installation.

v. The structures shall be designed for simple mechanical and electrical installation. There shall be no requirement of welding or complex machinery at the installation site. If prior civil work or support platform is absolutely

21

essential to install the structures, the supplier shall clearly and unambiguously communicate such requirements along with their specifications in the bid. Detailed engineering d drawings and instructions for such prior civil work shall be carried out prior to the supply of Goods.

vi. The array structure shall support SPV modules at a given orientation and absorb and transfer the mechanical loads to the rooftop columns properly.

vii. No damage in any way should be caused to the roof of the building while installation of SPV Power Plant. If any damage done it will wholly be the responsibility of the bidder and cost shall be recovered from the bidder. To avoid any problem the system of fixing of panel structure shall be got approved.

3 POWER CONDITIONING UNIT (I) 10 LIGHTS The power conditioner unit Capacity 12V-500VA should convert DC power produced by SPV modules, in to AC power. - 500VA – Single phase Output - Frequency – 50 Hz - Waveform and regulation – Pure sinewave, 220V + 2% - Efficiency- > Minimum 85% at full resistive load (II) 15 LIGHTS The power conditioner unit Capacity 24V-800VA should convert DC power produced by SPV modules, in to AC power. - 800VA – Single phase Output - Frequency – 50 Hz - Waveform and regulation – Pure sinewave, 220V + 2%

Efficiency- > Minimum 85% at full resistive load

SALIENT FEATURES & BRIEF TECHNICAL SPECIFICATIONS: • PCU should operate in both modes stand alone/ grid connected & should have

provision for taking DC input energy from Solar PV & charging of battery bank & also import of AC power from Grid during less energy from Solar PV with supply of power from meeting dedicated loads.

• High Efficiency Bi-Directional inverter systems for optimized power conversion at all times.

• Full Automatic Operation with no break in supply during the transitions from one mode to another mode.

• LCD Display and monitoring, instantaneous data, and charging set points. • LCD display should provide voltage, current, load %, KVA%, instant load, total battery

voltage, charging & discharging current, over temp etc. • Integrated MPPT Solar Charge Controller. • Over current, battery over charge protection, PV Reverse polarity, Reverse current

flow, High temperature protection should be provided. • Built for harsh working environment.

22

• For ease of installation Operation & Maintenance, safety the Power Condition Unit and to be integrated into a single self standing/ wall with rubber gourmet mounting enclosure having AC & DC measuring, control & protection system. The supplier will submit the design details of this enclosure to PEDA for approval.

• The Power Condition Unit/ inverters should comply with applicable IEC 61683/ IS 61683 for efficiency measurement and environmental tests as IEC 60068-2 (1,2,14,30)/ equivalent BIS std.

• The charge controller/ MPPT Units should qualify IEC 62093 and IEC 60068-2 (1,2,14,30)/ equivalent BIS std. The enclosures should IP 65 (for outdoor)/ IP21 (indoor) are as per IEC 529 standard.

• Automatically restart after overload triggered shutdown. • Surge Protection Device (SPD) on AC and DC side. • Energy source: SPV and Grid power. • The PCU's should be tested from the MNRE approved test centres/ NABL/ BIS

accredited testing- calibration laboratories. In case of imported power conditioning units, these should be approved by international test laboratories.

3.14 Electrical safety, earthing and protection. A) Internal Faults: In built protection for internal faults including excess

temperature, commutation failure, overload and cooling fan failure (if fitted) is obligatory.

B) Over Voltage Protection: Over Voltage Protection against atmospheric lightning discharge to the PV array is required. Protection is to be provided against voltage fluctuations in the grid itself and internal faults in the power conditioner, operational errors and switching transients.

C) Earth fault supervision: An integrated earth fault device shall have to be provided to detect eventual earth fault on DC side and store its data in its inbuilt system. Also an indicate in this regards is to be provided on front panel.

D) Cabling practice: Cable connections must be made using PVC Cu cables, as per BIS standards. All cable connections must be made using suitable terminations for effective contact. The PVC Cu cables must be run in GL trays with covers for protection.

E) Fast acting semiconductor type current limiting fuses at the main bus-bar to protect from the load side short circuiting.

3.15 The PCU shall include an easily accessible emergency OFF button located at an appropriate position on the unit.

3.16 The PCU shall include ground lugs for equipment and PV array grounding. The DC circuit ground shall be a solid single point ground connection in accordance with WEC 69042.

3.17 All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and painted or otherwise suitably protected to survive a nominal 30 years design life of the unit.

3.18 The PCU enclosure shall be weatherproof and capable of surviving climatic changes and should keep the PCU intact under all conditions in the room where it will be housed. The PCU shall be located indoor and should be floor mounted. Moisture condensation and entry of rodents and insects shall be prevented in the PCU enclosure.

23

3.19 Components and circuit boards mounted inside the enclosures shall be clearly identified with appropriate permanent designations, which shall also serve to identify the items on the supplied drawings.

3.20 All doors, covers, panels and cable exists shall be gasketed or otherwise designed to limit the entry of dust and moisture. All doors shall be equipped with locks. All openings shall be provided with grills or screens with openings no larger than 0.95 cm.

3.21 The design and fabrication of the PCU the site temperature (0O to 55O

3.24 Factory Testing:

C), incident sunlight and the effect of ambient temperature on component life shall be considered carefully. Similar consideration shall be given to the heat sinking and thermal for blocking diodes and similar components.

A) Preparation of all controls, protective and instrumentation circuits shall be demonstrated by direct test if feasible or by simulation operation conditions for all parameters that cannot be directly tested.

B) Operation of start up, disconnect and shutdown controls shall also be tested and demonstrated. Stable operation of the PCU 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.

4. Codes and Standards The quality of equipment supplied shall be controlled to meet the guidelines for engineering design included in the standards and codes listed in the relevant ISI and other standards, such as:

IEEE 928 Recommended Criteria for Terrestrial PV Power Systems. IEEE 929 Recommended Practice for Utility Interface of Residential and Intermediate

PV Systems. IEEE 519 Guide for Harmonic Control and Reactive Compensation of Static Power

Controllers. National Electrical NEPA 70-(USA) or equivalent national standard. National Electrical Safety Code ANSI C2- (USA) or equivalent national standard. JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard for PV

modules. The PCU should confirm to IEC 61683 for efficiency measurement and IEC 600682 for environmental testing MPPT should confirm to design qualification, IEC 62093.

5. METERING

1. Energy Output: Digital Energy Meters to log the actual value of Energy supplied to load shall have to be provided.

2. One common portable data manager system to be provided for SPV Power Plants for day to day data management to be used by service engineer. All major parameters should be available on the digital bus and logging facility for energy auditing through the internal microprocessor and can be read on the

24

digital front panel at any time the current values, previous values for up to a month and the average values. The following parameters should be accessible via the operating interface display. AC Voltage AC Output current Output Power DC Input Voltage DC Input Current Time Active Time disabled Time Idle Temperatures I Inverter Status

Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency, Under frequency ground fault, PV starting voltage, PV stopping voltage, Over voltage delay, Under voltage delay over frequency, Ground fault delay, PV starting delay, PV stopping delay). 6. LIGHTNING PROTECTION

There shall be the required number of suitable lightning arrestors installed in the array area. Lightning protection shall be provided by the use of metal oxide varistors and suitable earthing such that induced transients find an alternate route to earth. Protection shall meet the safety rules as per Indian Electricity Act 7. EARTHING PROTECTION

Each array structure of the PV yard should be grounded properly as per IS: 3043-1987. In addition the lighting 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 horoughly grounded in accordance with Indian electricity Act./IE Rules. Earth Resistance should be tested in presence of the representative of PEDA after earthing by calibrated earth tester. PCU ACDB and DCDB should also be earthed properly.

8. DANGER BOARDS

Danger boards should be provided as and where necessary as per IE Act./IE rules as amended up to date. 9. DC Distribution Board

DC Distribution panel to receive the DC output from the array field with analog measurement panel for voltage, current from different MJBs so as to check any failure in the array field. It shall have MCCBs of suitable rating for connection and disconnection of array sections. DCDB shall have sheet from enclosure of dust & vermin proof. 10. COMMON AC DISTRIBUTION PANEL BOARD 10.1 AC Distribution Section in PCU

This section is to be housed in PCU for cabinet duly separated from the PCU section. Both the AC outputs inverters to be fed to this section. These feeders also have auto

25

functioning in coordination with auto functioning of inverter for a pre specific period of time through timer etc.

Local indication for On/ Off status and trip status through LEDs as approved by PEDA are required to be incorporated in it. Complete schematic & GA drawings of PCU cabinet will be approved by PEDA. 10.2 AC Distribution System for Utility Building: Local Distribution Panel:

For output, a localized power control panels are required to be provided. It will consist of mains on/ off through MCB/ MCCB connectors of suitable capacity, system for overloading alarm for preset time and then tripping. Distribution sockets for computer and switches for other loads required to be provided. Arranging for power distribution for lights and fans is also required to be incorporated in it. These panels will operate on mains inverter AC. Auto change over from main to inverter if inverter power available or vise versa is required to be incorporated in this panel. Design including GA will be approved by PEDA.

Local indication for inverter power, mains AC Power, Overloading etc as per company’s standards / as approved by PEDA to be provided.

Scope of work includes modification in Utility building wiring for putting fan & light loads on inverter supply. 11. CABLES 11.1 Cabling in the yard and control room: 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.

11.2 Wires: Only copper wires of appropriate size and of reputed make shall have to be used.

11.3 Cables Ends: All connections are to be made through suitable cable/lug/terminals; crimped properly & with use of Cable Glands.

11.4 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.

11.5 Cable requirement:

a) 2C * 2.5 Sq. mm. PVC insulated Cu cable b) 2C * 4 Sq. mm. PVC insulated Cu cable c) 2C * 10 Sq. mm. PVC insulated Cu cable d) 2C* 25 Sq. mm PVC insulated Cu cable

DISTRIBUTION CABLE (i) 2C * 6 sq. mm. Armoured cable (Underground) or 2C * 6 Sq.mm PVC insulated

cable with GI 10 Gauge supporting wire. All the cables required for the plant will be provided by the manufacturer. Any change

in cabling sizes if desired by the bidder/supplier be got approved after citing appropriate reasons. All cable schedules/layout drawings have to be got approved from the purchaser prior to installation. 11.6 Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded insulation Overall PVC insulation for UV protection Armoured cable for underground laying

26

All cables shall conform to (IS 1554) Part 1 of 1988 and shall be of 650V/1.1KV grade as per requirement.

12. JUNCTION BOX, MAIN JUNCTION BOXES

• The junction boxes are to be provided in the PV yard for termination of connecting cables from array to Main JB & Main JB to Sequential Energy controller. The Junction Boxes shall be made of FRP/ aluminium with full dust, water & vermin proof arrangement of make TYCO/ HENSEL. All wires/cables must be terminated through cable lugs. The J.Bs shall be such that input & output termination can be made through suitable cable glands.

• Made of GFRP or cast aluminium • Copper bus bars/terminal blocks housed in the junction box with suitable termination

threads • Conforming to IP65 standards • Hinged door with EPDM rubber gasket to prevent water entry. • Single compression cable glands. • Provision of earthing • SPDs provided within the box to protect against lightning • Suitably rated DC MCB provided to protect against overload, short-circuit.

13. BATTERY BANK : The battery bank will provide the backup/regular power as per design engineering and as per IEC 61427/ IS 1651/ IS 13369/ IS 15549 standard/ codes. (i) For Group of 10 Lights

Storage capacity: Type: VRLA Tubular Gel Battery (Make Exide/ HBL) : 12V, 600 Ah at C/10

(ii) For Group of 15 Lights Storage capacity: Type: VRLA Tubular Gel Battery (Make Exide/ HBL) : 12V, 800 AH at C/10

The batteries shall be designed for operating in ambient temperature of Site. The batteries shall consist of individual cells, which can be carried separately with ease while transporting and Battery Bank Stand, standard tools & tackles as per manufacture’s recommendations.

Battery interconnecting links shall be provided for interconnecting the cells in series and in parallel as needed. Connectors for inter cell connection (series / parallel) shall be maintenance free screws. Insulated terminal covers shall be provided.

14. GI POLE & CIVIL WORK AND LAYING OF UNDERGROUND DISTRIBUTION CABLE The pole should be made of GI (B Class) with a height of 4 meters above the ground

level, after one meter grouting and final installed (As per PWD B&R specifications). The pole should have the provision to hold the weather proof lamp housing. It should be painted with a corrosion resistant paint. Total length of pole will be 5 meter with 65 mm outer dia. The laying of underground distribution cable should be as per PWD B&R specifications.

15 LED LIGHTS (12Watt, 220V-AC):

White light Emitting Diode (W-LED) make CREE, NACHIA, PHILIPS. White colour (Colour temperature 5500-6500 K) minimum 20 LUX when measured at the periphery

27

of 4 meter diameter from a height of 4 meter. The illumination should be uniform without dark bands or abrupt variations, and soothing to the eye. Higher light output will be preffered. The lamp housing should be water proof and should be painted with a corrosion resistant paint (IP-65). The metallic arm for holding the light assembly should be extended at least 1.5 meters from the pole and set at a suitable angle to maximize uniform illumination of desired level over the specified area.

16. 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. List of tools and tackles to be supplied by the contractor for approval of specifications and make from PEDA.

A list of requisite spares in case of PCU comprising of a set of control logic cards, IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc. along with spare set of PV modules be indicated, which shall be supplied along with the equipment. A minimum set of spares shall be maintained in the plant itself for the entire period of warranty and Operation & Maintenance which upon its use shall be replenished. 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.

17. DRAWINGS & MANUALS 3 copies of Engineering, electrical drawings, layout details of distribution line and

installation and O&M manuals are to be supplied Bidders shall provide complete technical data sheets for each equipment giving details of the specifications along with make/makes in their bid along with basic design of the power plant and power evacuation, synchronization along with protection equipment. Approved ISI and reputed makes of equipment be used. For complete electro-mechanical works, distribution line bidders shall supply complete design, details and drawings for approval to PEDA before progressing with the installation work.

28

Annexure-III The illustrative Schedule of requirements is in accordance with the specifications contained in this

document For 3KWp SPV Power Plant.

Sl. No. Brief Description Units Make 1. SPV modules for a total capacity 3 KWp as per specifications. 1 Set Indigenous

make as per specifications of MNRE

2. SPV module mounting structure suitable for accommodating 3 KWp capacity SPV modules including foundation as per specifications.

1 Set Hot dip Galvanised

3. 3 KW Power Conditioning Units as per specifications . 1 Set As per latest MNRE and DNIT specifications

4. Array Junction Boxes 1 Set TYCO/ HENSEL

5. Main Junction Boxes 1 Set TYCO/ HENSEL

6. Data Logging system as per specifications 1 Set 7. DC Distribution units as per specifications 1 set 8. AC Distribution units as per specifications including Mains

Changeover 1 Set

9. Cable requirement Size as per requirement All cable trays including covers to be provided as per clause no. 11.5 (a to d) of section V under Technical Specifications of DNIT

As per site requirement

Finolex/ Havells/ CCI

10. Lightning arrestor complete set as per specification 1 Set 11. Earthing complete set as per specification 1 Set 12. Battery bank complete as per specifications (Tubular GEL,

VRLA) 48V, 450 Ah

1 Set Exide/ HBL (VRLA GEL)

13. 5 meter GI pole B class and 12 watt, 220V AC LED with complete luminary.

nos As per DNIT

14. 2 core 6 sq.mm Armoured cable/2C 6Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/CCI

15. 2 core 4 sq.mm Armoured cable/2C 4Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/ CCI

16. Laying of distribution cable as per the site requirement Rmt 17. Spares, tools for plant for 5 years warranty As per list 18. Fuses, Transfer switches, Printed Circuit boards required for

power plant 1 Set

19. Maintenance for 5 years from the date of commissioning of the project in all respect.

As per scope of work

20. Warranty of the SPV Power Plant for a period of 5 years and the warranty of SPV modules for a period of 25 years from date of commissioning of the power plant as per scope

21. Engineering, electrical drawings and installations and O&M manuals

3 Sets

22. Any other equipment required to complete the installation 23. All civil works related to grouting of the structures required for

the plant will be at the manufacturer’s level Lumpsum

24. Providing training to engineers and site staff for operating, Maintenance and trouble shooting skills

25. Preparation of control room (if required) , exhaust fan etc in control room (As per requirement)

Lumpsum

Note : • The requirements for the plant and machinery are indicated in the schedule of requirements. The items indicated

in the schedules are only indicative and the suppliers are 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. The make of the equipment/items offered should be got approved from the purchaser, before supply.

29

The illustrative Schedule of requirements is in accordance with the specifications contained in this document For 5KWp SPV Power Plant.

Sl. No.

Brief Description Units Make

1. SPV modules for a total capacity 5 KWp as per specifications.

1 Set Indigenous

make as per specifications of MNRE

2. SPV module mounting structure suitable for accommodating 5 KWp capacity SPV modules including foundation as per specifications.

1 Set Hot dip Galvanised

3. 5 KW Power Conditioning Units as per specifications . 1 Set As per latest MNRE and DNIT specifications

4. Array Junction Boxes 1 Set TYCO/ HENSEL

5. Main Junction Boxes 1 Set TYCO/ HENSEL

6. Data Logging system as per specifications 1 Set 7. DC Distribution units as per specifications 1 set 8. AC Distribution units as per specifications including Mains

Changeover 1 Set

9. Cable requirement Size as per requirement All cable trays including covers to be provided as per clause no. 11.5 (a to d) of section V under Technical Specifications of DNIT

As per site requirement

Finolex/ Havells/ CCI

10. Lightning arrestor complete set as per specification 1 Set 11. Earthing complete set as per specification 1 Set 12. Battery bank complete as per specifications (Tubular GEL,

VRLA) 96 V,360 AH

1 Set Exide/ HBL (VRLA GEL)

13. 5 meter GI pole B class and 12 watt, 220V AC LED with complete luminary.

nos. As per DNIT

14. 2 core 10 sq.mm Armoured cable/2C 6Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/ CCI

15. 2 core 4 sq.mm Armoured cable/2C 4Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/ CCI

16. Laying of distribution cable as per the site requirement Rmt

17. Spares, tools for plant for 5 years warranty As per list

18. Fuses, Transfer switches, Printed Circuit boards required for power plant

1 Set

19. Maintenance for 5 years from the date of commissioning of the project in all respect.

As per scope of work

20. Warranty of the SPV Power Plant for a period of 5 years and the warranty of SPV modules for a period of 25 years from date of commissioning of the power plant as per scope

21. Engineering, electrical drawings and installations and O&M manuals

3 Sets

22. Any other equipment required to complete the installation

23. All civil works related to grouting of the structures required for the plant will be at the manufacturer’s level

Lumpsum

24. Providing training to engineers and site staff for operating, Maintenance and trouble shooting skills

25. Preparation of control room (if required) , exhaust fan etc in control room (As per requirement)

Lumpsum

Note : • The requirements for the plant and machinery are indicated in the schedule of requirements. The items indicated

in the schedules are only indicative and the suppliers are 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. The make of the equipment/items offered should be got approved from the purchaser, before supply.

30

The illustrative Schedule of requirements is in accordance with the specifications contained in this

document For 7.5KWp SPV Power Plant. Sl. No. Brief Description Units Make

1. SPV modules for a total capacity 7.5 KWp as per specifications. 1 Set Indigenous make as per specifications of MNRE

2. SPV module mounting structure suitable for accommodating 7.5 KWp capacity SPV modules including foundation as per specifications.

1 Set Hot dip Galvanised

3. 7.5 KW Power Conditioning Units as per specifications . 1 Set As per latest MNRE and DNIT specifications

4. Array Junction Boxes 1 Set TYCO/ HENSEL

5. Main Junction Boxes 1 Set TYCO/ HENSEL

6. Data Logging system as per specifications 1 Set 7. DC Distribution units as per specifications 1 set 8. AC Distribution units as per specifications including Mains

Changeover 1 Set

9. Cable requirement Size as per requirement All cable trays including covers to be provided as per clause no. 11.5 (a to d) of section V under Technical Specifications of DNIT

As per site requirement

Finolex/ Havells/ CCI

10. Lightning arrestor complete set as per specification 1 Set 11. Earthing complete set as per specification 1 Set 12. Battery bank complete as per specifications (Tubular GEL, VRLA)

120 V,450 AH 1 Set Exide/ HBL

(VRLA GEL) 13. 5 meter GI pole B class and 12 watt, 220V AC LED with complete

luminary. nos As per DNIT

14. 2 core 10 sq.mm Armoured cable/2C 6Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/ CCI

15. 2 core 4 sq.mm Armoured cable/2C 4Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/ CCI

16. Laying of distribution cable as per the site requirement Rmt 17. Spares, tools for plant for 5 years warranty As per list 18. Fuses, Transfer switches, Printed Circuit boards required for

power plant 1 Set

19. Maintenance for 5 years from the date of commissioning of the project in all respect.

As per scope of work

20. Warranty of the SPV Power Plant for a period of 5 years and the warranty of SPV modules for a period of 25 years from date of commissioning of the power plant as per scope

21. Engineering, electrical drawings and installations and O&M manuals

3 Sets

22. Any other equipment required to complete the installation 23. All civil works related to grouting of the structures required for

the plant will be at the manufacturer’s level Lumpsum

24. Providing training to engineers and site staff for operating, Maintenance and trouble shooting skills

25. Preparation of control room (if required) , exhaust fan etc in control room (As per requirement)

Lumpsum

Note : • The requirements for the plant and machinery are indicated in the schedule of requirements. The items indicated

in the schedules are only indicative and the suppliers are 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. The make of the equipment/items offered should be got approved from the purchaser, before supply.

31

The illustrative Schedule of requirements is in accordance with the specifications contained in this document For 10KWp SPV Power Plant.

Sl. No. Brief Description Units Make 1. SPV modules for a total capacity 10 KWp as per specifications. 1 Set Indigenous

make as per specifications of MNRE

2. SPV module mounting structure suitable for accommodating 10 KWp capacity SPV modules including foundation as per specifications.

1 Set Hot dip Galvanised

3. 10 KW Power Conditioning Units as per specifications . 1 Set As per latest MNRE and DNIT specifications

4. Array Junction Boxes 1 Set TYCO/ HENSEL

5. Main Junction Boxes 1 Set TYCO/ HENSEL

6. Data Logging system as per specifications 1 Set 7. DC Distribution units as per specifications 1 set 8. AC Distribution units as per specifications including Mains

Changeover 1 Set

9. Cable requirement Size as per requirement All cable trays including covers to be provided as per clause no. 11.5 (a to d) of section V under Technical Specifications of DNIT

As per site requirement

Finolex/ Havells/ CCI

10. Lightning arrestor complete set as per specification 1 Set 11. Earthing complete set as per specification 1 Set 12. Battery bank complete as per specifications (Tubular GEL, VRLA)

120 V,600 AH 1 Set Exide/ HBL

(VRLA GEL) 13. 5 meter GI pole B class and 12 watt, 220V AC LED with complete

luminary. nos As per DNIT

14. 2 core 10 sq.mm Armoured cable/2C 6Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/ CCI

15. 2 core 4 sq.mm Armoured cable/2C 4Sq. mm PVC lominated wire with GI supporting wire.

Rmt Finolex/ Havells/ CCI

16. Laying of distribution cable as per the site requirement Rmt 17. Spares, tools for plant for 5 years warranty As per list 18. Fuses, Transfer switches, Printed Circuit boards required for

power plant 1 Set

19. Maintenance for 5 years from the date of commissioning of the project in all respect.

As per scope of work

20. Warranty of the SPV Power Plant for a period of 5 years and the warranty of SPV modules for a period of 25 years from date of commissioning of the power plant as per scope

21. Engineering, electrical drawings and installations and O&M manuals

3 Sets

22. Any other equipment required to complete the installation 23. All civil works related to grouting of the structures required for

the plant will be at the manufacturer’s level Lumpsum

24. Providing training to engineers and site staff for operating, Maintenance and trouble shooting skills

25. Preparation of control room (if required) , exhaust fan etc in control room (As per requirement)

Lumpsum

Note : • The requirements for the plant and machinery are indicated in the schedule of requirements. The items indicated

in the schedules are only indicative and the suppliers are 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. The make of the equipment/items offered should be got approved from the purchaser, before supply.

32

TECHNICAL SPECIFICATIONS OF CENTRALIZED SPV POWER PLANTS SOLAR PHOTOVOLTAIC MODULES 1.1 Module capacity less than minimum 200 Wp should not be supplied. The Photovoltaic

modules must be tested and certified by an independent testing laboratory that is accredited in accordance with ISO Guide 25. The module type must be qualified as per IEC 61215 (Second edition) or IEEE 1262 or CEC 503 for Crystalline silicon. Make of SPV Module shall be freezed during technical evaluation based on the offer of bidder. "Only indigenously manufactured PV modules will be used in Off-grid projects.”

1.2 The PV module shall perform satisfactorily in humidity up to 100 % with temperature between – 1 deg. C to +55 deg C and with stand wind dust upto 200 km/h from back side of the panel. Photo / electrical conversion efficiency of SPV module shall be greater than 14%. Since the modules would be used in a high voltage circuit, the high voltage insulation test shall be carried out on each module and a test certificate to that effect provided.

1.3 Maximum degradation not more than 10% at the end of 12 years and 20% at the end of 25 years.

1.4 Other general requirement for the PV modules and subsystems shall be the following: (a) Raw materials and technology employed in the module production processes

shall not be considered relevant so long as the given specifications are satisfied.

(b) The rated output power of any supplied module shall not vary more than 3 (three) percent from the average power rating of all modules.

(c) The peak-power point voltage and the peak-power point current of any supplied module and/or any module string (series connected modules) shall not vary more than 3 (three) per cent from the respective arithmetic means for all modules and/or for all module strings, as the case may be.

(d) Except where specified, the front module surface shall consist of impact resistant, low-iron and high-transmission toughened glass.

(e) The module frame, if any, shall be made of a corrosion-resistant material which shall be electrolytically compatible with the structural material used for mounting the modules.

(g) The module shall be provided with a junction box with provision of external screw terminal connection and with arrangement for provision for by-pass diode. The box shall have hinged, weather proof lid with captive screws and cable gland entry points.

1.5 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.

33

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) Peak 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 test lab issuing IEC certificate Other relevant information on traceability of solar cells and module as per ISO 9000

series. ARRAY STRUCTURE

The supplier shall specify installation details of the PV modules and the support structures with appropriate diagrams and drawings. Such details shall include, but not limited to the following: • Determination of true south at the site; • Array tilt angle to the horizontal, with permitted tolerance; • Details with drawings for fixing the modules; • Details with drawings of fixing the junction/terminal boxes; • Interconnection details inside the junction/terminal boxes; • Structure installation details and drawings; • Electrical grounding (earthing); • Inter-panel/Inter-row distances with allowed tolerances; and • Safety precautions to be taken.

The array structure shall support SPV modules at a given orientation to absorb and transfer the mechanical loads to the roof properly. The portion of array structure if any lying within the column shall be of hot dip galvanized mild steel extruded section of superior quality. All nuts and bolts shall be of very good quality stainless steel. Detailed design and Drawing of the module mounting structures shall have to submit to PEDA for acceptance before execution of work. Self-drilling fasteners with SS and rubber washers should be provided to fix SPV panels. Silicon sealant around the screw should also be provided. Strict care should be taken during execution to avoid any damage to the roof surface of building and to ensure no leakage should occur.

i. Hot dip galvanized MS extruded frame structures with adequate strength and in accordance with relevant BIS standards shall be used with proof that the design of the structure can withstand the wind speed of minimum 200 km per hour.

ii. Structures shall be supplied complete with all members to be compatible for allowing easy installation at the rooftop site.

iii. Each structure should have angle of inclination as per the site conditions to take maximum insolation.

iv. Each panel frame structure be so fabricated as to be fixed on the rooftop column/wall structures. The structure should be capable of withstanding a wind load of 200 km/hr after grouting & installation.

v. The structures shall be designed for simple mechanical and electrical installation. There shall be no requirement of welding or complex machinery at

34

the installation site. If prior civil work or support platform is absolutely essential to install the structures, the supplier shall clearly and unambiguously communicate such requirements along with their specifications in the bid. Detailed engineering d drawings and instructions for such prior civil work shall be carried out prior to the supply of Goods.

vi. The array structure shall support SPV modules at a given orientation and absorb and transfer the mechanical loads to the rooftop columns properly.

vii. No damage in any way should be caused to the roof of the building while installation of SPV Power Plant. If any damage done it will wholly be the responsibility of the bidder and cost shall be recovered from the bidder. To avoid any problem the system of fixing of panel structure shall be got approved.

3 Power Conditioning Unit (i) 3KW

The power conditioner unit Capacity 3 KW should convert DC power produced by SPV modules, in to AC power. - 3 KW – Single phase Output - Frequency – 50 Hz - Waveform and regulation – Pure sinewave, 220V + 2% - Efficiency- minimum 92% at full load

(ii) 5KW The power conditioner unit Capacity 5 KW should convert DC power produced by SPV modules, in to AC power. - 5 KW – Single phase Output - Frequency – 50 Hz - Waveform and regulation – Pure sinewave, 220V + 2% - Efficiency- minimum 92% at full load

(iii) 7.5KW The power conditioner unit Capacity 7.5 KW should convert DC power produced by SPV modules, in to AC power. - 7.5 KW – Single phase Output - Frequency – 50 Hz - Waveform and regulation – Pure sinewave, 220V + 2% - Efficiency- minimum 92% at full load

(iv) 10KW The power conditioner unit Capacity 10 KW should convert DC power produced by SPV modules, in to AC power. - 10 KW – Single phase Output - Frequency – 50 Hz - Waveform and regulation – Pure sinewave, 220V + 2% - Efficiency- minimum 92% at full load

SALIENT FEATURES & BRIEF TECHNICAL SPECIFICATIONS:

• PCU should operate in both modes stand alone/ grid interactive & should have provision for taking DC input energy from Solar PV & charging of battery bank & also import of AC power from Grid during less energy from Solar PV with supply of power from meeting dedicated loads.

35

• High Efficiency Bi-Directional inverter systems for optimized power conversion at all times.

• Full Automatic Operation with no break in supply during the transitions from one mode to another mode.

• LCD Display and keypad for system control, monitoring, instantaneous data, event logs, data logs and changing set points.

• LCD display should provide voltage, current, load Kwh, KVA, Grid Kwh consumption, instant load, total battery voltage, charging & discharging current , solar insulation in W/sq.mtr.

• Automatic starting, transfer and no-break transfer to an optional Generator for extended grid failure/ SPV source failure.

• Integrated MPPT Solar Charge Controller. • Over current, battery over charge protection, PV Reverse polarity, Reverse current

flow, High temperature protection should be provided. • Built for harsh working environment. • For ease of installation Maintenance, safety the Power Condition Unit and DC

distribution unit (if required) AC distribution unit, change over unit, AC energy meter for PCU Output to be integrated into a single self standing/wall mounting enclosure having AC & DC measuring, control & protection system. The supplier will submit the design details of this enclosure to PEDA for approval.

• The Power Condition Unit/ inverters should comply with applicable IEC 61683/ IS 61683 for efficiency measurement and environmental tests as IEC 60068-2 (1,2,14,30)/ equivalent BIS std.

• The charge controller/ MPPT Units should qualify IEC 62093 and IEC 60068-2 (1,2,14,30)/ equivalent BIS std. The junction boxes/ enclosures should IP 65 (for outdoor)/ IP54 (indoor) are as per IEC 529 standard.

• Automatically restart after overload triggered shutdown. • Surge Protection Device (SPD) on AC and DC side. • Energy source: SPV and Grid power. • The PCU's should be tested from the MNRE approved test centres/ NABL/ BIS

accredited testing- calibration laboratories. In case of imported power conditioning units, these should be approved by international test laboratories.

3.15 Electrical safety, earthing and protection.

a) Internal Faults: In built protection for internal faults including excess temperature, commutation failure, overload and cooling fan failure (if fitted) is obligatory.

b) Over Voltage Protection: Over Voltage Protection against atmospheric lightning discharge to the PV array is required. Protection is to be provided against voltage fluctuations in the grid itself and internal faults in the power conditioner, operational errors and switching transients.

c) Earth fault supervision: An integrated earth fault device shall have to be provided to detect eventual earth fault on DC side and store its data in its inbuilt system. Also an indicate in this regards is to be provided on front panel.

d) Cabling practice: Cable connections must be made using PVC Cu cables, as per BIS standards. All cable connections must be made using suitable

36

terminations for effective contact. The PVC Cu cables must be run in GL trays with covers for protection.

e) Fast acting semiconductor type current limiting fuses at the main bus-bar to protect from the load side short circuiting.

3.15 The PCU shall include an easily accessible emergency OFF button located at an appropriate position on the unit.

3.16 The PCU shall include ground lugs for equipment and PV array grounding. The DC circuit ground shall be a solid single point ground connection in accordance with WEC 69042.

3.17 All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and painted or otherwise suitably protected to survive a nominal 30 years design life of the unit.

3.18 The PCU enclosure shall be weatherproof and capable of surviving climatic changes and should keep the PCU intact under all conditions in the room where it will be housed. The PCU shall be located indoor and should be floor mounted. Moisture condensation and entry of rodents and insects shall be prevented in the PCU enclosure.

3.19 Components and circuit boards mounted inside the enclosures shall be clearly identified with appropriate permanent designations, which shall also serve to identify the items on the supplied drawings.

3.20 All doors, covers, panels and cable exists shall be gasketed or otherwise designed to limit the entry of dust and moisture. All doors shall be equipped with locks. All openings shall be provided with grills or screens with openings no larger than 0.95 cm.

3.21 The design and fabrication of the PCU the site temperature (0O to 55O

3.24 Factory Testing:

C), incident sunlight and the effect of ambient temperature on component life shall be considered carefully. Similar consideration shall be given to the heat sinking and thermal for blocking diodes and similar components.

A) Preparation of all controls, protective and instrumentation circuits shall be demonstrated by direct test if feasible or by simulation operation conditions for all parameters that cannot be directly tested.

B) Operation of start up, disconnect and shutdown controls shall also be tested and demonstrated. Stable operation of the PCU 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.

4. CODES AND STANDARDS The quality of equipment supplied shall be controlled to meet the guidelines for engineering design included in the standards and codes listed in the relevant ISI and other standards, such as:

IEEE 928 Recommended Criteria for Terrestrial PV Power Systems. IEEE 929 Recommended Practice for Utility Interface of Residential and Intermediate

PV Systems.

37

IEEE 519 Guide for Harmonic Control and Reactive Compensation of Static Power Controllers.

National Electrical NEPA 70-(USA) or equivalent national standard. National Electrical Safety Code ANSI C2- (USA) or equivalent national standard. JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard for PV

modules. The PCU should confirm to IEC 61683 for efficiency measurement and IEC 600682 for environmental testing MPPT should confirm to design qualification, IEC 62093.

5. METERING

1. Energy Output: Digital Energy Meters to log the actual value of Energy supplied to load shall have to be provided.

2. One common portable data manager system to be provided for SPV Power Plants for day to day data management to be used by service engineer. All major parameters should be available on the digital bus and logging facility for energy auditing through the internal microprocessor and can be read on the digital front panel at any time the current values, previous values for up to a month and the average values. The following parameters should be accessible via the operating interface display.

AC Voltage AC Output current Output Power DC Input Voltage DC Input Current Time Active Time disabled Time Idle Temperatures I Inverter Status

Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency, Under frequency ground fault, PV starting voltage, PV stopping voltage, Over voltage delay, Under voltage delay over frequency, Ground fault delay, PV starting delay, PV stopping delay). 6. LIGHTNING PROTECTION

There shall be the required number of suitable lightning arrestors installed in the array area. Lightning protection shall be provided by the use of metal oxide varistors and suitable earthing such that induced transients find an alternate route to earth. Protection shall meet the safety rules as per Indian Electricity Act 7. EARTHING PROTECTION

Each array structure of the PV yard should be grounded properly as per IS: 3043-1987. In addition the lighting 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 horoughly grounded in accordance with Indian electricity Act./IE Rules. Earth Resistance should be tested in presence of the representative of PEDA after earthing by calibrated earth tester. PCU ACDB and DCDB should also be earthed properly.

38

8. DANGER BOARDS

Danger boards should be provided as and where necessary as per IE Act./IE rules as amended up to date. 9. DC Distribution Board

DC Distribution panel to receive the DC output from the array field with analog measurement panel for voltage, current from different MJBs so as to check any failure in the array field. It shall have MCCBs of suitable rating for connection and disconnection of array sections. DCDB shall have sheet from enclosure of dust & vermin proof. 10. COMMON AC DISTRIBUTION PANEL BOARD 10.1 AC Distribution Section in PCU

This section is to be housed in PCU for cabinet duly separated from the PCU section. Both the AC outputs inverters to be fed to this section. These feeders also have auto functioning in coordination with auto functioning of inverter for a pre specific period of time through timer etc.

Local indication for On/ Off status and trip status through LEDs as approved by PEDA are required to be incorporated in it. Complete schematic & GA drawings of PCU cabinet will be approved by PEDA. 10.2 AC Distribution System for Utility Building: Local Distribution Panel:

For output, a localized power control panels are required to be provided. It will consist of mains on/ off through MCB/ MCCB connectors of suitable capacity, system for overloading alarm for preset time and then tripping. Distribution sockets for computer and switches for other loads required to be provided. Arranging for power distribution for lights and fans is also required to be incorporated in it. These panels will operate on mains inverter AC. Auto change over from main to inverter if inverter power available or vise versa is required to be incorporated in this panel. Design including GA will be approved by PEDA.

Local indication for inverter power, mains AC Power, Overloading etc as per company’s standards / as approved by PEDA to be provided.

Scope of work includes modification in Utility building wiring for putting fan & light loads on inverter supply. 11. CABLES 11.1 Cabling in the yard and control room: 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.

11.2 Wires: Only copper wires of appropriate size and of reputed make shall have to be used.

11.3 Cables Ends: All connections are to be made through suitable cable/lug/terminals; crimped properly & with use of Cable Glands.

11.4 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.

39

11.5 CABLE REQUIREMENT:

a) 2C * 2.5 Sq. mm. PVC insulated Cu cable b) 2C * 4 Sq. mm. PVC insulated Cu cable c) 2C * 10 Sq. mm. PVC insulated Cu cable d) 2C* 25 Sq. mm PVC insulated Cu cable

DISTRIBUTION CABLE

(i) 2C * 10 sq. mm. Armoured cable (Underground) or 2C * 10 Sq.mm PVC insulated cable with GI 10 Gauge supporting wire.

(ii) 2C * 6 sq. mm. Armoured cable (Underground) or 2C * 6 Sq.mm PVC insulated cable with GI 10 Gauge supporting wire.

(iii) 2C * 4 sq. mm. Armoured cable (Underground) or 2C * 4 Sq.mm PVC insulated cable with GI 10 Gauge supporting wire.

All the cables required for the plant will be provided by the manufacturer. Any change

in cabling sizes if desired by the bidder/supplier be got approved after citing appropriate

reasons. All cable schedules/layout drawings have to be got approved from the purchaser

prior to installation.

11.6 Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded insulation Overall PVC insulation for UV protection Armoured cable for underground laying All cables shall conform to (IS 1554) Part 1 of 1988 and shall be of 650V/1.1KV grade as per requirement.

12. ARRAY JUNCTION BOX, MAIN JUNCTION BOXES

• The junction boxes are to be provided in the PV yard for termination of connecting

cables from array to Main JB & Main JB to Sequential Energy controller. The Junction

Boxes shall be made of FRP/ aluminium with full dust, water & vermin proof

arrangement of make TYCO/ HENSEL. All wires/cables must be terminated through

cable lugs. The J.Bs shall be such that input & output termination can be made

through suitable cable glands.

• Made of GFRP or cast aluminium • Copper bus bars/terminal blocks housed in the junction box with suitable termination

threads • Conforming to IP65 standards • Hinged door with EPDM rubber gasket to prevent water entry. • Single compression cable glands. • Provision of earthing • SPDs provided within the box to protect against lightning • Suitably rated DC MCB provided to protect against overload, short-circuit.

40

13. BATTERY BANK : The battery bank will provide the backup/regular power as per design engineering and as per IEC 61427/ IS 1651/ IS 13369/ IS 15549 standard/ codes. (i) For 3KW Power Plant

Storage capacity: Type: VRLA Tubular Gel Battery (Make Exide/ HBL) : 48V, 450 Ah at C/10

(ii) For 5KW Power Plant Storage capacity: Type: VRLA Tubular Gel Battery (Make Exide/ HBL) : 96 V, 360 AH at C/10

(iii) For 7.5KW Power Plant Storage capacity: Type: VRLA Tubular Gel Battery (Make Exide/ HBL)

For Power Plant: 120V, 400 Ah, or 96V, 500Ah at C/10 : 120 V, 450 AH at C/10

(iv) For 10KW Power Plant Storage capacity: Type: VRLA Tubular Gel Battery (Make Exide/ HBL)

For Power Plant: 120V, 400 Ah, or 96V, 500Ah at C/10 : 120 V, 600 AH at C/10

The batteries shall be designed for operating in ambient temperature of Site. The batteries shall consist of individual cells, which can be carried separately with ease while transporting and Battery Bank Stand, standard tools & tackles as per manufacture’s recommendations.

Battery interconnecting links shall be provided for interconnecting the cells in series and in parallel as needed. Connectors for inter cell connection (series / parallel) shall be maintenance free screws. Insulated terminal covers shall be provided.

14. GI POLE & CIVIL WORK AND LAYING OF UNDERGROUND DISTRIBUTION CABLE

The pole should be made of GI (B Class) with a height of 4 meters above the ground level, after one meter grouting and final installed (As per PWD B&R specifications). The pole should have the provision to hold the weather proof lamp housing. It should be painted with a corrosion resistant paint. Total length of pole will be 5 meter with 65 mm outer dia. The laying of underground distribution cable should be as per PWD B&R specifications.

15 LED LIGHTS (12Watt, 220V-AC):

White light Emitting Diode (W-LED) make CREE, NACHIA, PHILIPS. White colour (Colour temperature 5500-6500 K) minimum 20 LUX when measured at the periphery of 4 meter diameter from a height of 4 meter. The illumination should be uniform without dark bands or abrupt variations, and soothing to the eye. Higher light output will be preffered. The lamp housing should be water proof and should be painted with a corrosion resistant paint (IP-65). The metallic arm for holding the light assembly should be extended at least 1.5 meters from the pole and set at a suitable angle to maximize uniform illumination of desired level over the specified area.

16. 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. List of tools and tackles to be supplied by the contractor for approval of specifications and make from PEDA.

41

A list of requisite spares in case of PCU comprising of a set of control logic cards, IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc. along with spare set of PV modules be indicated, which shall be supplied along with the equipment. A minimum set of spares shall be maintained in the plant itself for the entire period of warranty and Operation & Maintenance which upon its use shall be replenished. 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.

17. DRAWINGS & MANUALS 3 copies of Engineering, electrical drawings, layout details of distribution line and

installation and O&M manuals are to be supplied Bidders shall provide complete technical data sheets for each equipment giving details of the specifications along with make/makes in their bid along with basic design of the power plant and power evacuation, synchronization along with protection equipment. Approved ISI and reputed makes of equipment be used. For complete electro-mechanical works, distribution line bidders shall supply complete design, details and drawings for approval to PEDA before progressing with the installation work.

C:\Users\admin\Desktop\20KSL\DNIT LED SLS.doc

42

(To be submitted on Stamp Paper of Rs.100/-)

ANNEXURE - IV MANUFACTURERS' AUTHORIZATION FORM

To

No. dated:___________

Tender No. PEDA/2015-16/6 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 IFB.

We hereby extend our full guarantee and warranty for the goods and services offered for supply

by the M/s ______________________________ firm against this a Project in the Punjab State.

Yours faithfully, (Name) (Name of manufacturers) Note: This letter of authority should be on the Stamp paper 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.

(The list of items for which this is required should be indicated by Purchaser).

C:\Users\admin\Desktop\20KSL\DNIT LED SLS.doc

43

ANNEXURE - V PERFORMANCE SECURITY FORM

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank) To: (Name of Purchaser) WHEREAS ................................................................... (Name of Supplier) (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 in accordance with the Contract. 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 ................................... ........................................ (Amount of the Guarantee in Words and Figures) 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 ................................ (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 the ........day of...................20...... Signature and Seal of Guarantors .................................................................... Date....................................................20..... .................................................................... .................................................................... Address:....................................................... .................................................................... ....................................................................

C:\Users\admin\Desktop\20KSL\DNIT LED SLS.doc

44

DOCUMENTS TO BE ENCLOSED WITHIN THE OFFER Part-I &Part-II of the tender should be comprise the following document:-

i) Part-I-Technical bid

The technical bid Part-I of tender shall be furnished complete in all respect documents

mentioned therein and following documents. (Scanned copy of the following documents

submits with technical bid).

a) Forwarding letter as per Performa –I b) Letter of authorized supplier from the manufacturer incase bids is being submitted by

authorized supplier. c) Photocopy of partnership deed in case of partnership firm certificate of incorporation in case

of compares selected document for others. d) Power of attorney for authorized signatory in case of companies. e) Details of past experience against supply made to different state nodal agencies. f) Photocopies of certificate of satisfactory performance of system supplied to state nodal

agencies/ Govt. department along with copy of purchase order. g) Earnest money deposit h) Valid test report issued by SEC/ Authorized test centre of MNRE, GOI as per latest guidelines

of MNRE, GOI i) Balance sheets for three financial years. j) Detail of make of material for SPV Street light. k) Guarantee

ii) Part-II – Financial bid

a) The price of Solar Photovoltaic Street Lighting System in full and complete including , FOR

destinations in Punjab all taxes & levies, octroi, VAT and any other charges etc. including five

years of warranty obligations to be quoted in Financial Bid Format.

C:\Users\admin\Desktop\20KSL\DNIT LED SLS.doc

45

PERFORMA-I

Format for forwarding letter

(To be submitted by tenderers on the official letter head of the company) No. Dated:-

To

The Director, Punjab Energy Development Agency, Plot No 1 &2, Sector 33D, Chandigarh.

Subject: - Offer in response to Notice inviting Tender for supply, installation and commissioning of

LED Based Solar Photovoltaic Street Lighting Systems Sir,

We here by submit our offer in compliance with terms and conditions of the Notice

Inviting. As specified, the offer has been submitted.

We also further declare:-

a) That we are submitting this offer under the above mentioned notice after having fully read

and understood the nature of the work and having carefully noted all the specifications,

terms and conditions laid down in the tender document.

b) That we have never been debarred from executing similar type of work by any

central/state/public sector undertakings/departments.

c) That we shall execute the offers work as per specifications. Terms and conditions of the

tender document.

d) That our offer shall remain valid for placement of purchase order/ orders upto one year from

the opening of bids.

e) We are not involved in any major litigation that may have an impact of affecting or

comprising the delivery of services are required under this contract

f) I/we read and accepted all the terms and conditions of DNIT.

Yours faithfully,

Proprietor (………..)

Name, Seal &Signature

(Authorized Signatory)

C:\Users\admin\Desktop\20KSL\DNIT LED SLS.doc

46

.

FORM 2 TURNOVER RECORD

(Refer Clause -15)

Name of Bidder: Annual turnover data for past three years (in all class of engineering works only) Sr. No.

Year Turnover (Rs. In Crores) Ref. to Page No. ___ to ______ of Bid

Profit Loss

1 2 3 4 5 6

1. 2012-13

2. 2013-14

3. 2014-15

Signature with seal of bidder

Note: 1. Bidder must complete the information in this form. 2. The information provided shall be certified by Chartered Accountant and supported by Audited Balance

Sheets. Page marking of supported documents to be done & mentioned in column 4.

C:\Users\admin\Desktop\20KSL\DNIT LED SLS.doc

47

FORM 2A FINANCIAL CAPABILITY

Name of Bidder Banker Name of Banker

Address of Banker

Telephone

Contact Name and Title

Fax

Telfax E-mail ID

Financial information in Rs. Crores

Actual: Previous three financial years

2012-13 2013-14 2014-15 1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Profits before taxes

6. Profits after taxes

7. Net worth (Paid up share capital + reserves & surplus) (

8. Average Net worth for last Three Years

Signature with seal of bidder

1. Bidder must fill in the form. 2. Copies of the Audited Financial Statements, including Balance Sheets (stating that the above

statement is true – signature of Chartered Accountant), for the last three years along with certified copy of Income Tax return submitted in the Income Tax Office are to be attached. Firms owned by individuals or member ships may submit their balance sheets certified by a Chartered Accountant, along with certified copy of income tax return.

3. The statement of Net Worth is to be certified by a Chartered Accountant. 4. Attach certificate from a Chartered Accountant that the bidder not suffered losses for any

reasons whatsoever in two of the last 3 years.

C:\Users\admin\Desktop\20KSL\DNIT LED SLS.doc

48

FORM 2B FINANCIAL SOURCES

Name of Bidder:

Specify the sources of credit limit from Nationalized or Scheduled Bank (Other than a Co-operative Bank) to meet the cash flow demands of the Project

Sr. No. Source of financing

Amount (Rs in Crores)

1.

2.

3.

4.

Total

Signature with seal of bidder

1. Bidder must fill the form. If necessary, use separate sheets to provide complete banker information. The letter from the bidder’s bankers should be dated not earlier than start date of issue of this tender.