tender document for supply, installation, testing ... · tender document for supply, installation,...

36
1 SINGNATURE AND STAMP OF THE TENDERER TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING, COMMISSIONING WITH TEN YEARS OF COMPREHENSIVE MAINTENANCE CONTRACT OF 50KWP OFF GRID SOLAR PHOTOVOLTAIC POWER PLANT AT BIO & NANO TECHNOLOGY CENTRE IN GURU JAMBHESHWAR UNIVERSITY OF SCIENCE & TECHNOLOGY, HISAR

Upload: others

Post on 22-Oct-2020

8 views

Category:

Documents


0 download

TRANSCRIPT

  • 1

    SINGNATURE AND STAMP OF THE TENDERER

    TENDER DOCUMENT

    FOR

    SUPPLY, INSTALLATION, TESTING,

    COMMISSIONING WITH TEN YEARS OF

    COMPREHENSIVE MAINTENANCE CONTRACT

    OF 50KWP OFF GRID SOLAR PHOTOVOLTAIC

    POWER PLANT

    AT

    BIO & NANO TECHNOLOGY CENTRE

    IN

    GURU JAMBHESHWAR UNIVERSITY OF

    SCIENCE & TECHNOLOGY, HISAR

  • 2

    SINGNATURE AND STAMP OF THE TENDERER

    INDEX Sr. No. Description Page No.

    1. Undertaking 3

    2. Tender Notice 4

    3. Detailed Tender Notice

    1. Eligibility Criteria 5

    2. Scope of the work 5-7

    3. Instructions to bidders 7-8

    4. Procedure for opening the bids 8

    5. Evaluation of offer 8-9

    6. General terms & conditions 9-16

    4. Technical Specification 17-21

    5. Tender‟s General Information 22

    6. Annexure – 1: Details of earnest money deposit 23

    7. Annexure – 2: Declaration 24

    8. Annexure – 3: Company Profile 25

    9. Annexure – 4: Work experience 26

    10. Annexure – 5: Technical bid 27-28

    11. Annexure – 6: Site visit report letter 29

    12. Check List 30

    13. Annexure – 7: Financial Bid 31-36

  • 3

    SINGNATURE AND STAMP OF THE TENDERER

    (TO BE SUBMITTED ALONG WITH TECHNICAL BID)

    UNDERTAKING

    To,

    The Superintending Engineer, Guru Jambheshwar University of Science & Technology, Hisar-125001

    We, the undersigned (herein after called as Contractor/Vendors/Suppliers)

    hereby offer to execute supply of items as per specification against which we have

    quoted our rates and for which this tender may be accepted at the rates stated there in

    and subject to the terms & conditions set forth for such items as may be ordered by the

    Registrar, GJU S&T, Hisar or officer acting on his behalf.

    Date this ____________Day of ______________

    Signature of Contractor________________

    Address ____________________________

    ___________________________________

    ___________________________________

    Seal of the tender ____________________

  • 4

    SINGNATURE AND STAMP OF THE TENDERER

    TENDER NOTICE

    Tenders are invited under two bid system, from MNRE approved organizations / channel partners of ratings of SP-3B/ Public Sector Undertakings (PSUs) only who are manufacturers/ suppliers of solar PV systems in India having valid test certificates from MNRE authorized test centres for their products for “Supply, Installation, Testing, Commissioning with Ten Years of Comprehensive Maintenance Contract of 50Kwp Off Grid Solar Photovoltaic Power Plant in Guru Jambheshwar University of Science & Technology, Hisar”.

    Cost of Tender Document

    By Cash Rs. 5000/- (if downloaded from university website D.D. of Rs. 5000/- (Non-refundable) in favour of Registrar, GJUS&T, Hisar payable at Hisar

    Deposit of Tender Superintending Engineer, University Works Department, GJU S&T, Hisar

    Earnest Money Deposit Rs. 2.00 lacs by D.D. in favour of S.E. GJUS&T, Hisar payable at Hisar

    Security Deposit/ Performance Security

    5% of the total contract value, by D.D. in favour of S.E. GJUS&T, Hisar payable at Hisar, after accommodating initial deposit of EMD of Rs. 2.00 lacs, within 10 days after issue of allotment letter.

    Period of Completion 45 Days.

    Last Date of Submission 29.08.2013 upto 05.00 PM at SE Office Works Deptt. GJU S&T, Hisar

    Date of Opening 30.08.2013 at 03.30 PM in the office of the Registrar, GJU S&T, Hisar

    The Tender Committee, GJU S&T, Hisar reserves the right to accept / reject any or all the tenders without assigning any reason therefore.

    Superintending Engineer, GJUS&T, Hisar

  • 5

    SINGNATURE AND STAMP OF THE TENDERER

    DETAILED TENDER NOTICE

    Name of Work : Supply, Installation, Testing, Commissioning with Ten Years of

    Comprehensive Maintenance Contract of 50Kwp Off Grid Solar Photovoltaic Power Plant in Guru Jambheshwar University of Science & Technology, Hisar

    1. ELIGIBILITY CRITERIA

    1.1 Only MNRE approved organizations/ channel partners of ratings of SP-3B & above/PSU‟s, who have got their products tested and qualified by any authorized test centers and who have submitted information to the test centre about the company along with a copy to the Ministry in the MNRE format will be eligible to participate.

    1.2 The firm must have adequate capacity to design , manufacture, test , supply, erect, and commission the power plant within the given time schedule.

    (Pl furnish a brief write-up, backed with adequate data, explaining the available capacity and experience (both technical and commercial) for the manufacture and supply of the required systems and equipment within the specified time of completion after meeting all their current commitments.)

    1.3 The products must conform to minimal technical requirements/ standards for off grid/standalone solar PV power plants /systems to be deployed under the Jawaharlal Nehru National Solar Mission.

    (Pl. attach copies of recent test certificates from SEC/ other authorized Test Centres of MNRE, GOI as proof thereof)

    1.4 The products/ systems/ devices quoted in tender should be as per MNRE specifications.

    1.5 All above criteria should be strictly followed. Tenderer should quote only if he is eligible

    2. SCOPE OF THE WORK:

    The broad scope of the work would include supply, installation, commissioning, providing manpower and maintenance for 10 years of the 50Kwp off grid solar PV Power Plant. This would inter-alia include

    2.1 A clear understanding of the features of the GJU S&T, Hisar and the proposed project site. This may require a prior visit to the proposed site.

    2.2 Supply of the complete systems, including all necessary components, sub-components, spares, tools etc. as per technical specifications given elsewhere in this document.

    2.3 Erection and commissioning of the supplied systems on the specified site i.e. Bio & Nano Technology Centre at GJU S&T, Hisar.

    2.4 Providing the control room of size 10‟ x 10‟ on the roof top of the building along with necessary partition with glass and aluminum frame structure works and provision of two nos. 1.5 ton split ACs of 5 star rating with 5KVA copper wound stabilizer Make – Hitachi/ Diakin.

    2.5 Providing pedestals if required for mounting of the PCU'S and control panels

    2.6 Water pump with shed along with full C class piping for water supply for panels cleaning

  • 6

    SINGNATURE AND STAMP OF THE TENDERER

    and washing along with water discharge piping. Water inlet will be provided by GJU S&T, Hisar.

    2.7 All structural drawings to be got approved from GJU S&T, Hisar.

    2.8 The bidder must also provide a detailed operation and maintenance manual specific to the installed systems.

    2.9 Fabrications, supply and the installation of suitable support for the PV panels and other components whichever is required with the accessories.

    2.10 Civil work (grouting) for PV structure.

    2.11 SPV Power plant shall be installed as per the specifications provided in the technical offer.

    2.12 Provide sealed & tested energy meter at consumption side & generation side of SPV Power Plant.

    2.13 Provide solar module with laminated plate inside the module showing name/ logo of manufacturer, model no. and serial no. along with RFID.

    2.14 Transmission and Distribution line upto ACDB. It shall be the responsibility of the tenderer to provide distribution system.

    2.15 Supply of manual for Operation and Maintenance of all the system in English.

    2.16 Supply and installation of control equipments required for the system.

    2.17 Any additional works not covered above, but necessary for the functioning of the system and required as per specification incorporated. The times of minor nature, which are not mentioned, shall be incorporated by the tenderer.

    2.18 Regarding cabling work (external & internal), the tenderer is required to visit the site and as per actual site conditions quote (including drawing & design) accordingly.

    2.19 The tenderer shall provide Comprehensive Maintenance Contract (CMC) of 10 years from date of commissioning. In this C.M.C. period, free replacement of any defective part or equipment will be done. Thereafter, the installed & commissioned systems shall be handed over to GJU S&T, Hisar by the selected tenderer.

    2.20 The tenderer shall provide the necessary training to identified representatives approved by GJU S&T, Hisar during the course of 10 years of CMC for proper daily operation and maintenance of installed system after being taken over by the University.

    2.21 The CMC and O & M period shall be 10 years from date of commissioning of system. The successful tenderer shall visit the installation on monthly basis and carry out regular servicing of installed systems and submit performance reports of installed system duly certified by concerned Principal Investigator/ Coordinator to the Superintending Engineer, GJUS&T, Hisar. Also, the tenderer shall submit performance reports (yearly) of installed system duly certified by Principal Investigator/ Coordinator of the Project.

    2.22 The grid supply connection would be provided with auto change over.

  • 7

    SINGNATURE AND STAMP OF THE TENDERER

    2.23 All cabling and load connections should be carried by the tenderer with proper synergy with the existing electrical systems of GJU S&T, Hisar.

    2.24 The tenderer shall install only 4‟ long LED light fixtures wherever to be decided by engineer- in-charge of the work, for lighting of the project area/cabins.

    2.25 The tenderer will provide a minimum of 10 number of LED signages powered by solar.

    2.26 In case of supply of any defective material or substandard material, the materials will be rejected & it will be the responsibility of the supplier for taking back & replacing the rejected materials at their own cost. In case of non-lifting of such rejected materials within a reasonable time offered by the office it will have the right to suitably dispose off the same and forfeit the amount.

    2.27 The supplied materials should strictly comply with the specifications as mentioned in the bid; otherwise the material would be liable for rejection.

    2.28 Any clarification on the technical specification and commercial terms and conditions may be clarified in writing from GJUS&T, Hisar.

    2.29 Deviation of any commercial terms and condition and technical specification shall not be entertained under any circumstances.

    2.30 Bidders may in their own interest undertake site visit before submitting bids. GJUS&T, Hisar will not be responsible for any incidental or consequential losses of the firms while execution and till expiry of the period of maintenance.

    2.31 During the warranty period, MNRE/ State Agencies/ GJUS&T reserve the right to cross check the performance of the systems with the minimum performance levels specified in the MNRE specifications.

    3. INSTRUCTIONS TO BIDDERS

    3.1 Payment of cost of Tender documents: Tender can be purchased from the office of the S.E. GJUS&T, Hisar by cash payment of Rs. 5000/-. (if downloaded from university website D.D. of Rs. 5000/- (Non-refundable) in favour of Registrar, GJUS&T, Hisar payable at Hisar).

    3.2 Payment of Bid Security (Earnest Money Deposit): The EMD of Rs. 2.00 lacs shall be in the form of the Demand Draft of a scheduled bank issued in favour of S.E. GJUS&T, Hisar.

    3.3 Price Bid Opening: The Price Bids will be opened of only those bidders who have technically qualified. Date of opening of price bid will be intimated separately.

    3.4 Validity period: The Tender shall remain valid for a period of 3 months from the date of submission of Tender document.

    3.5 Tender without requisite amount of EMD shall be out rightly rejected. No tenderer is exempted from EMD. Correspondence on request from any tenderer on exemption of EMD will not entertained by GJUS&T, Hisar.

    3.6 All the information furnished and document produced with the Tender shall be in English language only. The Tender notice and Tender document shall form a part of contract agreement.

    3.7 The conditional tenders will be rejected out rightly.

  • 8

    SINGNATURE AND STAMP OF THE TENDERER

    3.8 Tender Committee, GJUS&T, Hisar reserves the right to reject/ accept any or all Tender without assigning any reason thereof.

    3.9 Period of completion of work is 45 Days from the date of issue of work order.

    3.10 Bidders must submit their bids for all items as stated in DNIT. Bids must be submitted in English language only.

    3.11 Prices quoted must be firm and fixed. No price variation / escalation shall be allowed.

    3.12 Since timely execution of works is of paramount importance, requests for extension of time shall not be ordinarily entertained.

    3.13 Certificate to the effect that the systems to be supplied are indigenous & not fully imported must be furnished.

    3.14 Copy of Test Reports from Solar Energy Centers (SEC)/Other Authorized Test Centres (OATC) approved by MNRE, GOI in regards to SPV Systems confirming to MNRE specifications or JNNSM norms and quoted standards under JNNSM.

    3.15 Power of attorney to sign the agreement on behalf of bidders , if any, should be enclosed along with original bid documents.

    3.16 Bids documents along with original EMD of Rs. 2.00 lacs should be submitted, addressed to the S.E. GJUS&T, Hisar-125001 in a sealed envelope superscribed “Tender for installation of 50Kwp Off Grid Solar PV Power Plant”.

    3.17 The technical bid shall be opened on 30.08.2013 at 03:30 Pm in the presence of such bidders or their authorized representatives, who may like to be present at the time of opening.

    3.18 All pages of the bid documents must be signed & sealed by the authorized person on behalf of the bidders.

    4. PROCEDURE FOR OPENING THE BIDS

    The procedure of opening of the bid shall be as under

    4.1 TECHNICAL BID shall be opened at the time & date mentioned in the bid notice by the Tender Committee, GJUS&T, Hisar in the presence of bidders, who choose to be present.

    4.2 PRICE BID of only those bidders shall be opened who qualify in the technical evaluation; which will be communicated. If necessary, the firms may be called for Technical Presentation of their product as per the time intimated by GJUS&T, Hisar.

    5. EVALUATION OF OFFER

    5.1 The bid of any bidder who has not complied with one or more of the conditions will be summarily rejected.

    5.2 Conditional bids will also be summarily rejected. 5.3 Subsequently, the technical bids will be evaluated by the Tender Committee of

    the University on the basis of technical bid and technical specifications. The

  • 9

    SINGNATURE AND STAMP OF THE TENDERER

    authority for the acceptance of the tender rests with the GJUS&T, Hisar. The tenders received will be evaluated by Tender Committee to ascertain the best acceptable tender in the interest of GJUS&T, Hisar.

    5.4 Financial bids of only the technically qualified bidders will be opened for evaluation in the presence of qualified bidders.

    However, GJUS&T, Hisar shall not be bound to accept the lowest or any other tender or to assign any reason for non-acceptance or rejection of a tender. GJUS&T, Hisar reserves the right to accept any tender in respect of the whole or any portion of the work specified in the tender paper.

    6. GENERAL TERMS & CONDITIONS:

    6.1 Rate :

    The offer should indicate the unit cost of the system, Installation & Commissioning charges, O&M Charges including all taxes & duties. The unit cost must be inclusive of packing, forwarding, loading & unloading charges, cost of insurance and transportation FOR destination where the system will be installed as per the work order.

    6.2 Sales Tax & Duties etc.:

    All Taxes and duties as prescribed both under Central and State Government sales tax rules must be included in the offer rates and no extra payment will be made.

    6.3 Earnest Money Deposit: 6.3.1 Earnest money amounting to Rs.2.00 Lacs. is required to be deposited along

    with the bid without which the bid will not be accepted. No interest will be payable for the EMD amount under any circumstances.

    6.3.2 Earnest money can be deposited in shape of a Demand Draft in favour of S.E. GJU S&T, Hisar, payable at Hisar.

    6.3.3 E.M.D would be refunded to the unsuccessful Bidders after finalization of the bid without any interest.

    6.3.4 E. M. D would be forfeited in case of non- compliance of the purchase order / T/C by the successful bidder.

    6.4 Security Deposit (SD)/ Performance Guarantee Fees:

    6.4.1 The tenderer shall furnish Security deposit equivalent to 5% of the total contract value within 10 days from the date of issue of work order by way of demand draft of nationalized bank in favour of S.E., GJU S&T, Hisar or a bank guarantee equal to security amount will have to be submitted after accommodating EMD of Rs.2.00 Lacs. and this SD/ Performance guarantee fee will be returned by GJUS&T, Hisar only after successful completion of CMC period of 10 years (To cover the period of CMC). If in the warranty period the agency fails to attend the complaint or refuses to replace the faulty equipment /items within 48 hours of lodging of complaint then GJUS&T the will do the needful and cost thus incurred on this account will be recovered from the security deposit.

  • 10

    SINGNATURE AND STAMP OF THE TENDERER

    6.4.2 Failure to comply with the terms of security deposit shall result into cancellation of work order without any further reference to the tenderer and the EMD shall be forfeited.

    6.4.3 The security deposit shall be liable to be forfeited wholly or partly at the sole discretion of the GJU S&T, Hisar, if the tenderer either fails to execute the work of above projects or fails to fulfil the contractual obligations or fails to settle in full his dues to the GJU S&T, Hisar.

    6.4.4 In case of premature termination of the contract, the SD/ performance security will be forfeited and the GJU S&T, Hisar will be at liberty to recover the loss suffered by it & if additional cost is to be paid, the same shall be recovered from the tenderer.

    6.4.5 The GJU S&T, Hisar is empowered to recover from the SD/ performance security for any sum due and for any other sum that may be fixed by the GJU S&T, Hisar as being the amount or loss or losses or damages suffered by it due to delay in performance and / or non-performance and / or partial performance of any of the conditions of the contract and / or non-performance of guarantee obligations.

    6.4.6 The security deposit shall be accommodated as performance security only after contract is completed upto the satisfaction of the GJU S&T, Hisar.

    6.4.7 No security will be deducted from the monthly/regular payment made during execution of the work.

    6.5 Programme Execution Schedule :

    Delivery of systems, Installation & Commissioning at sites: 1 month from the date of handing over the site to the vendor for the purpose of erection of the PV power plant, performance guarantee inspection, physical verification and test handing over of systems for installation.

    6.6 Warranty: The complete system should be warranted against any manufacturing defect or bad workmanship at least for a period of 10 (ten) years from the date of commissioning of the systems.

    The offered module shall have a power warranty of 25 years against any manufacturing defect of bad workmanship with degradation of power generated not exceeding 15% of the minimum rated power over the 25 year period and not more than 10% after ten years period. All warranties from the manufacturer have to be fully endorsed by the bidder.

    After one year of installation of SPV plant, 10% of the installed modules will be selected randomly and will be tested in the Laboratory or test centre approved by MNRE for STC performance, if 50% or more of the modules are found below the rated STC power rating then the buyer will test all the panels and the bidder will be required to replace all the underperforming modules with new modules.

  • 11

    SINGNATURE AND STAMP OF THE TENDERER

    Warranty certificate to the above effect must be furnished along with the commissioning reports.

    Any defect noticed during warranty period should be rectified/replaced by the supplier free of cost upon due intimation by GJU S&T, Hisar within 48 hours of lodging of complaint if the agency fails to do so then GJUS&T will do the needful and cost thus incurred on this account will be recovered from the security deposit/ performance security.

    GUARANTEED GENERATION:

    The tenderer shall give a guaranteed generation of minimum 4 units (kWh) per kW per day from SPV Power Plant during 300 sunny days in a year during comprehensive maintenance contract period. Otherwise, tenderer have to pay an amount of Rs.50/- per unit as compensation for the number of units not supplied against the guaranteed generation. The tenderer shall provide sealed & tested energy meter at consumption side of SPV Power Plant. Tenderer should quote the guaranteed generation in the offer. Daily reports of installed system duly certified by concerned authorised GJU S&T, Hisar officer/ Principal Investigator/ Coordinator will be submitted by the tenderer to GJU S&T, Hisar. 6.7 Penalty and termination of contract:

    The systems shall be supplied, installed and commissioned within the scheduled time. If the supplier fails to adhere to the schedule, GJU S&T, Hisar shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damages a sum equivalent to 1% of the project cost for each week of delay until actual delivery or installation/commissioning up to a maximum deduction of 10% of the contract price for delayed goods or installation and commissioning. Once the maximum is reached (i.e. 14 weeks of delay) GJU S&T, Hisar may consider termination of the contract and forfeit the security deposit without prejudice to the other remedies of the contract.

    However, SE, GJU S&T, Hisar may at his own discretion allow reasonable time extension upon written application of the supplying firm. If the delay is considered intentional or due to negligence of the vendor extension can be allowed with imposition of penalty. If the delay is considered to be genuine time extension can be allowed without imposition of penalty.

    6.8 Inspection:

    6.8.1 Pre delivery inspection of solar PV modules and other major components will be carried out at the factory site of the manufacturer and cost on this account will be borne by the tenderer.

    6.8.2 Tenderer shall inform GJU S&T, Hisar in writing when any portion of the work is ready for inspection giving sufficient notice to enable GJU S&T, Hisar to send representatives to inspect the same without affecting the further progress of the work.

    Approval of material or workmanship or approval of part of the work during the progress of execution shall not bind the GJU S&T, Hisar or in any way affect him even to reject the work which is alleged to be completed and to suspend

  • 12

    SINGNATURE AND STAMP OF THE TENDERER

    the issue of his certificate of completion until such alternation and modifications or reconstruction have been effected at your cost as shall enable him to certify that the work has been completed to his satisfaction.

    6.9 Payment: Payment will be released as follows:

    1. This project is implemented under combined subsidy scheme of state (40% max. upto to 25 Kw) and centre (30%), the balance payment equivalent to combined subsidy (State & Centre Govt.) will be paid to the agency only after receipt of subsidy from state and centre Govt., the agency will be liable to get the subsidy released from state and centre Govt. by deploying their officials, however if any type of help is sought from the university, the same will be extended.

    Deduction :-

    The TDS at the source will be deducted as per the Govt. rule and regulations.

    GJU S&T, Hisar will issue necessary certificates of TDS deduction

    „C‟/ „D‟ from will not be issued by GJU S&T, Hisar.

    Labour cess and sale tax will be deducted as per the Govt. rules.

    6.10 Execution: Execution of work shall be carried out in an approved manner as outlined in the technical specification or where not outlined, in accordance with relevant Indian Standard Specification, to the reasonable satisfaction of the Engineer-in-charge of GJU S&T, Hisar. 6.11 Limitation of Liability:

    GJU S&T, Hisar will, in no case be responsible for any accident fatal or non-fatal, caused to any worker or outsider in course of transport or execution of work. All the expenditure including treatment or compensation will be entirely borne by the Executants. The Executants shall also be responsible for any claims of the workers including PF, Gratuity, ESI & other legal obligations 6.12 Dispute: For adjudication of any dispute between GJU S&T, Hisar and the bidders arising in this case, reference can be made to any Law courts under the jurisdiction of Hisar court only. The Vice Chancellor, GJU S&T, Hisar reserves the right to accept or reject any or all bids without assigning any reason thereof.

    7.1.1 Wherever required, suitable number of PV panel structures shall be provided. Structures shall be of flat-plate design either I or L sections.

  • 13

    SINGNATURE AND STAMP OF THE TENDERER

    7.1.2 Structural material shall be corrosion resistant and electrolytically compatible with the materials used in the module frame, its fasteners, nuts and bolts. Galvanizing should meet ASTM A-123 hot dipped galvanizing or equivalent which provides at least spraying thickness of 80 microns on steel as per IS5905, if steel frame is used. Aluminium frame structures with adequate strength and in accordance with relevant BIS/ international standards can also be used.

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

    7.1.4 The structures shall be designed to allow easy replacement of any module & can be either designed to transfer point loads on the roof top or UDL as per site conditions.

    7.1.5 Each structure shall have a provision to adjust its angle of inclination to the horizontal as per the site conditions.

    7.1.6 Each panel frame structure be so fabricated as to be fixed on the ground. The structure should be capable of withstanding a wind load of 200 km/hr after grouting & installation. The front end of the solar array must be one meter above the Ground. Grouting material for SPV structure shall be as per M15 (1:2:4) concrete specification.

    7.1.7 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;

    a. Determination of true south at the site;

    b. Array tilt angle to the horizontal, with permitted tolerance;

    c. Details with drawings for fixing the modules;

    d. Details with drawings of fixing the junction/terminal boxes;

    e. Interconnection details inside the junction/terminal boxes;

    f. Structure installation details and drawings;

    g. Electrical grounding (earthing);

    h. Inter-panel/Inter-row distances with allowed tolerances; and

    i. Safety precautions to be taken.

    The array structure shall support SPV modules at a given orientation and absorb and transfer the mechanical loads to the columns properly. All nuts and bolts shall be of very good quality stainless steel.

    7.1.8 The design of mounting structures with fixed tilt shall be provided. The array structure shall be so designed that it occupies minimum space without sacrificing the output from SPV panels due to shadowing, orientation or tilt at the same time.

  • 14

    SINGNATURE AND STAMP OF THE TENDERER

    7.2 Electrical safety, earthing and protection

    7.2.1 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.

    7.2.2 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.

    7.2.3 All doors, covers, panels and cable exits 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. (about 3x8 inch).

    7.3 PLANT METERING/DATA LOGGING

    a) Solar Irradiance an integrating pyranometer (Class II or better) should be provided with the sensor mounted in the plane of the array. Readout should be integrated with data logging system.

    b) Wind Speed : An integrated wind speed measurement unit be provided.

    c) Temperature Sensor: Integrated temp, sensors for measuring the module surface temp., invertor inside enclosure temp, and ambient temp to be provided complete with readouts integrated with the data logging system.

    d) A data logging system (Hardware and software) for plant control and monitoring shall be provided with the following features :

    One no. HP all in one, 21”, i3, (3rd generation) ITB, HDD, 4GB RAM, One GB Graphic Card, Wireless Mouse and Keyboard and two No. ITB Hard Disc (Sony Make)

    e) GSM Modem / WiFi modem in case GSM connectivity is used or Wireless Router + modem in case Ethernet connection is being used for remote access must be provided.

    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 last 12 months and the average values. The following parameters should be accessible via the operating interface display and also on the dedicated Sony VA10 laptop to be provided by agency having specification: 15.6” i3 (3rd generation), ITB, HDD, 2GB RAM, 1GB Graphic Card, Wireless Mouse and Keyboard. Make : HP- Pavillion Series in the office of the Executive Engineer, GJUS&T, Hisar.

  • 15

    SINGNATURE AND STAMP OF THE TENDERER

    AC Voltage AC output current Output power DC input Voltage DC input Current Time Active Time disabled Time Idle Temperatures (C) Invertor Status Battery Status Irradiation Battery temperature Module temperature

    Protective function limits (Viz – AC overload 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). 7.4 FIRE EXTINGUISHERS:

    The fire fighting system for the proposed power plant for fire protection shall be consisting of:

    Portable fire extinguishers of 6.5kg capacity (10 Nos.) ABC type, make: Ceasefire in the control room for fire caused by electrical short circuits.

    2 Nos. Sand buckets alongwith mounting stand made from galvanized M.S. angle iron 50x50x6mm in the control room

    The installation of Fire Extinguishers should confirm to TAC regulations and BIS standards. The fire extinguishers shall be provided in the control room housing the batteries and PCUs as well as on the site where the PV arrays have been installed.

    7.5 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 bidder for maintenance purpose. List of tools and tackles to be supplied by the bidder for approval of specifications and make from GJU S&T, Hisar.

    A list of requisite spares in case of PCU comprising of a set of control logic cards, IGBT driver cards etc. Junction Boxes. Fuses, MOVs / arrestors, MCCBs etc along with spare set of PV modules and batteries 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.

    7.6 DANGER BOARDS AND SIGNAGES

    Danger boards should be provided as and where necessary as per IE Act./IE rules as amended up to date. Three signages shall be provided one each at battery –cum-

  • 16

    SINGNATURE AND STAMP OF THE TENDERER

    control room, solar array area and main entry from administrative block. Text of the signages may be finalised in consultation with GJU S&T, Hisar.

    7.7 DRAWINGS & MANUALS

    Two copies of Engineering, electrical drawings 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 and distribution for lighting system along with protection equipment. Approved ISI and reputed makes for equipment be used.

    For complete electro-mechanical works, bidders shall supply complete design, details and drawings for approval to GJU S&T, Hisar before progressing with the installation work.

    Superintending Engineer

    GURU JAMBHESHWAR UNIVERSITY OF SCIENCE & TECHNOLY

    I/we have carefully read & understood the above terms & conditions of the bid & agree to abide by them.

    Signature of Bidder with Seal

  • 17

    SINGNATURE AND STAMP OF THE TENDERER

    TECHNICAL SPECIFIATION

    (To be submitted in separate envelope superscribed as Technical Bid)

    The general scope under this contract includes to manufacture, testing, inspection, packing and forwarding, transportation upto project site, loading & unloading, storage in safe custody, erection, carrying out preliminary tests at site, commissioning, performance testing, operation and maintenance for 10 years & handing over to the purchaser all the equipment installed for 50KWP Off-Grid SPV Power plant at GJU S&T, Hisar.

    The illustrative Schedule of requirements is specifications contained in this document.

    System Details:

    Sr. No. Description of specification 1 Supply & Erection of 250Wp solar PV Module as approved by MNRE having RFID

    tag & high efficiency, 156mm, 2-3 bus bar cells as per following specifications :-

    (a) Description 250

    Power Tolerance (%) . +3%

    Max Power Voltage (Vmp) 30.46 +2%

    Max Power current (Imp) 8.21 +2%

    Open Circuit Voltage (Voc) 38.82 +2%

    Short Circuit current (Isc) 8.70 +2%

    Module Efficiency >15%

    (b) Operating Condition :-

    Ambient Temp ( 0 C ) -40

    0 to 80

    0 C

    NOCT (Nominal operating Cell

    Temp)

    470

    C + 2%

    Max System Voltage (VDC) 600 (US), 1000 (EU)

    Resistance against Hail Max. Dia. 24mm with impact speed 83 km/hr.

    (c ) Cell Temperature Coefficients

    Open circuit Voltage -0.35 % / 0 C + 0.01%/

    0 C

    Short Circuit current 0.05 0 + 0.02%/ 0 C

    Nominal Power -0.44 + 0.02 % /0 C

    (d) Mechanical Characteristics.

    Out Put Terminal Tyco connector.

    Cable No.12 AWG, 6mm2

    Frame Silver Anodized Aluminum Alloy

  • 18

    SINGNATURE AND STAMP OF THE TENDERER

    Junction Box IP 65 junction box with 4 terminals with 3 bypass

    diodes.

    Glass 4mm tempered for ARC Glass.

    FEATURES :- PV modules must have High efficiency 156mm Multi crystalline – 2 bus bar & 3

    bus bar cells.

    PV modules must have wide range of power with high watt density.

    PV modules must have Bypass diodes to avoid effect of partial shading.

    PV modules must have anodized aluminum alloy frame and tempered glass for rugged protection in hostile environments.

    PV modules must be manufactured in a state of the art, automated production

    facility.

    PV modules must be IEC 61215 & IEC 61701, IEC 61730 and TUV certified.

    The PV modules manufacturing facility must be ISO : 9001 certified.

    2 SITC of 50 KW/62.5 KVA/ 360V solar Off Grid MPPT charge controller,

    IGBT based with Isolation Transformer Priority-Solar > Battery > Grid,

    having following specification- Make :- Sukam /Microtech/ENERTECH/HBL.

    FEATURES :-

    1. Rating 50 KW/62.5 KVA

    2. DC Voltage 360V

    3. Solar Voltage Range 255 – 500V 4. Charge Controller MPPT based charge controller 5. MPPT rating 200A

    6. Grid Charger Rating 360V, 75A 7. Grid Input Three Phase.

    8. Grid Voltage Range 340V-470V

    9. Type of Inverter IGBT based PWM inverter.

    10. O/P Waveform Pure Sine Wave.

    11. O/P Power capacity 62.5 KVA 12. O/P Voltage 415 + 1% (3 Phase) 13. Frequency 50 HZ

    14. T.H.D. < 3% on linear load. < 5% on Nonlinear Load. 15. O/P P.F. 0.8 Lagging to unity.

    16. Inverter Efficiency > 94%

    17. Overload Capacity 100% - 120% for 30 Sec.

    125%-150% for 0 Sec.

    18. Change overtime 0 Sec.

  • 19

    SINGNATURE AND STAMP OF THE TENDERER

    19. Duty Cycle Continuous

    20. Operating Mode Off Grid Online.

    21. Noise 50 db at 1 Mtr. distance 22. Operating temp 0-500C

    23. Storage Temp -100 C to 550 C

    24. Humidity 95% (Non Condensing) 25. Enclosure Protection IP 21

    26. Cooling Forced Air Cooling.

    27. Metering

    (i) Solar Voltage, Solar Current, Solar Power. (ii) O/P Voltage, O/P Current.

    (iii) Grid Voltage, Grid Current.

    (iv) Battery Voltage, Battery Current, I/P

    frequency.

    28. Faults Display

    (i) O/P Under

    O/P over

    (ii) Battery Reverse Polarity Array Reverse Polarity.

    (iii) O/P overload

    Over Temperature.

    (iv) DC under DC over

    29. Protection

    (i) Individual MCB of C-Curve at Grid, Array,

    Battery & O/P. (Make- ABB/Siemens)

    (ii) HRC fuse at inverter I/P & Array I/P

    (Make-Havells)

    (iii) Alarm on AC over, AC under, DC over, DC

    under, Over Temp, Overload & Short circuit.

    Pre-Alarm Pre-Alarm :-Overload & battery low.

    30. LCD Display

    Solar Voltage Grid Voltage Battery Voltage. O/P Voltage

    Solar current Grid Current. Battery Current I/P. O/P current

    Solar KWH Frequency O/P I/P voltage

  • 20

    SINGNATURE AND STAMP OF THE TENDERER

    I/P Current Frequency -I/P

    (i) When solar energy is sufficient then total o/p load will operate on solar through MPPT & Inverter, Excess solar power will charge batteries.

    (ii) When solar energy is weak then inverter is taking DC source from solar & balance from batteries.

    (iii) When batteries reach 75% discharge level (25% kept as a buffer), the o/p load is shifted to grid without any change over time.

    (iv) After shifting load to grid the batteries are charged from solar energy and if solar energy is not sufficient to charge the batteries then remaining DC power is taken from grid charger. Once the batteries are fully charged then load is shifted back on to battery back up from grid.

    (v) During changeover of load from battery backup to grid supply (i.e. 75% battery discharged) and if grid supply is absent then load is shifted to inverter to use buffer battery back up (i.e. balance 25%).

    (vi) When Grid returns during which inverter is working on buffer battery back up then the load is shifted to grid & batteries are charging through solar or grid as explained above.

    3 S.I.T.C. of 1000V D.C. combiner box 10 input/1 output including surge protection, reverse protection, D.C. Isolator & Disconnector switch to bear 240A D.C. current.

    The housing must be compatible to IP54 protection level, including the cost of all

    petty material and items i.e. nuts bolts, washers, anchor bolts (SS), cable ties, copper

    thimble, loading and unloading and all other civil works etc. required to complete

    the job up to entire satisfaction of Engineer-in-charge of the work.

    Make:- Schnieder/ABB/Siemens

    4 S/E of DWC pipe having specification as per IS: 14930 including the cost of all petty material and items i.e. nuts bolts, washers, anchor bolts (SS), cable ties, copper

    thimble, loading and unloading and all other civil works etc. required to complete

    the job up to entire satisfaction of Engineer-in-charge of the work. Make: Jyoti

    Electricals

    (a) ID 95mm2

    (a) ID 50mm2

    5 S/E of 48mm dia. 2mtr long G.I. pipe (B-class) Chemical Earthing having graphite & carbon as approved by CPRI with 20mm x 3mm thick copper strip laid in 40mm

    dia. G.I. pipe (B-class) & fixed with G.I. stapples as per actual site requirement

    including the cost of all petty material and items i.e. nuts bolts, washers, anchor

    bolts (SS), cable ties, copper thimble, loading and unloading and all other civil works

    & digging charges etc. required to complete the job up to entire satisfaction of

    Engineer-in-charge of the work.

    (2 No. for mounting structure, 1 No. for battery base & 1 No. for inverter)

    6 S.I.T.C. of 3Phase meter having 0.2 S class one each for DC & AC side metering. The meter box enclosure must have IP54 protection level. (DC side metering will be for

    recording actual power generation & AC side metering will be for recording power

    available for use) including the cost of all petty material and items i.e. nuts bolts,

    washers, anchor bolts (SS), cable ties, copper thimble, loading and unloading and all

    other civil works etc. required to complete the job up to entire satisfaction of

    Engineer-in-charge of the work. Make: Secure/L&T.

  • 21

    SINGNATURE AND STAMP OF THE TENDERER

    7 S.I.T.C. of wall mounted 250A 4 pole L.T. ACB 50 KA having display of V, I, F, phase including the cost of all petty material and items i.e. nuts bolts, washers,

    anchor bolts (SS), cable ties, copper thimble, loading and unloading and all other

    civil works etc. required to complete the job up to entire satisfaction of Engineer-in-

    charge of the work. Make: ABB/Siemens/Schenider.

    8 S/E of D.C. unarmored copper cable suitable to withstand 1500V supply as per I.S. specification including the cost of including the cost of all petty material and items

    i.e. nuts bolts, washers, anchor bolts (SS), cable ties, copper thimble, loading and

    unloading and all other civil works etc. required to complete the job up to entire

    satisfaction of Engineer-in-charge of the work.

    Make : LAPP KABEL/RR Firex/Finolex.

    (I) Single core 4sqmm unarmored copper cable.

    (II) Single core 95sqmm unarmored copper cable.

    9 HSR 31.26

    S/E of U/G cable loose in existing pipe or trenches complete with necessary

    connection

    Make: Havells/Finolex/Grandlay.

    (xxx) 120sqmm x 3.5 core Aluminum unarmored cable

    10 S/E of 12V 150AH Solar Tubular battery to form 360V, 450AH (30 Batteries in one string and three string in parallel) with stand made from galvanized MS angle 50 X

    50 X 6mm including the cost of including the cost of all petty material and items i.e.

    nuts bolts, washers, anchor bolts (SS), cable ties, copper thimble, loading and

    unloading all other civil works and 12mm thick nitrile rubber sheet of size 1m X

    2m.(10No.) etc. required to complete the job up to entire satisfaction of Engineer-in-

    charge of the work . Make: Exide/SF/HBL/Base.

    11 S/E of module mounting structure consisting of galvanized 80 micron, MS angle iron array of size 50 X 50 X 6mm, MS channel of size 150 X 50 X 6mm, MS Plate having

    thickness of 10mm & square pipe (B-Class) 1” X 1” to house solar PV modules

    (Total Cap.50KW) fixed on wall/floor by means of suitable size of rag bolts/anchor

    bolts/fasteners with cement concrete including the cost of all petty material and

    items i.e. nuts bolts, washers, anchor bolts (SS), cable ties, copper thimble, loading

    and unloading and all other civil works etc. required to complete the job up to entire

    satisfaction of Engineer-in-charge of the work.

  • 22

    SINGNATURE AND STAMP OF THE TENDERER

    TENDERER’S GENERAL INFORMATION

    (To be typed separately & submitted in Envelope superscribed as Technical Bid)

    To, The Tender Committee, Guru Jambheshwar University of Science & Technology, HIsar-125001 Subject: Tender for SITC of Off-grid 50Kwp Solar PV Plant.

    1. Name of Tenderer ___________________________

    2. Status of Firm ___________________________

    3. Number of Years in Operation ___________________________

    4. Registered Address ___________________________

    ___________________________

    5. Operating Address ___________________________

    (if different from above.) ___________________________

    ___________________________

    6. Telephone Number ___________________________

    [Area Code] [Number]

    7. E-mail Address & Web Site __________________________

    8. Tele-fax Number __________________________

    [Area Code] [Number]

    9. PAN CARD __________________________

    [Enclosed Copy of „PAN CARD‟]

    10. Service Tax __________________________

    [Enclose Copy of „Service Tax Registration Certificate]

    Place: (Signature of Tenderer)

    Name : ____________________

    Designation : _______________

    Date: Seal:

  • 23

    SINGNATURE AND STAMP OF THE TENDERER

    ANNEXURE – 1

    DETAILS OF EARNEST MONEY DEPOSIT

    (Separately typed preferable computerized and On Tenderer‟s Letter head

    to be submitted in separate envelope superscribed as Technical Bid)

    The Tender Committee, Guru Jambheshwar University of Science & Technology, HIsar-125001 Subject: Earnest Money Deposit (EMD) for the Tender SITC of Off-grid 50Kwp

    Solar PV Plant.

    Respected Sir,

    I/ We ______________________________________(hereinafter referred to as the Tenderer) being desirous of Biding for the work under the above mentioned Tender document and having fully understood the nature of the work and having carefully noted all the terms and conditions, specifications etc., as mentioned in the Tender document.

    I / We feel an immense pleasure to quote our most competitive rates herewith duly signed by me / us. I / We have quoted separately for the systems and the Earnest Money Deposit / s has been submitted separately in Envelop 1;

    EMD details

    Amount (Rs.) :________________________________

    Instrument Number : ________________________________

    Date of issuance : ________________________________

    Name of the Bank : _______________________________

    Place: (Signature of Tenderer)

    Name : ____________________

    Designation : _______________

    Date: Seal:

  • 24

    SINGNATURE AND STAMP OF THE TENDERER

    ANNEXURE – 2

    DECLARATION

    (To be submitted on Rs.100/- stamp paper in envelope separate superscribed as

    Technical Bid)

    I / We, hereby declare that I / We have made myself / ourselves thoroughly conversant with the sub – soil conditions, local conditions regarding all materials and Labour of which I / we have based my / our rates of this work. The specifications, conditions and lead of materials on this work have been carefully studied and understood by me / us before submitting this Tender. I / We undertake to use only the best materials defined / approved by the Ministry of New and Renewable Energy (MNRE) GoI.

    The systems will be provided as per the specifications and guidelines issued by the Ministry of New and Renewable Energy / GJU S&T, Hisar. We are bound to adhere the guidelines issued by the Ministry of New and Renewable Energy / GJU S&T, Hisar from time to time. We also hereby committed that if in future MNRE make any changes in the specifications of the systems the same will be incorporated in the present Tender projects. We hereby agree that the work will be executed within the cost of Tender mentioned in the financial bid and there will be no escalation in cost for any reason thereof. We also agree that if we fail to complete the work and drop the work in middle, Guru Jambheshwar University of Science & Technology, Hisar shall have right to recover the full amount from us. I / We shall accept any amendments made by GJU S&T, Hisar from time to time during total project completion period including 10 years Comprehensive maintenance contract (CMC).

    I / We am/are also committed that we shall complete the work within stipulated time period specified in the work order for any work assigned by Order Issuing Organization. We will not ask for any further time extension.

    I / We am / are bound to work as per Tender and work Order issued by GJU S&T, Hisar for this work with 10 years Comprehensive Maintenance Contract. In case of failure of the same, we shall be responsible for any loss and for the action taken by competent Authority of GJU S&T, Hisar resulting to ban to work and black-listing.

    I / We shall comply with the provision of Contract Labour. (Regulation and Abolition) Act 1970, Minimum Wages Act. 1948, Payment of Wages Act. 1963, Workmen‟s Compensation Act. 1961, the Contract Labour (Regulation and Abolition) Act, 1979 and all other related Acts and any modification thereof or any law relating thereto and rules made there under from time to time. GJU S&T, Hisar shall not be responsible in this regard.

    I / We shall be wholly responsible for any accident or any unusual/ unexpected circumstances held during the execution of work & also during the CMC period of 10 years.

    I / We shall replace the faulty equipment / item, free of cost (Within CMC period of 10 years) within 48 hours of lodging of compliant and if I / We, fails to do so then, GJUS&T will be free to take up the job at their own and I / We will have no objection if the cost on this account is met out from SD / Performance grantee.

    I / We shall be wholly responsible to get the subsidy released from State and Centre Govt. and will not claim the payment pending equivalent to the subsidy portion (40% State max. upto 25 KW & 30% Centre Govt.) Till the subsidy is released from state & Centre Govt.

    Place: (Signature of Tenderer)

    Name : ____________________

    Designation : _______________

    Date: Seal:

  • 25

    SINGNATURE AND STAMP OF THE TENDERER

    ANNEXURE - 3

    COMPANY PROFILE (To be typed separately & submitted in Envelope superscribed as Technical Bid)

    A} Information :

    Name of Company :

    Address of Head Office :

    Contact Person :

    Telephone :

    Telefax :

    E-Mail :

    No. of Branches (Dealers) and their address

    Address for Correspondence :

    Contact Person :

    Telephone :

    Telefax :

    E-mail :

    B} Business Organization : (Please tick wherever applicable & attach all supporting documents)

    Sole proprietorship

    Private Limited

    Public Sector Undertaking

    Limited Company

    Joint Venture

    Others (Please Specify Status)

    C} Business Management :

    Attach Corporate Organization Chart with Name

    D} Total Number of Employees Employed :

    1) At Head Office

    2) At Branch Office

    3) At Site

    E} Is Your Organization a Subsidiary of Another Company ? Yes/No

    If Yes, of whom?

    F} Financial Capability :

    Annual Turnover Last 2 Years : Attach Balance sheets of last 2 years. Rs. In Lakhs

    Projected this year

    Last year

    One year before last year

    G} Whether your company hold following certificates: Yes/No

    ISO 9001-2000

    If No, do you substantiate a need to have them Yes/No

    H} Are there any Litigations / Court cases against your company? Yes/No

    If yes, give detail :

    I} Any other information that you want to give (may attach separate pages)

  • 26

    SINGNATURE AND STAMP OF THE TENDERER

    ANNEXURE - 4

    WORK EXPERIENCE

    (To be submitted in separate envelope superscribed as Technical Bid)

    Name of the Organization :

    List of works Completed in Last 2 Years

    Sr. No.

    Name of the Project

    Name & Address of the Client

    Contact Telephone

    Numbers of the Client

    Major Items

    of Work*

    Value of Work in

    Rs.

    Start Date

    Due Date of Completion

    Actual completion

    Date

    Note : 1. If Actual completion date is beyond the Schedule completion Date, please give reasons for the delay. Note : 2. Attach relevant completion certificates document for works in previous 2 years. Authorized Signatory Company Seal Date: Place:

  • ANNEXURE-5

    TECHNICAL BID

    Supply, Installation, Testing, Commissioning with Ten Years of Comprehensive

    Maintenance Contract of 50Kwp Solar Photovoltaic Power Plant in Guru Jambheshwar

    University of Science & Technology, Hisar.

    We conform the execution of work as per following technical specification.

    Sr. No. Item Description

    1 SPV modules for a total capacity of 50KWp as per specifications.

    a Capacity

    b Make c Module d No. of SPV Modules

    2 SPV module mounting structure suitable for accommodating 50 KWp capacity SPV modules including foundation as per Specifications

    3 PCUs as per specifications

    4 Array Junction Boxes

    5 Main Junction Boxes

    6 Data Logging system with remote monitoring as per specification

    7 DC Distribution units as per specifications

    8 AC Distribution units as per specifications

    10 6.5 kg capacity Fire extinguisher ABC type make Ceasefire in accordance with BIS codes for electrical short circuit fires along with sand buckets

    11 Earthing complete set as per specification

    12 Spares, tools and plant for 10 years operation and for maintenance thereafter

    13 Fuses, Transfer switches, Printed Circuit boards required for power plant

    14 Providing training to engineers and site staff for operating Maintenance and trouble shooting skills

    15 Operation and maintenance of the SPV Power Plant for a period of 10 years from date of commissioning of the power plant

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    16 Engineering, electrical drawings and installations and O&M manuals

    17 Any other equipment required to complete the installation

    18 Power Conditioning Unit (As per design specification given in tender which includes charge controller, inverter & Grid Charge. The output power should be on 3 Phase

    19 Cabling

    20 Transmission, Distribution & point writing

    21 Monitoring, Control & Protection device

    22 Energy meter (tested by authorized institute)

    23 Metering at generation site

    24 Metering at consumption site

    25 Manufacturing of Control Room size 10‟x10‟ (G.I. sheet roofing with aluminium cabin)

    26 Spares

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    ANNEXURE - 6

    SITE VISIT REPORT LETTER

    (To be submitted on letter head of tenderer)

    To,

    The Tender Committee, Guru Jambheshwar University of Science & Technology, Hisar-125001

    Sub: Site visit Report for GJU S&T, Hisar. Ref: Tender for SITC of Off-grid 50Kwp Solar PV Plant

    This has reference to above referred tender for SPV Power Plant. I / We hereby

    declare that we have visited GJU S&T, Hisar site. I / We made ourselves acquainted

    with site conditions, approach to site, requirement of land, soil conditions, availability of

    water, requirement of tender conditions etc. I / We verified all details required to execute

    the projects. I / We have no problems in undertaking the projects and complete them in

    the given time period

    Thanking You

    Yours faithfully,

    (Signature of Tenderer)

    Name of Tenderer _______________

    Designation ____________________

    Seal:

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    Documents to be submitted with technical bid CHECK LIST

    1. Tenderer‟s General Information as per format given in Tender Documents.

    2. Annexure – 1(details of EMD).

    3. Annexure – 2 (declaration to be submitted on Rs. 100/- stamp paper).

    4. Annexure – 3 (company profile).

    5. Annexure – 4 (Work experience).

    6. Annexure – 5 (Technical Bid)

    7. Annexure – 6 (Site visit report letter).

    8. Certificate of empanelment with MNRE/GOI

    9. Single line diagram of the 50kwp off grid Solar PV Power Plant, makes of the

    product used for & drawings with detailed technical specification of the product

    quoted for.

    10. Copy of MNRE approved Channel Partner‟s Rating of SP-3B.

    11. Certificate regarding supplied system is manufacture indigenous & not imported.

    12. Copy of certificate of test report from SEC/OATC as approved by MNRE.

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    ANNEXURE –7

    (To be submitted in the envelope superscribed as Financial Bid)

    FINANCIAL BID FOR

    Supply, Installation, Testing, Commissioning With Ten Years of Comprehensive Maintenance Contract of 50Kwp Off Grid Solar Photovoltaic Power Plant in Guru

    Jambheshwar University of Science & Technology, Hisar

    The cost of SPV power plant shall include cost of distribution systems, cost of control room, allied accessories required to run, measure & monitor the system and wiring, switches, MCBs, fuse, etc. as per following technical specification. The cost details for 50 Kwp Off Grid SPV power plant should be submitted as follows:

    Sr. No. Description Qty. Unit Rate Amt

    1 Supply & Erection of 250Wp solar PV Module as approved by MNRE

    having RFID tag & high efficiency, 156mm, 2-3 bus bar cells as per

    following specifications :-

    200

    Nos. Each

    (a) Description 250 Power Tolerance (%) . +3% Max Power Voltage (Vmp) 30.46 +2% Max Power current (Imp) 8.21 +2% Open Circuit Voltage (Voc) 38.82 +2% Short Circuit current (Isc) 8.70 +2% Module Efficiency >15%

    (b) Operating Condition :- Ambient Temp (

    0 C ) -40

    0 to 80

    0 C

    NOCT (Nominal operating Cell

    Temp)

    470

    C + 2%

    Max System Voltage (VDC) 600 (US), 1000 (EU) Resistance against Hail Max. Dia. 24mm with impact speed 83

    km/hr.

    (c ) Cell Temperature Coefficients

    Open circuit Voltage -0.35 % / 0 C + 0.01%/

    0 C

    Short Circuit current 0.05 0 + 0.02%/ 0 C

    Nominal Power -0.44 + 0.02 % /0 C

    (d) Mechanical Characteristics. Out Put Terminal Tyco connector. Cable No.12 AWG, 6mm2 Frame Silver Anodized Aluminum Alloy

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    Junction Box IP 65 junction box with 4 terminals with

    3 bypass diodes.

    Glass 4mm tempered for ARC Glass.

    FEATURES :-

    PV modules must have High efficiency 156mm Multi crystalline – 2 bus bar & 3 bus bar cells.

    PV modules must have wide range of power with high watt density.

    PV modules must have Bypass diodes to avoid effect of partial shading.

    PV modules must have anodized aluminum alloy frame and tempered glass for rugged protection in hostile environments.

    PV modules must be manufactured in a state of the art, automated

    production facility.

    PV modules must be IEC 61215 & IEC 61701, IEC 61730 and TUV

    certified.

    The PV modules manufacturing facility must be ISO : 9001 certified.

    2 SITC of 50 KW/62.5 KVA/ 360V solar Off Grid MPPT

    charge controller, IGBT based with Isolation

    Transformer Priority-Solar > Battery > Grid, having

    following specification- Make :- Sukam /Microtech/ENERTECH/HBL.

    1 No. Each

    FEATURES :-

    1. Rating 50 KW/62.5 KVA

    2. DC Voltage 360V

    3. Solar Voltage Range 255 – 500V

    4. Charge Controller MPPT based charge controller

    5. MPPT rating 200A

    6. Grid Charger Rating 360V, 75A

    7. Grid Input Three Phase.

    8. Grid Voltage Range 340V-470V

    9. Type of Inverter IGBT based PWM inverter.

    10. O/P Waveform Pure Sine Wave.

    11. O/P Power capacity 62.5 KVA

    12. O/P Voltage 415 + 1% (3 Phase)

    13. Frequency 50 HZ

    14. T.H.D. < 3% on linear load.

    < 5% on Nonlinear Load.

    15. O/P P.F. 0.8 Lagging to unity.

    16. Inverter Efficiency > 94%

    17. Overload Capacity 100% - 120% for 30 Sec.

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    125%-150% for 0 Sec.

    18. Change overtime 0 Sec.

    19. Duty Cycle Continuous

    20. Operating Mode Off Grid Online.

    21. Noise 50 db at 1 Mtr. distance

    22. Operating temp 0-500C

    23. Storage Temp -100

    C to 550

    C

    24. Humidity 95% (Non Condensing)

    25. Enclosure Protection IP 21

    26. Cooling Forced Air Cooling.

    27. Metering

    (i) Solar Voltage, Solar Current,

    Solar Power.

    (ii) O/P Voltage, O/P Current.

    (iii) Grid Voltage, Grid Current.

    (iv) Battery Voltage, Battery

    Current, I/P frequency.

    28. Faults Display

    (i) O/P Under

    O/P over

    (ii) Battery Reverse Polarity

    Array Reverse Polarity.

    (iii) O/P overload

    Over Temperature.

    (iv) DC under

    DC over

    29. Protection

    (i) Individual MCB of C-Curve at

    Grid, Array, Battery & O/P. (Make-

    ABB/Siemens)

    (ii) HRC fuse at inverter I/P &

    Array I/P ( Make : Havells)

    (iii) Alarm on AC over, AC under,

    DC over, DC under, Over Temp,

    Overload & Short circuit.

    Pre-Alarm Pre-Alarm :-Overload & battery low.

    30. LCD Display

    Solar Voltage Grid Voltage Battery Voltage. O/P Voltage

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    Solar current Grid Current. Battery Current I/P. O/P current

    Solar KWH Frequency O/P I/P voltage

    I/P Current Frequency -I/P

    (i) When solar energy is sufficient then total o/p load will operate on solar through MPPT & Inverter, Excess solar power will charge batteries.

    (ii) When solar energy is weak then inverter is taking DC source from solar & balance from batteries.

    (iii) When batteries reach 75% discharge level (25% kept as a buffer), the o/p load is shifted to grid without any change over time.

    (iv) After shifting load to grid the batteries are charged from solar energy and if solar energy is not sufficient to charge the batteries then remaining DC power is taken from grid charger. Once the batteries are fully charged then load is shifted back on to battery back up from grid.

    (v) During changeover of load from battery backup to grid supply (i.e. 75% battery discharged) and if grid supply is absent then load is shifted to inverter to use buffer battery back up (i.e. balance 25%).

    (vi) When Grid returns during which inverter is working on buffer battery back up then the load is shifted to grid & batteries are charging through solar or grid as explained above.

    3 S.I.T.C. of 1000V D.C. combiner box 10 input/1 output including surge protection, reverse protection, D.C. Isolator & Disconnector switch to

    bear 240A D.C. current. The housing must be compatible to IP54

    protection level, including the cost of all petty material and items i.e.

    nuts bolts, washers, anchor bolts (SS), cable ties, copper thimble, loading

    and unloading and all other civil works etc. required to complete the job

    up to entire satisfaction of Engineer-in-charge of the work.

    Make:- Schnieder/ABB/Siemens

    2 No. Each

    4 S/E of DWC pipe having specification as per IS: 14930 including the cost of all petty material and items i.e. nuts bolts, washers, anchor bolts (SS),

    cable ties, copper thimble, loading and unloading and all other civil

    works etc. required to complete the job up to entire satisfaction of

    Engineer-in-charge of the work. Make: Jyoti Electricals

    (a) ID 95mm2 60 Mtr.

    (b) ID 50mm2 100 Mtr.

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    5 S/E of 48mm dia. 2mtr long G.I. pipe (B-class) Chemical Earthing having graphite & carbon as approved by CPRI with 20mm x 3mm thick

    copper strip laid in 40mm dia. G.I. pipe (B-class) & fixed with G.I.

    stapples as per actual site requirement including the cost of all petty

    material and items i.e. nuts bolts, washers, anchor bolts (SS), cable ties,

    copper thimble, loading and unloading and all other civil works &

    digging charges etc. required to complete the job up to entire satisfaction

    of Engineer-in-charge of the work.

    (2 No. for mounting structure, 1 No. for battery base & 1 No. for

    inverter)

    4 No. Each

    6 S.I.T.C. of 3Phase meter having 0.2 S class one each for DC & AC side metering. The meter box enclosure must have IP54 protection level. (DC

    side metering will be for recording actual power generation & AC side

    metering will be for recording power available for use) including the cost

    of all petty material and items i.e. nuts bolts, washers, anchor bolts (SS),

    cable ties, copper thimble, loading and unloading and all other civil

    works etc. required to complete the job up to entire satisfaction of

    Engineer-in-charge of the work. Make: Secure/L&T.

    1 Set. Each Set

    7 S.I.T.C. of wall mounted 250A 4 pole L.T. ACB 50 KA having display of V, I, F, phase including the cost of all petty material and items i.e. nuts

    bolts, washers, anchor bolts (SS), cable ties, copper thimble, loading and

    unloading and all other civil works etc. required to complete the job up

    to entire satisfaction of Engineer-in-charge of the work. Make:

    ABB/Siemens/Schenider.

    1 No. Each

    8 S/E of D.C. unarmored copper cable suitable to withstand 1500V supply as per I.S. specification including the cost of including the cost of all petty

    material and items i.e. nuts bolts, washers, anchor bolts (SS), cable ties,

    copper thimble, loading and unloading and all other civil works etc.

    required to complete the job up to entire satisfaction of Engineer-in-

    charge of the work.

    Make : LAPP KABEL/RR Firex/Finolex.

    (I) Single core 4sqmm unarmored copper cable.

    800Mtr

    Per Mtr

    (II) Single core 95sqmm unarmored copper cable. 400Mtr Per Mtr

    9 HSR

    31.26

    S/E of U/G cable loose in existing pipe or trenches complete with

    necessary connection

    Make: Havells/Finolex/Grandlay.

    (xxx) 120sqmm x 3.5 core Aluminum unarmored cable

    100Mtr Per Mtr

    10 S/E of 12V 150AH Solar Tubular battery to form 360V, 450AH (30 Batteries in one string and three string in parallel) with stand made from

    galvanized MS angle 50 X 50 X 6mm including the cost of including the

    cost of all petty material and items i.e. nuts bolts, washers, anchor bolts

    (SS), cable ties, copper thimble, loading and unloading all other civil

    works and 12mm thick nitrile rubber sheet of size 1m X 2m.(10No.) etc.

    required to complete the job up to entire satisfaction of Engineer-in-

    charge of the work . Make: Exide/SF/HBL/Base.

    90 Nos. Each

  • TENDER DOCUMENT FOR INSTALLATION OF 100 kW SOLAR POWER PLANT

    11 S/E of module mounting structure consisting of galvanized 80 micron, MS angle iron array of size 50 X 50 X 6mm MS, channel of size 150 X 50

    X 6mm, MS Plate having thickness of 10mm & square pipe (B-Class) 1”

    X 1” to house solar PV modules (Total Cap.50KW) fixed on wall/floor by

    means of suitable size of rag bolts/anchor bolts/fasteners with cement

    concrete including the cost of all petty material and items i.e. nuts bolts,

    washers, anchor bolts (SS), cable ties, copper thimble, loading and

    unloading and all other civil works etc. required to complete the job up

    to entire satisfaction of Engineer-in-charge of the work.

    1 No. Each

    Rupees (in words) ………………………………………………………………. Cost is inclusive of all taxes, insurance, octroi, transportation, loading-uploading, installation, commissioning and testing and CMC for 10 years.

    Place: (Signature of Tenderer)

    Name : ____________________

    Designation : _______________

    Date: Seal:

    URE