tender no. hareda/ solar power plants-1.0 kw...

44
1 Tender Price: Rs. 1,000/- TENDER NO. HAREDA/ Solar power plants-1.0 KW /2015-16 DNIT TO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar power plants (Qty- 105 nos), at various locations IN HARYANA STATE HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA) (DEPARTMENT OF RENEWABLE ENERGY, HARYANA) Akshay Urja Bhawan, Sector-17, Panchkula PHONE: 0172-2585733, 2585433 Fax No.0172-2564433 Email: [email protected] Website: www. hareda.gov.in (Note: This document contains 44 pages including this page)

Upload: hakhue

Post on 24-May-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

1

Tender Price: Rs. 1,000/-

TENDER NO. HAREDA/ Solar power plants-1.0 KW /2015-16

DNIT

TO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING

OF

1.0 KW Solar power plants (Qty- 105 nos), at various locations

IN

HARYANA STATE

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)

(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)

Akshay Urja Bhawan, Sector-17, Panchkula

PHONE: 0172-2585733, 2585433 Fax No.0172-2564433

Email: [email protected] Website: www. hareda.gov.in

(Note: This document contains 44 pages including this page)

Page 2: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

2

Important Dates & Timings

Downloading of tender document and online bid preparation/ submission (date & time)

Submission of Technical bids manually

Opening of Technical bids

01.05.2015 10.00 AM

To

25.05.2015 5.00 PM

Up to 2.00PM on

27.05.2015

27.05.2015

4.00PM

*The date of opening of financial bids/Price part shall be intimated separately.

Page 3: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

3

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)

(DEPARTMENT OF RENEWABLE ENERGY, HARYANA)

Akshay Urja Bhawan, Sector-17, Panchkula

PHONE: 0172-2585733, 2585433 Fax No.0172-2564433

Email: [email protected] Website: www. hareda.gov.in

TENDER NOTICE

e-Tenders are invited for purchase of below mentioned items in two bid system i.e. Technical Bid and

Financial Bid:-

S.

N

o.

Description

Approx.

value

(In Rs.

lacs)

EMD

Document

fees + e-

Service

fees

Start Date &

Time of online

Bid Preparation

& Bid

Submission

Expiry Date

& Time of

online Bid

Preparation &

Submission

1 RATE CONTACT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 1.0 KW SOLAR POWER PLANTS AT VARIOUS LOCATIONSIN HARYANA STATE

162.00 Rs. 2.00

Lacs

Rs. 1000/-

+

Rs. 1000/-

01.05.2015

10.00 AM

25.05.2015

5:00PM

The Bidders can download and purchase the tender documents from the Portal:

https://haryanaeprocurement.gov.in.

The Bidders shall have to pay for the Tender document fees Rs. 1000/-, EMD Fees Rs 2.00 lacs &

e-Service Fee of Rs.1000/- online by using the service of secure electronic payment gateway. The secure

electronic payments gateway is an online interface between contractors and online payment authorization

networks.

The Payment for Tender Document Fee and e-Service Fee can be made by eligible bidders/

contractors online directly through Debit Cards & Internet Banking Accounts. The Payment for EMD can

be made online directly through RTGS / NEFT and the bidder would remit the funds at least T + 1 day

(Transaction + One day) in advance to the last day and make the payment via RTGS / NEFT to the

beneficiary account number as mentioned in the challan.

The Bidders can submit their tender documents (Online) as per the dates mentioned in the key

dates:-

Page 4: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

4

Key Dates for Online Submission

Sr.

No.

Department Stage Bidder’s Stage Start date and time Expiry date and

time

1 -

Online Tender

Document Download

and Bid Preparation

01.05.2015

10.00 AM 25.05.2015 5.00 PM

2 Technical Bid Opening -- 27.05.2015 4.00PM

3

Short listing of Technical

bids & Opening of Financial

Bid

-- Shall be informed separately

Important Note:

1) The bidders have to complete ‘Bid Preparation & Submission’ stage on scheduled time as mentioned above. If any bidder failed to complete his/her aforesaid stage in the stipulated online time schedule for this stage, his/her bid status will be considered as ‘bids not submitted’.

2) Bidder must confirm & check his/her bid status after completion of his/her all activities for e-bidding.

3) Bidder can rework on his/her bids even after completion of ‘Bid Preparation & submission stage’ (Bidder Stage), subject to the condition that the rework must take place during the stipulated time frame of the Bidder Stage(Timings mentioned in Key Dates).

Page 5: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

5

Instructions to bidder on Electronic Tendering System

These conditions will over-rule the conditions stated in the tender documents, wherever relevant

and applicable.

1. Registration of bidders on eProcurement Portal:-

All the bidders intending to participate in the tenders processed online are required to get

registered on the centralized e-Procurement Portal i.e. https://haryanaeprocurement.gov.in.

Please visit the website for more details.

2. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate

to establish the identity of the bidder bidding online. These Digital Certificates are issued by an

Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and

Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted

Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For

more details please visit the website – https://haryanaeprocurement.gov.in.

2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or

Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain

information and application format and documents required for the issue of digital certificate from:

M/s Nextenders (India) Pvt. Ltd. O/o. DS&D Haryana, SCO – 09, IInd Floor, Sector – 16, Panchkula – 134108 E - mail: [email protected] Help Desk: 1800-180-2097 (Toll Free Number)

2.4 Bid for a particular tender must be submitted online using the digital certificate (Encryption &

Signing), which is used to encrypt and sign the data during of bid preparation stage. In case,

during the process of a particular tender, the user loses his digital certificate (due to virus attack,

hardware problem, operating system or any other problem) he will not be able to submit the bid

online. Hence, the users are advised to keep certificate at safe place under proper security (for

its use in case of emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used

for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power

of attorney /lawful authorization to that User. The firm has to authorize a specific individual through

an authorization certificate signed by all partners to use the digital certificate as per Indian

Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to

represent adequate authority of the user to bid on behalf of the firm in the department tenders as

per Information Technology Act 2000. The digital signature of this authorized user will be binding

on the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of management / partners

of the firm to inform the certifying authority about the change and to obtain the digital signatures of

Page 6: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

6

the new person / user on behalf of the firm / company. The procedure for application of a digital

certificate however will remain the same for the new user.

2.7 The same procedure holds true for the authorized users in a private/Public limited company. In

this case, the authorization certificate will have to be signed by the directors of the company.

3 Opening of an Electronic Payment Account:

For purchasing the tender documents online, bidders are required to pay the tender documents

fees online using the electronic payments gateway service shall be integrated with the system. For online

payments guidelines, please refer to the Home page of the e-tendering Portal

https://haryanaeprocurement.gov.in.

4 Pre-requisites for online bidding:

In order to bid online on the portal https://haryanaeprocurement.gov.in , the user machine must be

updated with the latest Java & DC setup. The link for downloading latest java applet & DC setup are

available on the Home page of the e-tendering Portal.

5 Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders

floated through the single portal eProcurement system on the Home Page at

https://haryanaeprocurement.gov.in

6 Download of Tender Documents:

The tender documents can be downloaded free of cost from the e-Procurement portal

https://haryanaeprocurement.gov.in

7 Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online Notice

Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time

tracked and the system enforces time locks that ensure that no activity or transaction can take place

outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders.

8 Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee,

eService fee, EMD fees of online Bids:

8.1 The online payment for Tender document fee, eService Fee & EMD can be done using the

secure electronic payment gateway. The Payment for Tender Document Fee and eService Fee

can be made by eligible bidders/ contractors online directly through Debit Cards & Internet

Banking Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.

The secure electronic payments gateway is an online interface between contractors and Debit

card / online payment authorization networks.

8.2 The bidders shall upload their technical offer containing documents , qualifying criteria, technical

specification, schedule of deliveries, and all other terms and conditions except the rates (price

bid).

The bidders shall quote the prices in price bid format.

Page 7: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

7

NOTE:-

(A) If bidder fails to complete the Online Bid Preparation & Submission stage on the

stipulated date and time, his/hers bid will be considered as bid not submitted, and

hence not appear during tender opening stage.

(B) Bidders participating in online tenders shall check the validity of his/her Digital

Signature Certificate before participating in the online Tenders at the portal

https://haryanaeprocurement.gov.in.

(C) For help manual please refer to the ‘Home Page’ of the eProcurement website at

https://haryanaeprocurement.gov.in, and click on the available link ‘How to .. ?’ to

download the file.

Guideline for Online Payments in e-tendering

Post registration, bidder shall proceed for bidding by using both his digital certificates (one each for

encryption and signing). Bidder shall proceed to select the tender he is interested in. On the respective

Department’s page in the e-tendering portal, the Bidder would have following options to make payment

for tender document & EMD:

A. Debit Card

B. Net Banking

C. RTGS/NEFT

Operative Procedures for Bidder Payments

A) Debit Card

The procedure for paying through Debit Card will be as follows.

(i) Bidder selects Debit Card option in e-Procurement portal.

(ii) The e-Procurement portal displays the amount and the card charges to be paid by bidder. The

portal also displays the total amount to be paid by the bidder.

(iii) Bidder clicks on “Continue” button

(iv) The e-Procurement portal takes the bidder to Debit Card payment gateway screen.

(v) Bidder enters card credentials and confirms payment

(vi) The gateway verifies the credentials and confirms with “successful” or “failure” message, which is

confirmed back to e-Procurement portal.

(vii) The page is automatically routed back to e-Procurement portal

(viii) The status of the payment is displayed as “successful” in e-Procurement portal. The

e-Procurement portal also generates a receipt for all successful transactions. The bidder can take

a print out of the same,

(ix) The e-Procurement portal allows Bidder to process another payment attempt in case payments are

not successful for previous attempt.

Page 8: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

8

B) Net Banking

The procedure for paying through Net Banking will be as follows.

(i) Bidder selects Net Banking option in e-Procurement portal. (ii) The e-Procurement portal displays the amount to be paid by bidder. (iii) Bidder clicks on “Continue” button. (iv) The e-Procurement portal takes the bidder to Net Banking payment gateway screen displaying list

of Banks (v) Bidder chooses his / her Bank (vi) The Net Banking gateway redirects Bidder to the Net Banking page of the selected Bank (vii) Bidder enters his account credentials and confirms payment (viii) The Bank verifies the credentials and confirms with “successful” or “failure” message to the Net

Banking gateway which is confirmed back to e-Procurement portal. (ix) The page is automatically routed back to e-Procurement portal (x) The status of the payment is displayed as “successful” in e-Procurement portal.

The e-Procurement portal also generates a receipt for all successful transactions. The bidder can

take a print out of the same. (xi) The e-Procurement portal allows Bidder to process another

payment attempt in case payments are not successful for previous attempt.

C) RTGS/ NEFT

The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module,

bidder would be able to pay from their existing Bank account through RTGS/NEFT. This would offer

a wide reach for more than 90,000 bank branches and would enable the bidder to make the payment

from almost any bank branch across India.

I. Bidder shall log into the client e-procurement portal using user id and password as per existing

process and selects the RTGS/NEFT payment option.

ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan will have

all the details that is required by the bidder to make RTGS-NEFT payment.

iii. Each challan shall therefore include the following details that will be pre-populated:

• Beneficiary account no: (unique alphanumeric code for e-tendering)

• Beneficiary IFSC Code:

• Amount:

• Beneficiary bank branch:

• Beneficiary name:

iv. The Bidder shall be required to take a print of this challan and make the RTGS/ NEFT on the

basis of the details printed on the challan.

v. The bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last

day and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in

the challan.

vi. Post making the payment, the bidder would login to the e-Tendering portal and go to the payment

page. On clicking the RTGS / NEFT mode of payment, there would be a link for real time

validation. On clicking the same, system would do auto validation of the payment made.

Page 9: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

9

List of Net banking banks

1. Allahabad Bank

2. Axis Bank

3. Bank of Bahrain and Kuwait

4. Bank of Baroda

5. Bank of India

6. Bank of Maharashtra

7. Canara Bank

8. City Union Bank

9. Central Bank of India

10. Catholic Syrian Bank

11. Corporation Bank

12. Deutsche Bank

13. Development Credit Bank

14. Dhanlaxmi Bank

15. Federal Bank

16. HDFC Bank

17. ICICI Bank

18. IDBI Bank

19. Indian Bank

20. Indian Overseas Bank

21. Indusind Bank

22. ING Vysya Bank 23. J and K Bank

24. Karnataka Bank

25. Kotak Mahindra Bank

26. Karur Vysys Bank

27. Punjab National Bank

28. Oriental Bank of Commerce

29. South Indian Bank

30. Standard Chartered Bank

31. State Bank Of Bikaner and Jaipur

32. State Bank of Hyderabad

33. State Bank of India

34. State Bank of Mysore

35. State Bank of Travencore

36. State Bank Of Patiala

37. Tamilnad Mercantile Bank

38. Union Bank of India

39. United Bank of India

40. Vijaya Bank

41. Yes Bank:

Page 10: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

10

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)

DNIT

FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 1.0 KWp SOLAR POWER PLANTS AT VARIOUS LOCATIONSIN HARYANA STATE.

1. SCOPE OF WORK

Rate contact for supply, installation and commissioning of 1.0 KWp solar power plants (Qty- 105 nos) at various locations in Haryana with five years warrantee of complete system including battery bank and PV modules used in the power plant must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The tentative cost of the purchase shall be Rs. 162.00 lacs.

2. SPECIFICATIONS OF SYSTEM

The tech. specifications of the 1.0 kwp, is enclosed as Annexure-1.

3. MINIMUM ELIGIBILITY CONDITIONS

i) The bidder should be: A Registered Manufacturing Company/Firm/ Corporation in India of SPV Cells / Modules or Battery or PV System Electronics (Conforming to relevant National / International Standards)

OR A PV system integrator Having experience for installation and commissioning of 1000

solar photovoltaic lighting systems.

OR

At least one or more Solar Photovoltaic Power Plant (s) aggregating to a total of 10 KWp

capacity

ii) The bidder should have valid test report of SPV modules as per MNRE, GOI latest guidelines “minimal technical requirements / standards for SPV systems / plants to be deployed” (Test Certificate are necessary and should have been issued on or after 1st April 2013)

iii) The Bidder should have batteries and power conditioning unit (PCU) of MNRE (GOI) empaneeled manufacturer and should have valid tests reports as per MNRE, GOI latest guidelines “minimal technical requirements/standards (Test Certificate are necessary and should have been issued on or after 1st April, 2013).

iv) Bidder should have the cumulative experience during the last three years in executing contracts for the supply; installation and commissioning of solar photovoltaic systems / solar power plants at least Rs. 65.00 lacs in Performa-IV.

v) The overall average turnover of the company/firm/corporation in the last three financial years should be at least Rs. 50.0 Lac (This must be the individual Company’s turnover and not that of any group of company). Certificate from Chartered Accountant shall be enclosed with the offer in Performa-V. There is no need to upload entire voluminous balance sheet. Further details, if required, may be asked for the contractors after opening of technical bid.

vi) The bidder should have valid CST/ State VAT/TIN registration certificate. A copy of which should be enclosed.

vii) The bidder shall submit a certificate that their firm has never been debarred by any Government agencies/departments/PSUs. The bids of the debarred firm will be rejected out rightly.

Page 11: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

11

viii) Consortium, Joint Venture/ Business partnership is not allowed.

ix) The past performance of the firms shall be considered while evaluating the technical bids. If the bidder has poor record for providing after sales services to the HAREDA during last five year than their bid may be rejected out rightly.

x) In case of system integrator, if not a manufacture of any major part solar panel, battery and PCU, must submit the tie-up certificate with the manufacture with assurance to supply the offered quantity.

xi) Only indigenous crystalline solar PV modules are allowed.

4. OTHER ELIGIBILITY CONDITIONS

The “Financial bids” of only those bidders shall be opened, who qualify in “Minimum Eligibility

Conditions” as above and score at least 60 Points in “technical evaluation”. The “Points” for the

“technical evaluation” shall be assigned as under:

Sr. No. Criteria Points 1 MNRE accredited off-grid Channel partner/Programme

Administrator OR Credit rating (From MNRE Accredited Rating Agency) of “SP 2C” and above

10

2 Cumulative Experience * of the Bidder in Executing contracts of Solar Photovoltaic Systems/Power Plant (Installation & Commissioning of PV Systems/Power Plants)

>100 KWp >250 KWp >500 KWp >1000 KWp

5 10 25 35

3 Bidder`s cumulative Experience* in last 10 years in supply and installation/commissioning of total number of solar PV Lighting Systems Cumulative nos >3,000 nos. >5,000 nos. >10,000 nos. >20,000 nos.

5 10 25 35

4 Value of a “Single Order”* of PV Systems/ Power Plants executed by the Bidder: Valued more than Rs. 25 Lakhs Valued more than Rs. 50 Lakhs Valued more than Rs. 1.0 Crore Valued more than Rs. 2.0 Crore

5 10 25 35

5 Cumulative Experience * of the Bidder in executing contracts (Installed & commissioned) of Stand Alone solar P V Systems/ Power Plants: At least 50% of the tendered value At least 75% of the tendered value

5 10

6 Bidder has Test Certificate for solar Lanterns, Solar Home lighting systems, Solar Street Lighting Systems, Solar Water Pumping Systems of SPV Modules, battery, Electronics etc from a MNRE authorized testing center. (Test Certificate should have been issued on or after April 2009.) Certificate for any two of the above Certificate for more than two of the above

5 10

7 The bidder is a SPV Modules Manufacturing Company, Registered in India , with a min. Capacity of

Page 12: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

12

5 MWp per annum 10 MWp per annum 25 MWp per annum 50 MWp per annum

5 10 25 35

8 The bidder is a SPV cells Manufacturing Company registered is India, with a minimum capacity of 5 MWp per annum 10 MWp per annum

5 10

9 The Bidder has ISO 9001 certification 10

10 The bidder has ISO 14001 certification 10 * Bidder’s experience should be in supply, installation/commissioning (contracts executed, completed and handed over) of Solar Photovoltaic Systems/ Power Plants for MNRE/SNA supported Schemes / Programmes, (including Projects executed by channel partners availing MNRE support) OR Any Government Organization/ Agency/ SNA/PSU.

5. EARNEST MONEY DEPOSIT & TENDER FEE

(a) EARNEST MONEY DEPOSIT

(i) The Payment for EMD Rs.2,00,000/- (Rupees Two lacs only) can be made online directly through RTGS / NEFT and the bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last day of the online bid submission and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan.

(ii) Central or Haryana Public Sector Enterprises and “approved sources” as declared by the Industries Department, Haryana, would be exempted from the deposit of EMD on submission of such letter from the competent authority.

(iii) The offers without EMD or authority letter, as mentioned in (ii) will be rejected without assigning any reason as being non-responsive.

(iv) EMD of unsuccessful tender shall be returned after award of the contract /order. No interest will be paid on the earnest money. The EMD of the successful bidders shall only be released after receiving of 10% PSD.

(v) EMD will be forfeited in case of non-submission of PSD against the work order placed and if a bidder withdraws its tender during the period of tender validity specified.

(b) Cost of Tender Fee + eService fee

(i) The Payment for Tender Document Fee Rs. 1000/- (Rupees one thousand only and eService Fee Rs. 1000/- (Rupees one thousand only (Non-refundable) can be made by eligible bidders / contractors online directly through Debit Cards & Internet Banking Accounts.

6. PERFORMANCE SECURITY DEPOSIT (PSD) AND PAYMENT TERMS

The firm shall have to deposit 10 % of the total work order value within 30 days from the date of issue of work order in the shape of demand draft/bank guarantee valid for five years as PSD. If required, HAREDA may ask to extend the validity of the PSD.

The payments shall be made as per the following terms and conditions:

i. 80% of the total work order value after the supply of the complete system in the concerned districts supported with material receipt issued by PO/APO of the concerned district

ii. 20% of the total work order value on installation and commissioning of the systems supported with Joint Commissioning Report (JCR) issued by the concerned PO/APO & User.

7. INSPECTION OF MATERIAL

Page 13: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

13

The material will be dispatched by the supplier after inspection by the Director, HAREDA or his/ her representative at his premises/ at site and acceptance of the same. The supplier shall give p r e - d i s p a t c h i n s p e c t i o n n o t i c e before or at least 15 days prior to the last date of supply of material. The material shall be supplied within 14 days from the date of inspection/ acceptance of material and shall be governed with DS&D guidelines. The supplier shall provide without any extra charge, all materials, tools, testing equipment’s, labour and assistance of every kind which the inspecting officer may consider necessary for any test or examination. HAREDA can also get the systems tested from any Govt. approved test centre/ laboratory and the expenses shall be borne by the supplier. Rejected material (if any) will have to replace by the supplier at its cost within a week time.

In case the material offered for inspection fails to meet the specifications stipulated in NIT /Order /Contract and the samples are rejected by the Inspecting Committee, the Indenting Department will have the right to levy a penalty at 0.1% of the order value. In case the material offered for inspection fails during the 2nd inspection also, the Indenting Department will have the right to increase the penalty to 0.25% of the order value. In case, the material offered fails during the 3rd and final inspection also, the firm will be liable for penal action including forfeiture of EMD, risk purchase, debarring/blacklisting in future, and no further opportunity for inspection will be provided to the supplier firm. The firm will emboss or engrave the words ‘PROMOTED BY HAREDA’’ on the body of the Systems so as to minimize any possible malpractices.

The supplier shall provide the details of Sr. nos. of Modules, batteries and BOS at the time of inspection to the inspection committee.

8. VALIDITY OF BID AND RATE CONTRACT

The bids shall be valid for a period of one year from the date of opening of tender. HAREDA may

ask to the bidder(s) to extend the validity, if necessary. The rate contract shall be valid for one

year from the date of its issue.

9. WARRANTY

(i) The supplier shall warrant as per standards for quality that anything to be furnished shall be new, free from all defects and faults in material, workmanship and manufacture, shall be of the highest grade and consistent with established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly.

(ii) Performance of Equipment: In addition to the warranty as already provided, the supplier shall guarantee satisfactory performance of the equipment and shall be responsible for the period or up to the date specified in sub-clause (iii) hereof after the equipment has been accepted by the HAREDA to the extent for any defects that may develop such defects shall be removed at his own cost when called upon to do so by the HAREDA.

(iii) The contractor/supplier shall continue to provide spare parts after the expiry of warranty period at the users cost. If the contractor fails to continue to supply spare parts and services to users then HAREDA shall take appropriate action against the firm.

(iv) The warranty period shall be 25 Years for the PV modules and 5 years for complete system including battery from the date of supply of the systems. The contractor shall rectify defects developed in the system within Warranty period promptly. During the warrantee period, the firm shall ensure proper functioning of the systems and complaint, if any, forwarded to the supplier against the system, will have to be attended within 15 days of forwarding such complaints. The procedure to rectify the complaint/service to be provided during warrantee period is follows as:

a) The notice through e-mail/hard copy to rectify the complaints shall be issued by the District Offices/User to the supplier with copy to the maintenance cell of HAREDA. This shall be followed by two reminders on 7 days intervals each. The district office shall maintain proper record of the complaints.

Page 14: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

14

b) Even after this, the complaints remain unattended the penalty @ Rs. 5.00 per day per system will be imposed from the expiry of 29 days & same will be deducted from the payment due to the supplier / out of the Performance Security Deposit/ Bank Guarantee. The firm if failed to repair/ replace the defective system within next 10 days after expiry of the earlier specified 29 days of forwarding of the complaint then concerned ADC-cum-CPO shall forward the case to the Director, HAREDA along with estimated expenditure for the replacement/ repair. Director, HAREDA may consider repairing / replacing such defective system on the cost of the supplier. The firm who shall be penalized by revoking PSD/Bank guarantee shall deemed to be consider as unfit to participate in all the tenders floated by HAREDA in future and shall be treated as unsatisfactory performer.

c) If the whole PSD/ bank guarantee is utilized and the complaints are still pending then a online/hard copies request will be sent to the firm to attend the complaint within 15 days.

d) If still the firm shall not attend the complaint within the above mentioned period then the firm may be blacklisted and a legal proceeding may be initiated against the firm for Breach the agreement.

The past performance of the firms to provide after sale service to HAREDA shall be considered while evaluating the technical bids.

10. TIME SCHEDULE, PENALTY/LIQUIDATED DAMAGES

i. These systems are to be supplied, installed and commissioned within three months time from the date of issue of work order to the concerned districts. Accordingly, the supplier shall offer inspection well in advance, so as to supply the systems within two months in the districts. The firm shall have to install and commission the systems within 15 days from the offer of sites from the respective district. The time of delivery or dispatch stipulated in the supply order shall be deemed to be the essence of the contract, and should the contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to penalty per consignment @ 2.0% of the price of the unperformed services for each month of delay until actual performance up to a maximum deduction of 10% of the delayed services recoverable on the value of the stores supplied. Once the maximum is reached, the “HAREDA” may consider termination of the contract. In case of non-payment of the contractor, recovery will be made from his bills or amount of Earnest money or security deposited with Director, HAREDA, provide also that:

a. No recovery of penalty will be made if the Indenting officer accepts the delayed supplies by extending the delivery period up to two weeks by recording in writing that the exceptional circumstances were beyond the control of the supplier and there was no loss to the Government.

b. Whether the delay on the part of the supplier is of more than two weeks, the matter for extension of delivery period will be referred by the Indenting Officer to the Director, HAREDA with a certificate that there are genuine reasons for delay on the part of the supplier and no loss will result to the Government. In case extension in delivery period is allowed the case will be decided on merits by the Director, HAREDA. In case the delivery period is amended, no penalty for supplies made during the extended period will be recovered from the supplier.

c. On the failure of the suppliers to make supply within the extended period or otherwise and

the receipt of such information in the office of the Director, HAREDA, risk purchase at the cost of the supplier will be made by the Director, HAREDA within two months of the expiry of stipulated delivery period by inviting short terms quotations from the Registered and other known suppliers. The difference of excess cost thus, incurred will be recovered from the supplier from his pending bills, earnest money or security whichever is available. This procedure will be adopted after serving a registered notice to the supplier to supply stores within 15 days.

Page 15: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

15

ii. The Contractor shall not;

(a) Without the consent in writing of HAREDA transfer, assign or sublet the work under this contract or any substantial part thereof to any other party.

(b) HAREDA shall have at all reasonable time access to the works b e ing carried out by the contractor under this contract. All the work shall be carried out by the contractor to the satisfaction of HAREDA.

(c) Disclosure of details of the conditions governing this contract to unauthorized persons (Indenting against this contract is permissible only for the bonafide use of Governments departments and quasi-public and not for private parties or for the private use of the Government officers).

iii. In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of the tender or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/ or delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms of this tender, or if the bidder or his agents or servants being guilty of fraud in respect of the contract or any other contract entered into by the contractor or any of his partners or representatives thereof with Government directing, giving, promising or offering any bribes, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise to any person in the employment of Government in any way relating to such officers or person of persons, office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/ their creditors or attempts to do so then without prejudice to Government rights and remedies otherwise, HAREDA/ Government shall be entitled to terminate this contract forthwith and to blacklist the contractor and purchase or procure or arrange from Government’s stocks or otherwise at the contractor’s risk and at the absolute discretion of the Director, HAREDA as regards the manner, place or time of such purchases, such supplies as have not been supplied or have been rejected under this agreement or are required subsequently by Government there under and in cases where issues in replacement are made from Government’s stocks or supplies, the cost of value of stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may accrue to Government.

11 FORCE MAJEURE

(i) Notwithstanding the provisions of clauses contained in this deed; the contractor shall not be liable for forfeiture of its performance security, liquidated damages, termination for default, if he is unable to fulfill his obligation under this deed due to event of force majeure circumstances.

(ii) For purpose of this clause, "Force majeure" means an event beyond the control of the contractor and not involving the contractor's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of Govt. either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.

(ii) However, if a force majeure situation arises, the contractor shall immediately notify the “HAREDA” in writing. The decision of the Director, HAREDA in above conditions shall be final.

12. ARBITRATION

If any question, dispute or difference what so ever shall arises between HAREDA and the

contractor, in the connection with this agreement except as to matters, the decisions for which

have been specifically provided, either party may forthwith give to the other notice in writing of

existence of such question, dispute or difference and the same shall be referred to the sole

arbitration of the Principal Secretary/Secretary/Chairman, HAREDA or a person nominated by

Page 16: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

16

him. This reference shall be governed by the Indian Arbitration Act, and the rules made there

under. The award in such arbitration shall be final and binding on both the parties. Work

under the agreement shall be continuing during the arbitration proceedings unless the HAREDA

or the arbitrator directs otherwise

13. PROCEDURE FOR FINALIZATION OF PURCHASE:

I. First the Commercial & Technical part shall be opened on 27.05.2015 at 4.00 PM in the Conference Hall of Akshay Urja Bhawan at Institutional Plot No. 1, Sector-17, Panchkula in the presence of bidders or their authorized representative who wish to attend the meeting and thereafter technical bid shall be evaluated.

II. The Price part of only those bidders, whose offer is found technically and commercially acceptable after evaluation will be opened in the presence of bidders or their authorized representative who wish to attend the meeting. The date to open the price part will be informed separately.

III. Thereafter, the status of the bidders i.e. L-1, L-2, L-3 so on shall be determined by giving purchase preference as mentioned in Clause no. 14 below to the bidder billing from Haryana State.

IV. Thereafter, the agenda shall be placed before the Competent Authority for negotiation and finalization of rate.

V. The other terms and conditions shall be governed by policy / guidelines on procurement of stores issued by Department of Industries & Commerce, Haryana vide GO No. 2/2/2010-4 I BII dated 28 May 2010 and subsequent policy decision/ guidelines/amendment issued by Department of Industries & Commerce. These guidelines are available on the State Govt. website i.e. www.haryana.gov.in

14. PURCHASE PREFERENCE

I. For the suppliers billing from Haryana State, 50% of the VAT revenue accruing to the State of Haryana should be discounted from the composite price bid of the bidder while comparing the bids received in response to such DNIT and the L1, L2, L3 bidder status will be determined accordingly.

II. If a successful bidder is awarded the bid offer after discounting/ rebating 50% of the VAT revenues accruing to the state of Haryana and the state does not lead to the full accrual of the VAT revenue to the State of Haryana on the accepted price bid, a penalty equivalent to short accrual of the VAT revenues to the State of Haryana would be recovered from the supplier.

III. Purchase preference shall be accorded to the approved sources, including Central or Haryana State Public Sector Undertaking/Enterprises, provided that such approved source take part in the bidding process and the quoted prices of the approved source is within 10% of the lowest acceptable price, other things being equal. However, such purchase preference would be available to the approved source only at the lowest acceptable price.

15. SUBMISSION OF TENDER

I. Online tender should be submitted in two online envelops i.e. part-I (Technical and Commercial) and part-II (price part in Annexure-2). The firm should submit their offers in two separate online envelopes.

II. Any offer received manually after the deadline for online submission of offers shall be rejected and returned unopened to the bidder.

Page 17: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

17

III. All the pages of tender documents, technical specifications, bids, supporting documents etc. shall be indexed, numbered and digitally signed

IV. Failure of furnish all information and documentary evidence as stipulated in the tender document or submission of an offer i.e. not substantially responsive to the tender document in all respects shall be summarily rejected.

V. Manual technical bids may also submitted by 2.00 P.M. on 27.05.2015.

16. DOCUMENTS TO BE ENCLOSED WITH THE OFFER

Part-I & Part-II of the tender should comprise the following documents:

i) Technical & commercial Part-I

The technical & commercial Part: Part-I of tender shall be offered and furnished complete in all

respect strictly as per Check list at Proforma-II along with all requisite Annexure and Proforma

and their attached documents.

ii) Price part: Part-II

a) The price of solar power plant of each capacity in full and complete set including all parts

inclusive of supply, installation, commissioning, packaging, transportation, FOR , all taxes

& levies, octroi, VAT etc. should be quoted in Annexure-2 and bill of material in 2 (A)

(price part).

b) Price shall remain firm and fixed. Price variation clause is not acceptable. c) Any conditional discounts on the prices offered will not be entertained / considered.

d) Offers should be quoted in lump sum inclusive of all taxes till the execution of the project

and conditional offers with taxes will be rejected out rightly.

18. OTHER TERMS AND CONDITIONS

(i) The offer shall be submitted on original tender form issued by this office, conditional tender and tender not accompanied by EMD shall not be accepted and outright will be rejected.

(ii) The price quoted should include all taxes and duties, custom duty, excise duty, service tax,

sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on income tax etc. if any. A supplier/ contractor shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as per Government income tax & service tax norms will be payable by the contractor. If any new tax/duty is levied during the contract period the same will be borne by the firm exclusively. TDS will be deducted from the payment of the contractor as per the prevalent laws and rules of Government of India and Government of Haryana state in this regard.

(iii) In the event of bid being submitted for a firm, it must be signed separately by each members thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a Power of Attorney authorized him to do so. In case of a company, the quotation should be executed in the manner laid down in the said Companies Article of Association. The signature on the quotation should be deemed to be authorized signatures.

All columns of the technical and financial bid shall be duly filled in and there shall be page

numbering of bid document, the rates shall not be overwritten and be both in figures and words.

All corrections must be signed by the tenderers.

vi) Material shall be strictly as per DNIT specifications. If there is any left out specification, the same

shall be considered as per the MNRE specification.

Page 18: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

18

(vii) All disputes relating to this work shall be subject to the jurisdiction of Panchkula and Chairman,

HAREDA shall be the sole arbitrator.

(viii) The make of module, batteries and PCU should be strictly as per the make mentioned in the

technical form detail and test reports submitted along with the offer. For variation of any make,

test report of the same is to be provided with prior approval of HAREDA.

(ix) The Directorl, HAREDA will have the right of rejecting all or any of the quotation without assigning

reason thereof.

(x) In case of any ambiguity in interpretation of any of the clauses/ provision of the said rate

contract/DNIT, the decision of the Director, HAREDA shall be final and binding.

(xi) It shall be the sole responsibility of the contractor to get verified the quality & quantity of the

supplied material at the site of delivery.

(xii) The Contractor shall indemnify the HAREDA against all third party claims of Infringement of

patent, royalty's trademark or industrial design rights arising from use to the goods or any part

thereof.

(xiii) Contractors, wherever applicable, shall after proper painting, pack and crate all the equipment in

such manner as to protect them from deterioration and damage during rail and road

transportation to the site and storage at the site till time of installation. Contractor shall be held

responsible for all damage due to in proper packing.

(xiv) The contractor shall inform the HAREDA of the date of each shipment from his works, and

the expected date of arrival at the site for the information of the concerned project offices at

least 7 days in advance.

(xv) All demurrage, wharf age and other expenses incurred due to delayed clearance of the material

or any other reason shall be to the account of the contractor.

(xvi) The goods supplied under the contract shall be fully insured against loss or damage incidental to

manufacture or acquisition, transportation, shall be included in the bid price.

(xvii) HAREDA may at any time terminate the contract by giving written notice to the contractor

without compensation to the contractor, if it becomes bankrupt or otherwise insolvent,

provided that such termination will not prejudice or affect any right of action or remedy, which

has accrued or will accrue thereafter to the HAREDA.

(xviii) HAREDA, may by written notice sent to the supplier, terminate the contract, in whole or in part

at any time for its convenience. The notice of termination shall specify that termination is for

the purchaser’s convenience in the interest of HAREDA.

(xix) To assist in the examination, evaluation and comparison of bids the HAREDA may at its

discretion ask the bidder for a clarification of its bid. The request for clarification and the

response shall be in writing.

(xx) At any time prior to the submission of the tender or prior to the opening of the financial bid

the HAREDA may, for any reason, whether at its own initiative or in response to a

clarification requested by the Bidder, modify the Tender documents by amendments.

(xxi) The quantity of supply mentioned in the DNIT is tentative which can be increased or decreased.

Page 19: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

19

DECLARATION BY THE BIDDER

I/We (hereinafter referred to

as the Bidder) being desirous of tendering for the work under the HAREDA tender no.

and having fully understood the nature of the work and having carefully noted all the terms

and conditions, specifications etc. as mentioned in the tender document, DO HEREBY

DECLARE THAT

1. The Bidder is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document.

2. The Bidder is capable of executing and completing the work as required in the tender.

3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the performance of the tender.

4. The Bidder has no collusion with other Bidder, any employee of HAREDA or with any other person or firm in the preparation of the bid.

5. The Bidder has not been influenced by any statement or promises of HAREDA or any of its employees, but only by the tender document.

6. The Bidder is financially solvent and sound to execute the work.

7. The Bidder is sufficiently experienced and competent to perform the contract to the satisfaction of HAREDA.

8. The information and the statements submitted with the tender are true.

9. The Bidder is familiar with all general and special laws, acts, ordinances, rules and regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein.

10. The Bidder has never been debarred from similar type of work by HAREDA and or Government undertaking/ Department.

11. This offer shall remain valid for acceptance for 12 Months from the date of opening of the tender.

12. The Bidder gives the assurance to execute the tendered work as per specifications terms and

conditions.

13. The Bidder confirms the capability to supply and install more than ….. Systems/capacity in a

month.

14. The quote to supply the goods and materials specified in the underwritten schedule in the

manner in which and within the time specified as set forth in the conditions of contract at the

rates given in the financial bid.

(Signature of Bidder) with SEAL

Page 20: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

20

PROFORMA-I

Format for forwarding/covering letter

(To be submitted by tenderers on the official letterhead of the company)

No. Dated:

To,

The Director Haryana Renewable Energy Development Agency, Institutional Plot No. 1, Sector-17, Panchkula Subject:- Offer in response to Notice Inviting Tender No. ________ for the rate contract of

supply, installation & commissioning of 1.0 Kw solar power plants at various

locations in Haryana state.

Sir,

We hereby submit our offer in full compliance with terms & conditions of the

above tender. A blank copy of the tender, duly signed on each page is also submitted as a

proof of our acceptance of all specifications as well as terms/ Conditions.

We confirm that, we have the capability to supply and install more than

………………KWp capacity PV Systems in ………………months.

The tender is submitted in two separate and sealed envelopes marked Part-I & Part-II.

(Signature of Bidder) With Seal

:

Page 21: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

21

Proforma-II

Check list of Annexures

(The following information/documents are to be annexed and flagged by the Bidders along with the BID)

S.N. Annexure No Particulars Yes/No, Flag No.

1. Annexure-I Details of Earnest money (D.D. no. ………..and ………….date

2. Annexure-II The bidder is a Manufacturing Company/Firm/ Corporation Registered in India of SPV Cells / Modules / Battery / PV System Electronics (conforming to

OR

a PV System Integrator

At least 1000 Solar Photovoltaic Lighting Systems should have been installed / commissioned OR At least one or more Solar Photovoltaic Power Plant (s) aggregating to a total of 10 KWp capacity should have been installed / commissioned. (A copy of the order and certificate indicating its successful execution upto the said condition to be enclosed in Proforma-III)

………………

………………

………………

3. Annexure-III A copy o f the Cert i f icate f o r so lar module ,battery, PV System Electronics i.e. PCU tested as per MNRE, GOI latest guidelines “minimal technical requirements /

standards for spv systems / plants to be deployed”. (Test Certificate should have been issued on or after April 2013.)

4. Annexure-IV Test Certificate for the various Solar lighting System from a MNRE authorized testing center. (Test Certificate should have been issued on or after April 2013.)

5. Annexure-V A copy of valid CST /State VAT/ TIN registration certificate

6. Annexure-V I A summarized sheet of cumulative experience in PV systems/power plants certified by registered CA. (A copy of the order and certificate indicating itssuccessful execution to be enclosed in Proforma-IV)

7 Annexure-VII Overall Average Annual Turnover of the Company/Firm/ Corporation in the last three financial years ( Asummarized sheet of turnover of last t h r e e FinancialYears certified by registered CA as per format in Proforma-V)

Page 22: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

22

8. Annexure-VIII MNRE accredited off- Grid Channel Partner/ Programme

Administrator

OR

Credit Rating (from MNRE Accredited Rating Agency ) of “SP

2C” and above

………….

……………..

9. Annexure-IX Cumulative Experience* of the Bidder in executing contracts

Solar Photovoltaic Systems/ Power Plants(Installed &

Commissioned)

>100 KWp

>250KWP

>500KWp

>1000KWp

10. Annexure-X Bidder’s cumulative experience* in last 10 years in supply

and installation/commissioning of total number of Solar PV

Lighting Systems .

Cumulative nos.:

> 3,000 nos.

> 5,000 nos.

11. Annexure-XI Value of a “Single Order” of PV Systems / Power Plants

executed by the Bidder (A copy of the order indicating its

value and certificate indicating its successful execution)

Valued more than Rs. 25 Lakhs

Valued more than Rs. 50 Lakhs

Valued more than Rs. 1.0 Crore

Valued more than Rs. 2.0 Crores

Page 23: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

23

12. Annexure-XII Cumulative Experience* of the Bidder in executing

contracts (Installed & commissioned) of Stand Alone

Solar P V Systems/ Power Plants:

At least 50% of the tendered value

At least 75% of the tendered value

……………

13. Annexure-XIII Bidder has Test Certificate for Solar Lanterns, Solar Home

lighting System, Solar Street Lighting System, Solar

Water Pumping System or SPV Modules, battery,

Electronics etc from a MNRE authorized testing center. (Test

Certificate should have been issued on or after April 2009.)

Certificate for any two of the above

14. Annexure-XIV The bidder is a SPV Modules Manufacturing Company,

Registered in India ,with a min. Capacity of

--- 5 MWp per annum

--- 10 MWp per annum

--- 25 MWp per annum

--- 50 MWp per annum

15. Annexure-XV The bidder is a SPV cells Manufacturing Company,

Registered in India, with a min. Capacity of

--- 5 MWp per annum

--- 10 MWp per annum

…..

………….

16. Annexure-XVI The bidder has ISO 9001 certification

17. Annexure-

XVII

The bidder has ISO 14001 certification

Page 24: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

24

18. Annexure-

XVIII

Document in support of incorporation of company/firm etc.the copy of partnership deed in case of partnership firm and copy

of Registration certificate in case of company.

19. Annexure-

XIX

Authorization letter of the Bidder, for the person representing

his firm, that he is authorized to discuss and with specific

mention of this tender as per Clause17(iii).

20. Annexure-

XX

General information about bidder as filled in Proforma-VIII

21. Annexure-

XXI

Technical Details Form for make and test of various component of Solar power plant of Bidder as filled in Proforma-IX

* Please flag the annexure and write flag number in the box.

Note: The bid may be submitted strictly as per checklist, Annexure and proforma

prescribed otherwise the bid may be ignored.

(Signature of Bidder) With Seal

Page 25: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

25

PROFORMA-III

Information in support of PV System Integrator

Details of orders received and executed by manufacturer/ supplier for supply of solar systems/

power plants to different govt. organizations/state nodal agencies/others

Sr.

No.

Name of agency/

organization

P.O.

NO./date

Nos/capacity of

Solar Systems

/power plants

supplied

Year in which the

plants were

commissioned

1 2 3 4 5

Total

Note: (1) Attach photocopies of Purchase orders

(2) Attach photocopies of certificate of Satisfactory performance of the plant issued by Concerned Agency/Organization.

Signature of Authorized Signatory

Name _______________________

Designation___________________

Company seal_________________

Note: The said proforma shall be filled by PV System Integrator only. There is no need to fill said proforma by Manufacturer as defined in said bid.

Page 26: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

26

PROFORMA-IV

Information in support of meeting Essential eligibility conditions regarding Cumulative Experience in PV Systems/power plants of Rs. 65.00 lacs

Details of orders received and executed by manufacturer/ supplier for supply of solar systems/

power plants to different govt. organizations/state nodal agencies/PSU

Sr.

No.

Name of agency/

organization

P.O.

NO./date

Value of P.O. in

Rs.(lacs)

Year in which the

plants were

commissioned

1 2 3 4 5

Total

Note: (1) Attach photocopies of Purchase orders

(2) Attach photocopies of certificate of Satisfactory performance of the plant issued by

Concerned Agency/Organization.

Signature of Authorized Signatory

Name _______________________

Designation___________________

Company seal_________________

Signature of Charted Accountant with seal

Name ____________________________ M.No.

______________________________

Page 27: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

27

PROFORMA- V INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS

REGARDING ANNUAL TURNOVER OF THE BIDDER IN THREE FINANCIAL YEAR i.e.

2011-12, 2012-13, 2013-14.

Name of the Firm ____________________________________________________

Address ___________________________________________________________

Contact Number _____________________________________________________

S.No. Financial Year Turn Over

( Rs. In lacs)

1. 2011-12

2. 2012-13

3 2013-14

TOTAL

Signature of Charted Accountant with seal

Name ____________________________

M.No. ______________________________

Page 28: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

28

PROFORMA-VI

Information in support of meeting others eligibility conditions regarding Cumulative Experience in PV Systems/power plants in Kwp capacity

Details of orders received and executed by manufacturer/ supplier for supply of solar systems/

power plants to different govt. organizations/state nodal agencies/PSU

Sr.

No.

Name of agency/

organization

P.O.

NO./date

capacity of Solar

systems/power

plants executed

in Kwp

Year in which the

plants were

commissioned

1 2 3 4 5

Total

Note: (1) Attach photocopies of Purchase orders (2) Attach photocopies of certificate of Satisfactory performance of the plant issued by Concerned Agency/Organization

Signature of Authorized Signatory Name _______________________ Designation___________________

Company seal_________________

Page 29: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

29

PROFORMA-VII

Information in support of meeting others eligibility conditions regarding Cumulative Experience in Solar PV lighting Systems in numbers.

Details of orders received and executed by manufacturer/ supplier for supply of solar lightings

systemto different govt. organizations/state nodal agencies/PSU in the past 10 years

Sr.

No.

Name of agency/

organization

P.O.

NO./date

Nos of Solar PV

lighting systems

supplied

Year in which the

plants were

commissioned

1 2 3 4 5

Total (nos)

Note: (1) Attach photocopies of Purchase orders

(2) Attach photocopies of certificate of Satisfactory performance of the plant issued by

Concerned Agency/Organization

Signature of Authorized Signatory

Name _______________________

Designation___________________

Company seal_________________

Page 30: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

30

PROFORMA-VIII

GENERAL PARTICULARS OF BIDDER

1 Name of firm

2 Postal Address

3 Telegraphic address

4 Telephone, Telex, Fax No

5 E-mail

6 Web site

7 Name &designation of the authorized

signatory to whom reference shall be

made

8 Present activities/business of the firm

i.Module Manufacturer ii. Battery Manufacturer iii.PCU manufacturer iv)PV System Integrator

9 Type of organization

- Private Ltd. Company - Public Ltd. Company - Other category

10 Sale tax registration number

TIN No & State of billing

11 EMD of Rs. 2,00,000/- Attached/ not attached DD No._______dated________ Bank_________ Payable at…………

12 Tender fee of Rs. 1000/- Attached/ not attached DD No.______.......................dated_____ Bank_________ Payable at_________ Or HAREDA receipt No.______dated_____ Bank_________ Payable at_________

Page 31: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

31

13 Have anything/extra other than price of

items (as

mentioned in price Schedule) been

written in the price schedule.

14 Have the firm to pay arrears of income

tax?

If yes up to what amount?

15

Have the firm ever been debarred By

any

Govt. Deptt. / Undertaking for

undertaking any work?

16 Monthly supply capacity

17 Details of offer (please mention

number of pages and

number of Drawings)

18 Reference of any other information

attached by the

tender (please Mention no.

of pages & no. of drawings)

(Signatures of the authorized signatory)

Name:

Designation and company seal:

Page 32: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

32

Proforma – IX

TECHNICAL DETAIL OF MODULES , PCU AND BATTERY BANK OFFERED AS PER THE TEST REPORTS ATTATCHED S.No. ITEM Technical Detail SOLAR PHOTOVOLTAIC MODULES

1.1 Make

1.2 Type 1.3 Capacity of modules

1.4 Testing and qualifying standards

2 POWER CONDITIONING UNIT

2.1 Make

2.2 MNRE empanelled or not

2.3 Testing and qualifying standards

3 Battery Bank

3.1 Make

3.2 MNRE empanelled or not

3.3 Capacity Ah

3.4 Testing and qualifying standards

4 Other Parts

4.1

4.2

4.3

4.4

(Signatures of the authorized signatory)

Name___________________ Designation________________ Company seal

Page 33: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

33

ANNEXURE-2 FINANCIAL BID FOR THE RATE CONTRACT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 1.0 KWp SOLAR POWER PLANT AT VARIOUS LOCATIONS IN HARYANA STATE

S.no Description Cost of each system having five years

warrantee of complete systems including

battery bank and SPV modules should be

warranted for its peak output 90% at the end

of 10 years and 80% at the end of 25 years

with FOR including transportation /

packaging / installation/ VAT/CST/ Octrai

Etc.

Supply

capacity

per

month

1 1.0 KWp Solar Power

plant

Rs._________________________________

__

Rupees In words

(___________________________________

___________

___________________________________)

Place of billing-_________________________

(Signatures of the authorized signatory)

Name___________________

Designation________________

Company seal

Page 34: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

34

ANNEXURE- 2(A)

BILL OF MATERIAL OF 1.0 KWp SOLAR POWER PLANT

Name of the firm:

(Signatures of the authorized signatory)

Name___________________

Designation________________

Company seal

S.no

Description SPV Modules (in Rs.)

PCU (in Rs.)

Battery Bank (in Rs.)

Module stand, Junction boxs Connecting cables and hardware (in Rs.)

Any others (in Rs.)

Total (in Rs.)

Applicable VAT/CST @ ----- % (in Rs.)

Surcharge @ -----% (in Rs.)

Total composite price per system (in Rs.)

1 1 Kwp Solar Power plant

Page 35: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

35

Annexure-1.

TECHNICAL SPECIFICATION OF 1.0 KWp SPV POWER PLANT 1. TECHNICAL SPECIFICATIONS

ITEM DESCRIPTION

SPV Module • The photovoltaic modules should be Crystalline Silicon with a total

array capacity of 1.0 KWp SPV power plant

• The Photovoltaic modules must be qualified as per IEC 61215

(revised) / IS 14286 standards and in addition, the modules must

conform to IEC 61730-1 requirements for construction & Part-2

requirements for testing, for safety qualification.

• The PV modules must be tested and approved from any of the

NABL/IEC/ MNRE Accredited Testing Calibration Laboratories.

• The supplier shall provide performance guarantee for the PV modules

used in the power plant must be warranted for their output peak watt

capacity, which should not be less than 90% at the end of 10 years

and 80% at the end of 25 years.

• The efficiency of the PV modules should be minimum 14%.The fill

factor should be more than 70%.

• Indigenously manufactured PV modules should be used.

System

autonomy

1+1 day

Battery Bank The battery bank should be 4 nos. of 12 Volt, 150Ah Each will be connected

in series/ parallel to form 24 volt 300 Ah battery bank.

• Tubular Lead Acid type batteries conforming to National / international

standards IEC-61427 & IS- 15549 standards, low maintenance,

stationery at C/10 rate).

• It will be staged in racks duly painted with acid resistant paint to cover

less space.

Power

Conditioning

Unit with

inbuilt charge

controller

The Power conditioner unit with inbuilt charge controller of capacity 1.0 KWp

should convert DC power in to AC power must confirm to standards IEC

61683 with following DC input and AC output voltages

i. For 1.0 KWp solar power plant - 24 volt DC to 220 volt AC

single phase

Page 36: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

36

The PCU will have following features:

• MOSFET/ IGBT based MPPT / PWM charging

• Wide input voltage range

• Output voltage 220 + 2% of modified/ pure sine wave .

• Output frequency: 50 Hz+0.5 Hz

• Capacity of PCU/ Inverter is specified at 0.8 lagging power factor.

• THD: less than 3%

• Efficiency: > 80% at full load

• Ambient Temp 50 degree Celsius (max)

• Operating humidity 95% maximum

• Protections:

- Over voltage (automatic shut down)

- Under voltage (automatic shut down)

- Overload

- Short circuit (circuit breaker & electronics protection against

sustained fault).

- Over Temperature

- Battery, PV reverse polarity

• Indications:

- Array on

- MPPT/ PWM charger on

- Battery connected, charging

- Inverter ON

- Load on solar/ battery

- Grid charger on

- Load on Grid

- Grid on

• Display parameters

- Charging current

- Charging voltage

- Voltage of PV panels

- Output voltage

- Grid voltage

- Inverter loading

- Output frequency

• Cooling: Air cooled

• When battery bank is fully charged, the PCU should have the

feature to feed the power generated from solar to load and draw

the additional power from main supply to meet the load

requirements in the case load is more than solar energy

produced.

Junction

boxes

• The junction boxes shall be dust and water proof and made of thermoplastic the

terminals will be connected to copper lugs or bus-bar of proper sizes. The

junction boxes will have suitable cable entry points fitted with the cables.

Page 37: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

37

Suitable markings shall be provided on the lugs or bus-bars for easy

identification at cable ferrules will be fitted at the cable terminations points for

identification. Each main junction box shall be fitted with appropriate rating

reverse blocking diode. The junction boxes shall be of reputed make.

• The junction boxes shall have suitable arrangement for the following:

a) Combine groups of modules into independent charging sub-arrays that will

be wired into the controller.

b) Provide arrangement for disconnection for each of the groups.

c) Provide a test point for each sub group for quick fault location.

d) To provide group array isolation.

e) The rating of the JBS shall be suitable with adequate safety factor to inter

connect the Solar PV array.

Structure for

module frame

Modules shall be mounted on supporting structure made out of galvanized MS angle

of required structural strength. (hot dip/galvanized) either on the roof top or at

ground as per the site requirement

Structure: -

1. The size of M.S. (Galvanized) angle should be 50 x 50 x 5 mm. The structures

are to be fitted either on the roof top or at ground properly and south faced.

It should withstand wind speed up to 120 Km/hour.

2. Foundation – The legs of the structure made with hot dip GI angles will

be fixed and grouted in the RCC foundation columns of size

300mmx300mm made with 1:2:4 cement concrete. The minimum

ground clearance from the lowest part of any module shall be 500 MM.

While making foundation design due consideration will be given to wait

of module assembly, maximum wind speed of 120 km per hour.

3. The work includes necessary excavation, concreting, back feeling,

shoring and shuttering etc.

4. Brick paving of first class bricks with cement mortar (1:6) as per PWD

specifications on edge type plate form is to be provided under the

modules structure area with minimum 1 meter more than structure.

Connecting

cables

I. For 1.0 KWp solar power plant;-

PVC insulated copper cables (ISI marked) for :

• Module interconnections (4.0 mm2 copper single core multi strand)

• Module parallel interconnection (6 mm2 copper single core multi strand)

• Array or AJB to PCU (10 mm2 copper two cores).

• Battery to PCU (16 mm2 copper single core multi strand) might be double

cables if required

• PCU to load / change over switch (Single core copper cable 4.0 mm2 multi

strand) and for further distribution points (Single core copper cable 4.0

Page 38: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

38

mm2 and 2.5 mm2 multi strand)

Indoor wiring All indoor wiring is to be done in a casing capping system. As and when

required flexible pipe may also be used.

Load

connection

The supplier shall also ensure that main points of the building should be

connected keeping in view the capacity of the plant.

Lighting

protection

Suitable nos. of lighting arrestors shall be provided in the array field for the

protection.

Earthling

protection

Each array structure and all metal casings of the plant etc. shall be earthed

properly.

Tool Kit and

Spares

One necessary tools kit and spares will have to be provided by the supplier

Energy meter Supplier shall provide energy meter to measure the DC power in KWp hrs

being fed to the plant.

2. CODES AND STANDARDS

The BoS items / components of the SPV power plant must conform to the latest edition of IEC/

equivalent BIS Standards as specified below:

BoS item / component Standard Description Standard Number

Power Conditioning

Unit Inverter

Efficiency Measurements

Environmental Testing

IEC61683/IS 61683

IEC60068 2 (1, 2, 14, 30)/

equivalent BIS standard

Charge controller/

MPPT units*

Environmental Testing IEC60068 2 (1, 2, 14, 30)/

equivalent BIS standard

Storage Batteries General Requirements & Methods

of Test

VRLA Tubular GEL type

IEC 61427

IS 15549/ as per relevant

BIS standard

Cables General Test and Measuring

Methods PVC insulated cables for

working voltages upto and

including 1100 V-Do-, UV

resistant for outdoor installation

IEC 60227

IS 694 / IS 1554 (Pt I and II)

Switches / Circuit

Breakers / Connectors

General Requirements IEC 60947 part I, II & III/ IS

60947 part I, II & III

Page 39: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

39

Connectors-safety

AC/DC

EN 50521

Junction Boxes/

Enclosures for

inverters/ charge

controller

General Requirements IP54 ( for outdoor) / IP/21 (for

indoor) as per IEC 529

**In case if the Charge controller is in-built in the inverter, no separate IEC 62093 test is required and

must additionally conform to the relevant national/international Electrical Safety Standards wherever

applicable

3. IDENTIFICATION AND TRACEABILITY

Each PV modules used must use a RF identification tag (RFID), which must contain the

following information. The RFID can be inside the module laminate, but must be able to

withstand harsh environmental conditions.

(i) Name of the Manufacturer of PV Modules (ii) Name of the Manufacturer of Solar Cells (iii) Month and year of the manufacturer (separately for solar cells and module) (iv) Country of origin (separately for solar cells and module) (v) I-V curve for the module (vi) Peak Wattage, lm, Vm and FF for the module (vii) Unique Serial No and Model No of the module (viii) Date and year of obtaining IEC PV module qualification certificate (ix) Name of the test lab issuing IEC certificate (x) Other relevant information on traceability of solar cells and module as per

ISO 9000 series.

Page 40: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

OPERATION AND MAINTENANCE MANUAL

An Operation, Instruction and Maintenance Manual, in simple & easy to understand language (English and Hindi both) with connection diagram, should be provided with the Solar Home Lighting System. The following minimum details must be provided in the Manual:

• Basic principles of Photovoltaics.

• A small write-up (with a block diagram) on SPV Power Plants – its components, PV module, battery, electronics and luminaire and expected performance.

• Significance of indicators.

• Type, Model number, voltage & capacity of the battery, used in the system.

• DO's and DONT's.

• Name and address of the contact person for repair and maintenance.

OTHER FEATURES

Any minor equipment and material may not be specifically mentioned in this specifications but are required to make the system complete in a every respect in accordance with technical specification shall be deemed to have been covered under the scope of this specification and shall be provided by the tenderer / supplier within the quoted price.

ANNEXURE- 1(b)

MINIMAL TECHNICAL REQUIREMENTS / STANDARDS FOR SPV SYSTEMS / PLANTS TO BE DEPLOYED DURING F.Y. 2014-2015 UNDER THE PROGRAMMES OFMINISTRY

OF NEW AND RENEWABLE ENERGY

1. PV MODULES:

1.1 The PV modules must conform to the latest edition of any of the following IEC /

equivalent BIS Standards for PV module design qualification and type approval:

Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286 Thin Film Terrestrial PV Modules IEC 61646 / Equivalent IS

(Under Dev.)

Concentrator PV Modules & Assemblies IEC 62108

1.2 In addition, the modules must conform to IEC 61730 Part 1-requirements for

construction & Part 2 - requirements for testing, for safety qualification or Equivalent IS (Under Dev.)

1.3 PV modules to be used in a highly corrosive atmosphere (coastal areas,etc.)

must qualify Salt Mist Corrosion Testing as per IEC 61701 / IS 61701.

1.4 IDENTIFICATION AND TRACEABILITY

Each PV module must use a RF identification tag (RFID), which must contain the following information:

Page 41: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

(i) Name of the manufacturer of PV Module (ii) Name of the Manufacturer of Solar cells (iii) Month and year of the manufacture (separately for solar cells and

module) (iv) Country of origin (separately for solar cells and module) (v) I-V curve for the module (vi) Peak Wattage, Im, Vm and FF for the module (vii) Unique Serial No and Model No of the module (viii) Date and year of obtaining IEC PV module qualification certificate (ix) Name of the test lab issuing IEC certificate (x) Other relevant information on traceability of solar cells and module as

per ISO 9000 series.

RFID shall be mandatorily placed inside the module laminate.

1.5 VALIDITY :

The validity of the existing Certificates/Reports in the old format/procedure shall be valid till March 2013 only. Manufactures are advised to get their samples tested as per the new format/procedure before 31st March 2013, whose validity shall be for five years.

1.6 AUTHORIZED TESTING LABORATORIES/ CENTERS

PV modules must qualify (enclose test reports/ certificate from IEC/NABL accredited laboratory) as per relevant IEC standard. Additionally the performance of PV modules at STC conditions must be tested and approved by one of the IEC / NABL Accredited Testing Laboratories including Solar Energy Centre. For small capacity PV modules upto 50Wp capacity STC performance as above will be sufficient. However, qualification certificate from IEC/NABL accredited laboratory as per relevant standard for any of the higher wattage regular module should be accompanied with the STC report/ certificate.

1.6.1 Details of Test Labs are given in Annexure I.

(Any other Test Lab that has set – up for testing and wants to get included may contact Director, MNRE)

1.6.2 While applying for Testing , the Manufacturer has to give the following

details: - A copy of registration of the company particularly for the relevant

product/ component/ PV system to be tested

- An adequate proof from the manufacturer, actually showing that they are manufacturing product by way production, testing and other facilities

- Certification as per JNNSM standards for other boughtout intems used in the system

Without above proof test centers are advised not to accept the samples.

1.7 WARRANTY

PV modules used in solar power plants/ systems must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 12 years and 80% at the end of 25 years.

Page 42: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

2. BALANCE OF SYSTEM (BOS) ITEMS/ COMPONENTS:

2.1 The BOS items / components of the SPV power plants/ systems deployed under the Mission must conform to the latest edition of IEC/Equivalent BIS Standards/MNRE specifications/ as specified below:

BOS Item / System Applicable BIS /Equivalent IEC Standard Or MNRE Specifications

Standard Description Standard Number

Solar PV Systems ( more than 100 Wp and up to 20 KWp Capacity only) :

Charge Controller/MPPT units Power Conditioners/ Inverters**including MPPT and Protections

Environmental Testing Efficiency Measurements Environmental Testing

IEC 60068-2 (1,2,14,30)/ Equivalent BIS Std. IEC 61683 / IS 61683 IEC 60068-2 (1, 2, 14, 30) / Equivalent BIS Std.

Storage Batteries General Requirements & Methods of Testing Tubular Lead Acid / VRLA / GEL Capacity Test Charge/Discharge Efficiency Self-Discharge

As per relevant BIS Std.

Cables General Test and Measuring Method PVC insulated cables for working voltage up to and including 1100 V and UV resistant for outdoor installation

IEC 60227 / IS 694 IEC 60502 / IS 1554 (Pt. I & II)

Switches/Circuit Breakers/Connectors

General Requirements Connectors –safety A.C. /D.C.

IEC 60947 part I,II, III / IS 60947 Part I,II,III EN 50521

Junction Boxes /Enclosures for Inverters/Charge Controllers/Luminaries

General Requirements IP 54(for outdoor)/ IP 21(for indoor) as per IEC 529

**In case if the Charge controller is in-built in the inverter, no separate IEC 62093 test is required and must additionally conform to the relevant national/international Electrical Safety Standards wherever applicable

2.2 AUTHORIZED TESTING LABORATORIES/ CENTERS

Test certificates / reports for the BoS items/ components can be from any of the NABL/ IEC Accredited Testing Laboratories or MNRE approved test

Page 43: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

centers. The list of MNRE approved test centers will be reviewed and updated from time to time.

2.3 WARRANTY

The mechanical structures, electrical works The mechanical structures, electrical works including power conditioners/inverters/charge controllers/ maximum power point tracker units/distribution boards/digital meters/ switchgear/ storage batteries, etc. and overall workmanship of the SPV power plants/ systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years.

Page 44: TENDER NO. HAREDA/ Solar power plants-1.0 KW …hareda.gov.in/writereaddata/news/hareda960761094.pdfTO ARRANGE RATE CONTACT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 1.0 KW Solar

Accredited Test centers for MNRE Off-Grid Programme

Lab/ Organization

PV Module Lighting Systems Battery Inverter >100 W Charge Controller

as per MNRE

Specifications

Environmental

Efficiency Environmental protections Environmental

SEC Yes (IEC61215up

to100WP) NABL

Accredited

Yes MNRE

Accredited

Yes (Including IP)

MNRE Accredited

Yes MNRE

Accredited

Yes (upto

10KVA) MNRE

Accredited

Yes (Including IP)

MNRE Accredited

Yes MNRE

Accredited

Yes (Including IP)

MNRE Accredited

ERTL (east)

STC Test Facility MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes Up to

1000AH

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

ETDC (B)

Yes (IEC61215)u nder ICEEE-

CB, IEC 61701

(upto100WP) NABL

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes Up to 100

AH

Yes (up to 3KVA) NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

CPRI (B)

No Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes Up to 500

AH

Yes (up to

10KVA) NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

Yes NABL/ MNRE

Accredited

ERTL (N)

No Only Electronics & luminaire

NABL Accredited

Yes NABL

Accredited

No Yes (up to 5KVA) NABL

Accredited

Yes NABL

Accredited

Yes (up to 5KWp) NABL

Accredited

Yes NABL

Accredited

UL (B) Yes (IEC61215 IEC 61730

Pt.II and IEC 61701)

upto400WP NABL

Accredited

Yes (except battery) NABL

Accredited

Yes NABL

Accredited

No Yes (up to 6KVA) NABL

Accredited

Yes NABL

Accredited

Yes (up to 6KWp) NABL

Accredited

Yes NABL

Accredited

TUV Rhinela

nd

Yes (IEC61215 & 61730 Pt-II) upto400WP

NABL Accredited

NO Yes NABL

Accredited

No Yes (up to

10KVA) NABL

Accredited

Yes NABL

Accredited

Yes (up to 10KW) NABL

Accredited

Yes NABL

Accredited

Inter Tek

No Only Electronics & luminaire

NABL Accredited

Yes NABL

Accredited

No Yes (up to 5KVA) NABL

Accredited

Yes NABL

Accredited

Yes (up to 5KW) NABL

Accredited

Yes NABL

Accredited

*Beyond 10KVA self certification by the manufactures is acceptable.