dnit - hareda.gov.inhareda.gov.in/writereaddata/document/hareda676044090.pdf · 3 1. disclaimer (a)...

50
1 DNIT for Empanelment of Agencies for DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING INCLUDING WARRANTY, SPARE PARTS AND COMREHENSIVE MAINTENANCE OF GRID CONNECTED ROOFTOP SOLAR POWER PLANTS IN PRIVATE SECTOR (TURNKEY PROJECTS/ WORKS) E-tender notice no. HAREDA/2018/EOI GCRT SPV for Grid Connected Rooftop Solar Power Plants DEPARTMENT OF NEW & RENEWABLE ENERGY, HARYANA/ HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA) Akshay Urja Bhawan, Institutional Plot No. 1, Sector-17, Panchkula PHONE: 0172-2587233, 2587833, FAX: 0172-2534433 Email: [email protected] Website: www. hareda.gov.in (Note this document contains 50 pages including this page)

Upload: lenga

Post on 01-Aug-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

1

DNIT

for

Empanelment of Agencies

for

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING INCLUDING

WARRANTY, SPARE PARTS AND COMREHENSIVE MAINTENANCE

OF

GRID CONNECTED ROOFTOP SOLAR POWER PLANTS

IN PRIVATE SECTOR

(TURNKEY PROJECTS/ WORKS)

E-tender notice no. HAREDA/2018/EOI GCRT SPV

for Grid Connected Rooftop Solar Power Plants

DEPARTMENT OF NEW & RENEWABLE ENERGY, HARYANA/

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)

Akshay Urja Bhawan, Institutional Plot No. 1, Sector-17, Panchkula

PHONE: 0172-2587233, 2587833, FAX: 0172-2534433

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

(Note this document contains 50 pages including this page)

2

CONTENTS

Sr. No. Parameters Page No.

1. Detailed Notice Inviting Tender. 7

2. Bid Schedule/Bid Information Sheet 8

3. Instructions to Bidder on Electronic Tendering System

9

4. Instructions to Bidders on Eligibility Criteria and

Submission of Bid

15

5. Detailed Technical Specifications 22

6. Performa-I -Turn Over Record form 38

7. Performa-II - Declaration By The Bidder 39

8. Annexure-A: Service Support Undertaking. 41

9. Annexure-B:- Performa of warranty certificate-cum-

Comprehensive maintenance contract with

purchaser/consumer by empanelled agencies after

successful commissioning of project.

44

10. Annexure-C: Certificate of acceptance from the bidder 45

11. Annexure-D: Performa of performance guarantee 46

12. Annexure-F- General Particulars 49

3

1. DISCLAIMER

(a) Though adequate care has been taken while preparing the Bid document, the Bidder shall

satisfy themselves that the document is complete in all respects.

(b) A provision shall be made in the software of the Procurement portal where all the bidders

/ firms shall be asked to accept that they agree to all Qualifying Requirements (QRs) –

Specifications / Eligibility Criteria/ Terms & Conditions of the said DNIT. In case the

bidder/ the firm do not accept the same, the software will not allow the bidder/ firm to

proceed further in the procurement process. However, following Grievance Redressal

Mechanism for participating bidders/ firms shall be available:

(c) After the final scrutiny of the Bids by the competent authority in Government

Department/ Organization , the final status of the bidders being As per NIT/ Not as per

NIT will be intimated to all the participating bidders/ firms within two days of the

approval of proceedings of the Technical Evaluation Committee Meeting for the said

tender. The decision will be conveyed to all the bidders / firms through electronically at

their registered E-mail ID/ Hard Copy.

(d) All the bidders/ firms who want to make any representation/ complaint against any issue

related to their technical scrutiny of the bids may do the same within 5 working days (up

to 5.00 PM of the Fifth Working day) of the date of issue of letter/ intimation regarding

their AS per NIT/Not as per NIT status. They have to ensure that their communication is

delivered / reached within 5 working days and delay in postal will not be counted as a

valid reason.

(e) The tendering Department/ Organization will examine the representation/ complaints so

received from the bidders/ firms and take a final decision on the same within 5 working

days. The five working days will be counted from 6th day to 10th working day of the

total Grievance allotted duration of 10 working days.

(f) Nodal Agency reserves the right to modify, amend or supplement Bid Documents

including all formats and annexure at any time. Interested and eligible Bidders are

advised to follow and keep track of Nodal Agency’s web-site for updated information.

No separate notifications will be issued for such notices/ amendments/ clarification etc.

in the print media or individually. Nodal Agency shall not be responsible and

accountable for any consequences to any party.

(g) While this Bid document has been prepared in good faith, neither Nodal Agency nor

their employees or advisors make any representation or warranty, expressed or implied,

4

or accept any responsibility or liability, whatsoever, in respect of any statement or

omissions herein, or the accuracy, completeness or reliability of information and shall

incur no liability under any law, statute, rules or regulations as to the accuracy, reliability

or completeness of this Bid Document , even if any loss or damage is caused by any act

or omission on their part.

(h) In the Pre-bid meeting, if convened, only the technical parameters of the indented

systems/ plants could be discussed. No representation / discussion will be entertained/

hold with respect to any term & condition and eligibility criteria.

2. DEFINITIONS & ABBREVIATIONS

In this “Bid Document” the following words and expression will have the meaning as herein defined

where the context so admits:

i) “Agreement” shall mean the terms and condition agreed and signed between Successful

Bidder and Nodal Agency through bidding document, rate contract , work order and/ or any

written document;

ii) “Awarded Capacity” shall means the total capacity awarded to the Successful Bidder for

implementation of Project under the contract;

iii) "B.I.S" shall mean specifications of Bureau of Indian Standards (BIS);

iv) “Bid” shall mean the Technical and Financial Bid submitted by the Bidder along with all

documents/credentials/attachments annexure etc., in response to the bidding document , in

accordance with the terms and conditions hereof;

v) “B.O.S” shall mean balance of system.

vi) “Bidder(s)”shall mean bidding company submitting the Bid and includes Financially

Evaluated Company. Any reference to the Bidder includes its successors, executors and

permitted assigns as the context may require;

vii) “Bid Dead line” shall mean the last date and time for submission of Bid in response to this

bid document as specified in Bid Information Sheet;

viii) “Bid Capacity” shall means the total capacity for which Bidder has submitted Bid under Bid

document ;

ix) “Chartered Accountant” shall mean a person practicing in India or a firm whereof all the

partners practicing in India as a Chartered Accountant(s) within the meaning of the Chartered

Accountants Act, 1949;

x) “Competent Authority” shall mean Director of Nodal Agency himself / herself and/or a

person or group of persons nominated by him for the mentioned purpose herein;

xi) "Comprehensive O&M" shall mean insurance, warranty, spare parts and operation

&maintenance of Project / installations for five years /or as defined in the bidding

document/ rate contract /work order from the date of Commissioning;

5

xii) “Commissioning” means demonstration of successful operation of the project/ system by the

Successful Bidder ;

xiii) “Company” shall mean a body incorporated in India under the Companies Act, 1956 or

Companies Act, 2013 including any amendment thereto;

xiv) “Eligibility Criteria” shall mean the Eligibility Criteria as set forth in this Bid Document ;

xv) "IEC" shall mean specifications of International Electro technical Commission;

xvi) "kWp" shall mean Kilo Watt Peak;

xvii) "kWh" shall mean Kilo Watt Hour;

xviii) "MNRE" shall mean Ministry of New and Renewable Energy, Government of India;

xix) “Nodal Agency/ Purchaser” shall mean the Haryana Renewable Energy Development

Agency (HAREDA), Panchkula (Haryana).

xx) “DNRE” shall mean Department of New & Renewable Energy, Department, Haryana.

xxi) “Performance Test” shall mean such tests which establish successful installation and

working of equipment at desired level as per the requirement of issuing authority before the

issuance of Commissioning certificate;

xxii) "Bid Document " shall mean Request for Proposal / Bid Document /Tender document and

shall include formats and annexure in it;

xxiii) “Bid Document Capacity” shall means ----- (quantity in numbers/ capacity in kWp) for

which bid has been invited by the Nodal Agency;

xxiv) “Inspecting Authority” shall mean the authority designated by the competent authority for

the said purpose;

xxv) “Statutory Auditor” shall mean the auditor of a Company appointed under the provisions of

the Companies Act, 1956 or Companies Act, 2013 or under the provisions of any other

applicable governing law;

xxvi) “Successful Bidder(s)” shall mean the Bidder(s) selected/ approved by the Competent Govt.

Authority /or High Powered Purchase Committee (HPPC) constituted by the Government of

Haryana pursuant to this bid document for implementation of Project as per the terms and

condition of the bid document , and to whom Letter of Award has been issued;

xxvii) “Qualified Bidder(s)” shall mean the Bidder who, after evaluation of their Bids stand

qualified;

xxviii) “Positive net worth” shall mean the amount by which a company's assets are greater than its

liabilities.

xxix) “Affiliate” shall mean a company that either directly or indirectly

-controls or

-is controlled by or

-is under common control with:

a Bidder and “control” means ownership by one company of at least twenty six

percent (26%) of the voting rights of the other company.

6

xxx) Indenting Department: Shall means the department/organisation placing the work orders for

supply and commissioning of the systems.

3. INTERPRETATIONS:

i. Words comprising the singular shall include the plural & vice versa

ii. An applicable law shall be construed as reference to such applicable law including its

amendments or re-enactments from time to time.

iii. A time of day shall save as otherwise provided in any agreement or document be construed

as a reference to Indian Standard Time.

iv. Different parts of this contract are to be taken as mutually explanatory and supplementary to

each other and if there is any differentiation between or among the parts of this contract,

they shall be interpreted in a harmonious manner so as to give effect to each part.

v. The table of contents and any headings or sub headings in the contract has been inserted for

case of reference only & shall not affect the interpretation of this agreement.

7

DEPARTMENT OF NEW & RENEWABLE ENERGY, HARYANA/

HARYANA RENEWABLE ENERGY DEVELOPMENT AGENCY (HAREDA)

Akshay Urja Bhawan, Sector-17, Panchkula

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

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

DETAILED NOTICE INVITING TENDER

E-tender notice no. HAREDA/2018/EOI/EMP GCRT SPV

The offers are invited by New & Renewable Energy Department, Haryana/HAREDA, the State

Nodal Agency for Empanelment of EPC companies, manufacturers, suppliers & system integrators of Solar

PV Power Projects for design, supply, installation and commissioning of Grid Connected Rooftop (GCRT)

Solar Photovoltaic Power Plants varying from 1 kWp to 500 kWp, in the State of Haryana for private sector,

including warrantee and comprehensive maintenance contract for five years through e-tendering to be

uploaded on the website https://haryanaeprocurement.gov.in of Haryana as per following details:-

S.

No.

Description EMD

Tender Fee+

Processing

Fee + e-

Service Fee

(Rs.)

Start Date &

Time of online Bid

Preparation & Bid

Submission

Expiry Date &

Time of online

Bid Preparation,

Uploading &

Submission

1 Empanelment of EPC companies,

manufacturers, suppliers & system

integrators of Solar PV Power

Projects for design, supply,

installation and commissioning of

Grid Connected Rooftop (GCRT)

Solar Photovoltaic Power Plants

varying from 1 kWp to 500 kWp, in

the State of Haryana for private

sector.

Rs.

50000/-

5000+20000

+1000

02.02.2018 at

02.00 PM

01.03.2018 at

2:00 PM

The Tender Document’s Fee, Processing Fee, E-Service Fee and EMD will be paid online. The

tender fee for the Haryana based MSEs (including KVI units) will be NIL subject to the condition that the

concerned Enterprise participate directly in the tender and not through any intermediaries i.e. their dealers/

agents and distributors etc.

The period of empanelment will be one year from the date of empanelment, which may be

extended on yearly basis on payment of fee, if required.

The tender document can be downloaded/uploaded by the bidders from the website

https://haryanaeprocurement.gov.in. The tender document should be uploaded in the prescribed manner

by the prescribed time as mentioned in information sheet.

The copies of all the documents (except the Price Bid) as uploaded on the e-portal

shall also be submitted in the office of HAREDA by the last date of submission of the bid up to

5.00 PM. The extra document other than uploaded on e-portal will not be considered.” The word

“HARD COPY OF THE E-TENDER NO. HAREDA/2018/EOI/EMP GCRT SPV-

EMPANELMENT” should be written in bold letters on the envelop of the tender.

Director General, New & Renewable Energy Department, Haryana/HAREDA reserves all

rights to accept/reject any or all tenders in full/part without assigning any reasons.

Director General,

New & Renewable Energy

Department, Haryana/HAREDA

8

BID SCHEDULE / BID INFORMATION SHEET

The calendar of events for the tender is listed in the table below:-

Tender Enquiry No. HAREDA/ 2017-18/ EOI GCRT- SPV

Broad Scope of work Design, Supply, Erection, Testing & Commissioning Grid-Connected Rooftop SPV Power Plants with net metering facility along-with Comprehensive Maintenance contract for 5 years of different capacity varying from 1 kWp to 500 kWp in Haryana.

Document fees +Processing Fee+ e-

Service fees

(Non refundable)

Rs. 5000/- as Tender Document Fee

(as applicable)

+ (Plus)

Rs. 20000/- as Processing Fee

+ (Plus)

Rs. 1000/- as e-tender fee

Earnest Money Deposit (EMD)

(Refundable, interest free) Rs.50,000/- (Rs. Fifty Thousand Only), (as applicable)

Start Date & Time of online Bid

Preparation & Bid Submission

02.02.2018 from 14:00 Hrs

Expiry Date & Time for Bid

Preparation, Uploading &

Submission of tenders online

01.03.2018at 14.00 Hrs.

Bid Opening

01.03.2018 at 15.00 hours at HAREDA office, Akshay

Urja Bhawan, Sector-17, Panchkula (Haryana) in the

presence of the bidder who wish to be present.

9

A. 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 e-Procurement 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. Department of Supplies & Disposals (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

10

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 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 e-procurement 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/Bid Schedule. 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 Online Payment of Tender Document Fee, e-Service fee, EMD fees of

online Bids:

8.1 The online payment for Tender document fee, e-Service 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 Card/ Credit Cards

& Internet Banking Accounts and the Payment for EMD can be made online directly through

RTGS / NEFT.

11

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

Debit Card/ Credit Card / online payment authorization networks.

8.2 The bidders shall upload their technical offer in the technical bid part, containing documents,

qualifying criteria, technical specification, schedule of deliveries, and all other terms and

conditions except the rates (price bid).

The bidders shall quote/upload only the price bid format in Financial Bid Part.

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/Category 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 e-Procurement portal at

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

download the file.

9. 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/ Credit Card

b. Net Banking

c. RTGS/NEFT

10. Operative Procedures for Bidder Payments

a. Debit Card/ Credit Card

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

(i) Bidder selects Debit Card/ Credit 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/ Credit 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.

12

(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.

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:

13

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.

11. 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

14

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.

15

B. INSTRUCTIONS TO BIDDERS ON ELIGIBILITY CRITERIA AND SUBMISSION

OF BID.

1. INTRODUCTION :

i. In order to facilitate the public, New & Renewable Energy Department, Haryana/HAREDA,

the State Nodal Agency is going to empanel the EPC companies, manufacturers, suppliers &

system integrators of Solar PV Power Projects for installation of Grid Connected Rooftop

(GCRT) Solar Photovoltaic Power Plants anywhere in the State and in the process of

compiling information of rates of different capacity rooftop solar power projects which are to

be displayed on the website of HAREDA for the information of the users.

It is for the information to the prospective bidders that for the year 2019-20, the residents of

Haryana desirous to install SPV power plant and want to avail subsidy from MNRE through

New & Renewable Energy Department, Haryana/HAREDA for the same shall have to install

the SPV Power Plant from any empanelled agency of New & Renewable Energy

Department, Haryana/HAREDA. However, this condition may be imposed at an early date.

ii. Bid for Empanelment of EPC companies, manufacturers, suppliers & system integrators of

Solar PV Power Projects for rate standardization for design, supply, installation and

commissioning of Grid Connected Rooftop (GCRT) Solar Photovoltaic Power Plants

varying from 1 kWp to 500 kWp in Haryana. The detailed bid document can be viewed at

https://haryanaeprocurement.gov.in and can be downloaded.

iii. The Bidder is advised to read carefully all instructions and conditions appearing in Bid

document and understand the scope of work fully. All information and documents required

as per the Bid document must be furnished with bid. Failure to provide the information

and/or documents as required shall render the bid unacceptable for evaluation of technical

bid. All bidders qualifying technical stage shall be treated at par.

iv. Bidder shall be deemed to have examined the Bid document, to have obtained information in

all matters whatsoever that might affect the carrying out of the works in line with the scope

of work specified in the Bid document at the bid price and to have satisfied himself of the

sufficiency of his bid. The Bidder shall be deemed to know the scope, nature and magnitude

of the works and requirement of materials, equipment, tools and labour involved, wage

structures and as to what all works Successful Bidder shall have to complete in accordance

with the Bid Document irrespective of any defects, omissions or errors that may be found in

Bid document.

16

v. Bidders having been blacklisted/debarred by HAREDA or by any State Govt. / PSU/Cenral

Govt., for whatever reasons, shall not be eligible/ allowed to participate in this Bid.

vi. Bidder shall not be placed under the Negative List of MNRE/any SNA as on the tender

closing date.

2. BID DETAILS:

i. The bidding process is for Empanelment of EPC companies, manufacturers, suppliers &

system integrators of Solar PV Power Projects for rate standardization for design, supply,

installation and commissioning of Grid Connected Rooftop (GCRT) Solar Photovoltaic

Power Plants varying from 1 kWp to 500 kWp, in the State of Haryana, including warrantee

and comprehensive maintenance contract for five years through e-tendering.

3. INSTRUCTIONS TO THE BIDDER:

i. Bidder must meet the eligibility criteria independently as a company. Consortium of

Companies is not allowed in any form. Bidder will be declared as a Qualified Bidder based

on meeting the eligibility criteria and as demonstrated based on documentary evidence

submitted by the Bidder in the Bid.

ii. Bid Document can also be viewed from Nodal Agency’s (HAREDA) website

www.hareda.gov.in.

iii. The Bidders shall have to submit their bid and other required relevant documents/

certificates, if any; online as per time schedule (Key dates). Bid other than online will not

be accepted by the Nodal Agency.

iv. The copy of all the documents as uploaded on the e-portal shall also be submitted in the

office of HAREDA by the last date of submission of the bid up to 5.00 PM.

4. ELIGIBILITY CRITERIA AND OTHER TERMS & CONDITIONS.

i. The Bidder should be System Integrator, Manufacturer of either module or inverter, Project

Developer, RESCO Company or a body incorporated in India under the Companies Act,

1956 or 2013 including any amendment thereto or proprietary/partnership firm. A copy of

certificate of incorporation shall be furnished along with the bid in support of above.

ii. Test Certificate(s) should be valid at the time of supply & commissioning of system.

iii. Bidder should have not been debarred/blacklisted by any Govt. Deptt’s / organization/

PSU’s / institutions/ agencies/ autonomous Organizations. If any bidder provides false

information regarding debarred / blacklisted or conceals the facts in this regard, Nodal

agency reserves the right to forfeit both EMD & Performance Bank Guarantee of the bidder.

17

iv. Bidder who is manufacturer of Solar PV Module or Inverter and having valid test report of

Solar PV Module or inverter to be installed in the Grid Connected Solar Power Plant, tested

as per MNRE, GOI latest guidelines/BIS for minimal technical specifications of the tender

document in its own name (the bidder) issued by MNRE/NABL/IEC accredited testing

center shall be treated as manufacturer.

However, if any bidder submits the Acknowledgement of submitting its component in the

Lab for testing then technical bid will be opened for evaluation subject to the condition that

the required test certificate shall be submitted before opening of financial bid. If bidders

fails to submit the required test report(s) before opening of the financial bid, then the bidder

will be declared technically ineligible and its financial bid will not be opened.

(Documents to be uploaded: Test certificate/Acknowledgement for testing of the component

manufactured in the name of bidder)"

v. The make of parts of systems should be strictly as per the make mentioned in the technical

bid and test reports submitted along with the offer. However, for solar modules, the bidders

have to supply the Solar Module tested as per latest MNRE requirement with test certificate

as per latest MNRE requirement applicable at the time of supply. So no need to submit test

report for solar module initially with the bid.

vi. The Bidder should have valid GST registration certificate. A copy of which should be

enclosed.

vii. The bidder should have installed, commissioned the solar power plant as per detailed in

the table below with minimum financial turnover otherwise the bid offer will not be

eligible:-

Sr.

No.

Category of systems Minimum

financial average

turn over during

last three years

Minimum Capacity of single

GCRT Solar Power Plant or

cumulative capacity of GCRT Solar

Power Plant installed till the last

date of submission of bid

(1) (2) (3) (4)

i Up to 100 kWp Rs. 10.00 Lac. 10 kWp or 50 kWp Cumulative

iv Up to 500 kWp Rs. 50.00 Lac. 100 kWp or 1000 kWp Cumulative

viii. Experience and Past Performance of having successfully completed similar projects

completed during the period from 01.01.2013 till the date of start of the tender for verified

by SNA or any Government Agency. The bidder is also required to upload the documentary

proof like copy of completion reports (JCRs). The turnover certificate shall be certified by

CA.

ix. Material shall be strictly as per laid down specifications of this document and if there is

any left out specification, in the Information Document, the same shall be considered as per

the latest MNRE specifications and guidelines.

18

x. The SPV modules shall be warranted for 25 years and only indigenous module shall be

allowed. The complete SPV systems would be warranted by the manufacturer for five

years, from the date of commissioning of the Project.

xi. The empanelled companies shall establish their service network in Haryana within a month

of empanelment by HAREDA.

xii. All disputes relating to this work shall be subject to the jurisdiction of Panchkula only.

xiii. The tenderer shall not quote the rate.

xiv. The bidder should also submit an undertaking on its letter head that all the terms&

conditions of the DNIT are acceptable to the bidder.

xv. The validity of empanelment is only for 1 year from the date of issue of list of

empanelment which may be renewed. However, the renewal fee will be 1.00 lacs for the

next year.

xvi. The empanelled agency shall not claim any subsidy / incentive from MNRE / any other

organization for the projects sanctioned by New & Renewable Energy Department,

Haryana/HAREDA. An undertaking to this effect has to be submitted with each completion

report/ subsidy claim. New & Renewable Energy Department, Haryana/HAREDA shall

submit the all subsidy claim details to MNRE, GOI.

xvii. Empanelment of agencies will be made for the categories as mentioned.

5. EARNEST MONEY DEPOSIT (EMD)/ PERFORMANCE SECURITY DEPOSIT:

The EMD of the successful bidder will be kept as performance security deposit for six years

from the date of empanelment and will be returned after the completion of six years

from the date of empanelment subject to the satisfaction of New & Renewable Energy

Department, Haryana/HAREDA.

If the Empanelled Company does not install any plant during empanelment period than

performance BG will be returned after the completion of Empanelment period.

6. Benefits/concessions to the Haryana based Micro, Small & Medium Industrial

Enterprises:

Following benefits/concessions to the Haryana based Micro, Small & Medium Industrial

Enterprises, if participating directly not through intermediaries, shall be given as per GO

No. 2/2/2010-4IB-II dated 20.10.2016 of Department of Industries and Commerce, Haryana:

A. Concessions/benefits to Micro & Small Enterprises (MSEs):-

Sr.

No.

Area as part of

Qualifying

requirements

Concessions/benefits allowed

to MSEs

Eligibility

i. Tender Fee

Exemption on the payment of

Tender Fee subject to

fulfillment of conditions as

per eligibility

Manufacturing Micro & Small

Enterprises (MSEs) (including

Khadi & Village

Industries/Units) who have

filed Entrepreneurs

Memorandum/ UDYAG

AADHAR in Haryana in

respect of the quoted items,

participate directly in tender

ii. Earnest Money

Deposit (EMD)

Exemption on the payment of

Earnest Money deposit

(EMD) subject to fulfillment

of conditions as per

eligibility.

19

iii. Performance

Security

90% concession on

Performance Security as

applicable to other Haryana

based firms subject to

fulfillment of conditions as

per eligibility.

and not through any

intermediaries (their

dealers/agents/distributors),

will not subcontract to any

other firm and to carry the

entire manufacturing at their

enterprise.

Concerned MSE will be

required to submit the copy of

Entrepreneurs Memorandum/

UDYAG AADHAR in respect

of its category of Micro/Small

issued to the firm by the

Industries Department Haryana

as part of Technical Bid.

iv. Turnover a. Micro Enterprises:

Concession of 80% on

Turnover condition imposed

as qualifying criteria.

b. Small Enterprises:

Concession of 70% on

Turnover condition imposed

as qualifying criteria.

v. Past Performance

& Experience

Exempted in respect of Past

Performance & Experience

as part of Qualifying

Requirements of the tender

subject to fulfillment of

conditions as per eligibility

Manufacturing Micro & Small

Enterprises (MSEs) (including

Khadi & Village

Industries/Units) who have

filed Entrepreneurs

Memorandum/ UDYAG

AADHAR in Haryana and

further:

(a) Those MSEs have Quality

Certification of

ISI/ISO/AgMark/Quality

mark issued form

competent authority in

State or Central Govt. in

respect of the items/goods

mentioned in the tender

OR/AND

(b) Those who are registered

with DGS&D/NSIC/GOI

Department/State Govt.

Department/GOI

PSUs/State Govt. PSUs in

respect of the items/goods

mentioned in the tender.

The firm will be required to

submit the detailed information

in respect of above through an

affidavit as per the format

enclosed as Annexure-I.

B. Concessions/benefits to Medium Enterprises:-

Sr.

No.

Area as part of

Qualifying

requirements

Concessions/benefits allowed

to Medium Enterprises

Eligibility

i. Past Performance Exemption on Qualifying Manufacturing Medium

20

& Experience Requirement of Past

Performance & Experience as

part of Qualifying

Requirements of the tender

subject to fulfillment of

conditions as per eligibility.

Enterprises of State that have

filed Entrepreneurs

Memorandum/ UDYAG

AADHAR for quoted items in

Haryana, participate directly in

tender and not through any

intermediaries (their

dealers/agents/distributors), and

will not subcontract to any other

firm and to carry the entire

manufacturing at their enterprise.

This concession will be

applicable only for one year to

newly registered Medium

Enterprises or Medium

Enterprises of State who are not

eligible in State Public

Procurement due to eligibility

criteria of past performance &

experience. The firm will be

required to submit the detailed

information in respect of above

through an affidavit as per the

format of Annexure-II enclosed

with the GO No. 2/2/2016-

4IBII(1) dated 20.10.2016 of

Department of Industries and

Commerce Haryana.

(Document to be uploaded: Relevant document supporting the claim.)

7. SCOPE OF SUPPLY.

The SPV power plants should be supplied, installed & commissioned by the companies as

per specifications given in technical specifications which comply with the MNRE, GOI

Guidelines. Following parts for each SPV projects are mainly required to be supplied.

(i) SPV Module of capacity of Minimum 250Wp (with 60 cells) for plant capacity upto 10

kWp and Minimum 300 Wp (with 72 cells) for plant capacity above 10 kWp.

(ii) Inverter equivalent to the plant capacity.

(iii) PVC insulated Copper cables as per BIS Codes for AC & DC inter connections.

(iv) Junction Boxes with SPD.

(v) Structure for solar PV project (i) Aluminum / MS Hot Dipped Galvanized

(vi) ACDB with SPD and MCB/MCCB, Uni-directional solar meter and necessary

protection as per CEI rules and safety regulations.

(vii) Lightening arrestor.

(viii) Danger board.

(ix) Earthing as per BIS/ISI standards required for the SPV Power Plant.

(x) Earthing as per BIS/ISI standards required for inverter/PCU

(xi) Remote monitoring system from 10 kWp and above.

21

(xii) O&M manual and warranty card in English/Hindi Language.

(xiii) Solar Generation Meter (Unidirectional).

(xiv) Any other part as per site requirement.

(xv) The Supplier will help the user in all respect such as apply of application online,

electrical inspection etc. till installation of Solar Generation meter and Bi-Directional

Meter. 8. WARRANTY

i. The Solar power projects shall be warranted for five years after the date of

commissioning of the project for replacement in case of any manufacturing, operation

failure, non performance as per design standards.

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

of commissioning of the project. The PV modules must be warranted for their output

peak watt capacity, which should not be less than 90% at the end of Ten (10) years and

80% at the end of Twenty five (25) years.

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

system. The bidder will have to furnish a warranty certificate of the system.

(all these documents shall be uploaded with the bid)

9. COMPREHENSIVE MAINTENANCE CONTRACT DURING WARRANTY PERIOD

OF FIVE YEARS.

a) Visit to the site on call basis to provide maintenance services within three days of

lodging of complaint.

b) Corrective & remedial maintenance services to set right the malfunction of the

SPV-projects include supply and replacement of all damaged parts/

components including electronics/ charge controller, Inter connected cables/

parts and fuse etc. with new parts.

10. OPERATION & MAINTENANCE MANUAL

An Operation, Instruction and Maintenance Manual in English/Hindi languages

should be provided with the Solar PV projects. The following minimum details must be

provided in the Manual:-

(a) Basic principles of Photovoltaic.

A small write-up (with a block diagram) on the Solar PV project - its

components, PV module, inverter, junction boxes and expected performance shall be

provided.

Type, Model number, Voltage & capacity of inverter, used in the system.

The make, model number, country of origin and technical characteristics of all the

component are required to be provided.

Clear instructions on regular maintenance and trouble shooting of the

Solar PV Projects.

DO's and DONT's.

22

Name, address and Mobile No. of the contact person for repair and

maintenance, in case of non-functionality of the SPV Projects.

11. PRICE

The bidder shall not quote the price, as this office will not approve the price of the

bidder through this tender. However, the benchmark cost fixed by MNRE or by

HAREDA will be considered as reference for the purpose of calculating the subsidy.

The benchmark cost fixed by MNRE is given as below:

Sr. No. GCRT Solar Plant Capacity Benchmark Cost

(Rs.per watt)

1 1-10 kWp 70/-

2 11-100 kWp 65/-

3 101-500 kWp 60/-

(May be revised without any notice)

12. PAYMENT TERM:

The payment to the supplier is to be made by the user on the mutual agreed terms and

conditions between user and the supplier. HAREDA will not be responsible for any

dispute between user & supplier. However, the subsidy, if sanctioned by HAREDA

prior to installation, shall be released to the user only after the commissioning of the

project in all respect as per guidelines.

23

Annexure-I

DETAILED TECHNICAL SPECIFICATIONS

(Grid Connected Solar Rooftop Photo Voltaic (SPV) power plant-without battery bank)

The projects shall be installed and commissioned as per the technical specifications given

below.

1. DEFINITION

A Grid Connected Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV array,

Module Mounting Structure, Inverter/Power Conditioning Unit (PCU) consisting of Maximum

Power Point Tracker (MPPT), and Controls & Protections, interconnect cables and switches.

PV Array is mounted on a suitable structure. Grid connected SPV power plant is without

battery and should be designed with necessary features to supplement the grid power during

day time. Components and parts used in the SPV power plants including the PV modules,

metallic structures, cables, junction box, switches, inverters/PCUs etc., should conform to the

BIS or IEC or international specifications, wherever such specifications are available and

applicable.

• Solar PV system shall consist of following equipments/components.

• Solar PV modules consisting of required number of Crystalline PV cells.

• Grid interactive Inverter with Remote Monitoring System

• Mounting structures

• Junction Boxes.

• Earthing and lightening protections.

• IR/UV protected PVC Cables, pipes and accessories

2. SOLAR PHOTOVOLTAIC MODULES:

(i) The PV modules shall be of indigenous make.

(ii) The efficiency of the PV modules should be minimum 15% and fill factor should be

more than 70%.

(iii) Modules of mono/poly crystalline type can be used.

(iv) The PV modules used must qualify to the latest edition of IEC PV module qualification

test or equivalent BIS standards Crystalline Silicon Solar Cell Modules and shall be as

per latest specifications/guidelines of MNRE. 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. a) For the PV modules to be used in a highly

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

Certificate for module qualification from IEC or equivalent to be submitted as part of the

bid offer. Self undertaking from manufacturer / supplier that the modules being supplied

are as per above. The Potential Induced Degradation (PID) test for solar modules will be

mandatory. It should be valid during the operational period.

(v) Module shall consists of Solar Cell of minimum 4 Bus Bar technology. At the time of

supply the supplier shall submit the certificate from the manufacturer of the module

certifying that he has supplied the modules to …………………. (name of supplier)

strictly manufactured as per BOM of IEC certificate mentioning the technology of the

solar cell (as per Performa- VI).

(vi) The modules of the manufacturers who are having OEM and co-certification will not be

considered as qualified modules.

(vii) The total solar PV array capacity should not be less than allocated capacity (kWp) and

should comprise of solar crystalline modules of minimum 300 Wp (with 72 cells) and

24

above wattage for the project above 5 kWp and of minimum 250 Wp (with 60 cells) and

above wattage for the project upto 5kWp. Module capacity less than minimum of these

wattage shall not be accepted.

(viii) Protective devices against surges at the PV module shall be provided. Low voltage drop

bypass diodes shall be provided.

(ix) PV modules must be tested and approved by one of the IEC authorized test centres

(x) The module frame shall be made of corrosion resistant materials, preferably having

anodized aluminum.

(xi) The bidder shall carefully design & accommodate requisite numbers of the modules to

achieve the rated power in his bid.

(xii) Other general requirement for the PV modules and subsystems shall be the Following:

a) The rated output power of any supplied module shall have tolerance of plus 3% or

above.

b) The peak-power point voltage and the peak-power point current of any supplied

module and/or any module string (series connected modules) shall not vary by more

than 2 (two) per cent from the respective arithmetic means for all modules and/or for

all module strings, as the case may be.

c) The module shall be provided with a junction box with weather proof lid of sealed

type and IP-65 rated.

d) I-V curves at STC shall be provided with the module.

(xiii) The module should have the following minimum information laminated inside the module.

• Made in India (to be subscribed in words )

• Company name /logo

• Model number (it should indicate the voltage and rated wattage of the module )

• Serial number

• Year of make

3. Warranties:

a) Material Warranty:

(i) Material Warranty is defined as: The manufacturer should warrant the Solar

Module(s) to be free from the defects and/or failures specified below for a period

not less than twenty five (25) years from the date of commissioning of the system

(ii) Defects and/or failures due to manufacturing

(iii) Defects and/or failures due to quality of materials

(iv) Non conformity to specifications due to faulty manufacturing and/or inspection

processes. If the solar Module(s) fails to conform to this warranty, the

manufacturer will repair or replace the solar module(s), at the Owners sole option.

b) Performance Warranty:

(i) The predicted electrical degradation of power generated not exceeding 20% of the

minimum rated power over the 25 year period and not more than 10% after ten

years period of the full rated original output.

4. ARRAY STRUCTURE (MODULE MOUNTING STRUCTURE):

MMS should be installed along with the hot dipped galvanized (minimum 80 microns)/

anodised aluminium array support structure for mounting of SPV modules at site. The panel

25

frame structure should be capable of withstanding a minimum wind load of 150 KM per hour,

after grouting and installation. MMS should be sturdy & designed to assist SPV Modules to

render maximum output. The hardware (fasteners) used for installation of SPV Modules &

MMS should be of suitable Stainless Steel (SS 304). Each MMS should be with four legs

grouted on pedestals of minimum 300X300X250 mm. Foundation bolts of stainless /GI steel

should be at least 300 mm long.

Its size should be with reference to the specifications of the selected make SPV modules. Anti

Theft Nut Bolts of SS (with washers) should be used for better theft proofing.

Foundation:

The CC foundation shall have to be designed on the basis of the weight of the structure with

module and minimum wind speed of the site, i.e. 150 Km/hour. Normally, each MMS should

be with minimum four legs grouted on pedestals of proper size. However, for sheds CC work

will not be required. The structure shall be grouted with fasteners with chemical sealing to

withstand the required wind velocity.

5. Specifications For Inverter:

As SPV array produce direct current electricity, it is necessary to convert this direct current

into alternating current and adjust the voltage levels to match the grid voltage. Conversion

shall be achieved using an electronic Inverter and the associated control and protection

devices. All these components of the system are termed the “Inverter”. In addition, the inverter

shall also house MPPT (Maximum Power Point Tracker), an interface between Solar PV array

& the Inverter, to the power conditioning unit/inverter should also be DG set interactive, if

necessary. Inverter output should be compatible with the grid frequency. Typical technical

features of the inverter shall be as follows:

Specifications of Inverter

Parameters Detailed Specifications

Switching devices IGBT

Capacity The Rated Capacity of the Inverter shall not be less than

the solar PV array capacity subject to variation of 5%.

Control Microprocessor /DSP

Nominal Voltage 230V / 415V as the case may be

Voltage range Single Phase: Shall work from 180 Volts to 270 Volts;

Three Phase: Shall work from 180 Volts to 270 Volts

per phase

Operating

frequency/ range

50 Hz (47 to 52 Hz)

Grid Frequency

Synchronization range

± 3 Hz or more (shall also compatible for Synchronization with

DG Set)

Waveform Sine Wave

Harmonics AC side total harmonic current distortion < 5%

Ripple DC voltage ripple content shall not be more than 1%.

26

Efficiency 1. The inverters should be tested as per IEC standards. The

following criteria should be followed :

1. The benchmarking efficiency criteria for the Grid tied (

string inverters ) inverter

• At nominal voltage and full load is >95%

• For load >25% is >92% .

2. No load losses should not be more than 5%.

Losses Maximum losses in sleep mode: 2W per 5kW

Maximum losses in stand-by mode: 10W

Casing protection

levels

Degree of protection: Minimum IP-21 and 22 for indoor

use and IP 65 certification for outdoor use

Temperature Should withstand from -10 to +50 deg Celsius

Humidity Should withstand up to 95% (relative humidity)

Operation Completely automatic including wake up,

synchronization

(phase-locking) and shut down MPPT Maximum power point tracker shall be integrated in

the inverter to maximize energy drawn from the array.

MPPT range must be suitable to individual array

voltages in power packs

Protections

Mains Under / Over Voltage

Over current

Over/Under grid frequency

Over temperature

Short circuit

Lightening

Surge voltage induced at output due to external

source

Anti Islanding (for grid synch. mode)

System Monitoring

Parameters

Inverter voltage & current

Mains Voltage, Current & Frequency

PV Voltage, Amps & KWH

System Mimic & Faults

Recommended LCD

Display on Front

Panel

Accurate displays on the front panel:

DC input voltage

DC current

AC Voltage ( all 3 phases, in case of 3 phase)

AC current ( all 3 phases in case of 3 phase)

Ambient temperature

Instantaneous & cumulative output power

Daily DC energy produced

Battery Voltage (in case of Hybrid PCU)

27

Communication

interface

RS 485 / RS 232

PCU shall also house MPPT (Maximum Power

Point Tracker), an interface between Solar PV

array to the power conditioning unit/inverter

should also be DG set interactive.

Power Factor > 0.9

THD <3%

Test Certificates The inverter should be tested from the MNRE

approved test centres / NABL /BIS /IEC

accredited/authorised testing- calibration laboratories.

In case of imported power conditioning units, these

should be approved by international test houses.

a) Three phase inverter shall be used with each power plant system (10kW and/or

above) but in case of less than 10kW single phase inverter can be used as per site

requirement. The inverter of single phase shall be installed if grid supply is of single

phase and that of three phase shall be installed if grid supply is of three phase.

b) Inverter shall be capable of complete automatic operation including wake-up,

synchronization & shutdown.

c) The output of power factor of inverter is suitable for all voltage ranges or sink of

reactive power, inverter should have internal protection arrangement against any

sustainable fault in feeder line and against the lightning on feeder.

d) Built-in meter and data logger to monitor plant performance through external

computer shall be provided (Providing Computer is not part of DNIT & is in the

scope of user).

e) Anti-islanding (Protection against Islanding of grid): The inverter shall have anti

islanding protection in conformity to IEEE 1547/UL 1741/ IEC 62116/IS16169 or

equivalent BIS standard.

f) Successful Bidders shall be responsible for galvanic isolation of solar roof top power

plant (>100kWp) with electrical grid or LT panel.

g) In Inverter, there shall be a direct current isolation provided at the output by means of

a suitable isolating transformer. If Isolation Transformer is not incorporated with

Inverter, there shall be a separate Isolation Transformer of suitable rating provided at

the output side of inverter units for capacity more than 100 kW.

h) The inverter generated harmonics, flicker, DC injection limits, Voltage Range,

Frequency Range and Anti-Islanding measures at the point of connection to the utility

services should follow the latest CEA (Technical Standards for Connectivity

Distribution Generation Resources) Guidelines.

i) The inverter should comply with applicable IEC/ equivalent BIS standard for

efficiency measurements and environmental tests as per standard codes IS/IEC 61683

and IEC 60068-2 (1,2,14,30)/ Equivalent BIS Std./EN50530,IEC 61727 (all clauses

except clause 5.2.2). in case of clause 5.2.2, it should withstand the over/under

28

frequency in the range 47 to 52 Hz.

j) The MPPT units environmental testing should qualify IEC 60068-2 (1, 2, 14, 30)/

Equivalent BIS std. The junction boxes/ enclosures should be IP 65 (for outdoor)/ IP

54 (indoor) and as per IEC 529 specifications.

6. INTEGRATION OF PV POWER WITH GRID:

(i) The output power from SPV would be fed to the inverters which converts DC produced

by SPV array to AC and feeds it into the main electricity grid after synchronization. In

case of grid failure, or low or high voltage, solar PV system shall be out of

synchronization and shall be disconnected from the grid. 4 pole isolation of inverter

output with respect to the grid connection need to be provided. A bidirectional energy

meter, as per HERC Net Metering Regulations should also be installed in the

campus/building of beneficiary.

(ii) The solar generation meter and Bi-directional meter along with CT/PT (if required) with

Surge Protection Device (SPD) should be of 0.2S accuracy class is in the scope of bidder.

For LT connection the accuracy shall be as per requirement of DISCOMs.

(iii) CEA guideline 2013 for interconnecting solar power with Grid shall be followed.

(iv) Certification of Islanding protection in the inverter from the manufacturer of the

equipment shall be mandatory. This shall be arranged by the supplier from the

manufacturer.

(v) Technical Standards for Interconnection:

S.

No.

Parameters Requirements Reference

1. Overall

Conditions of

Service

Reference to

regulations

Conditions for

Supply of Electricity

of Distribution

Licensees

2. Overall Grid

Standards

Reference to

regulations

Central Electricity

Authority (Grid

Standards)

Regulations

2010

3. Equipment Applicable industry

standards

IEC standards/IS

4. Safety and

Supply

Reference to

regulations, Chapter

III (General Safety

Requirements)

Central Electricity

Authority

(Measures of Safety

and Electricity

Supply) Regulations,

2010 and subsequent

amendments

5. Meters Reference to

regulations and

additional conditions

issued by the

Central Electricity

Authority

(Installation &

Operation of Meters)

29

Commission. regulations 2006 and

subsequent

amendments

6. Harmonic

Current

Harmonic current

injections from a

generating station shall

not exceed the limits

specified in IEEE 519

IEEE 519 relevant

CEA (Technical

Standards for

Connectivity of the

distributed generation

resource) regulations

2013 and subsequent

amendments

7. Synchronization Photovoltaic system

must be equipped

with a grid frequency

synchronization

device, if the system is

using synchronizer

inherently built into

the inverter than no

separate synchronizer

is required.

Relevant CEA

(Technical Standards

for Connectivity of

the distributed

generation resources)

regulations 2013 and

subsequent

amendments.

8. Voltage The voltage-

operating window

should minimize

nuisance tripping and

should be under

operating range of

80% to 110% of the

nominal connected

voltage. beyond a

clearing time of 2

seconds, the

Photovoltaic system

must isolate itself from

the grid.

9. Flicker Operation of

Photovoltaic system

shouldn’t cause

voltage flicker in

excess of the limits

stated in IEC 61000

or other equivalent

Indian standards, if

any

Relevant CEA

regulations

2013 and subsequent

if any, (Technical

Standards for

Connectivity of the

distributed generation

resource)

10. Frequency When the Distribution

system frequency

deviates outside the

specified conditions

(52 Hz on upper side

and 47 Hz on lower

side up to 0.2 sec),

the Photovoltaic

30

system shouldn’t

energize the grid and

should shift to island

mode.

11. DC Injection Photovoltaic system

should not inject DC

power more than 0.5%

of full rated output at

the interconnection

point. or 1% of

rated inverter output

current into

distribution system

under any operating

conditions

12. Power Factor While the output of

the inverter is greater

than 50%, a lagging

power factor of

greater than 0.9 shall

be maintained

13. Islanding and

Disconnection

The Photovoltaic

system in the event

of voltage or

frequency variations

must island/

disconnect itself

within IEC standard

on stipulated period

14. Overload and

Overheat

The inverter should

have the facility to

automatically switch

off in case of overload

or overheating and

should restart when

normal conditions are

restored

15 Cable For interconnecting

Modules, Connecting

modules and junction

Boxes and junction

boxes to inverter, DC

copper cable of proper

sizes shall be used. To

connect inverter with

AC panel aluminium

cable of proper size

shall be used. All the

internal cables to be

used in the systems

shall be included in the

cost while 100 mtr. AC

Relevant CEA

regulations 2013 and

subsequent if any,

(Technical Standards

for Connectivity of the

distributed generation

resource)

31

aluminium cable of

proper size to be used

to connect

inverter/PCU to AC

panel shall be included

in the cost of the

system.

a) All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II and

III/ IS60947 part I, II and III.

b) The change-over switches, cabling work should be undertaken by the bidder as part of the

project.

7. JUNCTION BOXES FOR CABLES FROM SOLAR ARRAY:

The junction boxes shall be made up of FRP (Hensel or equivalent make)/PP/ABS with dust,

water and vermin proof. It should be provided with proper locking arrangements.

Series / Array Junction Box (SJB/AJB) (whichever is required): All the arrays of the modules

shall be connected to DCCB. AJB shall have terminals of bus-bar arrangement of appropriate

size Junction boxes shall have suitable cable entry with suitable glanding arrangement for both

input and output cables. Suitable markings on the bus bars shall have to be provided to

identify the bus bars etc. Suitable ferrules shall also have to be provided to identify

interconnections. Every AJB should have suitable arrangement Reverse Blocking diode

of suitable rating. Suitable SPD, suitable Isolation switches to isolate the DC input to

Inverter has to be installed in AJB for protection purpose. Thus AJB should have DC

isolator for disconnecting the arrays from inverter input. If in any case diodes, HRC Fuses,

SPDs and isolators are installed in the string inverters, then there is need to install these

again in AJB. If some of these safety gadgets are not installed in String Inverter it should

be installed in AJB. Cable interconnection arrangement shall be within conduit pipe on

saddles installed properly. Cable connection should be done in such a manner that fault

findings if any, can be identified easily. The cables should be connected in such a manner

that clamp meter can be comfortably inserted around the individual cables to measure

the data like current, voltage etc. AJB should also be marked as A1, A2, & so on. Wherever

conduits are laid on wall/roof or ground, then it should be suitably laid in cable tray or

appropriate civil structure which should be at least four inches above roof/ground level.

8. PROTECTION & SAFETY:

Both AC & DC lines have suitable MCB/MCCB, Contractors, SPD, HRC Fuse etc to allow

safe start up and shut down before & after string inverter installed in the system. String

inverters should have protections for overload, surge current, high Temperature, over/ under

voltage and over/ under frequency & reverse polarity. The complete operation process &

safety instructions should printed on the sticker & suitably pasted on the near inverters.

Inverter should have safety measures to protect inverter from reverse short circuit current due

to lightening or line faults of distribution network.

Inverter should be suitably placed in covered area on a suitable platform or wall

mounted or concrete platform (on rubber mat) with complete safety measure as per

norms.

32

9. INVERTER/ARRAY SIZE RATIO:

• The combined wattage of all inverters should not be less than rated capacity of power plant

under STC in KW.

• Maximum power point tracker shall be integrated in the inverter to maximize energy drawn

from the array

10. AC COMBINER BOX BOARD (ACCB):

This shall consist of box of at least cum grid interphase panel or good quality FRP/ suitable

powder coated metal casing. One Electronic Energy Meter (0.2S Class), ISI make, Three

Phase duly tested by DISCOMs (Meter testing Division) with appropriate CT (if required), of

good quality shall have to be installed in ACCB suitable placed to measure the power daily

generated from SPV Power Plant, as per HERC Net Metering Regulations. Proper rating

MCCB & HRC fuse and AC SPDs shall be installed to protect feeders from the short circuit

current and surges as per the requirement of the site. Operation AC Isolator Switch of Grid

Connectivity should be such that it can be switched ON or OFF without opening the

ACCB.

11. CABLES/WIRE:

All cables should be of copper as per IS and should be of 650V/1.1 KV grade as per

requirement. All connections should be properly made through suitable lug/terminal crimped

with use of suitable proper cable glands. The size of cables/wires should be designed

considering the line loses, maximum load on line, keeping voltage drop within permissible

limit and other related factors. The cable/wire should be of ISI/ISO mark for overhead

distribution. For normal configuration the minimum suggested sizes of cables are:

Module to module/SJB/AJB : 4 sq mm (single core) DC Cable

AJBs to MJB/DCCB • Up to capacity of 10 kWp Solar Plant, minimum 6 sq

mm (Single/Double core) DC Cable, with respect to

current ratings of designing

• For capacity more than 10 kWp & up to 20 kWp

Solar Plant, minimum 10 sq mm (Single/Double

core) DC Cable, with respect to current ratings of

designing

• For capacity more than 20 kWp Solar Plant,

minimum 16 sq mm (Single/Double core) DC Cable,

with respect to current ratings of designing

MJB/DCCB to Inverter • Up to capacity of 10 kWp Solar Plant, minimum 6 sq.

mm (single core) DC Cable, with respect to current

ratings of designing

• For capacity more than 10 kWp & upto 20 kWp Solar

Plant, minimum 10 sq. mm (single core) DC Cable,

with respect to current ratings of designing.

• For capacity more than 20 kWp Solar Plant,

minimum 16 sq. mm (single core) DC Cable, with

33

respect to current ratings of designing

Inverter to ACCB AC Cable as per design & rating

The size & rating of the cables may vary depending on the design & capacity of SPV Power

Plant.

12. CABLE TRAY:

All the cables should be laid in appropriate GI cable tray as per the requirement of the site, No

cable should be laid directly on ground or wall cable tray should be laid such that there is gap

of at least two inches above ground/roof/wall.

13. DISPLAY BOARD:

The bidder has to display a board at the project site mentioning the following:

• Plant Name, Capacity, Location, Type of Renewable Energy plant (solar), Date of

commissioning, details of tie-up with transmission and distribution companies, Power

generation and Export FY wise.

• Financial Assistance details from HAREDA/MNRE/Any other financial institution apart

from loan. This information shall not be limited to project site but also be displayed at site

offices/head quarter offices of the successful bidder

• The size and type of board and display shall be approved by Engineer-in-charge before site

inspection.

• DANGER BOARDS: Danger boards should be provided as and where necessary as per IE

Act. /IE rules as amended up to date.

14. MANUAL DISCONNECTION SWITCH:

It should be provided to isolate the system from Grid which should be outside of ACCB.

15. DC COMBINER BOARD:

a) DC combiner Board to receive the DC output from the array field.

b) DCCB shall have sheet from enclosure of dust & vermin proof conform to IP 65

protection. The bus bars are made of copper of desired size. Suitable capacity

MCBs/MCCB shall be provided for controlling the DC power output to the PCU along

with necessary surge arrestors.

16. AC DISTRIBUTION PANEL BOARD:

a) AC Distribution Panel Board (DPB) shall control the AC power from PCU/ inverter,

and should have necessary surge arrestors. Interconnection from ACDB to mains at

LT Bus bar while in grid tied mode.

b) All switches and the circuit breakers, connectors should conform to IEC 60947, part

I, II and III/ IS60947 part I, II and III.

c) The changeover switches, cabling work should be undertaken by the bidder as part of

the project.

d) All the Panel’s shall be metal clad, totally enclosed, rigid, floor mounted, air -

insulated, cubical type suitable for operation on three phase / single phase, 415 or 230

volts, 50 Hz

34

e) The panels shall be designed for minimum expected ambient temperature of 45

degree Celsius, 80 percent humidity and dusty weather.

f) All indoor panels will have protection of IP54 or better. All outdoor panels will have

protection of IP65 or better.

g) Should conform to Indian Electricity Act and rules (till last amendment).

h) All the 415 AC or 230 volts devices / equipment like bus support insulators, circuit

breakers, SPDs, VTs etc., mounted inside the switchgear shall be suitable for

continuous operation and satisfactory performance under the following supply

conditions.

Variation in supply voltage +/- 10 %

Variation in supply frequency +/- 3 Hz

17. DATA ACQUISITION SYSTEM / PLANT MONITORING (for 10 kWp and above).

(i) For systems of capacity 10 kWp and above, web based remote monitoring which shall also

be linked with HAREDA software monitoring system with latest software/hardware

configuration. If needed access to MNRE shall also be provided.

(ii) PV array energy production: Digital Energy Meters to log the actual value of AC/ DC

voltage, Current & Energy generated by the PV system provided. Energy meter along with

CT/PT should be of 0.2 accuracy class.

(iii) String and array DC Voltage, Current and Power, Inverter AC output voltage and current

(All 3 phases and lines), AC power (Active, Reactive and Apparent), Power Factor and AC

energy (All 3 phases and cumulative) and frequency shall be monitored.

(iv) Computerized AC energy monitoring shall be in addition to the digital AC energy meter.

(v) The data shall be recorded in a common work sheet chronologically date wise. The data file

shall be MS Excel compatible. The data shall be represented in both tabular and graphical

form.

(vi) All instantaneous data shall be shown on the computer screen.

(vii) Software shall be provided for USB download and analysis of DC and AC parametric data

for individual plant.

(viii) Provision for instantaneous Internet monitoring and download of historical data shall be

also incorporated.

(ix) Computerized DC String/Array monitoring and AC output monitoring shall be provided as

part of the inverter and/or string/array combiner box or separately.

(x) Remote Server and Software for centralized Internet monitoring system shall be also

provided for download and analysis of cumulative data of all the plants and the data of the

solar radiation and temperature monitoring system.

(xi) Simultaneous monitoring of DC and AC electrical voltage, current, power, energy and

other data of the plant for correlation with solar and environment data shall be

provided.

(xii) Remote Monitoring and data acquisition through Remote Monitoring System software at

35

the owner / HAREDA location with latest software/hardware configuration and service

connectivity for online / real time data monitoring / control complete to be supplied and

operation and maintenance / control to be ensured by the bidder

(xiii) The user have to take approval/NOC from the Concerned DISCOM for the connectivity,

technical feasibility, and synchronization of SPV plant with distribution network and

submit the same to HAREDA before commissioning of SPV plant, however the supplier

have to extend all technical help to the user for getting the above clearance from DISCOMs.

(xiv) The bidders shall be obligated to push real-time plant monitoring data on a specified

intervals (say 15 minute) through open protocol at receiver location (cloud server) in

XML/JSON format, preferably. Suitable provision in this regard will be intimated to the

bidders.

(xv) Reverse power relay shall be provided by bidder (if necessary), as per the local DISCOM

requirement.

18. PRIORITY FOR POWER CONSUMPTION:

Regarding the generated power consumption, in case of string inverter, priority need to given

for internal consumption first and thereafter any excess power can be exported to grid.

19. PROTECTIONS

The system should be provided with all necessary protections like earthing, Lightning, and grid

anti- islanding as follows:

(i) Lightning And Over Voltage Protection:

The SPV Power Plant shall be provided with lightening and over voltage protection. The

principal aim in this protection is to reduce the over voltage to a tolerable value before it

reaches the PV or other sub-systems components. The source of over voltage can be lightening

or any other atmospheric disturbance. The Lighting Arrestor (LA) is to be made of 1¼"

diameter (minimum) and 12 feet long GI spike on the basis of the necessary meteorological

data of the location of the projects. Necessary foundation for holding the LA is to be arranged

keeping in view the wind speed of the site and flexibility in maintenance in future. Each LA

shall have to be earthed through suitable size earth bus with earth pits. The earthing pit shall

have to be made as per IS 3043. LA shall be installed to protect the array field, all machines

and control panels installed in the control rooms. Number of LA shall vary with the capacity

of SPV Power Plant & location. Number of LA should be in such a manner that total layout of

solar modules should the effective coverage of LA’s.

For systems up to 10 kWp the lightening arrester shall of conventional type and for above 10

kWp systems it should be of Early Streamer Emission (ESE) type.

(ii) Earthing Protection:

Each array structure of the PV yard shall be grounded properly. In each array every module

should be connected to each other with copper wires, lug teethed washers addition the

lightening arrestor/masts shall also be provided inside the array field. Provision shall be kept

for shorting and grounding of the PV array at the time of maintenance work. All metal

casing/shielding of the plant shall be thoroughly grounded in accordance with Indian

Electricity Act/IE rules as amended up to date. The earthing pit shall be made as per IS: 3043.

36

All the array structures, equipments & control systems shall be compulsorily connected to the

earth. Number of earthling shall vary with the capacity of SPV Power Plant & location. G.I.

/Copper strips should be used for earthling instead of G.I. wires. LA should be installed to

protect the array field & machines installed in the control rooms. Number of LA shall vary

with the capacity of SPV Power Plant & location. Earth resistance shall not be more than

5 ohms. It shall be ensured that all the earthing points are bonded together to make them at the

same potential.

(iii) Surge Protection:

Internal surge protection shall consist of three MOV type surge-arrestors connected from +ve

and –ve terminals to earth (via Y arrangement)

(iv) Grid Islanding:

a) In the event of a power failure on the electric grid, it is required that any independent

power-producing inverters attached to the grid turn off in a short period of time. This

prevents the DC-to-AC inverters from continuing to feed power into small sections of

the grid, known as “islands.”

Powered islands present a risk to workers who may expect the area to be unpowered,

and they may also damage grid-tied equipment. The Rooftop PV system shall be

equipped with islanding protection. In addition to disconnection from the grid (due to

islanding protection) disconnection due to under and over voltage conditions shall also

be provided.

b) A manual disconnect pole isolation switch beside automatic disconnection to grid would

have to be provided at utility end to isolate the grid connection by the utility personnel

to carry out any maintenance. This switch shall be locked, if required, by the utility

personnel

20. CONNECTIVITY:

The maximum capacity for interconnection with the grid at a specific voltage level shall be as

specified in the Distribution Code/Supply Code and amended from time to time. Following

criteria have been suggested for selection of voltage level in the distribution system for ready

reference of the solar suppliers.

Plant Capacity Connecting voltage

Up to 10 kWp 240V-single phase or 415V-three phase as per

requirement of electric connection of the consumer

Above 10kWp and up to 100 kWp 415V – three phase

Above 100kWp 415V – three phase or as per site requirement

based on the availability of grid level and as per

DISCOM rules

Utilities may have voltage levels other than above, DISCOMS may be consulted before

finalization of the voltage level and system shall be designed accordingly.

21. DRAWINGS & MANUALS:

(i) Two sets 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

37

along with basic design of the power plant and power evacuation, synchronization

along with protection equipment.

(ii) Approved ISI and reputed makes for equipment be used.

(iii) For complete electro-mechanical works, bidders shall supply complete design, details

and drawings for approval to HAREDA/owners before progressing with the

installation work

22. DRAWINGS TO BE FURNISHED BY BIDDER AFTER AWARD OF CONTRACT

i. The Contractor shall furnish the following drawings Award/Intent and obtain

approval

ii. General arrangement and dimensioned layout

iii. Schematic drawing showing the requirement of SV panel, Power conditioning

Unit(s)/ inverter, Junction Boxes, AC and DC Distribution Boards, meters etc.

iv. Structural drawing along with foundation details for the structure.

v. Itemized bill of material for complete SV plant covering all the components and

associated accessories.

vi. Layout of solar Power Array

vii. Shadow analysis of the roof

23. SAFETY MEASURES:

The bidder shall take entire responsibility for electrical safety of the installation(s) including

connectivity with the grid and follow all the safety rules & regulations applicable as per

Electricity Act, 2003 and CEA guidelines etc. All work shall be carried out in accordance with

the latest edition of the Indian Electricity Act and rules formed there under and as amended

from time to time.

24. CODES AND STANDARDS

The quality of equipment supplied shall be controlled to meet the guidelines for engineering

design included in the standards and codes listed in the relevant ISI and other standards, such

as :

i. IEEE 928 Recommended Criteria for Terrestrial PV Power Systems.

ii. IEEE 929 Recommended Practice for Utility Interface of Residential and

Intermediate PV Systems.

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

Power Controllers.

iv. National Electrical NEPA 70-(USA) or equivalent national standard.

v. National Electrical Safety Code ANSI C2- (USA) or equivalent national standard.

vi. JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard for PV

modules.

vii. The inverter manufacturer should attach efficiency certificate from Independent

Third party Testing laboratory i.e. IEC, TUV, SNL/ERTL & STQC. PCU should

confirm to IEC 61683 for efficiency measurements and IEC 60068 2 for

environmental testing. MPPT unit should confirm to design qualification IEC

62093.

viii. IEC 62116 for Anti Islanding

ix. IEC 62109-1, IEC 62109-2 for safety

x. IEC 61727 FOR UTILITY INTERFACE.

38

PERFORMA-I

INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS REGARDING AVERAGE ANNUAL TURNOVER OF THE BIDDER IN LAST THREE FINANCIAL YEAR ENDING 31.3.2017

Annual turnover of the bidder in last three financial year:

Name of Bidder:

Annual turnover data for last three years ending on 31st March 2017

S.No. Year Turnover

(Rs. in Lacs)

1. 2014-15

2. 2015-16

3. 2016-17

4. Average turnover in last three years ending on

31st March 2017

=(1+2+3)/3

Signature with seal of bidder Dated:

Signature of Charted Accountant with seal

Name ____________________________

M.No. ______________________________

Note: 1. Bidder must complete the information in this form.

2. The information provided shall be certified by Chartered Accountant.

39

PERFORMA-II (A)

DECLARATION BY THE BIDDER

(To be submitted on letter head of Bidder)

Reference No: Date:

To

The Director, Haryana Renewable Energy Development Agency,

Panchkula (Haryana),

Subject: Design, Supply, Erection, Testing & Commissioning of Grid Connected Rooftop

Solar Power Plants, including comprehensive maintenance for a period of 5 years

including supply of Solar Generation in private sector in the Haryana.

Madam/ Sir,

1. We have read and examined the tender documents relating to the subject cited works

(hereinafter referred to as “Works”) as issued by you:

2. Having examined the Tender Documents and being duly authorized we, hereby, bid for the

execution, and completion of the Works referred to in the Tender Documents upon the terms

and conditions contained or referred to therein and in accordance to all respects with the

specifications and other details given therein.

3. ‘PURCHASER’ and its authorized representatives are hereby authorized to conduct any

inquiries or investigations to verify the statements, documents, and information submitted in

connection with this Bid, and to seek clarifications from our bankers and employers

regarding any financial and technical aspects. This Bid shall also serve as authorization to

any individual or authorized representative of any institution referred to in the supporting

information to provide such information deemed necessary and as requested by you to

verify statements and information provided in this application, such as the resources,

experience, and competence of the Bidder.

4. We agree to keep this Bid open for acceptance for 180 days from the date of opening of

Financial Bid, or such other extended period as may be required by you and also agree not

to make any modifications in its terms and conditions of our own accord.

5. We agree if we fail to keep the validity of Bid open, as aforesaid, or we make any

modification in the terms and conditions of our Bid of our own accord or after the

acceptance of our Bid if we fail to execute an Agreement as prescribed in the Tender

Documents or commence the execution of the works as provided in the Tender Documents,

we shall become liable for forfeiture of the Earnest Money Deposit. In such an event you

shall, without prejudice to any other right or remedy, be at liberty to forfeit the Earnest

40

Money Deposit absolutely and take other actions as per terms & conditions of the contract.

6. We certify that the Bid submitted by us is strictly in accordance with the terms, conditions,

specifications etc. as contained in the Tender Documents, and it is further certified that it

does not contain any deviations to the aforesaid documents.

7. The bid is made with the full understanding that:-

a) Bids by qualified bidders will be subject to verification of all information submitted for

qualification at the time of bidding

b) PURCHASER reserves the right to:

(i) Amend the scope and value of any work bid under this tender.

(ii) Reject or accept any application, cancel the tender process and reject all bidders by

giving a written notice.

8. PURCHASER shall not be liable for any actions taken under (b) i and ii above.

9. We undertake, if our bid is accepted, and on receipt of the work order to commence the works

and to complete and deliver the whole of works comprised in the contract within the period

stated and in compliance with the tender documents.

10. If our bid is accepted, we will furnish Performance Security Deposit as per terms & conditions

mentioned in DNIT.

11. We understand that you are not bound to accept the lowest or any bid you may receive.

12. All the major items like module, battery, charge controller, LED bulbs/ tube lights, fan etc.

should be indigenously made.

13. We are capable of executing and completing the work as required in the tender.

14. We accept all risks and responsibilities directly or indirectly connected with the

performance of the tender.

15. We have no collusion with other Bidder, any employee of HAREDA or with any other

person or firm in the preparation of the bid.

16. We have not been influenced by any statement or promises of HAREDA or any of its

employees, but only by the tender document.

17. We are financially solvent and sound to execute the work.

18. We have sufficient experience and competent to perform the contract to the satisfaction of

HAREDA.

19. We are 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.

20. Our company has never been debarred from similar type of work by HAREDA and

or any of the Government undertaking/ Department.

41

21. We assure to execute the tendered work as per specifications, terms and conditions of the

contract. If awarded to us.

22. The undersigned declare that the statements made and the information provided in the Bid

including the completed applications and formats are complete, true, and correct in all aspects.

We have gone through carefully all the Bid conditions and solemnly declare that we will abide by

any penal action such as disqualification or black listing or termination of contract or any other

action deemed fit, taken by, the Department against us, if it is found that the statements, documents,

certificates produced by us are false / fabricated.

Date of Submission: (Signature of the Bidder)

(Seal)

Place:

42

PERFORMA-II(B)

DECLARATION BY THE BIDDER REGARDING QUALIFICATIONS

In relation to my/our Bid submitted to Haryana Renewable Energy Development Agency in

response to their Notice Inviting Bids No. HAREDA/2017-18/GCRT SPV POWER PLANT,

I/we hereby declare that:

1. I/we possess the necessary professional, technical, financial and managerial resources and

competence required by the Bidding Document issued by the Procuring Entity;

2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the

State Government or any local authority as specified in the Bidding Document;

3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our affairs

administered by a court or a judicial officer, not have my/our business activities suspended

and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have, been convicted of any criminal

offence related to my/our professional conduct or the making of false statements or

misrepresentations as to my/our qualifications to enter into a procurement contract within a

period of three years preceding the commencement of this procurement process, or not have

been otherwise disqualified pursuant to debarment proceedings;

5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding

Document, which materially affects fair competition;

SIGNATURE OF AUTHORISED

SIGNATORY OF THE BIDDER

WITH SEAL

Date:

Name:

Designation:

Address:

43

Annexure – A

UNDER TAKING FOR SERVICE CENTER SUPPORT DETAILS It is certified that we have service centers of the company with following details:

NEAREST SERVICE CENTRE

Pack

No.

Destination Location

Phone

no.

Telex/

Fax no.

Status

of office

working

days and

hours

No. of software engineers

No. of hard ware engineers

No. of

hardwar

e staff

Value

of Min.

stock

available at

all times

OR (if service center not exists)

We undertake that the firm will set up atleast one service center in Haryana, if the firm is empanelled with HAREDA, within one month of of date of empanelment.

Signature and Seal of the

Manufacturer/Bidder

44

Annexure – B

PERFORMA OF WARRANTY CERTIFICATE-CUM-COMPREHENSIVE

MAINTENANCE CONTRACT WITH PURCHASER/CONSUMER BY

EMPANELLED AGENCIES AFTER SUCCESSFUL COMMISSIONING OF SPV

POWER PLANT

(On a required stamp paper) Order No. Date:

We (Name of empanelled agency with registered address) do hereby certify that the (make of modules)_

SPV Modules as used for

(Name of the project) shall have warranty of 25 years with degradation of

power generated not exceeding 20% of the minimum rated power over the 25 years period and

not more than 10% after 10 years period.(Detail lists of Solar PV Modules enclosed)

Further, We (Name of empanelled agency with registered address)_ do hereby

certify that the whole system of the (Name of the project) shall have warranty and

comprehensive maintenance contract for the period of 5 years from the date of commissioning of

the project.

Further, if, we ___________________ (Name of empanelled agency with registered

address) _______________________________________________ fails to provide the 5 years

warranty and comprehensive maintenance contract of whole system and 25 years warranty of

SPV Modules as mentioned above, then we are liable for legal action including blacklisting of

the firm by NEW & RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA/

Consumer/ Purchaser.

Signature

Name

Designation with stamp

45

Annexure-C

(On the letter head of the bidder)

CERTIFICATE OF ACCEPTANCE FROM THE BIDDER.

I, the bidder agrees / accepts

to the terms and conditions of DNIT.

Name & Seal of the Authorized

Person of the Company

46

Annexure – D

PERFORMA OF PERFORMANCE GUARANTE

BG No. ------------------------- Date of Issue----------------- Date of Expiry----------------

In consideration of the Haryana Energy Development Agency having offered to accept the

terms and conditions of the proposed agreement between

M/s…...........................…....................(hereinafter called “the said contractor(s)” and Haryana

Energy Development Agency (hereinafter called “NEW & RENEWABLE ENERGY

DEPARTMENT, HARYANA/HAREDA”) for the acceptance of empanelment issued vide letter

No. (hereinafter called “the said agreement”) having agreed to production of an irrevocable

Bank Guarantee for Rs. ……...............................(Rupees …….................................only) as a

security/guarantee from the contractor(s) for compliance of his obligations in accordance

with the terms and conditions in the said agreement.

1. We…...............................................................(hereinafter referred to as the “Bank”) hereby

undertake to pay to the Haryana Energy Development Agency (NEW & RENEWABLE

ENERGY DEPARTMENT, HARYANA/HAREDA) an amount not exceeding

Rs.……........................ .(Rupees ……..........................only) on demand by the NEW &

RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA.

2. We…...........................................do hereby undertake to pay the amounts due and payable under

this Guarantee without any demur, merely on a demand from the NEW & RENEWABLE

ENERGY DEPARTMENT, HARYANA/HAREDA stating that the amount claimed is required

to meet the recoveries due or likely to be due from the said contractor(s). Any such

demand made on the Bank shall be conclusive as regards the amount due and payable by

the Bank under this Guarantee. However, our liability under this Guarantee shall be

restricted to an amount not exceeding Rs.……........................

(Rupees….................................only).

3. We, the said Bank, further undertake to pay to the NEW & RENEWABLE ENERGY

DEPARTMENT, HARYANA/HAREDA any money so demanded notwithstanding any dispute

or disputes raised by the contractor(s) in any suit or proceeding pending before any court or

Tribunal relating thereto, our liability under this present being absolute and unequivocal. The

payment so made by us under this bond shall be a valid discharge of our liability for payment

there under, and the contractor(s) shall have no claim against us for making such payment.

4. We…....................................further agree that the Guarantee herein contained shall remain in full

force and effect during the period that would be taken for the performance of the said

agreement, and it shall continue to be enforceable till all the dues of the NEW &

RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA under or by virtue of the

said agreement have been fully paid, and its claims satisfied or discharged, or till the

Director , NEW & RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA on behalf

of the NEW & RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA, certifies

that the terms and conditions of the said agreement have been fully and properly carried out by

the said contractor(s), and accordingly discharges his guarantee.

47

5. We…...........................................further agree with the NEW & RENEWABLE ENERGY

DEPARTMENT, HARYANA/HAREDA that the NEW & RENEWABLE ENERGY

DEPARTMENT, HARYANA/HAREDA shall have the fullest liberty without our consent, and

without effecting in any manner our obligations hereunder, to vary any of the terms and

conditions of the said agreement or to extend time of performance by the said contractor(s) from

time to time or to postpone for any time or from time to time any of the powers exercisable by

the NEW & RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA against the said

contractor(s), and to forbear or enforce any of the terms and conditions relating to the said

agreement, and we shall not be relieved from our liability by reason of any such variation or

extension being granted to the said contractor(s) or for any forbearance, act of omission on the

part of the NEW & RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA or any

indulgence by the NEW & RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDAto

the said contractor(s) or by any such matter or thing whatsoever which under the law relating to

sureties would, bur for this provision, have effect of so relieving us.

6. This Guarantee will not be discharged due to the change in the constitution of the bank or the

contractor(s).

7. We….................................................lastly undertake not to revoke this (indicate the name of

the bank) Guarantee except with the previous consent of the NEW & RENEWABLE

ENERGY DEPARTMENT, HARYANA/HAREDA in writing.

8. This Guarantee shall be valid up to…............................unless extended on demand.

9. by the NEW & RENEWABLE ENERGY DEPARTMENT, HARYANA/HAREDA.

Notwithstanding anything mentioned above, our liability against this Guarantee is

restricted to Rs.……...............................(Rupees …….................................only),

and unless a claim in writing is lodged with us on or before ………………….. on the

date of expiry or extended date of expiry of this Guarantee all liabilities under this

Guarantee shall stand discharged.

Dated the…............................. day of…...................For….................................

48

ANNEXURE-E

CERTIFICATE

(from Manufacturer)

It is certified that we have supplied ……………….. no. of modules of ……. Watt

each (list of Sr. No. attached) to ………..…………………. (name of supplier) strictly

manufactured as per BOM of IEC certificate. Modules are manufactured with solar cells of

………………… bus bar technology.

Dated:

Authorized Signatory

(with Seal)

49

Annexure-F

GENERAL PARTICULARS OF BIDDER

Sr. No. Particulars Observations

1 Name of firm

2 Postal Address

3 Telephone, Telex, Fax No

4 E-mail

5 Web site

6 Category of Bidder/Type of Organisation

System Integrator/Project Developer/ RESCO

Company/ body incorporated in India under the

Companies Act, 1956 or 2013

A copy of certificate of incorporation shall be

furnished along with the bid in support of

above.

7 Name of Directors of Company (at least

Two directors with email IDs & contact

Numbers)

8 Name & designation of the authorized

signatory to whom reference shall be made

(i) ..........................

(ii) ..........................

9 Module Manufacturer (Yes/No)

10 Inverter manufacturer (Yes/No)

11 System Integrator (Yes/No)

12 Type of organization Please mention Yes/No

a. Private Ltd. Company

b. Public Ltd. Company

c. Other category

13 Registration number

14 GST No.

15 PAN

16 TAN

17 Place & State of billing

18 Have the contractor/firm ever been debarred

by any Govt. Deptt. /Public Sector

Undertakings for undertaking any work?

19 Bid offered for Capacity

(Please mention the quantity/Category for

which bid is offered)

Please Fill NA if not applicable

a. Category 1 ( upto 100 kWp)

b. Category 2 (up to 500 kWp)

20 Average annual turnover of the bidder for

the last three years

21 Service Center Address

50

22 Experience of the bidder in terms of capacity

installed in kWp (verified by any Govt.

department/organisation)

23 Makes of Inverters offered for the system:

a. ……, b. ………, c. ………, d.

……. etc.

(Test Certificates shall be uploaded)

24 Name of the any close/near relative working

in New & Renewable Energy Department,

Haryana or HAREDA

Please fill up each

a. Name

b. Designation

c. Place of Posting

d. Relationship

25 Any Other Information

We solemnly declare that we will abide by any penal action such as disqualification or black

listing or termination of contract or any other action deemed fit, taken by, the Nodal agency

against us, if it is found that the information, statements, documents, certificates produced by us

are false / fabricated or any information is concealed therein.

Date (Signature of Bidder)

with SEAL