Вы находитесь на странице: 1из 82

TENDER DOCUMENTS

ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID


CONNECTED SOLAR PV PROJECT INCLUDING FIVE (5) YEAR
OPERATION & MAINTENANCE ON TURNKEY BASIS AT
DAMAN

ELECTRICITY DEPARTMENT OF DAMAN & DIU


PLOT NO 35, OIDC COMPLEX, NEAR FIRE STATION, SOMNATH
NANI DAMAN - 396210
TELEPHONE: 0260 2250745, 2240190
FAX: 0260 2240745, 2240889

(SEPTEMBER 2013)

DISCLAIMER

DISCLAIMER
These tender documents are not an agreement or offer by the Electricity
Department of Daman & Diu (ED-DD) to the prospective Bidders or any other party.
The purpose of these tender documents is to provide interested parties with
information to assist the formulation of their Bid. The tender documents are based
on material and information available in public domain and specific surveyed carried
out by the ED-DD for the purpose of the assignment.
The tender documents, along with the Formats, are not transferable. The
tender documents and the information contained therein, has to be used only by the
person to whom it is issued through e-tendering platform. It shall not be copied or
distributed by the recipient to third parties. In the event that the recipient does not
continue with its involvement in the bidding process in accordance with this tender
documents, this tender documents must be kept confidential.
While the tender documents have been prepared in good faith, neither the
ED-DD nor its employees or advisors/consultants make any representation or
warranty express or implied as to the accuracy, reliability or completeness of the
information contained in the tender documents.
Neither the ED-DD, its employees nor its advisors / consultants will have any
liability to any Bidder or any other person under the law of contract, tort, the
principles of restitution or unjust enrichment or otherwise for any loss, expense or
damage which may arise from or be incurred or suffered in connection with anything
contained in the tender documents, any matter deemed to form part of the tender
documents, the information supplied by or on behalf of ED-DD or its employees, any
advisors/consultants or otherwise arising in any way from the selection process.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

1|Page

CONTENT

CONTENT
DISCLAIMER

CONTENT

SECTION 1. INTRODUCTION AND BACKGROUND ......................................................... 5


1.1

INTRODUCTION TO ELECTRICITY DEPARTMENT OF DAMAN AND DIU ................6

1.2

ED-DD PROFILE......................................................................................................6

1.3

DETAILS OF PROJECT SITE AND GRID CONNECTIVITY ...........................................8

SECTION 2. DEFINITIONS ........................................................................................... 10


2.1

DEFINITIONS........................................................................................................11

SECTION 3. INFORMATION AND INSTRUCTION TO BIDDERS ...................................... 14


3.1

ISSUE OF TENDER DOCUMENTS .........................................................................15

3.2

PREPARATION AND SUBMISSION OF BID ...........................................................15

3.3

EARNEST MONEY DEPOSIT AND PERFORMANCE SECURITY / GUARANTEE .......18

3.4

FORMAT AND SIGNING OF THE BID ....................................................................18

3.5

BID INFORMATION ..............................................................................................19

3.6

ELIGIBILITY CRITERIA ...........................................................................................20

3.7

NET MINIMUM GUARANTEED GENERATION (NMGG) .......................................22

SECTION 4. BID OPENING AND EVALUATION ............................................................. 24


4.1

OPENING OF BIDS ...............................................................................................25

4.2

TECHNICAL EVALUATION ....................................................................................25

4.3

FINANCIAL EVALUATION .....................................................................................25

SECTION 5. SCOPE OF WORK ..................................................................................... 27


5.1

1 MW SOLAR PV PLANT CONFIGURATION .........................................................28

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

2|Page

CONTENT

5.2

TECHNICAL DETAILS FOR THE PV MODULES ......................................................29

5.3

ARRAY JUNCTION BOX (AJB) OR STRING COMBINER BOX (SCB) ........................30

5.4

STRING MONITORING UNIT (SMU) .....................................................................30

5.5

MODULE MOUNTING EQUIPMENTS...................................................................30

5.6

LIGHTNING ARRESTOR ........................................................................................32

5.7

POWER QUALITY REQUIREMENTS ......................................................................32

5.8

TRANSFORMERS..................................................................................................36

5.9

HT CABLE .............................................................................................................36

5.10

LT CABLES ............................................................................................................37

5.11

PROTECTIONS AND CONTROL.............................................................................37

5.12

LT PANEL .............................................................................................................38

5.13

HT PANEL ............................................................................................................38

5.14

METERING ...........................................................................................................40

5.15

SAFETY AND PROTECTION ..................................................................................40

5.16

OTHER ACCESSORIES ..........................................................................................41

5.17

OPERATION & MAINTENANCE ............................................................................41

5.18

MISCELLANEOUS WORK .....................................................................................44

5.19

ACCEPTANCE OF SYSTEMS AND PERFORMANCE EVALUATION .........................45

5.20

SITE VISIT .............................................................................................................45

SECTION 6. OTHER TERMS AND CONDITIONS ............................................................ 46


6.1

AGREEMENT........................................................................................................47

6.2

PAYMENT SCHEDULE ..........................................................................................47

6.3

TIME SCHEDULE AND COMPENSATION FOR DELAY ...........................................48

6.4

GUARANTEE AND WARANTEE ...........................................................................49

6.5

DELIVERY, PACKING, STORAGE AND INSURANCE ...............................................49

6.6

RIGHT TO ACCEPT / REJECT THE BID ...................................................................50

6.7

CANCELLATION OF ORDER ..................................................................................50

6.8

FORCE MAJEURE .................................................................................................51

6.9

CONFLICT OF INTEREST .......................................................................................52

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

3|Page

6.10

CORRUPT PRACTICES ..........................................................................................53

6.11

TAXES & DUTIES ..................................................................................................53

6.12

CONFIDENTIALITY ...............................................................................................54

6.13

INSPECTIONS AND TESTS ....................................................................................55

6.14

INDEMNITY..........................................................................................................55

6.15

LIMITATION OF LIABILITY ....................................................................................56

6.16

CHANGE IN LAWS AND REGULATIONS ...............................................................57

6.17

NOTICES ..............................................................................................................57

6.18

GOVERNING LAW ................................................................................................57

6.19

TERMINATION .....................................................................................................58

6.20

DISCLAIMER ........................................................................................................59

6.21

ADHERENCE TO SAFETY PROCEDURES, RULES REGULATIONS AND RESTRICTION


............................................................................................................................59

6.22

GENERAL TERMS & CONDITIONS ........................................................................60

6.23

GENERAL INSTRUCTIONS ....................................................................................61

SECTION 7. FORMATS ............................................................................................... 63

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

4|Page

INTRODUCTION AND BACKGROUND

SECTION 1. INTRODUCTION AND BACKGROUND

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

5|Page

INTRODUCTION AND BACKGROUND

1.1

INTRODUCTION TO ELECTRICITY DEPARTMENT OF DAMAN AND


DIU
Daman and Diu are Union Territories embedded within the State of Gujarat on the
west coast of India. The administration of the Union Territory is head by
Administrator. Electricity Department of Daman & Diu (herein after referred as EDDD) is part of the administration of Union Territory of Daman & Diu. The ED-DD is
headed by the Secretary (Power). ED-DD is mainly engaged in the procurement,
transmission and distribution of electricity to the various categories of consumers.
The ED-DD does not own or operate any generating stations. Hence, based on
allocation, power is drawn from the central sector power stations. The ED-DD is
engaged in the work of construction, operation and maintenance of power
transmission and distribution system which caters to power demand of various
categories of consumers.
To promote renewable energy, bringing awareness to green power, and to
fulfill Renewable Energy Obligation (RPO), ED-DD wants to setup solar PV based grid
connected power generation plants. ED-DD has planned to setup 1 MW Grid
connected Solar PV project at Magarwada, Daman.

1.2

ED-DD PROFILE
The ED-DD is a small utility catering to average demand of around 250 300 MW. As
shown in Figure. 1, bulk power supply is drawn from the Central Sector Power
Stations. At present, the Daman gets power from Ambethi 400/220 KV at AmbethiMagarwada 220 KV double circuit lines. It also draws power from 220 / 66 kV Vapi
(GETCO) substation through 66 KV Double circuit line. Diu gets power via 66 kV
double circuit lines emanating from GETCO network.
Daman has population of around 2.42 Lakhs as per 2011 census. The present
power allocation of Daman & Diu is 270 MW. Against this allocation, the U.T is
getting only an average of 170 - 240 MW as a daily power schedule. The actual
demand of the UT is about 255 MW (restricted) and 280 MW (Un-restricted).
Diu has population of around 42000 as per 2011 census. Diu gets power from
220 KV Kansari Sub-station and 66 KV Una sub-station of GETCO through 66 KV
Double circuit line. The peak demand of Diu is nearly 10 MVA.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

6|Page

INTRODUCTION AND BACKGROUND

Figure 1 : Daman Power Drawal from GETCO.

1.2.1 Transmission & Distribution System


Sr.
No.
1
2
3
4
5
6
7
8

Details

Daman

Diu

Total

220 KV D/C line


66 KV D/C line
66 KV S/C line
11KV line O/H
11KV line U/G
L.T. Line
L.T line U/G
Transformer Centre

19.25 C. Kms.
30 C. Kms.
9.7 C Kms.
232.42 C. Kms.
32.40 C. Kms.
474 C. Kms.
82.25 C. Kms.
335 Nos.

--22 C. Kms.
19 C. Kms.
71.68 C. Kms.
5.55 C. Kms.
148.9 C. Kms.
25.49 C. Kms.
107 Nos.

19.25 C. Kms.
52 C. Kms.
28.7 C. Kms.
304.1 C. Kms.
37.95 C. Kms.
622.9 C. Kms.
107.74 C. Kms.
442 Nos.

1.2.2 Transmission Substations in Daman & Diu


Sr. No.
1
2
3
4
5
6
7
8
9

Substation
Magarwada S/S
Magarwada S/S
Kachigam S/S
Dabhel S/S
Dalwada S/S
Varkund S/S
Ringanwada S/S
Bhimpore S/S
Malala S/S, Diu

Voltage Level (KV)


220/66
66/11
66/11
66/11
66/11
66/11
66/11
66/11
66/11

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

Installed Capacity
250 MVA
20 MVA
80 MVA
80 MVA
80 MVA
30 MVA
40 MVA
30 MVA
30 MVA

September
2013

% of Loading
70
50
80
80
80
80
70
50
50

7|Page

INTRODUCTION AND BACKGROUND

1.2.3 Renewable Purchase Obligation (RPO)


ED-DD wishes to invite bids for selection of Engineering, Procurement and
Construction (EPC) contractor through this tender for designing, engineering,
procurement, manufacturing, supply, construction, erection, testing and
commissioning of 1 MW Grid connected Solar PV Power Project based on crystalline
technology including five (5) year operation & maintenance at Daman.
Objectives behind implementation of the Solar PV project are as follows,
a)
b)
c)
d)

e)
f)
g)

1.3

To reduce the burden on conventional electricity in cities/towns facing


shortage of power.
To provide access to electricity to all rural households especially where grid
connectivity is not a cost effective solution.
To create awareness and demonstrate effective alternate solutions for
community/institutional solar based systems in urban areas and industry.
To save highly subsidized diesel in institutions and other commercial
establishments including industry facing huge power cuts especially during
day time.
To reduce the burden on depleting fossil fuel resources such as coal and to
reduce carbon emission.
To provide a clean and environment friendly energy generation.
To fulfill ED-DDs RPO as per JERC (Procurement of Renewable energy)
Regulations, 2010

DETAILS OF PROJECT SITE AND GRID CONNECTIVITY

1.3.1 Site Details


Project Type & Capacity
Project Owner

Project Location
Nearest Railway Station
Nearest Airport
Total Land and its
Details
Land Type
Nearest grid
connectivity

1 MW- Solar PV Grid connected Power Project


Electricity Department Daman & Diu
U.T. of Administration of Daman & Diu,
Govt. of India, Daman
Magarwada, Daman
Vapi 12 Kms.
Surat 125 Kms
Not more than 4 Acres of Land demarcated for
1 MW Solar Power Plant at Daman
Non-Agricultural Land
Magarwada 66/11 KV substation

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

8|Page

INTRODUCTION AND BACKGROUND

Magarwada 220
/ 66 KV
Substation

Figure 2: Satellite View of Proposed Site at Magarwada, Daman

Figure 3: Map of Proposed Site at Magarwada, Daman

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

9|Page

DEFINITIONS

SECTION 2. DEFINITIONS

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

10 | P a g e

DEFINITIONS

2.1

DEFINITIONS

Act or
Electricity Act,
2003

shall mean the Electricity Act, 2003 and include any modifications,
amendments, substitution, regulation, notifications, guidelines,
policies issued there under from time to time;

Appropriate
Commission

shall mean the Central Electricity Regulatory Commission (CERC)


referred to in sub-section (1) of Section 76 or the State Electricity
Regulatory Commission (SERC) referred to in Section 82 or the Joint
Electricity Regulatory Commission referred to in Section 83 of the
Electricity Act 2003, as the case may be;

Bid or Bid
Documents or
Proposal or
Response to
Tender
Documents

shall mean the Technical Bid and Financial Bid submitted by the
Bidder, in response to these tender documents, in accordance with
the terms and conditions hereof;

Bidder

shall mean Bidding Company submitting the Bid. Any reference to the
Bidder its successors, executors and permitted assigns and severally,
as the context may require;

Bidding
Company

shall refer to such single company that has submitted the Bid in
accordance with the provisions of this Tender documents;

CERC

shall mean the Central Electricity Regulatory Commission of India


constituted under subsection (1) of Section 76 of the Electricity Act,
2003 or its successors;

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;

Company

shall mean a body corporate incorporated in India under the


Companies Act, 1956;

Conflict of
Interest

A Bidder may be considered to be in a Conflict of Interest with one or


more Bidders in the same bidding process under this Tender
documents if they have a relationship with each other, directly or
indirectly through a common company, that puts them in a position

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

11 | P a g e

DEFINITIONS

to have access to information about or influence the Bid of another


Bidder;
Consents,
Clearances and
Permits

shall mean all authorizations, licenses, approvals, registrations,


permits, waivers, privileges, acknowledgements, agreements, or
concessions required to be obtained from or provided by any
concerned authority for the purpose of setting up of the renewable
power generation facilities and / or supply of power;

Contracted
Capacity

shall mean the installation capacity (in MW) contracted between the
ED-DD and the Developer.

Financial Bid

shall mean the Bid, containing the Bidders price bid as per Format IX
available on e-tendering website;

Grid Code /
IEGC or State
Grid Code

shall mean the Grid Code specified by the CERC under clause (h) of
sub-section (1) of Section 79 of the Electricity Act and/or the State
Grid Code as specified by the concerned State Commission referred
under clause (h) of sub-section (1) of Section 86 of the Electricity Act,
as applicable;

Letter of Intent
or LOI or LoI

shall mean the letter to be issued by the ED-DD to the Successful


Bidder(s) for supply of power.

Project

shall mean the proposed solar power generation project of 1 MW at


Magarwada, Daman;

Project
Company

shall mean the company, incorporated by the Bidder as per Indian


laws;

Qualified
Bidder(s)

shall mean the Bidder(s) who, after evaluation of their Technical Bid,
stand qualified for opening and evaluation of their Financial Bid;

Tender
documents

shall mean the following documents to be entered into by the parties


to the respective agreements in connection with the supply of power:

Solar PV Project

Successful

a) this Tender Documents;


b) any other agreements designated as such, from time to
time by the ED-DD
shall mean the Solar Photo Voltaic power project that uses sunlight
for direct conversion into electricity through Photo Voltaic
technology;
shall mean the Bidder(s) selected by the ED-DD pursuant to this

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

12 | P a g e

DEFINITIONS

Bidder or
Developer or
Contractor

Tender documents for supply of power by itself or through the Project


Company as per the terms of the Tender documents, and to whom a
Letter of Intent has been issued;

year

Means financial year beginning from 1st April of the current year and
ending on 31st March of next year.

Any term or terms not explicitly defined above will carry same meaning as
defined in relevant JERC/CERC Regulations and/or Electricity Act 2003 as amended
from time to time.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

13 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

SECTION 3. INFORMATION AND INSTRUCTION


TO BIDDERS

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

14 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

3.1

ISSUE OF TENDER DOCUMENTS

3.1.1 Interested parties may download the tender documents from ED-DDs e-tender
portal https://daman.nprocure.com (Internet Explorer only). Bidders are requested
to visit the portal and follow the instructions for registering, downloading tender
documents and submitting bids online contained therein. The detailed instructions
for registering, obtaining digital certificate for signing bids, bid submission etc. may
be found on the portal. Bidders can submit the Bid only on submission of nonrefundable application / processing fee of Rs. 7000/- (Rupees Seven Thousand only)
along with the Bid in the form of a demand draft from a scheduled commercial or
nationalised bank, drawn in favour of EXECUTIVE ENGINEER, ELECTRICITY
DEPARTMENT OF DAMAN AND DIU, payable at Daman.

3.2

PREPARATION AND SUBMISSION OF BID

3.2.1 The Bidder is advised to read carefully all instructions and conditions appearing in
this document and understand them fully. All information required as per the bid
document must be furnished and the formats contained herein should be duly filled
in. Failure to provide the information as required may render the bid technically
unacceptable.
3.2.2 The Bidder in quoting his rate shall for all purpose, whatsoever, be deemed to have
himself independently obtained all relevant and necessary information for the
purpose of preparing his tender. The correctness or completeness of the details,
given in the tender documents is not guaranteed. The Bidder is required to satisfy
himself in all respect, before the submission of offer.
3.2.3 The Bidder shall be deemed to have examined the tender document, to have
obtained his own information in all matters whatsoever that might affect the
carrying out of the works at the scheduled rates and to have satisfied himself to the
sufficiency of his tender. Any error in description or quantity or omission in the
contract document shall not vitiate the contract or release the Contractor from
executing the work comprised in the contract according to drawings and
specifications at the scheduled rates. He is 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 he has to complete in accordance
with the tender documents irrespective of any defect, omissions or errors that may
be found in the tender documents. The contractor shall be deemed to have visited
site and surroundings, to have satisfied himself to the working conditions at the site,
nature and conditions of rock and soil, availability of water, electric power, labour,

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

15 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

transportation facilities, probable sites for labour accommodation and store


godowns etc. and all other factors involved in the execution of works.
3.2.4 The bidders shall submit their bids strictly based on the specification, terms and
conditions contained in the bid document and subsequent revisions/amendments.
Bids not submitted as per the requirements are likely to be rejected. The bidder
should give a declaration on its letterhead that its bid DOES NOT DEVIATE from these
tender documents in Format - VII.
3.2.5 Bidder should submit non-technical bid as per the price bid format available on
nprocure. Price Proposal should clearly indicate the price to be charged without any
qualifications whatsoever and should be inclusive of all including taxes (sales,
service, etc.), duties (excise & customs, etc.), octroi, fees, levies, works contract tax,
Entry tax, insurance and other charges as may be applicable, to be paid pre- or postdelivery or to be deducted by the ED-DD at source, in relation to this assignment.
3.2.6 The price bid should be inclusive of free operation and maintenance (O&M) period
of one (1) year after declaration of plant COD. Further, the bidder also needs to
quote for O&M of the plant for five (5) years. The same shall be applicable after
completion of free O&M period of one year.
3.2.7 The bidders shall submit their eligibility / qualification details, Technical bid, Financial
bid, documentary evidences, etc. in the formats prescribed in tender documents.
3.2.8 Three (3) hard copies (One original and two photo copies) of the Technical Bid shall
be prepared and submitted in English with indelible black (or blue) ink on white
paper on consecutive numbered pages. Each page shall be duly signed by authorized
signatory and/or statutory auditors/ Company Secretary (wherever applicable) with
company seal affixed on each page. Any part of the bids which is not specifically
signed by the authorized signatory and not affixed with the company seal, shall not
be considered for the purpose of evaluation. All necessary documents of technical
bid shall be scanned and uploaded on e-tendering platform. Further, in case of any
discrepancy between the hard and soft copy versions, the hard copy version will only
be considered for evaluation, subject to the bid meeting all other requirements.
3.2.9 All the Performa, Annexure(s) and/or attachment(s) must be on companys official
letter head. Any change in wording will lead to rejection of the bid application.
3.2.10 The offer shall contain no erasures or overwriting except as necessary to correct
errors made by bidder. Such corrections, if any, shall be in signed by the authorized
signatory.
3.2.11 All documents for stated work shall be submitted in sealed envelope and words
ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID CONNECTED SOLAR

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

16 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

PV PROJECT INCLUDING FIVE (5) YEAR OPERATION & MAINTENANCE ON TURNKEY


BASIS AT DAMAN. Name and full address of the selected bidder shall be put on the
left hand bottom corner of envelope.
3.2.12 The EMD and tender fee should be submitted in separate envelopes marked as
Earnest Money Deposit and Tender Fees respectively.
3.2.13 Financial Bid shall include Price Bid and must be submitted only in e-tendering
platform.
3.2.14 If it is a public holiday on the last date for submission of the Bid, the submission and
the receipt of the Bid shall be on the next working day at the place of submission of
Bid.
3.2.15 The bid must be complete in all aspects, all the terms and conditions of bid including
technical specifications should be carefully studied for the sake of submitting
complete and comprehensive quotation. Failure to comply with any of the terms and
conditions or instructions of the offer with insufficient particulars which is likely to
render fair comparison of bids as a whole impossible may lead to rejection even if
otherwise it is a competitive offer/bid.
3.2.16 The last date of submission of the proposal is as indicated in Clause 3.5 or as
declared by the ED-DD by issuing corrigendum/amendment. The bidder shall ensure
timely submission of the bid at the address as mentioned in Clause 3.5. The bids
received by hand /post /courier after due date of receipt of the bids shall not be
entertained even if the bid has been posted/dispatched before the due date of
receipt.
3.2.17 The bid should be unconditionally valid for a period of six (6) months/ 180 calendar
days from the date of opening of financial bids. The rates approved as per the tender
documents shall be valid for entire contract period for purchase of additional
equipments (if required). Any bidder revising the offer within the validity period,
without prejudice to other remedies available with ED-DD, is likely to be black-listed.
3.2.18 Power of Attorney as per Format- III with the seal of the company for the person
signing the bid document as also for the person attending the bid opening meeting,
should be furnished along with the bid.
3.2.19 A person signing the bid document or any document forming part of the bid
document shall be deemed to warrant that he/ she has the authority to sign such
offer / document and if on enquiry it appears that the person signing has no
authority to do so, the ED-DD may without prejudice to other civil and criminal
remedies, cancel the bid / contract and hold the bidder company liable for all costs
and damages.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

17 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

3.2.20 Costs involved in preparation of the proposal including visits to the ED-DD premises
and site, etc. are not reimbursable.

3.3

EARNEST MONEY DEPOSIT AND PERFORMANCE SECURITY /


GUARANTEE

3.3.1 The bids shall be accompanied with EMD of Rs 7.00 (seven) Lakhs through a Bank
Guarantee/ FD, in favour of EXECUTIVE ENGINEER, ELECTRICITY DEPARTMENT OF
DAMAN AND DIU in Format-IV.
3.3.2 The EMD shall be forfeited in case of the following events:

If Proposal is withdrawn during the validity period or any extension agreed by


the bidder thereof.
If the Proposal is varied or modified in a manner not acceptable to the bidder
after opening of Proposal during the validity period or any extension thereof.
If the bidder tries to influence the evaluation process.
If the bidder fails to submit performance security within stipulated time
frame from date of issue of LOI.
If the bidder fails to execute the project work in stipulated time frame.

3.3.3 The Earnest Money shall be valid for a period of one hundred twenty (120) days
beyond the validity of the Bid. The EMD, without interest, will be returned to the
unsuccessful bidders within one hundred twenty (120) after awarding the contract to
the Successful bidder by issuing work order / letter of intent. In case of successful
proposal, it will be treated as a part of the performance security.
3.3.4 The successful bidder shall have to deposit 10 (ten) % of the contract amount of the
project towards Performance Guarantee cum Security Deposit. The successful bidder
should deposit balance amount of Performance Guarantee by Bank Guarantee
amount after adjusting EMD.
3.3.5 The Performance Guarantee shall be deposited within fourteen (14) days of placing
of the Letter of Intent. The Performance Guarantee shall be returned to the
successful bidder after six (6) months of successful completion of O&M contract
period.

3.4

FORMAT AND SIGNING OF THE BID

3.4.1 The bid and all uploaded documents must be digitally signed using Class 3 digital
certificate [e-commerce application (Certificate with personal verification and
Organization name)] as per Indian IT Act obtained from the licensed Certifying

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

18 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

Authorities operating under the Root Certifying Authority of India (RCAI), Controller
of Certifying Authorities (CCA) of India.
3.4.2 The authenticity of above digital signature shall be verified through authorized CA
after bid opening. If the digital signature used for signing is not of Class -3 with
Organizations name, the bid will be rejected.
3.4.3 Bidder is responsible for ensuring validity of the digital signature and its proper
usage by their employee.
3.4.4 The bid including all uploaded documents shall be digitally signed by duly authorized
representative of the bidding company.
3.4.5 Hard copy of the bids shall be signed by competent authority as per power of
attorney.

3.5

BID INFORMATION

3.5.1

Name of the assignment

ENGAGING EPC CONTRACTOR FOR SETTING UP


1 MW GRID CONNECTED SOLAR PV PROJECT
INCLUDING FIVE (5) YEAR OPERATION &
MAINTENANCE ON TURNKEY BASIS AT DAMAN

3.5.2

Tender Fees

Rs 7000/- (Rupees Seven Thousand only)


through a crossed bank demand draft from a
scheduled commercial/ nationalised bank, in
favour of EXECUTIVE ENGINEER, ELECTRICITY
DEPARTMENT OF DAMAN AND DIU payable at
Daman, to be submitted along with response to
tender documents.

3.5.3

Bid security / earnest


money deposit (EMD)

Rs 7,00,000/- (Rupees Seven Lakhs only) through


a FD/ Bank Guarantee (BG), in favour of
EXECUTIVE
ENGINEER,
ELECTRICITY
DEPARTMENT OF DAMAN AND DIU from a
nationalized/scheduled commercial bank to be
submitted with response to tender documents.

3.5.4

Tender Documents
downloading starts

09.09.2013 at 14.00 hrs. onwards

3.5.5

Tender documents
downloading ends

25.09.2013, 09.00 Hrs.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

19 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

3.5.6

Last date & time of receipt


of bids in hard copy format

25.09.2013 till 15.00 hrs.

3.5.7

Date & time of opening of


Technical Stage

26.09.2013 at 15.00 hrs.

3.5.8

Date & time of opening of


Price bids

05.10.2013 at 15.00 hrs.

3.5.9

Bid validity period

Up to Six (6) Calendar months/ 180 calendar


days from the date of opening of Bid financial
bid

3.5.10

Address for communication


/ Bid submission

Executive Engineer
Plot no 35, OIDC Complex
Near Fire station, Somnath
Nani Daman - 396210
Email: eddaman@rediffmail.com
Telephone: 0260 2250745, 2240190
Fax: 0260 2240745, 2240889

3.6

ELIGIBILITY CRITERIA

3.6.1 Bidders Qualification


i) Bidder has to be an Indian manufacturer of SPV cells and Modules and should have
experience of at least 10 (ten) years in the field of Solar PV cell/ Module
manufacturing.
ii) Bidder must be an EPC Contractor who has designed, supplied, installed, tested and
commissioned at least 10 MW grid connected Solar PV power plants. Out of that 5
MW grid connected plant should be installed at the single location only. Such plant
should be running successfully for at least one year at the time of bid submission.
iii) The Bidder should be a corporate entity duly incorporated under Companys Act,
1956,
iv) Consortium and Limited Liability Partnership (LLP) are not eligible for participation.
v) Subcontracting may be allowed. However, such contacting activities should be
clearly mentioned in the project proposal at the time of bid submission. Such
subcontractors should be fulfilling the criteria mentioned in 3.6.1.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

20 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

vi) The bidder banned or blacklisted by any other Government / private / public
company in last three (3) years shall not be eligible to submit the bids. The bidder
has to submit affidavit that the bidder is not being blacklisted by any utility /
government agency in last three (3) years.
3.6.2 Experience
The bidder shall furnish a performance certificate in English issued by Competent
Authority; clearly mentioning that the Contractor has designed, engineered,
supplied, installed, tested, commissioned the project, successfully. The copy of
relevant Work orders/ Purchase order should also be provided. All such projects
should be running successfully at least for one year from the date of commissioning.
Relevant performance certificate to be provided from the user.
3.6.3 Technical Criteria
The Bidder shall deploy commercially established technology wherein there are at
least 2 (two) grid connected projects of the proposed technology are successfully
commissioned and in operational for minimum of one year in India as on date of bid
submission. The Bidder is required to furnish evidence for the same.
The Bidder shall provide Crystalline Silicon Solar Cell Modules as per IEC
61215 standards. The technology has to be approved as per the Ministry of New and
Renewable Energy, Government of India (MNRE).
3.6.4 Financial Criteria
i) Net-worth of the bidder should be equal to or greater than Rs. 50 (fifty) Crore. A
qualified Chartered Accountant certificate is to be enclosed for establishing the networth. Net-worth shall be computed in the following manner by the Bidder:
Net-worth

= Paid up share capital which includes


1. Paid up equity share capital and
2. Fully, compulsorily and mandatorily convertible Preference shares
and
3. Fully, compulsorily and mandatorily convertible Debentures

Add

Subtract
Subtract
Subtract

: Free Reserves
(including Share Premium provided it is realized in Cash or Cash
equivalent)
: Revaluation Reserves
: Intangible Assets
: Miscellaneous Expenditures to the extent not written off and carry
forward losses.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

21 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

ii) Average annual financial turnover as per audited annual reports for last three
accounting years ending 31.03.2013 should be at least 100 (one hundred) Crore.
iii) The bidder needs to submit following supporting documents:

3.7

A certificate issued by a practicing Chartered/ Cost Accountants Firm,


certifying the Annual Turnover and nature of business, and
Net worth certificate
Audited Balance sheet and Profit & Loss account.
For the purposes of meeting financial requirements, only unconsolidated
audited annual accounts shall be used. The Bidder must provide the Audited
Annual Reports of the Bidder as on March 31, 2013. In case the annual
accounts for the latest financial year are not audited and therefore the
Bidder could not make it available, the Bidder shall give an undertaking to the
same effect and the Statutory Auditor/ Independent Auditor shall certify the
same.

NET MINIMUM GUARANTEED GENERATION (NMGG)

3.7.1 Net Minimum Guaranteed Generation (NMGG) shall be computed based on the net
energy injected into the grid as per the energy meter installed at sending end, dully
approved by SLDC. NMGG to be quoted should be as follows,
Year
NMGG for 1 MW Plant in MUs
1 Year
1.6 MUs or higher
2nd Year onwards Reduction of maximum of 1% per year on
up to 25 years
quoted MUs for 1st year subject to
cumulative reduction of 10 % for 25 years.
st

3.7.2 The Bidder shall quote NMGG after considering proposed configuration and all local
conditions, solar insolation, wind speed and direction, air temperature & relative
humidity, barometric pressure, rainfall, sunshine duration, grid availability and grid
related all other factors and losses due to near shading, incidence angle modifier,
irradiance level, temperature loss array loss, Module quality loss, Module array
mismatch loss, and various inverter losses etc. To assess/ verify feasibility of quoted
NMGG, bidders are required to provide computation documents along with
considered factors based on which NMGG is computed.
3.7.3 Bidders are expected to make their own study of solar profile and other related
parameters of the proposed site and make sound commercial judgment about
energy generated. The site information and solar data provided in these tender
document are only for information purpose. No claim or compensation shall be
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

22 | P a g e

INFORMATION AND INSTRUCTION TO BIDDERS

entertained on account of this information. It shall be the responsibility of the bidder


to access the corresponding solar insolation values and related factors of solar plant
along with expected grid availability. The bidder should access all related factors
about the selected site for the project and then quote the NMGG for the proposed
project.
3.7.4 The operator shall be responsible for achieving NMGG. Shortfall in the NMGG needs
to be compensated by purchasing solar Renewable Energy Certificate (REC) on or
before the month of March of every year and depositing the same to ED-DD on or
before 31st March. The contractor has to maintain the Solar Plant equipments
including its repair, replacement etc. at his own cost, so as to achieve the agreed
NMGG.
3.7.5 There will be no relaxation in NMGG. However, the bidder will be allowed to relocate
the solar modules and install at different places within the site area at their own cost
ensuring guaranteed net minimum generation. The entire cost including dismantling
and re-erection, etc., will be borne by the bidder. The contractor may also go for
manual or automatic tracking modules to meet the NMGG. To ensure NMGG, the
bidder will be allowed to erect additional number of solar modules or increase
capacity of the modules without extra cost to ED-DD.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

23 | P a g e

BID OPENING AND EVALUATION

SECTION 4. BID OPENING AND EVALUATION

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

24 | P a g e

BID OPENING AND EVALUATION

4.1

OPENING OF BIDS

4.1.1 Sealed bid, completed in all respects as instructed in Clause 3.5 shall be accepted by
the ED-DD.
4.1.2 Intending bidder shall have to deposit application processing fees and earnest
money along with the Technical Bid without which bids shall not be considered.
4.1.3 Technical bids shall be opened on the date as mentioned in Clause 3.5, in the
presence of the representative(s) of the bidders, who may be present at the time of
opening of the bid, if they so desire.
4.1.4 The ED-DD reserves the right to postpone the date of receipt and opening of the bids
or cancel the tender without bearing any liability, whatsoever, consequent upon
such decision.

4.2

TECHNICAL EVALUATION

4.2.1 The ED-DD will examine the bids to determine whether they are complete, whether
the bid format confirms to the tender documents requirements, whether required
EMD and tender documents document fees have been furnished, whether the
documents have been properly signed and stamped, whether the bids are in order
and whether the bid meets the specified Qualification Criteria and responsive or not.
4.2.2 Any information contained in the Bid shall not in any way be construed as binding on
the Authority, its agents, successors, consultants or assigns, but shall be binding
against the Bidder if the Project is subsequently awarded to it under the Bidding
Process on the basis of such information.
4.2.3 The Authority reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any Bid without assigning any reasons.
4.2.4 Only those bidders who are responsive, qualify technically and adhere to the EDDDs technical requirements shall be considered for financial evaluation.
4.2.5 The ED-DD reserves the right to order additional quantity or reduce the quantity of
the material advertised, at the time of placement of order, for which the quoted
rates shall be valid.

4.3

FINANCIAL EVALUATION

4.3.1 Bids of only technically qualified bidders shall opened as per the scheduled opening
date or any other date notified by ED-DD.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

25 | P a g e

BID OPENING AND EVALUATION

4.3.2 Financial Bids of the Qualified Bidders shall be opened in presence of the
representatives of such Qualified Bidders, who wish to be present, as per the
timelines indicated, or such other date as may be intimated by ED-DD to the
Qualified Bidders. Financial Bids will be evaluated on the basis of cumulative cost of
solar PV project including O&M charges for 5 (five) years and quoted NMGG. The
lowest bidder (L1) will be identified as per following formula,
Bid value = 1 MW Plant Cost including 5 year O&M charges/ Quoted NMGG
4.3.3 The ED-DD shall not be bound to accept the lowest or any bid and reserves to itself
the right of accepting the whole or portion of any of the bid, as it may deem fit,
without assigning any reason thereof.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

26 | P a g e

SCOPE OF WORK

SECTION 5. SCOPE OF WORK

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

27 | P a g e

SCOPE OF WORK

5.1

1 MW SOLAR PV PLANT CONFIGURATION


The figure below shows schematic diagram of 1 MW solar PV plant. The schematic
diagram is provided for the reference purpose with bare minimum requirements.
The bidder is expected to consider all necessary equipment and accessories for
successful commissioning and operation of the grid connected solar PV project. The
bidder is expected to visit the proposed site and perform detailed analysis before bid
submission.
The capacity of the Proposed Solar Power Plant has been fixed at 1 MW and
minimum electricity generated should be 1.6 MUs per annum. The principle factors
considered for designing and selection of proposed plant are local solar radiations,
ambient conditions and electrical load characteristics of major system namely the
array and power conditioning unit. The proposed plant is situated just out of village,
so utmost use of local materials available on site for construction and to retain or
preserve the original appearance of the site and the environment are considered.
Designing criteria should be suitably modified to provide pre-casted / prefabricate
modules for mounting transformers, PCUs, control room etc.

Figure 4. Schematic Diagram of 1 MW Plant at Daman.


Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

28 | P a g e

SCOPE OF WORK

5.2

TECHNICAL DETAILS FOR THE PV MODULES


Following are some of the technical measures required to ensure quality of the grid
connected solar PV power projects.
PV Module Qualification
The PV modules used in the grid connected solar power projects must qualify to the
latest edition of Crystalline Silicon Solar Cell Modules as per IEC 61215 or equivalent
BIS standards. In addition, PV modules must qualify to IEC 61730 for safety
qualification testing. As the PV modules will be used in a highly corrosive
atmosphere throughout their lifetime, they must qualify to IEC 61701.
Authorized Test Centres
The PV modules must be tested and approved by one of the IEC authorized test
centres. In addition, a PV module qualification test certificate as per IEC standard,
issued by ETDC, Bangalore or Solar Energy Centre MNRE, New Delhi will be accepted.
Warranty

The mechanical structures, electrical works and overall workmanship of the


grid solar power plants must be warranted for a minimum of 5 years.

PV modules used in grid connected solar power plants must be warranted for
output wattage, which should not be less than 90 % at the end of 25 years.

Identification and Traceability


Each PV module used in any solar power project must use a RF identification tag. The
following information must be mentioned in the RFID used on each module (this can
be inside or outside the laminate, but must be able to withstand harsh
environmental conditions.)
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)

Name of the manufacturer of PV Module


Name of the Manufacturer of Solar cells
Month and year of the manufacture (separately for solar cells and module)
Country of origin (separately for solar cells and module)
I-V curve for the module
Wattage, Im, Vm and FF for the module
Unique Serial No and Model No of the module
Date and year of obtaining IEC PV module qualification certificate
Name of the test lab issuing IEC certificate
Other relevant information on traceability of solar cells and module as per
ISO 9000

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

29 | P a g e

SCOPE OF WORK

All grid solar PV power plants must install necessary equipment to


continuously measure solar radiation, ambient temperature, wind speed and other
weather parameters along with AC and DC power generation from the plant. Such
measurement facility should be placed as close as possible to the solar plants. A
common measurement facility may be allowed to be used by the plants located
within a radius of five kilometers from this facility. This shall be subject to the
conditions that the topography of the place remains similar in this range of distance;

5.3

ARRAY JUNCTION BOX (AJB) OR STRING COMBINER BOX (SCB)


Each PV string has to be equipped with a blocking diode which avoids the circulating
currents to flow from the healthy strings to unhealthy strings. To place these string
blocking diodes along with their heat sinks, Array Junction Box (AJB) is used in which
additionally protective fuses with fuse blown indicators, Surge Protective Devices
(SPDs) are also provided. The earth cable from the SPD should be connected to
structure to ensure earthing. These AJBs should be mounted on an ISMC channel
bolted between two leg members of a structure. The AJBs should be rated with IP 65
to sustain against harsh weather conditions and thus these are outdoor mounted.
All the positive outputs of series strings should be taken into AJBs through 6
sq. mm cabling and MC4 quick connectors for connecting these 6 sq. mm cables with
quick connectors of PV modules. Other end of the 6 sq. mm cables should be
properly lugged and also equipped with heat shrinkable sleeves to terminate into the
terminal blocks of AJBs. The strings from AJB should be taken to a String Monitoring
Unit where each string current and voltage is monitored and logged.

5.4

STRING MONITORING UNIT (SMU)


As the name indicates, SMU monitors string currents and sends those data signals to
SCADA connected to it. The SMU can have 10 Input 1 Output i.e., 10 strings enter the
SMU box and in that, every two strings gets paralleled and hence the five strings
should pass through each current sensor connected around each string and at the
end of the SMU box, all the five strings gets paralleled. The placement of SMU box
should be in between AJB and PCU

5.5

MODULE MOUNTING EQUIPMENTS


Solar Photovoltaic Module is the key element in PV systems which convert the solar
irradiation/energy in to DC electrical Power. SPV Module comprises of series
combination of many crystalline silicon solar cells. Solar cells should be stacked in
between two layers of ethylene vinyl acetate (EVA); High transmission glass should

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

30 | P a g e

SCOPE OF WORK

be on the top and Tedlar sheet at bottom side of the module. The Cells should be
encapsulated under vacuum to make the PV module weather proof. The electrical
output connections must be taken through a weather proof (IP65 rated) junction
box. Each PV module junction box contains 3 nos. bypass diodes. Salient features of
the module should include but not limited to following,

Cells are encapsulated under high-transmission toughened glass.


Laminate edges are sealed by sealant.
Framed using weather resistant RTV silicon sealant.
Employ anodized aluminium frame for resistance to shock and corrosion.
Have waterproof terminal box with provision for mounting bypass diodes.
The mounting structure should be made up of Galvanized MS as per the
requirements of the project and maximum nos. of modules should be installed in
min. area. The structure is designed in such a manner that module can be replaced
or reoriented easily to achieve NMGG.
The module mounting structure should be designed as per the requirement
of the installations and module configurations. Mounting Structure should support
SPV modules at a given orientation, absorb and transfer the mechanical loads to the
ground properly and should not require welding or similar complex machinery at
site.
The structure should be designed in such a way that it will take less space and
will withstand maximum wind load up to 100 Km/hr. All fasteners, nut and bolts are
made of Stainless steel - SS 304 Grade and should be painted with rust free paint.
The PV modules are to be mounted on the mounting structure for optimizing
the energy generation. Typically, each structure is capable of supporting at least 10
Nos. of PV modules arranged in multiple rows and columns. As each series string is of
20 modules, two adjacent structures are connected in series to form a series string.
The structure shall support SPV modules at a given orientation at required
inclination, absorb and transfer the mechanical loads to the ground properly. These
structures will be with anti-corrosive surface protection. The frames and leg of
structure assemblies are made of MS hot dip galvanization sections with minimum
thickness of galvanization of 120 microns. PV module mounting rafters used are of
Aluminium alloy and all the fasteners except foundation bolts are of stainless steel SS304. The mounting structures are mounted on RCC pedestals through properly
grouted J bolts.
FOUNDATION BASE
The legs of the structures should be made with GI Channels are made of fixed and
grouted in the PCC/RCC foundation columns made with 1:2:4 cement concrete.
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

31 | P a g e

SCOPE OF WORK

Sr.
No.
1
2
3
4
5
6
7
8

5.6

Description of
Items
Type
Material
Overall Dimension
Coating
Wind rating
Tilt angle
Foundation
Fixing type

Particulars
Ground Mounting
MS Galvanise
As Per Design
Hot dip (Galvanized) Minimum of 120 Microns
30 Km/hr
To be determined by bidder as per site
To be determined by bidder as per site
SS 304 Fastener

LIGHTNING ARRESTOR
The Lightning Arrestor (LA) should be Early Streamer Emission (ESE) type. This
lightning rod should be made of stainless steel and epoxy resin. The specific function
of this lightning rod is producing an upward stream of ionized particles pointed
towards the clouds that will channel the electrical discharge produced at the time of
lightning.
To properly ground the lightning surges, earthing should be provided to each
lightning arrestor by providing three earth pits which should be connected to
lightning arrestor with 95 sq. mm cable. A counter should be provided to register the
no. of lightning strokes and this has to be placed in between the lightning arrestor
and its earthing.

5.7

POWER QUALITY REQUIREMENTS

5.7.1 Power Conditioning Unit (PCU)

The solar PV inverter converts DC power into 3 phase AC power that is


exported to the grid. The output of the inverter has to be synchronized with
nearest 11KV distribution network.
The inverter output should always follow the grid in terms of voltage and
frequency. This can be achieved by sensing the grid voltage and phase and
feeding this information to the feedback loop of the inverter. This control
variable then controls the output voltage and frequency of the inverter, so
that the inverter remains synchronized with the grid provided the grid
parameters are within the specified window.
Each PCU should be of 500 KW rating and should be made up of 10 nos. of 50
KW inverter. Each 50 KW inverter should be of drawer type for easy
replacement as when required.

5.7.2 General Technical Specifications of Inverter


Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

32 | P a g e

SCOPE OF WORK

DSP based inverter to ensure higher efficiency


Voltage THD <3 %
No-load loss< 1 % of rated power
Self-commutated IGBT-based inverter with Pulse width modulation.
Wide range of Grid voltage & frequency parameters for synchronization.
Sinusoidal current modulation with excellent dynamic response.
Unit wise & integrated Data logging.
Dedicated Modbus for networking Protection against
a. Over current
b. Sync loss
c. Over temp.
d. DC bus over voltage.
e. EMI & RFI

5.7.3 Additional Features

Power regulation in the event of thermal overloading


Degree of protection IP20 or better
Bus communication via RS 232 / RS 485 / Modbus for integration
Remote control via telephone modem or web server
Integrated protection in the DC and three- phase system
Insulation monitoring of the PV array with sequential fault location
Ground-fault detector which is essential for large PV generators in view of
appreciable discharge current with respect to ground.
Islanding on faults (both internal and external).

5.7.4 SCADA
(i)

(ii)

SCADA system of PCU shall clearly depict the single line diagram of the plant
on the monitor. Mimics shall be provided with radio buttons to show the
following parameters:
Solar radiation (W/m2)
PV module back surface temp
Ambient temp
Inverter output power (3 phase)
Line and phase currents
Cumulative energy exported
SCADA system shall perform following control operations:
Inverter ON/OFF
Set point editing through a proven password mechanism
Mimic control through PC key board operation

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

33 | P a g e

SCOPE OF WORK

(iii)

SCADA shall also conform to following features:


SCADA system shall incorporate integrated system control and data
acquisition facilities. The use of a local operator interface and latest technology
features shall be incorporated to enable viewing of instantaneous parameter
metering, changing of operator modes and review of system logged events. Further,
with PC based latest software technology, solar plant shall be monitored remotely
via satellite link. The major SCADA features incorporated in to the control system are
listed below.

Operator interface of latest technology: Instantaneous grid, array, inverter,


AC, and metering of all parameters.
Integrated AC, DC data point logging: Instantaneous logging of all
parameters. Including AC parameters, generator run hours and energy
details.
Fault and system diagnostics with time stamped event logging.
Selectable event logging resolution for enhanced diagnostics.
Remote SCADA features with specific needs of station monitoring and remote
communication are to be incorporated. Remote system access software,
secured transmission of data and central PC facility provided.

5.7.5 Safety Features

When the grid fails, solar PV plant should be islanded from the main grid. As a
safety measure, the inverter should be disconnected immediately and no
power should be exported to the grid.
The inverter should have unique automatic features like sleep mode, invoke
mode and export mode so that any disturbances on the grid such as overload
short-circuit, over-voltage etc., disables the firing circuit of the inverter and
causes it to quietly withdraw from the grid.

5.7.6 Protection Features

The injection of DC power into the grid is avoided by using an isolation


transformer at the output of the inverter in accordance with IEC 61727
standards.
Over-voltage protection should be provided by using varistors at the output
of the inverter.
Another set of varistors at the input of the inverter provides lightning
protection.

5.7.7 Ripple content on DC side


Ripple content on DC side of the inverter must not exceed 3%.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

34 | P a g e

SCOPE OF WORK

5.7.8 Harmonics on AC side:


AC side harmonics should be within the range specified in CEA Technical standards
On Grid Connectivity. The developer must install sufficient number of harmonic
measuring instruments for carrying out measurements at regular intervals near the
source of harmonics generation.
5.7.9 Voltage fluctuations
i) The permissible limit of voltage fluctuation for step changes which may occur
repetitively is 1.5%.
ii) For occasional fluctuations other than step changes the maximum permissible limits
is 3%.
5.7.10 Communication Interface
i) The communication must be able to support
Real time data logging
Event logging
Supervisory control
Operational modes
Set point editing
ii) The following parameters shall also be measured and displayed continuously.

Solar system temperature


Ambient temperature
Solar irradiation/isolation
Wind speed
DC current and Voltages
DC injection into the grid (one time measurement at the time of installation)
Efficiency of the inverter
Solar system efficiency
Display of I-V curve of the solar system
Any other parameter considered necessary by supplier of the solar PV system
based on prudent practice.
iii) Data logger system must record these parameters for study of effect of various
environmental and grid parameters on energy generated by the solar system and
various analysis would be required to be provided through bar charts, curves, tables,
which shall be finalized during approval of drawings.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

35 | P a g e

SCOPE OF WORK

iv) The communication interface shall be an integral part of the inverter and shall be
suitable to be connected to local computer and also remotely via the Web using
either a standard modem or a GSM / WI-FI.
v) The bidder must supply all the required hardware to have this web based SCADA
operational such that the system can be monitored via the web from distribution
company office.

5.8

TRANSFORMERS
As the grid voltage is at 11 kV, the output power from the LTPDB which is at 270V to
415V has to be raised to 11 kV for grid synchronization. Hence two (2) nos. of 630
KVA 3-phase ONAN transformers will be used. The transformer should be oil filled
type and should be constructed of ventilated metal enclosure, removal type, and
outdoor duty operating under direct sunlight as per IS2026. However, marshalling
box should be provided with IP 55. Winding material should be of electrolytic grade
copper for both HV and LV windings with insulation class A. The LV should be split
into two primary windings. Transformer should be provided with off circuit tap
changer having 5 taps which ranges from -5% to +5% in the ranges of 2.5%. From
LTPDBs power is fed to Transformer LV side in LV cable box and from HV cable box,
power is taken and fed to HT panels for relaying and protection. HV sealing kits are
used for terminating the cables on HV side of the transformer. These transformers
should have all necessary protection features like silica gel breather, Buchholz relay,
pressure relief device, magnetic oil level gauge, oil temperature indicator and
winding temperature indicator.

5.9

HT CABLE
HT cable should meet following specifications and requirements.
Sr. No.
1
2
3
4
5
6
7
8
9

Item Description
Voltage Grade
Conductor
Conductor Screen
Insulation
Inner sheath
Outer Sheath
Armoring

Specification
11 KV (UE) grade cables, Heavy duty
Standard Aluminium
Semi-Conducting compound
XLPE
Extruded PVC (Type ST-2)
Extruded PVC (Type ST-2)
Galvanized steel strips for multi-core cables and
non-magnetic Aluminum wires for single core cables.
Cable operating temp. 90 C
Short Circuit
40 KA for 1 sec.
withstand current
capacity

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

36 | P a g e

SCOPE OF WORK

10

Short Circuit
withstand Temp.

250 C

5.10 LT CABLES
The size of the cables between array interconnections, array to junction boxes,
junction boxes to PCU etc. shall be so selected to keep the voltage drop and losses to
the minimum. The bright annealed 99.97% pure bare copper conductors that offer
low conductor resistance, they result in lower heating thereby increase in life and
savings in power consumption. These wires are insulated with a special grade PVC
compound formulated. The skin coloration offers high insulation resistance and long
life. Cables are flexible and of annealed electrolytic grade copper conductor and shall
confirm to IS 1554/694-1990 and are extremely robust and resist high mechanical
load and abrasion. Cable should be of high temperature resistance and excellent
weatherproofing characteristics which provides a long service life to the cables used
in large scale projects. The connectors/lugs of copper material with high current
capacity and easy mode of assembly are proposed.

5.11 PROTECTIONS AND CONTROL


In addition to disconnection from the grid (islanding protection) on no supply, under
and over voltage conditions, PV systems shall be provided with adequate rating
fuses, fuses on inverter input side (DC) as well as output side (AC) side for overload
and short circuit protection and disconnecting switches to isolate the DC and AC
system for maintenance. Further, fuses of adequate rating shall also be provided in
each solar array module to protect them against short circuit.
There could always be possibility of something being wrong with the
automatic disconnection system of the inverter and it continues to put electricity to
the grid in the event of grid failure or the planned shutdown of the distribution
feeder by the distribution company. In such case to avoid any accident, a manual
disconnect switch beside automatic disconnection to grid would have to be provided
to isolate the grid connection by the utility personnel to carry out any maintenance.
This switch shall be locked by the utility personnel during the planned shutdown of
the utilitys feeder. Locking of the switch may be required only under shutdown.
5.11.1 Control Room
Circuit breaker, lightning arrestor, relays and associated switchgear equipments,
necessary tool kits, backup equipment, battery bank and battery charger, necessary
spares, etc. needs to be proposed by the bidder in implementation plan to be

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

37 | P a g e

SCOPE OF WORK

submitted along with the bid. All control equipments should be mounted on prefabricated control room.

5.12 LT PANEL
LTPDB is having EDO ACBS (Electrically operated Draw Out Air Circuit Breaker) for
ensuring necessary isolation between PCU and transformer. ACB is microprocessor
based electronic trip (ET) systems with thermal memory, over load, short circuit
protection and also has protection against earth leakage faults.
LTPDB also equipped with Transient Voltage Surge Suppressor (TVSS) for
protection against transient voltage surges. Digital Ammeter and Digital Voltmeter
with their inbuilt selector switches and Digital Load manager which performs as a
multifunction meter are provided on the front side of the cubicle. LTPDB is also
provided with a Breaker Control Switch for electrically operating the ACB. NO and NC
contacts for ACB are provided to communicate the On, OFF and Trip status to
SCADA.

5.13 HT PANEL
The 11 kV from HV side of the transformer will be fed to grid with proper metering,
protection and switchgear which can be done by Metering, Relays and Circuit
Breakers located in HT panels. In this 1 MW power plant, HT panels comprises of two
Incomer panels from individual transformers, one outgoing panel to grid and one Bus
PT panel for measurement of bus voltage and protection against abnormal bus
voltages. All these HT panels are combined with a common bus bar which is
internally connected among these panels. These HT panels are mounted on a wellconstructed and raised platform located in switch yard area. In addition to these HT
panels, a Remote Annunciation Panel (RAP) is provided for remote monitoring and
control of HT panels which is located inside control room.
Each Incoming and Outgoing HT panel comprises of a Vacuum Circuit Breaker
(VCB), Current transformer (CT), Relays and Metering equipment like Digital
Ammeter and Load Manager. Bus PT panel comprises of Potential Transformer, Over
voltage and Under voltage relay and Digital Voltmeter. Enough space has to be
provided on either side of the HT panel for future expansion.
Protective Relays: Over current and Earth fault relay: A microprocessor based
numerical relay for protection against instantaneous/ IDMT faults like over current,
short circuit current, over load, earth faults and instantaneous earth faults should be
used.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

38 | P a g e

SCOPE OF WORK

Master Trip Relay: This relay is the main relay which activates the trip circuit
of the breaker upon the trip signals received by other relays.
Trip Circuit Supervision Relay: This relay is also of electro mechanical type
and this supervises whether the trip circuit is healthy or not.
DC Failure Relay: Whenever DC supply fails to HT panels, this relay gets
activated and indication will be given in HT panels and alarm and indication will be
given in RAP.
Transformer Alarm Relay: This auxiliary relay is meant for Transformer
protection and gives alarm against faults occurred in transformer such as Buchholz
relay alarm, OTI alarm and WTI alarm.
Transformer Trip Relay: This relay is for actuating the breaker to trip against
trip signals from transformer for Buchholz relay trip, WTI trip and OTI trip.
Transformer Alarm/Trip Relay (Tat): This relay is meant for both alarm and
trip signals from transformer against PRD alarm, PRD trip and LOLA alarm faults.
Metering Equipment: Digital Ammeter with inbuilt selector switch and Load
Manager will be provided in incomers and outgoing panels.
Bus PT Panel: Bus PT panel is a separate panel adjacent to incomers and
outgoing feeders, connected to bus for measuring the bus voltage and to protect
against abnormal bus voltages. The core meant for measurement is connected to
Digital Voltmeter with inbuilt selector switch and other core which is protection core
is connected to Over voltage/Under voltage relay.
Remote Annunciation Panel (RAP): RAP is provided to monitor and control
the HT panels remotely i.e., from control room to ensure the reliability and safety for
the operating personnel. This cubicle will have number of windows for displaying all
types of faults and those windows turns red on fault. Out of these windows, there
will be separate indications meant for Incomer -1, Incomer -2, for outgoing panel, for
Bus PT and some left as spare.
RAP also equipped with buzzers to give alarm on faults. Out of these, one
works on DC supply and other works on AC supply. 110V DC supply is required for
windows and buzzer. 1-phase 230V AC supply is required for buzzer for DC failure,
space heater and panel illumination lamp.
RAP is having Indication lamps each for incomers and outgoing panels to
indicate its status like VCB On, VCB Off, Test position, Service position Trip circuit
healthy, DC fail and Spring charged condition. RAP will also have three Breaker
Control Switches (BCS) for remote control of incomers and outgoing HT panels. VCBs
of HT panels can be tripped or closed using these switches. But, the operation of
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

39 | P a g e

SCOPE OF WORK

these T-N-C switches depends on the electrical interlocks that were made among the
incomers and outgoing panel.
Earthing Truck: Earthing trucks are provided along with the HT panels, even
though these are not a part of power flow in the plant, because these panels are
meant for protecting the working personnel performing maintenance on HT panels.
When operator performs maintenance works on bus bar of HT panels gets
electrified if any one closes the downstream breaker. So, to avoid such instances,
earthing trucks for bus bar earthing are provided in the place of outgoing breaker to
earth the power supply immediately and it also produces alarm and indication for
operator. For this, a 3 phase PT is provided to sense the voltage for indicating and for
buzzer when the line gets power supply. Cable earthing trucks are used in the place
of incomers and bus bar earthing trucks are used in the place of outgoing panels for
safe maintenance on the bus bar and HT panels. The necessary DC supply will be
provided through battery and battery charger to the HT panel.

5.14 METERING
ABT compliance meters shall be installed for solar power generators with automatic
meter reading facilities in accordance with Central Electricity Authority (Installation
and Operation of meters) Regulations 2006 as amended from time to time. Further,
monitoring of various parameters of solar plant such as module wise and total
energy generation, tripping, logs, etc. should be available on website with username
and password facilities.

5.15 SAFETY AND PROTECTION


The importance of safety and protection of personnel and equipment cannot be
overemphasized. The system must be designed to minimize hazards to operation
and maintenance personnel, the public, and equipment. The control subsystem must
be equipped with various fuses, built-in fault detection and protection algorithms to
protect the users, the loads, and the PV system equipment. The safety of an
operator or technician is of the utmost importance. Personnel must be protected
from electric shock by following all available safety practices. Such as displaying high
voltage warning signs wherever necessary. In general, the system must adhere to the
IS Codes and standards dealing with safety issues. Some of the important safety
criteria are as follows:

Electrical components should be insulated and grounded


All high voltage terminations (> 50 Vdc) should be properly covered and
insulated.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

40 | P a g e

SCOPE OF WORK

All components with elevated temperatures should be insulated against


contact with or exposure to personnel
Structures should be grounded and ground fault relays installed to give
warning of ground faults in the array or other electrical components.

5.16 OTHER ACCESSORIES


To carry the DC power generated from Solar PV modules to PCUs located in the
control room, DC cables of 1100V rated are used, as the system voltage is around
700 V DC cables of appropriate sizes depending on the current ratings will be used as
per the IS.
After inversion of power from DC to AC at PCU, appropriate rating AC
cables/bus ducts will be used for exporting the power through various panels as
listed. All the PVC/XLPE cables used will be confirming to the relevant IS codes.
All terminations of the cables will be done with proper routing, through CPVC
pipes/cable trenches where ever applicable, with appropriate lugs and accessories as
per the standards ensuring minimum stress.
PV array yard Earthing will be done to ensure safety of the personnel and
equipment in the case of high voltages and lightning. In solar PV plant, earthing is
provided for array yard, control room and switch yard equipment. For this purpose
efficient super earth kits and chemical earthing kits should be used.

5.17 OPERATION & MAINTENANCE


5.17.1 Operation & Maintenance Philosophy
The proposed Organization structure for the operation and maintenance (O&M) of
the power plant is presented in the exhibit. In order to ensure a high level of
performance of the power plant, it is proposed to induct experienced O&M
engineers from the beginning of the project.
5.17.2 Basic Structure of O&M Team:
The basic structure of the O&M team should include a Plant Manager having primary
responsibility for the O&M of the power plant. The team should cover plant
operation, maintenance and required administration. The basic duties covered under
each of these functional areas would be as follows:
Operation:

Operation of main generating equipment, switch yard and other auxiliary


plant.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

41 | P a g e

SCOPE OF WORK

Except for the Power Station Superintendent all other operating personnel
would work one shift basis.
The day to day operation of the power plant will be controlled by the
Manager who will be assisted by the Control room operators and engineers.

Maintenance:

Maintenance of mechanical and electrical plant, control systems, buildings,


roads, drainages and sewage systems etc.
Operation of the plant, planning and scheduling maintenance works and
deciding the requirement of spare parts.
The Plant Manager will be assisted by departmental engineers, who take care
of the maintenance aspects of all mechanical, electrical and I&C requirement.
Trained technicians will be employed to assist the maintenance group in day
to day maintenance of the plant.

Administration:
The main responsibilities of this department will be as follows:

Purchase
Plant Security
Liaison with local labour officers
Stores management
Medical Services
Transport services
The permanent number of employees required for operation of the proposed
power plant will be around 5 numbers. The personnel required for administration
and finance & accounts also will be provided. The following facilities should be
provided at the administration office and control room.

Stores
Time and security offices
First Aid and Fire Fighting Station
Toilets and Changes rooms

5.17.3 Station Operation Philosophy


The power generated from this plant is proposed to be exported to the Grid. Vital
software & hardware are required for effective O&M management system. Software
system manages and provides the information needed to manage daily operations,
improve labour productivity, reduce maintenance costs and monitor preventive and
predictive maintenance programs. Through more effective scheduled and preventive
maintenance, the costs associated with emergency breakdowns can be greatly
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

42 | P a g e

SCOPE OF WORK

reduced. This includes savings from reduced payroll overtime, fewer defective
products and reduced down time losses from disrupted production schedules.
5.17.4 The SPV based power plant maintenance philosophy is based on the following
aspects:
Ordinary Maintenance: Ordinary Maintenance, which covers routine checking and
minor overhaul activities to be performed according to operation manuals of
components / equipments in operating conditions.
Emergency Maintenance: Emergency Maintenance, which is corrective upkeep to be
performed when a significant failure occurs. To minimize forced outages duration, an
effective Emergency Maintenance will be supported by:

Proper stock of spare parts.


Permanent monitoring and diagnostic systems for main components.
Maintenance should be carried out as per Maintenance Plan. The
maintenance plan should be prepared in association with and as per the
requirement of the ED-DD, and should include but not limited to following,

Cleaning of Solar Module on weekly basis or as and when required


Power Processing System
Switchyard equipment

5.17.5 Maintenance Management System


The maintenance of this plant will be carried out as per the above philosophy. This
system aims at maximizing the availability of the plant, while ensuring minimum
maintenance cost and safety of the plant and personnel in order to generate
maximum revenue possible.
The primary objective of spare part management system will be to ensure
timely availability of proper spare parts for efficient maintenance of the plant
without excessive build-up of non-moving and slow moving inventory.
The spare parts management system for this project will cover the following
areas:

Proper codification of all spares and consumables


Spare parts indenting and procurement policy
Ordering of critical mandatory and recommended spares
Judicious fixation of inventory & ordering levels for spare parts based on
experience.
Development of more than one source of manufacturer / supplier whenever
practicable.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

43 | P a g e

SCOPE OF WORK

All contracts will include the provision for supply of one set of all types of
special tools and tackles, which are required for installation, commissioning and
proper maintenance of plant and equipment.
O&M team needs to maintain a maintenance register for monitoring and
tracking the performance of O&M activities.
5.17.6 Extension of O&M Contract or Handover
After successful expiry of the O&M contract period, ED-DD may extend the contract
period on mutually agreeable prices. ED-DD may also appoint other party to carryout
O&M activities or may own its own accept such responsibilities.
In case the O&M contract is discontinued with the selected bidder, it is highly
important that, the plant should be handed over successfully in operating conditions
as accepted by the ED-DD. All components, modifications etc. carried out to achieve
NMGG should be part of the plant and should be handed over. The handover should
include transfer of all documentation, manuals, brochures, diagrams, layouts, etc.
Necessary training has to be provided to the party taking charge of the O&M. The
selected bidder has to ensure that, all necessary requirements have been fulfilled to
ensure successful operation of the plant after handover.

5.18 MISCELLANEOUS WORK


5.18.1 Bore well
Water shall be required at the site for module cleaning, gardening and plantation,
local usage etc. It is proposed that developer shall also develop one bore well at the
proposed site for providing enough water supply.
5.18.2 Safety watch towers
One security tower of at least 20 ft. height shall be installed at appropriate places so
that total plant area can be monitored. The towers should be made up of steel
structure and should have appropriate seating arrangements as well as installation
of communication facility for the security person.
5.18.3 Wire wall fencing and security office
To ensure proper protection, the solar plant and associated assets shall be protected
by wire wall fencing of at least 7 feet height. Entrance of the plant should have
arrangement for security office to avoid unauthorized access.
5.18.4 Approach road
The selected bidder needs to develop approach road of cement concrete up to the
control room. Appropriate pedestrian path of cement concrete should be developed
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

44 | P a g e

SCOPE OF WORK

around the PV module structure for the purpose of cleaning, inspection,


maintenance etc.
5.18.5 Solar lighting
Solar lights needs to be installed in area of the solar PV project. The developer needs
to carryout survey and propose appropriate number of solar lights to meet required
illumination.

5.19 ACCEPTANCE OF SYSTEMS AND PERFORMANCE EVALUATION


All metal components of the mounting structure, junction box module, safety tower,
etc. should be either made up of galvanized MS, corrosion resistance material or
should be painted with long lasting rust resistance paint.
The installer must verify that the system has been installed according to the
manufacturers procedures. A checkout procedure should be developed to ensure an
efficient and complete installation.
A system can be checked with some common test equipment to verify proper
installation and performance. A key to keeping the system testing simple is to do the
tests on cloudless days.

5.20 SITE VISIT


It will be assumed that before submitting the bids the intending bidder has visited
the site and carried out necessary studies to install the plant on turnkey basis with all
required accessories. Any alteration in the submitted bid on the ground of not
performing site visit, field survey and technical analysis shall not be entertained by
ED-DD and the bid shall be rejected.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

45 | P a g e

OTHER TERMS AND CONDITIONS

SECTION 6. OTHER TERMS AND CONDITIONS

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

46 | P a g e

OTHER TERMS AND CONDITIONS

6.1

AGREEMENT

6.1.1 The successful bidders shall execute an agreement on a 100.00 valid stamp paper
for strict compliance of the terms and conditions of the contract, vis--vis the tender
documents and supply order within a period of fourteen (14) days after the
placement of order. The selected bidder shall bear all the legal expenses, which are
incurred on the execution of the agreement and shall also have to execute a
separate agreement with the Agency for operationalizing the project, immediately
after the installation and commissioning of the project.
6.1.2 No variation or modification, or waiver of any of terms and provisions of these
specifications shall be deemed valid unless mutually agreed upon in writing by both
the ED-DD and the selected bidder.
6.1.3 Award of contract: The selected bidder shall be issued a Letter of Intent. Until a
formal Contract is prepared and executed, the Letter of Intent shall constitute a
binding Contract.
6.1.4 Signing of Contract: Promptly after notification, the ED-DD shall send to the
successful Bidder the Agreement. Within fourteen (14) days of receipt of the
Agreement, the successful Bidder shall sign, date and return it to the ED-DD.
6.1.5 Performance Security: Within fourteen (14) days of the receipt of notification of
award from the ED-DD, the successful Bidder shall furnish the Performance Security.
Failure of the successful Bidder to submit the abovementioned Performance Security
or sign the Contract shall constitute sufficient grounds for the annulment of the
award and forfeiture of the EMD. In that event the ED-DD may award the Contract to
the next successful Bidder whose offer is responsive and is determined by the ED-DD
to be qualified to perform the Contract satisfactorily.

6.2

PAYMENT SCHEDULE

6.2.1 The Contract Price shall be paid as per guidelines of CPWD. No invoice for extra
work/change order on account of change order will be submitted by the Supplier
unless the said extra work /change order has been authorized/approved by the EDDD in writing.
6.2.2 The developers request for payment shall be made to the ED-DD in writing,
accompanied by invoices describing, as appropriate, the Goods delivered and
Related Services performed, accompanied by the documents submitted as per
tender documents.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

47 | P a g e

OTHER TERMS AND CONDITIONS

6.2.3 Payment of O&M charges will be on quarterly basis. For this purpose the yearly O&M
charges shall be divided equally into 4 (four) parts. The developer needs to raise
invoice of the quarterly charges.
6.2.4 All payments are subjected to any deductions which the ED-DD may be authorized to
make as per governing laws.
6.2.5 All payments will be made in Indian Rupees (Rs) only.

6.3

TIME SCHEDULE AND COMPENSATION FOR DELAY

6.3.1 The selected bidder shall complete the project work within six (6) months from the
project commencement date. The project commencement date will be calculated
based on 15 (fifteen) calendar days after issue of work order / letter of intent to the
successful bidder. The commercial operation date (COD) for the project shall be
achieved by the Developer within six (6) months from the date of project
commencement date.
6.3.2 Bidder shall submit a detailed project proposal including work schedule/ PERT chart
along with the implementation schedule. Bidders shall drill down these activities into
sub/sub-sub activity in the chart. The chart shall also detail out time and resource
effort required to execute each activity. The detailed bar charts for all the work
activity shall however, be discussed and agreed to by the successful Bidder with the
ED-DD before start of the execution of work.
6.3.3 Responsibility of achieving NMGG shall start from the scheduled timeline as
mentioned in 6.3.1. Failing to achieve NMGG for whatsoever reason including delay
in the COD has to be compensated by purchase of REC in proportion to the deficit of
NMGG and submit the same to ED-DD on yearly basis.
6.3.4 If the contractor shall desire an extension of the time for completion of the work on
the ground of having been unavoidable hindered in its execution or on any other
grounds, he shall apply in writing to the ED-DD at least 30 (thirty) days advance of
such unavoidable hindered. The ED-DD shall evaluate the stated reasons and may or
may not grant the time extension.
6.3.5 The time allowed for carrying out the work as entered in the tender shall be strictly
observed by the contractor and shall be reckoned from the 15 th day after the date of
written order to commence the work is given to the contractor. If the contractor
does not commence the work within the period specified in the work order, he shall
stand liable for forfeiture of the EMD. Besides, appropriate action may be taken by
the Engineer in Charge/competent authority to debar him from taking part in future
tenders for a specific period or black list him. The work shall throughout the

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

48 | P a g e

OTHER TERMS AND CONDITIONS

stipulated period of the contract, be proceeded with all due diligence, time being
deemed to be the essence of the contract, on the part of the contractor.
6.3.6 When a Bidder is unable to complete the work within the specified or extended
period, the ED-DD shall be entitled to award the work to other agencies without
notice to the Bidder on his (i.e., Bidders) cost and risk, the goods or any part there of
which the bidder has failed to complete or if not available, the best and nearest
available substitute thereof or to cancel the contract of such work and Bidder shall
be liable for any loss or damage which the agency may sustain by reasons of such
failure on the part of the Bidder. But the bidder shall not be entitled to any gain on
such work got done against defaults. The recovery of such loss or damages shall be
made from any sum due to the Bidder under this with the ED-DD. If recovery is not
possible from the bill and the Bidder fails to pay the loss or damages within one
month, the recovery shall be made under arbitration or any other law for the time
being in force.

6.4

GUARANTEE AND WARANTEE

6.4.1 The bidder must provide guarantee which includes servicing and replacement
guarantee for part and components (such as electronics, inverter, etc.) of Solar PV
Projects for five (5) years. For PV modules, the replacement guarantee is for Twenty
Five (25) years from the date of successful commissioning of the PV system.
6.4.2 The bidders may also provide additional information about the system and
conditions of guarantee as necessary.
6.4.3 Bidder shall without prejudice to any other clauses of the order repair / restore the
defective parts and restore the system to satisfactory working / performance within
seven (7) days of intimation of fault without any additional cost to the ED-DD within
the period of warrantee.
6.4.4 In case the supplier fails to rectify / replace the defective / damage equipment
including transit damages, shortage within seven (7) days from the date of
intimation of such shortage / damages, they shall have to pay penalty to the ED-DD
as per the deficit in NMGG.

6.5

DELIVERY, PACKING, STORAGE AND INSURANCE

6.5.1 Obligation of delivering required material at the site shall be responsibility of the
Selected Bidder.
6.5.2 In case of failure to deliver in full the required supplies on order, the ED-DD shall
have the right to make risk purchase at the cost of supplier or/and cancel the

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

49 | P a g e

OTHER TERMS AND CONDITIONS

contract and claim reasonable compensation / damages. The contract of the supply
shall be repudiated if the supplies are not made within the prescribed period and the
satisfaction of the purchasing officer.
6.5.3 The Supplier shall provide such packing of the Goods as is required to prevent their
damage or deterioration during transit to their final destination should and conform
to the relevant ISS for transportation to destination. All crates shall be marked with
proper signs indicating up and down sides of the packing and also unpacking
instructions considered necessary by the suppliers. During transit, the packing shall
be sufficient to withstand, without limitation, rough handling and exposure to
extreme temperatures, salt and precipitation, and open storage. Packing case size
and weights shall take into consideration, where appropriate, the remoteness of the
final destination of the Goods and the absence of heavy handling facilities at all
points in transit. The ED-DD shall not be responsible in any manner for any loss or
damage caused to the Goods during Transit. The quoted price shall be deemed to
include the cost of packing, transportation, insurance, etc.
6.5.4 Material received at site should be stored in premises and contractor shall be
responsible for safety of material stored which shall be adequately insured.
Insurance charges shall be borne by the Contractor.
6.5.5 The Goods supplied under the Contract shall be fully insured by the Supplier against
loss or damage incidental to manufacture or acquisition, transportation, storage, and
delivery.

6.6

RIGHT TO ACCEPT / REJECT THE BID

6.6.1 ED-DD reserves the right to reject any or all bids or to accept any bid in full or part, at
its sole discretion, without assigning any reasons whatsoever thereof. The decision
of ED-DD shall be final and binding on the bidders in this regard.
6.6.2 Such acceptance / rejection of any or all bids will not make ED-DD liable to any claim
or action of whatever nature, including but not limited to, a claim for reimbursement
of costs incurred by any such bidder in preparation of the bid.

6.7

CANCELLATION OF ORDER

6.7.1 The ED-DD will be at liberty to terminate in part or full the awarded contract without
prejudicing its rights and affecting the obligations of the contractor by giving seven
(7) days notice in writing in the following events:

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

50 | P a g e

OTHER TERMS AND CONDITIONS

6.8

If the bidder is found defaulter for delayed supply or failure to deliver


satisfactory performance or supply of substandard materials pursuant to
tender conditions;
If the bidder/vender is involved in any action of moral turpitude.

FORCE MAJEURE

6.8.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated
damages, or termination for default if and to the extent that its delay in
performance or other failure to perform its obligations under the Contract is the
result of an event of Force Majeure.
6.8.2 For purposes of this Clause, Force Majeure means an event or situation beyond
the control of the Supplier that is not foreseeable, is unavoidable, and its origin is
not due to negligence or lack of care on the part of the Supplier.
6.8.3 If a Force Majeure situation arises, the Supplier shall promptly and no later than
seven days from the first occurrence thereof, notify the ED-DD in writing of such
condition and the cause thereof. Unless otherwise directed by the ED-DD in writing,
the Supplier shall continue to perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
6.8.4 The decision of the ED-DD with regard to the occurrence, continuation, period or
extent of Force Majeure shall be final and binding on the Supplier.
6.8.5 Force majeure events may include, but not be limited to ,
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)

Act of war, invasion, blockade, embargo, revolution, riot, insurrection, civil


commotion, act of terrorism or sabotage.
Strikes, lockouts or other generalized labor action occurring throughout the
industry.
Radioactive contamination or ionizing radiation or chemical contamination.
Flood, cyclone, lightning, earthquake, drought, storm, fire or any other
extreme effect of the natural elements.
Epidemic or plague, affecting the work.
Air crash or shipwreck,
An act of God,
Act of Government.
Change in Law etc.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

51 | P a g e

OTHER TERMS AND CONDITIONS

Upon the occurrence of any circumstances of force Majeure both Parties


shall use all reasonable endeavors to continue to perform its obligations under the
contract and to minimize adverse effects of such circumstances.

6.9

CONFLICT OF INTEREST

6.9.1 The ED-DD requires that the selected bidder provide professional, objective, and
impartial advice and at all times hold the ED-DD's interests paramount, strictly avoid
conflicts with other Assignment/jobs or their own corporate interests and act
without any consideration for future work. Without limitation on the generality
of the foregoing, the selected bidder, and any of their affiliates, shall be
considered to have a conflict of interest and shall not be recruited, under any of the
circumstances set forth.
6.9.2 Conflicting Activities:
a) A firm that has been engaged by the ED-DD to provide goods, works or
Assignment/job other than consulting Assignment/job for a project, and any
of its affiliates, shall be disqualified from providing consulting Assignment/job
related to those goods, works or Assignment/job.
b) Conversely, a firm hired to provide consulting Assignment/job for the
preparation or implementation of a project, and any of its affiliates, shall
be disqualified from subsequently providing goods or works or
Assignment/job other than consulting Assignment/job resulting from or
directly related to the firm's consulting Assignment/job for such preparation
or implementation. For the purpose of this paragraph, Assignment/job other
than consulting Assignment/job is defined as those leading to a measurable
physical output.
c) A Consultant (including its Personnel and Sub-Consultants) or any of its
affiliates shall not be hired for any Assignment/job that, by its nature, may be
in conflict with another Assignment/job of the Consultant to be executed for
the same or for another ED-DD.
d) A selected bidder (including its Personnel and Sub-bidders) that has a
business or family relationship with a member of the ED-DDs staff who is
directly or indirectly involved in any part of (i) the preparation of the tender
documents of the Assignment/job, (ii) the selection process for such
Assignment/job, or (iii) supervision of the Contract, may not be awarded a
Contract, unless the conflict stemming from this relationship has been
resolved in a manner acceptable to the ED-DD throughout the selection
process and the execution of the Contract.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

52 | P a g e

OTHER TERMS AND CONDITIONS

e) The selected bidder will have an obligation to disclose any situation of actual
or potential conflict that impacts their capacity to serve the best interest of
their ED-DD or that may reasonably be perceived as having this effect. Any
such disclosure shall be made as per the Standard forms of technical
proposal provided herewith. If the SI fails to disclose said situations and if
the ED-DD comes to know about any such situation at any time, it may lead
to the disqualification of the Consultant during bidding process or the
termination of its Contract during execution of assignment.

6.10 CORRUPT PRACTICES


6.10.1 ED-DD requires bidders to observe the highest standard of ethics during the
procurement and execution of such contracts. The following definitions apply:

Corrupt Practice means the offering, giving, receiving or soliciting, directly


or indirectly of anything of value to influence the action of any party in the
procurement process or the execution of the contract.
Fraudulent Practice means a misrepresentation or omission of facts in
order to influence a procurement process or execution of contract.
Collusive Practice means a scheme or arrangement between two or more
bidders, with or without the knowledge of the ED-DD, designed to influence
the action of any party in a procurement process or execution of the
contract.
Coercive Practice means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract.

6.10.2 ED-DD will reject a proposal for the award of Contract if it determines that the
bidder recommended for award has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, or coercive practices in competing for the contract.
6.10.3 The ED-DD will cancel the portion of the fund allocated to a contract for goods,
works or services if it at any time determines that corrupt or fraudulent practices
were engaged in by representatives of the ED-DD or a beneficiary of the fund, during
the procurement or the execution of that contract, without the ED-DD having taken
timely and appropriate remedial action satisfactory to the ED-DD.

6.11 TAXES & DUTIES


6.11.1 All Custom Duties, Excise Duties, Sales Taxes, levies, local taxes, VAT work contract
tax and other Taxes and Duties, Levies payable by the bidders in respect of the
transaction between the bidders and their sub bidders procuring any components,
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

53 | P a g e

OTHER TERMS AND CONDITIONS

subassemblies, raw-materials and equipment shall be included in the proposal price


and no separate claim on this behalf will be entertained by the ED-DDs. Wherever
Excise duty, Service Tax, VAT etc. is applicable, the due credit under the MODVAT
(Modified Value Added Tax) scheme as per the relevant Government policies
wherever applicable, shall be taken into account by the Bidder while quoting
proposal price. The ED-DD shall not be responsible for any error/omission on the
part of the bidder. Payment of taxes/duties/levies shall not be made separately.
6.11.2 For goods supplied from outside the ED-DDs country, the Supplier shall be entirely
responsible for all taxes, duties, stamp duties, license fees, and other such levies
imposed outside the ED-DDs country. For goods supplied from within the ED-DDs
country, the Supplier shall be entirely responsible for all taxes, duties, entry tax,
license fees, other levies etc., incurred until delivery of the Goods and Related
service to the ED-DD. The ED-DD will provide Central sales tax Form-C, whenever
applicable.
6.11.3 The cost of Entry Tax as applicable will be the liability of the Supplier i.e., the price
quoted will be inclusive of Entry Tax. The amount of Entry Tax will be deducted from
the Suppliers invoice and remittance to tax dept. will be made by the ED-DD under
the TIN number of ED-DD. If any liability is raised by the commercial tax ED-DD, on
account of Entry Tax at a later date, the same shall be to the Supplier's account and
accordingly recovery shall be made from the supplier's pending bills/security deposit
as available with the ED-DD.
6.11.4 As regards the Income Tax, surcharge on Income Tax and other taxes including tax
deduction at source, the Bidder shall be responsible for such payment to the
concerned authorities within the prescribed period. Bidders will have to clearly
indicate the amount included in their price for which relevant documents will have
to be submitted by them for claiming by the ED-DD.

6.12 CONFIDENTIALITY
6.12.1 Information relating to the examination, evaluation, comparison and
recommendation of contract award, shall not be disclosed to Bidders or any other
persons not officially concerned with such process. Any attempt by a Bidder to
influence the ED-DD in the examination, evaluation, comparison, and post
qualification of the Bids or Contract award decisions may result in the rejection of its
Bid.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

54 | P a g e

OTHER TERMS AND CONDITIONS

6.13 INSPECTIONS AND TESTS


6.13.1 The Supplier shall at its own expense and at no cost to the ED-DD carry out all such
tests and/or inspections of to ensure that the Goods and Related Services are
complying with the functional parameters, codes and standards specified in the
Tender documents, to the satisfaction of the ED-DD.
6.13.2 The inspections and tests may be conducted on the premises of the ED-DD. In case
test facility is available only at Supplier premises, the same shall be carried out at the
Supplier end in presence of the representative of the ED-DD.
6.13.3 Whenever the Supplier is ready to carry out any such test and inspection, it shall give
a reasonable advance notice, including the place and time, to the ED-DD.
6.13.4 The ED-DD may require the Supplier to carry out any test and/or inspection to verify
that the characteristics and performance of the Goods or Related Services comply
with the technical specifications, codes and standards under the Contract.
6.13.5 The Supplier shall provide the ED-DD with a report of the results of any such test
and/or inspection.
6.13.6 The ED-DD may reject any Goods / Related Services or any part thereof that fail to
pass any test and/or inspection or do not conform to the specifications. The Supplier
shall either rectify or replace such rejected Goods/ Related Services or parts thereof
or make alterations necessary to meet the specifications at no cost to the ED-DD,
and shall repeat the test and/or inspection, at no cost to the ED-DD, upon giving a
notice.
6.13.7 The Supplier agrees that neither the execution of a test and/or inspection of the
Goods / Related Services or any part thereof, nor the attendance by the ED-DD or its
representative, nor the issue of any report, shall release the Supplier from any
warranties or other obligations under the Contract.

6.14 INDEMNITY
6.14.1 The Supplier hereby agrees to indemnify the ED-DD, its staff and consultants, for all
conditions and situations mentioned in this clause, in a form and manner acceptable
to the ED-DD. The supplier agrees to (ED-DD Indemnified Persons) from and
against any costs, loss, damages, expense, claims including those from third parties
or liabilities of any kind howsoever suffered, arising or incurred inter alia during and
after the Contract period out of:

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

55 | P a g e

OTHER TERMS AND CONDITIONS

a)

b)

any negligence or wrongful act or omission by the Supplier or its agents or


employees or any third party associated with Supplier in connection with or
incidental to this Contract; or
any infringement of patent, trademark/copyright or industrial design rights
arising from the use of the supplied Goods and Related Services or any part
thereof.

6.14.2 The Supplier shall also indemnify the ED-DD against any privilege, claim or assertion
made by third party with respect to right or interest in, ownership, mortgage or
disposal of any asset, property, movable or immovable as mentioned in any
Intellectual Property Rights, licenses and permits
6.14.3 Without limiting the generality of the provisions of this clauses mentioned
previously, the Supplier shall fully indemnify, hold harmless and defend the ED-DD
Indemnified Persons from and against any and all suits, proceedings, actions, claims,
demands, liabilities and damages which the ED-DD Indemnified Persons may
hereafter suffer, or pay by reason of any demands, claims, suits or proceedings
arising out of claims of infringement of any domestic or foreign patent rights,
copyrights or other intellectual property, proprietary or confidentiality rights with
respect to any Goods, Related Services, information, design or process supplied or
used by the Supplier in performing the Suppliers obligations or in any way
incorporated in or related to the Project. If in any such suit, action, claim or
proceedings, a temporary restraint order or preliminary injunction is granted, the
Supplier shall make every reasonable effort, by giving a satisfactory bond or
otherwise, to secure the suspension of the injunction or restraint order. If, in any
such suit, action, claim or proceedings, the Goods or Related Services, or any part
thereof or comprised therein, is held to constitute an infringement and its use is
permanently enjoined, the Supplier shall promptly make every reasonable effort to
secure for the ED-DD a license, at no cost to the ED-DD, authorizing continued use of
the infringing work. If the Supplier is unable to secure such license within a
reasonable time, the Supplier shall, at its own expense, and without impairing the
specifications and standards, either replace the affected work, or part, or process
thereof with non-infringing work or part or process, or modify the same so that it
becomes non-infringing.

6.15 LIMITATION OF LIABILITY


6.15.1 Except in cases of gross negligence or willful misconduct:

neither party shall be liable to the other party for any indirect or consequential
loss or damage, loss of use, loss of production, or loss of profits or interest costs,

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

56 | P a g e

OTHER TERMS AND CONDITIONS

provided that this exclusion shall not apply to any obligation of the Supplier to
pay liquidated damages to the ED-DD; and
the aggregate liability of the Supplier to the ED-DD, whether under the Contract,
in tort, or otherwise, shall not exceed the amount specified in the Contract Price.
Provided that this limitation shall not apply to the cost of repairing or replacing
defective equipment, or to any obligation of the Supplier to indemnify the EDDD with respect to patent infringement.

6.16 CHANGE IN LAWS AND REGULATIONS


6.16.1 Unless otherwise specified in the Contract, if after the date of the Invitation for Bids,
any law, regulation, ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in the place of the ED-DDs country where the
Site is located (which shall be deemed to include any change in interpretation or
application by the competent authorities) that subsequently affects the Delivery
Date, then such Delivery Date shall be correspondingly increased or decreased, to
the extent that the Supplier has thereby been affected in the performance of any of
its obligations under the Contract.

6.17 NOTICES
6.17.1 All notices and other communications under this contract must be in writing, and
must either be mailed by registered mail with acknowledgement Due or hand
delivered with proof of it having been received.
6.17.2 If mailed, all notices will be considered as delivered after 5 days, of the notice having
been mailed. If hand delivered, all notices will be considered, when received by the
party to whom the notice is meant and sent for.
6.17.3 All notices under this contract shall be sent to or delivered at the address as
specified by the parties in the RFF Documents.
6.17.4 A Notice shall be effective when delivered or on the Notices effective date,
whichever is later.

6.18 GOVERNING LAW


6.18.1 The Contract shall be governed by and interpreted in accordance with the laws of
the India. In case of any dispute or arbitration, decision of the administrator of U.T.
of Daman and Diu shall be final and binding.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

57 | P a g e

OTHER TERMS AND CONDITIONS

6.19 TERMINATION
6.19.1 Termination for Default
The ED-DD may, without prejudice to any other remedy for breach of Contract, by
Notice of default sent to the Supplier, terminate the Contract in whole or in part:
i) if the Supplier fails to deliver any or all of the Goods or Related Services within the
period specified in the Contract, or within any extension thereof granted by the EDDD; or
ii) if the Supplier, in the judgment of the ED-DD has engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for or in executing the Contract; or
iii) any representation made by the bidder in the proposal is found to be false or
misleading; or
iv) if the Supplier commits any breach of the Contract and fails to remedy or rectify the
same within the period of two weeks (or such longer period as the ED-DD in its
absolute discretion decide) provided in a notice in this behalf from the ED-DD.
In the event the ED-DD terminates the Contract in whole or in part, the EDDD may procure, upon such terms and in such manner as it deems appropriate,
Goods or Related Services similar to those undelivered or not performed, and the
Supplier shall be liable to the ED-DD for any additional costs for such similar Goods
or Related Services. However, the Supplier shall continue performance of the
Contract to the extent not terminated.
6.19.2 Termination for Insolvency
The ED-DD may at any time terminate the Contract by giving Notice to the Supplier if
the Supplier becomes bankrupt or otherwise insolvent. In such event, termination
will be without compensation to the Supplier, provided that such termination will
not prejudice or affect any right of action or remedy that has accrued or will accrue
thereafter to the ED-DD.
6.19.3 Termination for Convenience
The ED-DD, by Notice sent to the Supplier, may terminate the Contract, in whole or
in part, at any time for its convenience. The Notice of termination shall specify that
termination is for the ED-DDs convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date upon which such
termination becomes effective.
The Goods that are complete and ready for shipment within twenty-eight
(28) days after the Suppliers receipt of the Notice of termination shall be accepted

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

58 | P a g e

OTHER TERMS AND CONDITIONS

by the ED-DD at the Contract terms and prices. For the remaining Goods, the ED-DD
may elect:
i) To have any portion completed and delivered at the Contract terms and prices;
and/or
ii) to cancel the remainder and pay to the Supplier an agreed amount for partially
completed Goods and Related Services and for materials and parts previously
procured by the Supplier.
6.19.4 Consequences of Termination
29.4.1. Upon Termination of the Contract, the Supplier shall:
i) Prepare and present a detailed exit plan within five (5) calendar days of termination
notice receipt to the representative of ED-DD (Exit Plan).
ii) The representative of ED-DD and along with designated team will review the Exit
plan. If approved, Supplier shall start working on the same immediately. If the plan is
rejected, Supplier shall prepare alternate plan within two calendar days. If the
second plan is also rejected, representative of ED-DD or the authorised person will
provide a plan for Supplier and it should be adhered by in totality.
iii) The Exit Plan should cover at least the following :a) Execute all documents that may be necessary to effectively transfer the
ownership in respect of all equipment;
b) Handover all documentation and other Configurable Items, if any in his
possession;
c) Handover the list of all IT Assets, passwords at all locations to the ED-DD.
iv) The supplier and representative of will sign a completion certificate at the end of
successful completion (all points tracked to closure) of the Exit Plan.

6.20 DISCLAIMER
6.20.1 ED-DD reserves the right to share, with any consultant of its choosing, any resultant
Proposals in order to secure expert opinion.
6.20.2 ED-DD reserves the right to accept any proposal deemed to be in the best interest of
the ED-DD.

6.21 ADHERENCE TO SAFETY PROCEDURES, RULES REGULATIONS


AND RESTRICTION
6.21.1 Supplier shall comply with the provision of all laws including labour laws, rules,
regulations and notifications issued there under from time to time. All safety and
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

59 | P a g e

OTHER TERMS AND CONDITIONS

labour laws enforced by statutory agencies and by ED-DD shall be applicable in the
performance of this Contract and Suppliers Team shall abide by these laws.
6.21.2 Access to the Sites and ED-DDs locations shall be strictly restricted. No access to any
person except the essential personnel belonging to the Supplier who are genuinely
required for execution of work or for carrying out management/maintenance who
have been explicitly authorised by the ED-DD shall be allowed entry to the Sites and
some ED-DDs locations. Even if allowed, access shall be restricted to the pertaining
equipment of the ED-DD only. The Supplier shall maintain a log of all activities
carried out by each of its personnel.
6.21.3 The Supplier shall take all measures necessary or proper to protect the personnel,
work and facilities and shall observe all reasonable safety rules and instructions.
Suppliers Team shall adhere to all security requirement/regulations of the ED-DD
during the execution of the work. ED-DDs employee also shall comply with safety
procedures/policy.
6.21.4 The Supplier shall report as soon as possible any evidence, which may indicate or is
likely to lead to an abnormal or dangerous situation and shall take all necessary
emergency control steps to avoid such abnormal situations.
6.21.5 The ED-DD will be indemnified for all the situations mentioned in this clause in the
similar way as defined in the tender documents.

6.22 GENERAL TERMS & CONDITIONS


6.22.1 The conditions hereinafter deals with system details and supplementary conditions
of the contract in addition to those stipulated in foregoing clauses which along with
schedules, formats and annexures, shall be deemed to form part of detailed
specification for equipment. The bidders are advised to study and familiarize
themselves with the terms and conditions of the bid.
6.22.2 If at any time any of the document / information submitted by the bidder is found to
be incorrect, false or untruthful, the bid and / or the resultant order may be
summarily rejected / cancelled at the risk of the bidder.
6.22.3 No claim shall be raised against the ED-DD either in respect of interest or
depreciation in value for the amount of security deposit and / or earnest money. In
the case of bank deposits the ED-DD shall not be responsible for any loss on account
of failure of the bank.
6.22.4 No price escalation on account of any statutory increase in or fresh imposition of
customs duty, excise duty, sales tax or duty levied in respect of the systems
authorised to be installed, shall be applicable.
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

60 | P a g e

OTHER TERMS AND CONDITIONS

6.22.5 The Bidders are required to study carefully the conditions of the tender documents
document, the enclosed specifications and the relevant provision of the relevant BIS
specifications, wherever necessary. Further the bidder shall also undertake all
relevant studies etc. before submitting the proposal. The ED-DD shall not be liable
for any wrong/incomplete / insufficient information which shall be the responsibility
of the bidder to carry out his own studies before submitting the proposal. The
proposal submitted by the bidder shall be understood to have been submitted after
undertaking the studies. Technical particulars of the material offered must comply
with the enclosed specifications and the relevant provisions of the BS/IS as far as
possible.
6.22.6 The selected bidder shall sign these tender documents on each page and as a token
of acceptance of all the terms and it would be attached with the proposal along with
Format-I.
6.22.7 If a Bidder imposes conditions, which are in addition to/or in contravention with the
conditions mentioned herein, his tender is liable to be summarily rejected, In any
case none of such conditions will be deemed to have been accepted unless
specifically mentioned in the letter of authorisation issued by ED-DD.
6.22.8 If any dispute arises out of the contract with regard to the interpretation / meaning
and the breach of the terms of the contract, the matter shall be referred to by the
parties to the ED-DD whose decision shall be final and binding.

6.23 GENERAL INSTRUCTIONS


6.23.1 Intending Bidders are required to carefully go through the document and furnish
complete information, necessary documents and schedules. Bids not submitted on
the lines indicated above are liable to be rejected without correspondence.
6.23.2 Bidders are required to furnish proposal, information and related documents as
called for in this tender documents in English Language. Any printed literature
furnished by the selected bidder may be in another language, provided that this
literature is accompanied by an English translation, in which case, for the purpose of
interpretation of the document, the English version will govern. The bid completed
in any language other than English shall be summarily rejected.
6.23.3 Bidders are informed that the ED-DD is neither under any obligation to select any
bidder, nor to give any reason for either qualifying or disqualifying any bidder. ED-DD
is also not under any obligation to proceed with the programme or any part thereof.
6.23.4 After opening of proposals and till final selection of successful bidder, no
correspondence of any type will be entertained, unless called for by ED-DD. Any type
of uncalled for clarifications on prices and or rebates shall not be accepted.
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

61 | P a g e

OTHER TERMS AND CONDITIONS

6.23.5 Any form of canvassing by the bidder to influence the consideration of their bid shall
render the bid liable to summary rejection.
6.23.6 In order to avoid any delay caused by postal correspondence and to expedite the
process, the ED-DD may require the successful bidder to hold technical and
commercial negotiations and convey the decision / acceptance on behalf of the
bidder with the purchase committee.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

62 | P a g e

FORMATS

SECTION 7. FORMATS

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

63 | P a g e

FORMATS

FORMAT-I
<The covering letter on the Letter Head of the Bidding Company / Lead Member of the
Bidding Consortium>
Date:
To:
Executive Engineer
Plot no 35, OIDC Complex
Near Fire station, Somnath
Nani Daman - 396210
Email: eddaman@rediffmail.com
Telephone: 0260 2250745, 2240190
Fax: 0260 2240745, 2240889
Sub: Response to Tender documents ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW
GRID CONNECTED SOLAR PV PROJECT INCLUDING FIVE (5) YEAR OPERATION &
MAINTENANCE ON TURNKEY BASIS AT DAMAN.

Dear Sir,
1.

We/I, the undersigned ..<insert name of the bidder> have


carefully gone through the Bid Document and satisfied ourselves/myself and hereby
confirm that our/my offer strictly conforms to the requirements of the Bid
Document and all the terms and conditions detailed out in the Tender documents
are acceptable to us.
Further we confirm that upon issuance of Letter of Intent by Electricity
Department of Daman & Diu (ED-DD), this Undertaking for Acceptance of the
General terms and Conditions of Bid Document shall be enforceable by Law.

2.

We have enclosed EMD of Rs... <Insert Amount>, in the form of bank


guarantee no..<Insert bank guarantee number> dated..<Insert date
of bank guarantee> as per Format-IV from <Insert name of bank providing
bank guarantee> and valid up to.<insert validity date> as per this Tender
documents.

3.

We hereby unconditionally and irrevocably agree and accept that the decision made
by the ED-DD in respect of any matter regarding or arising out of the tender
documents shall be binding on us. We hereby expressly waive any and all claims in
respect of this process.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

64 | P a g e

FORMATS

4.

We confirm that we have studied the provisions of the relevant Indian laws and
regulations as required to enable us to submit this response to tender documents in
the event of our selection as Successful Bidder.

5.

We are enclosing herewith our response to the tender documents with formats duly
signed as desired by you in the tender documents for your consideration.

6.

It is confirmed that our response to the tender documents is consistent with all the
requirements of submission as stated in the tender documents and subsequent
communications from the ED-DD.

7.

The information submitted in our response to the tender documents is correct to the
best of our knowledge and understanding. We would be solely responsible for any
errors or omissions in our response to the Tender documents.

8.

We confirm that all the terms and conditions of our Bid are valid up to
..<Insert date> for acceptance (i.e., a period of one hundred and eighty (180)
days from Bid Deadline).

Details of the contact person are furnished as under:


Name :
Designation : .
Company :
Address :
Phone Nos. :
Fax Nos. : ..
E-mail address: .
We have neither made any statement nor provided any information in this Bid, which to the
best of our knowledge is materially inaccurate or misleading. Further, all the confirmations,
declarations and representations made in our Bid are true and accurate.
Dated the .. day of .. , 2013
Thanking you,
Yours faithfully,
(Name, Designation and Signature of Person Authorized by the board)

Name & Seal of Bidding Company


<Attach Power of Attorney of Bidding Company Authorizing the signatory to sign the bid and
other documents thereof>

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

65 | P a g e

FORMATS

FORMAT-II
BIDDERS COMPOSITION AND OWNERSHIP STRUCTURE
<On letter head of the company>
1.

Corporate Details:
a.

Companys Name, Address, Nationality and Directors details:


Name

: .

Registered/Principal
Address

: .
.
..
..

Website Address

: .

Corporate Identification
Number

: .

Country of Origin

: .

Address for
Correspondence

: .

b.

Year of Incorporation

: .

c.

Company's Business
Activities

: .

d.

Name of the authorized


representative

: .

e.

Telephone Number

: .

f.

Email Address

: .

g.

Telefax Number

: .

h.

Please provide the following documents:


(i)

Copy of the Memorandum and Articles of Association and certificate of


incorporation or other equivalent organizational document (as applicable),
including their amendments, certified by the company secretary of the
Bidding Company.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

66 | P a g e

FORMATS

It is certified that the information provided above is true to the best of my


knowledge and belief. If any information found to be concealed, suppressed or
incorrect at the later date, our tender shall be liable to be rejected and our company
debarred from executing any business with Electricity Department of Daman and
Diu.
For and on behalf of Bidding Company/ Member of the Consortium
M/s.

(Signature of Authorized Representative)

Name:. Designation:. Stamp:.


Date:.
Place: .

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

67 | P a g e

FORMATS

FORMAT-III
POWER OF ATTORNEY
<On non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of
execution>
Know all men by these presents, We .<name and address of the
registered office of the Bidding Company > do hereby constitute, appoint and authorize
Mr./Ms<name, age and residential address> who is
presently employed with us and holding the position of .<insert
designation> as our true and lawful attorney, to do in our name and on our behalf, all such
acts, deeds and things necessary in connection with or incidental to submission of our Bid
for ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID CONNECTED SOLAR PV
PROJECT INCLUDING FIVE (5) YEAR OPERATION & MAINTENANCE ON TURNKEY BASIS AT
DAMAN for Electricity Department of Daman & Diu (ED-DD), U.T. of Daman & Diu in the
country of India in response to the tender documents dated <insert date> issued
by Executive Engineer, ED-DD including signing and submission of the Bid and all other
documents related to the Bid, including but not limited to undertakings, letters, certificates,
acceptances, clarifications, guarantees or any other document which the ED-DD may require
us to submit. The aforesaid Attorney is further authorized for making representations to the
ED-DD, and providing information / responses to the ED-DD, representing us in all matters
before the ED-DD, and generally dealing with the ED-DD in all matters in connection with
our Bid till the completion of the bidding process as per the terms of the Tender documents.
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney
shall be binding on us and shall always be deemed to have been done by us.

Signed by the within named


...........................................<Insert the name of the executant company>
through the hand of
Mr. .
duly authorized by the Board to issue such Power of Attorney

Dated this . day of

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

68 | P a g e

FORMATS

Accepted

Signature of Attorney
(Name, designation and address of the Attorney)

Attested

(Signature of the executant)


(Name, designation and address of the executant)

Signature and stamp of Notary of the place of execution

Common seal of has been affixed in my/our presence pursuant to Board of Directors
Resolution dated

WITNESS

1.

.
(Signature)

Name .
Designation.............

2.

.
(Signature)

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

69 | P a g e

FORMATS

Name .
Designation.............

Notes:
(1) The mode of execution of the power of attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and the same should be under common seal of the executant affixed in
accordance with the applicable procedure. Further, the person whose signatures are to
be provided on the power of attorney shall be duly authorized by the executant(s) in
this regard.
(2) The person authorized under this Power of Attorney, in the case of the Bidding
Company being a public company, or a private company which is a subsidiary of a
public company, in terms of the Companies Act, 1956, with a paid up share capital of
more than Rupees five (5) crores, should be the Managing Director/ whole time
director/manager appointed under section 269 of the Companies Act, 1956. In all other
cases the person authorized should be a director duly authorized by a board resolution
duly passed by the company.
(3) In the event, power of attorney has been executed outside India, the same needs to be
duly notarized by a notary public of the jurisdiction where it is executed.
(4) Also, the executant(s) should submit for verification the extract of the chartered
documents and documents such as a Board resolution / power of attorney, in favour of
the person executing this power of attorney for delegation of power hereunder on
behalf of the executant(s).

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

70 | P a g e

FORMATS

FORMAT-IV
FORMAT OF THE UNCONDITIONAL AND IRREVOCABLE BANK GUARANTEE /
PERFORMANCE SECURITY
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to
place of execution. Foreign entities submitting Bids are required to follow the
applicable law in their country.)

To,
Executive Engineer
Plot no 35, OIDC Complex
Near Fire station, Somnath
Nani Daman - 396210
Email: eddaman@rediffmail.com
Telephone: 0260 2250745, 2240190
Fax: 0260 2240745, 2240889

Date:.

1. In consideration of the . (Insert name of the Bidder) submitting the Bid inter
alia for ENGAGING EPC CONTRACTOR FOR SETTING UP 1 MW GRID CONNECTED SOLAR
PV PROJECT INCLUDING FIVE (5) YEAR OPERATION & MAINTENANCE ON TURNKEY
BASIS AT DAMAN having its office at OIDC, Plot No. 35, Somnath, Daman - 396210 in
response to the tender documents dated *+ issued by Electricity Department of Daman
& Diu (hereinafter referred to as ED-DD or ED-DD) agreeing to consider the Bid of
*Insert the name of the Bidder+ as per the terms of the tender documents, the
(Insert name and address of the bank issuing the Bank Guarantee, and
address of the head office) (here in after referred to as Guarantor Bank) hereby
agrees unequivocally, irrevocably and unconditionally to pay to the ED-DD or its
authorized representative at Daman forthwith on demand in writing from the ED-DD or
any representative authorized by it in this behalf an amount not exceeding Rs
7,00,000.00 (Rupees Seven Lakh Only), on behalf of M/s. ..*Insert name
of the Bidder].
2. We..*insert name of the guarantor bank+ hereby undertake
that this guarantee shall be valid and binding on the Guarantor Bank up to and including
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

71 | P a g e

FORMATS

(Insert date of validity of Bid Bond in accordance with Clause 3.5 of this
tender documents) and shall not be terminable by notice or any change in the
constitution of the Guarantor Bank or by any other reasons whatsoever and our liability
hereunder shall not be impaired or discharged by any extension of time or variations or
alternations made, given, or agreed with or without our knowledge or consent, by or
between concerned parties.
3. Our liability under this Guarantee is restricted to Rs 7,00,000.00 (Rupees Seven Lakh
Only). Our Guarantee shall remain in force until .. *Date to be inserted+ or
its authorized representative shall be entitled to invoke this Guarantee until
.. *Insert Date, which is 120 days after the date in the preceding
sentence].
4. The Guarantor Bank hereby expressly agrees that it shall not require any proof in
addition to the written demand from the ED-DD or its authorized representative, made
in any format, raised at the above mentioned address of the Guarantor Bank, in order
to make the said payment to the ED-DD or its authorized representative.
5. We *Name of the Guarantor Bank] do hereby undertake to
pay amounts payable under this Guarantee without any demur merely on demand by
ED-DD or its authorized representative stating that the amount claimed is due by way of
laws or damage caused to or would be caused to or suffered by the ED-DD. By reasons
of breach of any conditions of the agreement / contract relating to the bid mentioned
at para 1 of this guarantee by the said bidder*insert name of the bidder+. Any
such demand made by ED-DD on the bank shall be conclusive as regards the amount
due and payable by the bank under this guarantee. The guarantor bank shall not have
any records against the ED-DD or its authorized representative in respect of any
payment made under this guarantee.
6. We*Name of the Guarantor Bank] do hereby further undertakes
to pay the ED-DD any money so demanded not withstanding any dispute or disputes
raised by the said bidder M/s*insert name of the bidder+ in
any suits or proceeding pending before any court or tribunal relating there to, our
liability under this guarantee being absolute and unequivocal. However, our liability

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

72 | P a g e

FORMATS

under this guarantee shall be restricted to an amount not exceeding 26 lakhs (twenty
six lakh only)
7. This BANK GUARANTEE shall not be affected in any manner by reason of merger,
amalgamation, restructuring, liquidation, winding up, dissolution or any other change in
the constitution of the Guarantor Bank.
8. This Guarantee shall not be discharged due to the change of constitution of the
Guarantor bank or the ED-DD.
9. Notwithstanding anything contained hereinabove, our liability under this Guarantee is
restricted to Rs 7,00,000.00 (Rupees Seven Lakh Only) and it shall remain in force until
.. *Date to be inserted on the basis of Clause 3.5 of tender documents],
with an additional claim period of one hundred twenty (120) days thereafter. We are
liable to pay the guaranteed amount or any part thereof under this BANK GUARANTEE
only if ED-DD or its authorized representative serves upon us a written claim or demand
within the claim period mentioned herein above.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp
on this .. day of at .
Witness:

1. .

Signature

Signature
Name and address.

Name:

2. ..

Designation with Bank Stamp

Signature
Name and address

Attorney as per power of attorney No.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

73 | P a g e

FORMATS

For:
. *Insert Name of the Bank+

Bankers Stamp and Full Address:


Dated this day of 20..

Note: The Stamp Paper should be in the name of the Executing Bank.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

74 | P a g e

FORMATS

FORMAT-V
SUBMISSION OF INFORMATION ON FINANCIAL QUALIFICATION REQUIREMENT NETWORTH
<To be given on the official letter head of the Bidder's>
Date:.
To:
Executive Engineer
Plot no 35, OIDC Complex
Near Fire station, Somnath
Nani Daman - 396210
Email: eddaman@rediffmail.com
Telephone: 0260 2250745, 2240190
Fax: 0260 2240745, 2240889
Subject: Submission of Information on Net-worth for Qualification
We certify that the<Insert Name of Bidder> has a Networth of Rs Crore computed as per instructions provided in Clause 3.6.4 of
Tender documents based on unconsolidated audited annual accounts of any of the last
three (3) financial years immediately preceding the Bid Deadline.
Offered
Capacity
(MW)
(1)
1 MW

Name of
Financially
Evaluated Entity
(2)

Net-worth
(Rs crore)
(3)

Yours faithfully

Signature:
Name:
Place & Date:
Designation:
Tender Documents for 1 MW Grid Connected
Solar PV Project at Daman

September
2013

75 | P a g e

FORMATS

Name of Authorised Signatory & Seal of Bidding Company


Witness:
Name:
Place & Date:
Signature:
Notes:

1. Along with the above format, in a separate sheet, please provide details of computation
of Net-worth duly certified by Statutory Auditor along with the supporting documents.
2. Audited consolidated annual accounts of the Bidder may also be used for the purpose of
financial criteria provided the Bidder has at least 26% equity in each company whose
accounts are merged in the audited consolidated accounts and provided further that the
financial capability of such companies (of which accounts are being merged in the
consolidated accounts) shall not be considered again for the purpose of evaluation of
the Bid.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

76 | P a g e

FORMATS

FORMAT-VI
CERTIFICATE OF TURNOVER
<on letter head of CA/CS firm>
I/We have verified the books of accounts, financial statements and other relevant records of
M/s..
having
its
registered
office
at
and we hereby certify that the turnover of the
company for the last three years is as under :

Year

Turn over
(Rs in Crore)

2010-11
2011-12
2012-13
Total

This certificate is issued at the request of the Company for the purpose of applying for
tender ID.
Date of Issue .
Place :..
Name of the Chartered Accountant
( with Seal )
Registration no.
Fax No
E-Mail ID
Cell/ Telephone No. .

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

77 | P a g e

FORMATS

FORMAT-VII

NO DEVIATION CERTIFICATE
<on letter head of the company>
To,
Executive Engineer
Plot no 35, OIDC Complex
Near Fire station, Somnath
Nani Daman - 396210
Email: eddaman@rediffmail.com
Telephone: 0260 2250745, 2240190
Fax: 0260 2240745, 2240889

Date:..

Tender ID:
Sir,
We understand that any deviation/exception in any form from our bid against the above
mentioned reference number may result in rejection of our bid. We, therefore, Certify that
we have not taken any exceptions/deviations anywhere in the Bid and we agree that if any
deviation is mentioned or noticed, our bid may be rejected.

Yours Faithfully,

(Signature of Authorised Signatory)


Name:

Designation:

Company
Seal:

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

78 | P a g e

FORMATS

FORMAT-VIII
DETAILS OF EXPERIENCE IN LAST THREE YEARS
Sr.
No.

Name
of
the Work
Company with full Description
address, phone,
fax and name of
Contact Person

Ref. & date Work


of order
Order
Value

Details
Date of
of Order Comple
&
its tion
configur
ation

(Signature with Stamp of Authorized person)


Note:
Copies of MAJOR work orders along with Work completion and credential certificates should
be attached with this information. If necessary, separate sheet may be used to submit the
information.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

79 | P a g e

FORMATS

FORMAT-IX
PRICE SHCHEDULE
The price schedule will be available on nprocure website. The user needs to submit
price bids only on nprocure and no hard copy of the same should be submitted.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

80 | P a g e

FORMATS

FORMAT-X
DRAFT COPY OF AGREEMENT
Draft copy of agreement is enclosed in Annexure-I.

Tender Documents for 1 MW Grid Connected


Solar PV Project at Daman

September
2013

81 | P a g e

Вам также может понравиться