Вы находитесь на странице: 1из 97

NEW & RENEWABLE ENERGY DEVELOPMENT CORPORATION OF A.P.

LIMITED
TENDER DOCUMENT NO : NREDCAP/GM/CANAL TOP/2015

BID DOCUMENTS
FOR THE WORK OF
Design, manufacture, testing at manufacturers works, supply, storage at site,
erection, testing, commissioning and maintenance for ten years of 1MWp grid
connected canal top Solar PV Crystalline power project on the canal top of
Losari main Canal distributor, Gollavanitippa, Bhimavaram Rural Mandal, West
Godavari District in Andhra Pradesh along with grid connecting equipment
including associated Civil Works on EPC Basis.

V.C Managing Director


NREDCAP,
5-8-207/2,
Pisgah complex, Namaplly
Hyderabad 500 001
Phone No: 040- 23202391
Fax No: 040- 23201666

CONTENTS
Sl.No.
Part I

Description

Page No.

Section I Notice Inviting Tenders (NIT) & Important :


Instructions
Section II Instructions to Bidders
:
Section III Eligibility criteria, Selection Procedure and :
proof of documents to be submitted
PART-II
General Terms & Conditions

3
8
17

Section I General

19

Section II Financial

27

44

PART-III

Technical Specification

Section I Scope of contract-Abstract

Section II Detailed Scope of the Contract and technical :


specification of equipment (equipment to be
supplied/ work to be done)
PART IV
a) Schedules 1 to13
:

46
79

b) ANNEXURE-A (Proforma of BG for EMD)

93

c) ANNEXURE-B (Check List)

94

d) ANNEXURE-C (Model Calculation Sheet)

95

e) ANNEXURE-D (Single Line Diagram)

97

PART-I
SECTION-I
NEW & RENEWABLE ENERGY DEVELOPMENT CORPORATION OF A.P. LIMITED
5-8-207/2, Pisgah Complex, Nampally,HYDERABAD 500 001
NOTICE INVITING TENDER
NO. NREDCAP/GM/CANAL TOP/2015
(THIS IS A TWO PART BID)
1.
2.

Name of the Company

New& Renewable Energy Development Corporation of


A.P. Limited (NREDCAP)
NREDCAP/GM/CANAL TOP/2015

Tender Notice No.


Design, manufacture, testing at manufacturers
works, supply, storage at site, erection, testing,
commissioning and maintenance for ten years of
1MWp grid connected canal top Solar PV Crystalline
power project on the canal top of Losari main Canal
distributor,
Gollavanitippa,Bhimavaram
Rural
Mandal, West Godavari District in Andhra Pradesh
along with grid connecting equipment including
associated Civil Works on EPC Basis.

3.

Name of Work

4.

Capacity and Location of


the work

5.

Estimated Contract Value

Rs. 10 Crores

6.

Period of Contract

Eight months from the date of award of contract/LOI

7.

Form of Contract

LS

8.

Tender Type

Open Tenders

9.

Tender Category

EPC

10. Tender Fee

Gollvanitippa (V), Bhimavaram Rural Mandal, West


Godavari District, Andhra Pradesh 1 MW;

Rs.25,000 by way of Demand Draft, drawn in favour


of NREDCAP, payable at Hyderabad.

11.

Bid Security (EMD)

Rs. 25 Lakhs (Rupees Ten lakhs only).


The EMD can be paid in any of the following modes:
a) In the form of crossed Demand Draft, or
b) In the form of a Bank Guarantee.

13.

Form of Bid Security

a) DD shall be drawn in favour of NREDCAP payable


at Hyderabad.
b) The Bank Guarantee shall be obtained from any
nationalized bank in the prescribed format (refer to
the Annexures). The B.G. shall have the validity upto
270 Days with claim period of 90 days there after.

Schedule Available Date in


the Web-site
Schedule Closing Date
16.
&Time
Pre-Bid meeting Date &
17.
Time
Bid Submission closing
18.
Date & time
15.

19. Bid Validity

28.02.2015 Onwards
17.03.2015 15.00 Hrs.
10.03.2015 11:00 Hrs
18.03.2015 15.00 Hrs.
180 days from the date of opening of Pre-qualification
Bid

Pre Qualification/ Tech. Bid


Opening Date
21. Price Bid Opening Date &
Time
20.

19.03.2015 at 15.00 Hrs.


24.03.2015 at 15.00 Hrs

23.

Eligibility Criteria

1) (a) i. The bidder shall be a manufacturer of solar


modules of crystalline silicon technology for at
least 5 years and the manufactured modules must
have been in successful operation for at least one
year as on the date of submission of bid,
and
ii The bidder should have designed, supplied, erected
and commissioned grid connected solar PV
projects for an aggregate capacity of at least
5 MWp at a single or multiple locations,
and
iii. The bidder shall have executed one grid
connected solar project with capacity of at least
2MWp, running successfully without any major
problem for a minimum period of one year as on
the date of submission of the Bid.
(b) Alternatively,
i. The bidder may be an experienced EPC contractor
having executed turnkey solar power projects. He
should have executed solar power projects in
India for an aggregate capacity of at least 10
MWp at a single or multiple locations,
and
(ii) The bidder shall have executed one grid
connected solar project with capacity of at least
5MWp, running successfully without any major
problem for a minimum period of one year as on
the date of submission of the Bid.
2)

2)

3)

The bidder should have an annual turnover of


Rs. 30Cr. The bidder shall exhibit the turnover
for at least three financial years during the last
five years.
The bidder should have minimum Net Worth of
Rs. 15 Cr. The bidder shall have the prescribed
Net Worth for the year 2013-14.

N.B:
1. The dealers or agencies are not allowed to participate in the tender.
2. The consortiums/Joint Ventures of manufacturers and EPC contractors can
participate in the bid to meet the eligibility criteria, provided all the parties of the
consortium jointly and severally take the responsibility of fulfilling the contractual
obligations. The consortium/JVs, shall fulfill the eligibility criteria mentioned at
para-1(b). They shall have to submit the agreement/ deed fulfilling the relevant
conditions of the eligibility criteria and responsibilities.
3. The bidders are required to quote for full capacity of the project and not allowed
to quote for the part capacity.
4. In case, the bidder is a consortium/JV, and in case of award of contract to
them, the consortium/JV has to furnish additional performance bank guarantee
for 5% value of the contract over and above 10% of the contract value stipulated
for others.
24.

Place of Opening of Tenders

25.
26.

Officer Inviting Bids


Address

In the Office of NREDCAP, 5-8-207/2, Pisgah complex,


Nampally, Hyderabad - 500001, Andhra Pradesh.
V.C& Managing Director
5-8-207/2, Pisgah Complex, Nampally, Hyderabad,
Andhra Pradesh.

27.
28.

Contact Details
Procedure for bid
submission

Phone : (040) 23202391, Fax : (040) 23201666


a) The tender should be in the prescribed forms which
can
be
downloaded
from
the
web-ste
(www.nedcap.gov.in).The tender shall filled-in
completely and signed on each page by the
authorized representative of the Company.
b) Intending bidders can contact NREDCAP office for
any clarification/ information on any working day
during working hours.
c) The bidders who are desirous of participating submit
their pre-qualification/technical bids, price bids
etc., in the standard formats prescribed in the
tender documents.
d) If any tenderer fails to submit DD towards Tender
fee and DD/BG for EMD, the tenderer will be
suspended/disqualified from participating in the
tenders for a period of 12(Twelve) months from the
date of bid submission.
e) Technical bid evaluation of the tenderers would be
done on the certificates/ documents submitted
towards qualification criteria furnished by them.

29.

Statutory Requirements

The Tenderer shall fulfill the following statutory


requirements.
Income tax Clearance Certificate: Furnishing of
income tax certificate is dispensed with; however the
bidder shall furnish their copy of Permanent Account
Number (PAN) card and copy of latest income tax
returns along with the other documents as and when
called for.

30.

Other relevant information

1) NREDCAP reserves the right to reject any or all the


tenders without assigning any reasons thereof.
2) NREDCAP reserves the right to amend or modify the
tender and its conditions before last date/time for
submission of bids.

31

Superscription on Tender
Cover ( Hard Copy)

The
bidders
shall
mention
superscriptions on the tender cover:
i) Tender No
ii) Name of the Work
iii) Due Date and Time of Opening
iv) EMD Particulars.
v) Validity of the Tender

the

following

V.C & MANAGING DIRECTOR


NREDCAP

IMPORTANT INSTRUCTIONS
A) PRELIMINARY EXAMINATION:
The Bid received before the due date and time will be opened to assess
whether the Bidder qualifies and whether his offer is technically acceptable and
substantially responsive. The Purchaser will examine the Bids to determine
whether they are complete, whether required sureties have been furnished,
whether the documents have been properly signed, and whether the Bids are
generally in order. The bids of only such Bidders whose bids are technically and
commercially in accordance with the specification and who have submitted the
necessary Bid Security in the form required will be considered for opening of
price bid.
A responsive Bid is the one which accepts and fulfils all the terms and
conditions of this specification and documents, supported by the necessary
sureties, and are complete in respect of details as asked for in the Bid
document.
The responsive Bids received will be evaluated by the Purchaser to ascertain the
lowest evaluated Bid for complete works covered under these specifications and
documents.
Bidder shall quote for full quantity against all items. Part bids are liable for
rejection.
The purchaser is the final authority in deciding the above and his decision
cannot be contended.

PART-I
SECTION II: INSTRUCTIONS TO BIDDERS

1.2.1
I.

General Information

New & Renewable Energy Development Corporation of A.P. Limited


(NREDCAP) an Undertaking of the Government of Andhra Pradesh with its
Registered Office at 5-8-207/2, Pisgah complex, Nampally, Hyderabad 500
001, here in after referred to as Purchaser proposes to implement a 1MWp
grid connected solar PV (crystalline technology) plant at the location
mentioned in NIT and intends to receive Bids from well established and
reliable manufacturers/EPC contractors for following scope of supply/work,
intending to be completed during the period as specified in the NIT and
relevant place of these bid documents.
Design, manufacture, testing at manufacturers works, supply, storage at
site, erection, testing, commissioning and maintenance for ten years of
1 MWp grid connected canal top Solar PV Crystalline power project on the
canal top of Losari main Canal distributor, Gollavanitippa, Bhimavaram Rural
Mandal, West Godavari District in Andhra Pradesh along with grid connecting
equipment including associated Civil Works on turnkey basis.
The work referred here in above shall cover the scope as indicated in clause:
1.2.7
II.

SCHEDULE DATES OF BID: Pl refer to the NIT

III. PROJECT INFORMATION


A.

Name of the project

: 1 MWp Solar PV project at Gollavanitippa(V),


Bhimavaram Rural Mandal, West Godavari
District;

Location of site

: Canal top of Losari main Canal distributor,


Gollavanitippa, West Godavari District in Andhra
Pradesh
Longitude :
81o 19 19.5 E
Latitude :

16o 52 26 N

Note: The above information is general and indicative only. However the Bidder
is advised to visit the site to gather first hand information to assess the
basic Parameters required for design of the Solar PV Plants and then
quote.
1.2.2 The Bidder shall furnish the following documents along with his bid: Attested
copies of documents relating to the Registration of the firm, Partnership deed,
Articles of Association, Commercial Tax Registration, Latest Income Tax
Clearance certificate /latest IT return and copy of PAN card issued by the IT
Department etc.

1.2.3. ELIGIBILITY CRITERIA:


The bidder shall fulfill the following eligibility criteria:
1) a) (i)The bidder shall be a manufacturer of solar modules of crystalline silicon
technology for at least 5 years and the manufactured modules must have
been in successful operation for at least one year as on the date of submission
of bid,
and
ii) The bidder should have designed, supplied, erected and commissioned grid
connected solar PV projects for an aggregate capacity of at least 5 MWp at a
single or multiple locations,
and
iii) The bidder shall have executed one grid connected solar project with
capacity of at least 2MWp, running successfully without any major problem
for a minimum period of one year as on the date of submission of the Bid.
(b) Alternatively,
i) The bidder may be an experienced EPC contractor having executed turnkey
solar power projects. He should have executed solar power projects in India
for an aggregate capacity of at least 10 MWp at a single or multiple
locations.
and
ii) The bidder shall have executed one grid connected solar project with
capacity of at least 5MWp, running successfully without any major problem
for a minimum period of one year as on the date of submission of the Bid.
2) The bidder should have an annual turnover of Rs. 30 Cr. The bidder shall
exhibit the turnover for at least three financial years during the last five
years.
3) The bidder should have minimum Net Worth of Rs. 15 Cr. The bidder shall
have the prescribed Net Worth for the year 2013-14.

N.B:
1. The dealers or agencies are not allowed to participate in the tender.
2. The consortiums/Joint Ventures of manufacturers and EPC contractors can
participate in the bid to meet the eligibility criteria, provided all the parties
of the consortium jointly and severally take the responsibility of fulfilling the
contractual obligations. The consortium/JVs, shall fulfill the eligibility
criteria mentioned at para-1(b). They shall have to submit the agreement/
deed fulfilling the relevant conditions of the eligibility criteria and
responsibilities.
3.The bidders are required to quote for full capacity of the project and not
allowed to quote for the part capacity.
4. In case, the bidder is a consortium/JV, and in case of award of contract to
them, the consortium/JV has to furnish additional performance bank
guarantee for 5% value of the contract over and above 10% of the contract
value stipulated for others.

Note: The computation of Net Worth shall be based on unconsolidated


audited annual accounts of the company. The company would be
required to submit annual audited accounts for the financial year 201314 along with a certificate from the Chartered Accountant to
demonstrate the fulfillment of the criteria.
Net Worth
Add
Subtract
Subtract
Subtract

=
:
:
:
:

Paid up share capital


Reserves
Revaluation Reserves
Intangible Assets.
Miscellaneous Expenditures to the extent not
written off and carry forward losses.

The bidder shall furnish the relevant documents fulfilling the qualifying
criteria along with his bid, otherwise the bid is liable for rejection.
Therefore, the bidder is advised to study all terms and conditions of the
tender including technical specifications for submitting complete and
comprehensive tender. Failure to comply with any of the terms and
conditions or instructions of the offer with insufficient particulars which
are likely to render fair comparison of tender as a whole impossible may
lead to rejection even if otherwise it is a competitive offer/ tender.
1.2.4 COST OF BIDDING: The Bidders shall bear all costs associated with the
preparation and submission of his bid and NREDCAP will in no case be responsible
or liable for those costs, regardless of the contract or outcome of the bidding
process.
1.2.5 AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the due date &
time for submission of bids, the NREDCAP may, for any reason, whether on its own
initiative or in response to a clarification requested by a prospective Bidder, modify
the bidding documents, bidding process, terms and conditions, specification, etc.
The NREDCAP may, at his discretion, extend the due date & time for submission of
bids.
1.2.6 LANGUAGE OF BIDS: The Bid prepared by the Bidder and all correspondence and
documents relating to the bid exchanged by the Bidder and the Purchaser, shall be
written in English language only.
1.2.7

SCOPE OF THE CONTRACT: The scope of the contract shall be on the basis of a
single
bidder's
responsibility
completely
covering
all
the
Equipment/components/material and services specified under the accompanying
technical specifications (Part-III of specification). The contract shall be signed with
the successful bidder alone who would be referred to as the contractor. The scope of
the contract generally includes the following:
a. Detailed design of the entire plant
b. Arranging complete manufacture of all the equipment/ material/
components required for plant including their shop testing, supply
including packing, loading and transportation from the manufacturer's
works to the sites/stores and intra-site transport with unloading, loading
and stacking /storage at site as specified or required duly obtaining
insurance cover for transit, storage cum erection.
c. All associated Civil Engineering works like tree/bush clearance/ site
levelling, fabrication of structures, construction of foundations for
mounting structures for SPV panels, construction of control room cum
office room, water pipe line required for washing/cleaning of panels.
d. The cable trenches within and outside the control room i.e., SPV module,
area transformer & outdoor yard, etc.

10

e. Supply of Tools & Plants required for erection, testing and commissioning
and Maintenance of Plant.
f. Installation/Erection, Testing and Commissioning of the equipment in coordination with the other contractors, if any, as per the scope of the
contract.
g. Furnishing of design calculations, drawings, data, test reports,
instruction manuals, operation manuals etc., for purchaser's approval,
and on approval, submission of specified quantities.
h. Training to the purchasers operating personnel at Manufacturers works,
operating power stations and at site.
i. Extending guarantee to the supplied material for the period specified i.e.,
during maintenance period and also after taking over by the Purchaser.
j. Comprehensive Maintenance (routine, preventive and break down etc) of
Plant for specified period including required men, spares and
consumables etc.
k. The equipment/Solar Power Plant offered shall complete with all
components necessary for its effective and trouble free operation. Such
components shall deemed to be within the scope of Bidders supply
irrespective of whether those are specifically mentioned in the
specification, his bid and/or the commercial order or not.

1.2.8.

SUBMISSION OF DOCUMENTS:
The documents to be submitted shall be signed, stamped and sent to reach the
tender inviting authority on or before the specified time and date.
The tender must be completed in all technical and commercial respect and
should contain requisite certificates, drawings, informative literature etc.
as required in the tender document.
In Technical bid( sealed envelope) (Envelope-A), the following documents are
to be inserted:- 1) Total tender document duly signed on every page and
stamped. 2) Schedules 1 to 12. 2)Tender Fee 3) EMD 4) Other
documents as per the tender conditions. If necessary, additional
papers may be attached by the tenderer to furnish/ submit the
required information.
It should be superscripted with Tender for 1 MW Canal Top Solar PV
Power Project in West Godavari district- Earnest Money and Technical
Bid
Second sealed envelope (Envelope- B) should contain financial bid only
(Schedule 13).
It should be superscribed with Tender for 1 MW Canal Top Solar PV
Power Project in West Godavari district - Financial
bid. The
tenderer should submit his duly signed and stamped financial bid on
the financial bid format attached (Schedule13) with this tender document,
after writing the prices only.
Both the above sealed envelopes i.e. closely marked as Envelope-A
(Technical Bid) and Envelope-B (Financial Bid) will be sealed in another one
envelope, subscribed with TENDER notice : NREDCAP/GM/CANAL
TOP/2015 and Name of Work: Tender for 1 MW Canal Top Solar PV
Power Project in West Godavari district. This envelope shall be addressed
to VC & Managing Director, NREDCAP, HYDERABAD (AP)

11

1.2.9.

PRICE:
The bidders shall quote in their proposals a firm lump sum price for the entire
scope of supplying and erecting the equipment (covered under the Technical
Specification) including maintenance period.

1.2.10.

The above lump sum price shall be as on the date of opening of the bid and
shall include all taxes and duties like excise duty, sales tax, service tax/VAT,
works contract tax, Income Tax, surcharge on Income Tax and other corporate
taxes.
ARTICLES OF ASSOCIATION:
All Bids must be accompanied with duly authenticated copies of the documents
defining the constitution of the company, power of attorney and other relevant
documents, and any bid submitted by a partnership firm must be accompanied
by duly authenticated extracts from the partnership deed or other documents,
so as to show by which person and in what manner contracts may be entered
into, by or on behalf of the company, partnership for the due execution of such
contracts and responsibilities.
The said documents must be legalized by the local authorities at the place of
issue. Such documents should indicate current address of the firm and full
name and current address of all partners of the firm.
Any Bid not containing these documents, or if such documents are incomplete,
or do not conform to the aforesaid forms, may at the discretion of the Purchaser
be excluded.

1.2.11.

1.2.12.

DUE DATE & TIME FOR SUBMISSION OF BIDS:


The bidder shall ensure that all their bids along with all documents shall reach
the tender inviting authority before the stipulated time and date.
BID OPENING:
The Bids will be opened by the tender inviting authority on the due date
specified in NIT. If the bid-opening date falls on a Holiday or declared as a
Holiday, the bid will be opened on the succeeding working day.

1.2.13. BID SECURITY (EMD):


Offers must accompany EMD in the form as stated in NIT.
Total EMD can also be furnished by way of DD/Pay Order/Bankers Cheque
drawn in favour of NREDCAP, payable at Hyderabad.
Submission
of
EMD in any other form shall not be considered and shall be treated as
disqualification. The EMD shall be forfeited, if
i.
Bidder withdraws the bid before expiry of its validity.
ii.
Successful bidder does not accept the order/LOI or fails to enter in to a
contract within the specified period.
iii.
Successful bidder fails to furnish Contract performance security within
30 days, or within the period specified, from the date of issue of P.O/
LOI.
iv.
The offer is disqualified for the reasons stated in the bid documents, for
example, where the EMD is super-scribed on the tender cover as if it
was furnished, but not found within or found insufficient, etc.
1.2.14.

Validity of offers:
The offers shall be valid for a period specified in the NIT, counted from the
date of opening of Pre-qualification bids. The period of validity cannot be
counted from any other date other than the date of opening the Prequalification bids.
During this period the bidder shall not be permitted to withdraw or vary their
offers, once made and if they do so, the EMD shall be forfeited.

12

1.2.15.

Past Experience:
The comprehensive list of past projects implemented by the bidder in India
and abroad indicating clients, dates, size of the projects and any other
relevant information along with P.O. details and performance reports from the
Customers, shall be furnished along with offer.

1.2.16.

Cost Compensation for Deviation: Deviations specifically declared by the


bidders in respective Deviation Schedules of Bid Proposal Sheets only will be
taken into account for the purpose of evaluation. The bidders are required to
declare the prices for the withdrawal of the deviations declared by them in the
Deviation Schedules. In case the bidder refuses to withdraw the deviations at
the cost of withdrawal indicated by the bidder in the deviation schedule, the
EMD of bidder will be forfeited. Bidder may note that deviations, variations
and additional conditions etc., found elsewhere in the bid other than those
stated in the Deviation schedules, save those pertaining to any rebates, will
not be given effect to in evaluation and it will be assumed that the bidder
complies with all the conditions of Bidding Documents. In case bidder refuses
to withdraw, without any cost to NREDCAP, those deviations, which the
bidder did not state in the Deviation Schedules, the EMD of the bidder will be
forfeited.
Offers should strictly be in conformity with specifications/ drawings/ samples
as stipulated in the enquiry. In case no deviations are indicated, it will be
taken for granted that item (s) has/ have been offered strictly as per the
requirements given in the enquiry.

1.2.17.
UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND
SPECIFICATIONS.
The Bidder is required to carefully examine the specifications and documents
and fully inform himself as to all the conditions of matters which may in any
way affect the works or the cost thereof. If any Bidder finds discrepancies or
the omissions in the specifications and documents or is in doubt as to the
true meaning of any part, he shall at once request in writing for an
interpretation/ clarification, to the Purchaser in duplicate. Such clarifications
shall be submitted before due date preferably before pre-bid meeting. The
clarifications found necessary will be furnished in the form of corrigendum/
Addendum to all the Bidders, which will form part of the Bid documents.
Verbal clarifications and information given by the Purchasers or his
employee(s) or his representative (s) shall not in any way be binding on the
Purchaser.
1.2.18

LOCAL CONDITIONS
It will be imperative on each Bidder to fully inform himself of all local
conditions and factors which may have any effect on the execution of the
works covered under these documents and specifications. The Purchaser will
not entertain any request for clarifications from the Bidders, regarding such
local conditions.
It must be understood and agreed that such factors have properly been
investigated and considered while submitting the proposals. No claim for
financial adjustment to the contract awarded under these specifications and
documents will be entertained by the purchaser neither any change in the
time schedule of the contract nor any financial adjustment arising thereof
which are based on the lack of such clear information, its affect on the cost of
the works to the Bidder shall be permitted by the Purchaser.

1.2.19

PRICED QUOTATIONS
All priced quotations should be in Indian Rupees only.
The tenderer should quote his lowest firm prices valid for the duration and

13

1.2.20

1.2.21.

completion of the contract i.e. supply, erection, testing, commissioning and


maintenance of the plant. No enhancement of prices for what so ever reason
will be allowed once the offer is accepted. Quotation should carry the name of
the manufacturers for the plant offered.
INSURANCE:
Transit cum storage cum erection, testing and commissioning insurance is
the responsibility of the bidder. The equipment shall also be insured by the
bidder during the maintenance contract period. Any loss or damage to the
equipment for whatever reasons shall be to the account of the bidder. The
bidder shall promptly make good the loss or damage by way of replacement
and/or repair of the portion of the equipment damaged or lost, irrespective of
settlement of claims with the insurance underwriters. There shall be no extra
cost to the Purchaser on account of such replacement/repair of losses or
damages for whatever reasons.
All costs on account of insurance liabilities covered under the contract will be
to the Bidders account.
AWARD OF CONTRACT
Notification of Award of contract will be made in writing to the successful
Bidder by the Purchaser.

1.2.22.

COMPLETION PERIOD:
Completion period is the essence of the Contract. In case of delay in
implementation of the project, NREDCAP has to incur heavy penalties /financial
loss including cancellation of the PPA, etc. Therefore, the project shall be
completed in all respects including synchronization of Plant with Grid within
eight months from the date of issue of LOI or Purchase order whichever is
earlier. In order to meet the stipulated completion period, all the equipment
/materials shall be delivered within 120 days and meet the following milestones:
Sl.
No

Description of mile stone

Period
of
Completion (from
the date of issue
of LOI)
30 days

Furnishing of Design calculations, Drawings and


obtaining of approvals

Supply of structures required for solar PV


modules

90 Days

150 Days

Supply of PCUs, SPV Modules, Transformer,


Grid connected Equipment and all other balance
of Plant.
Erection of PV module Structures.

Erection of all Equipment

210 Days

Testing & commissioning

240 days

180 Days

The Offers not complying with the delivery schedule shall be considered nonresponsive and shall not be evaluated.
In case, the supply of all the material required for the project are not
completed within 150 days, the NREDCAP may resort to purchase the
materials/equipment from elsewhere at the risk and cost of the supplier and

14

recover all such extra cost incurred by the NREDCAP in procuring the
material by above procedure.
Alternatively, the NREDCAP may cancel the Purchase Order completely or
partly without prejudice to its right under the alternative mentioned above.
In case of recourse to alternatives above, the NREDCAP shall have the right to
purchase the materials to meet the urgency of requirements caused by
suppliers failure to comply with the scheduled delivery period irrespective of
the fact whether the materials /equipment are similar or not.
1.2.23.

CONTRACT QUALITY ASSURANCE


The Bidder shall include in his proposal the Quality Assurance Programme
containing the overall quality management and procedures which he proposes
to follow in the performance of the works during various phases as detailed in
relevant clauses of the General Technical Conditions of this part.

1.2 24.

MAINTENANCE TOOLS AND TACKLES


The proposal shall include all special tools and tackles required for the
operation and maintenance of the equipment in each equipment package.
The Bidder shall indicate all the above items in the proposal sheets in the
form of a schedule giving therein the description and the quantity of each
item. The item wise Price to be quoted by the Bidder shall be furnished in the
format, which will be delivered with the first shipment of the main equipment.

1.2.25.

GUARANTEE:
The contractor shall guarantee that the equipment being supplied under this
contract shall be new and of best quality, workmanship and shall have no
defects in manufacture, shall meet the requirements of the specifications, and
shall be in all aspects suited for the purpose intended.
The bidder shall guarantee the satisfactory performance of entire plant for ten
(10) years from the date of taking over the Plant after commissioning as the
O&M is also within the scope of the bidder for 10 years. Further, the bidder
shall extend material guarantee of 25 years for PV modules, 10 years for
inverters, transformers, switchgear, etc.
If during the said guarantee period, the buyer finds any materials to be
containing manufacturing defects or defect in workmanship or otherwise, the
contractor would be required to promptly repair/supply /replace such
defective equipment free of charge to purchaser.
The contractor shall bear all the expenses incurred in connection with the
repair or replacement against such defective equipment inclusive of all freight
and insurance, Taxes & Duties levies forwarding and clearing and demurrages
and other incidental charges involved in delivering the said equipment to the
buyers specified destination. The charges for erection and supervision of such
replacement shall not be paid by the buyer. The decision whether correction of
the defects should be by the repair or replacement shall be the sole discretion
of the buyer.
The buyer and contractor shall mutually agree to a programme of
replacement, renewal or repair which will minimize any interruption in the
commercial use of the equipment.
In the event, the contractor fails to undertake necessary steps to repair or
replace defective materials as stipulated above after receiving notice from the
Buyer of any defect in the material, or failure of any material to conform with
the specifications, the buyer may proceed to undertake the repair or
replacement of such defective equipment at bidders risk and expense but
without prejudice to any other rights with the purchaser may have against the
bidder in respect of such defects.

15

1.2.26

CHECK LIST
The Bidders are requested to duly verify the checklist enclosed in the
Annexure. This checklist gives only some of the important items. The
Bidders are, however, advised to carefully go through the Bid documents and
furnish the necessary information/documents etc., as required. The checklist
shall be attached to the letter of Transmittal.

1.2 27

It is not binding on NREDCAP to accept the lowest or any other bid. The
NREDCAP reserves the right to place orders for individual items with different
bidders and to revise the quantities at the time of placing the order. The order
for the materials may also be split up between different bidders to facilitate
quick delivery of critically required materials. NREDCAP further reserves the
right to accept or reject any/ all bids without assigning any reasons thereof

1.2.28.

The bidders are requested to refer to the General Purchase Conditions (PartII) of NREDCAP. Bidders are requested to refer to these conditions and
confirm acceptance in their offer.

1.2.29.

Make/Brand of items offered shall be specified failing which offers are liable to
be rejected. It shall be appreciated if one copy of detailed descriptive
literature/ pamphlets shall be enclosed along with the offer, which may help
technical evaluation.

1.2.30.

DRAWINGS, DATA AND LITERATURE TO BE FURNISHED


Drawings, data and descriptive literature as required in the specifications
must be submitted with the Bids and shall include sufficient detailed
performance information to enable evaluating the item as to soundness,
reliability, serviceability, and efficiency. If drawings, data and/or literature
are submitted that would require modifications to meet the specifications,
these modifications should be clearly indicated. Failure of information to
show that the item offered conforms to the specifications may lead to
disqualification of the Bid.
A written statement by the Bidder stating that he will fully meet the
requirements of the specifications will take precedence over standard
literature accompanying the Bid.
If the Bidder submits literature specifically prepared for the Bid and such
literature contains any statements or data inconsistent with the requirements
of the Bid documents, those statements and data will be construed as
intended, and may lead to disqualification of the Bid.
Bidders are warned to strike out and initial any conflicting conditions,
qualifications or delivery terms.
The Bidder shall include in his offer the following:
Undertaking to furnish details of special precautions and instructions to be
followed and check list for erection, testing and commissioning of the plant.
Undertaking to furnish all required drawings, documentations for assembly,
erection, testing and commissioning of the plant. Instructions regarding
storage, handling, precautions etc., and checklists at various stages, till the
plant is installed.
Time schedule for design, manufacture, testing, shipment, installation and
commissioning.

16

PART-I
SECTION-III
1.3.1. ELIGIBILITY CRITERIA AND PROOF OF DOCUMENTS TO BE SUBMITTED
Sl.
No
1

Eligibility Criteria
(a) (i) The bidder shall be a
manufacturer of solar modules of
crystalline silicon technology for
at least 5 years and the manufactured
modules must have been in successful
operation for at least one year as on the
date of submission of bid,
and
(ii) The bidder should have designed,
supplied, erected and commissioned
grid connected solar PV projects for an
aggregate capacity of at least 5 MWp
at a single or multiple locations,
and
(iii) The bidder shall have executed
one grid connected solar project with
capacity of at least 2MWp, running
successfully
without
any
major
problem for a minimum period of one
year as on the date of submission of
the Bid.

Proof
of
documents
to
be
submitted by the bidder
The supporting documents from the
licensing
authorities
i.e.,
departments of industries, excise,
customs, etc along with production
capacities achieved in the previous
years shall be submitted. Further,
the supporting documents having
designed and executed the solar
power plants shall also be submitted.
The copies of orders, commissioning/
completion reports or certificates, etc
received from the customers shall be
submitted. The bidders are advised
to furnish the contact persons of the
respective projects for ascertaining
the performance of those plants
directly by NREDCAP.

(b) Alternatively,
(i) The bidder may be an experienced EPC
contractor having executed turnkey solar
PV projects. He should have executed
solar PV projects in India for an
aggregate capacity of at least 10 MWp at
a single or multiple locations,
and
(ii) The bidder shall have executed one
grid connected solar project with
capacity of at least 5MWp, running
successfully without any major problem
for a minimum period of TWO years as
on the date of submission of the Bid.
3

The bidder should have an annual The audited results of financial years
turnover of Rs. 30 Cr. The bidder shall 2009-10 to 2013-14 shall be
exhibit the turnover for at least three submitted.
financial years during the last five years.

The bidder should have minimum Net


Worth of Rs. 15 Cr. The bidder shall
have the prescribed Net Worth for the
year 2013-14.

The annual audited accounts for the


financial year 2013-14 along with
certificate
from
Chartered
Accountant shall be submitted.

N.B:
1. The dealers or agencies are not allowed to participate in the tender.

17

2. The consortiums/Joint Ventures of manufacturers and EPC contractors can


participate in the bid to meet the eligibility criteria, provided all the parties of the
consortium jointly and severally take the responsibility of fulfilling the contractual
obligations. The consortium/JVs, shall fulfill the eligibility criteria mentioned at para1(b). They shall have to submit the agreement/ deed fulfilling the relevant conditions of
the eligibility criteria and responsibilities.
3 The bidders are required to quote for full capacity of the project and not allowed to
quote for the part capacity.
4. In case, the bidder is a consortium/JV, and in case of award of contract to them, the
consortium/JV has to furnish additional performance bank guarantee for 5% value of
the contract over and above 10% of the contract value stipulated for others.
1.3.2 SELECTION PROCEDURE
The price bids of the bidders meeting the eligibility criteria will only be opened and
considered for evaluation.
The selection of the successful bidder is based on the levellised cost worked out to
NREDCAP on the EPC price and O&M charges & its escalation offered by the bidder
and the guaranteed energy quoted by him.
NREDCAP considers the following parameters, other than the parameters offered by
the bidders for calculating the levellized tariff:
i.
ii.
iii.
iv.

v.
vi.

Cost of funds
:
12.5%
Life of the project
:
25 years
Loan repayment period
:
12 years
O&M expenditure
:
a) the bidder has to quote the O&M charges for 1st year and
escalation factor for next 10 years.
b)The 10th year value of O&M charges of the bidder will be
escalated @ 5.72% for 11th to 25th year of operation by
NREDCAP for evaluation purpose.
Discount factor
:
10.62%
IDC
:
2.8% of EPC value

The bids will be evaluated based on the above parameters and the quoted values of
EPC price, O&M charges and its escalation and guaranteed energy of the bidders.
The total EPC price offered by the bidder and NPV of discounted O&M expenses for
25 years O&M and thus arrived value will be considered as the project cost. The
project cost and guaranteed energy by the bidder with the financial parameters
mentioned above will be utilized for evaluation of levellised tariff and thus the lowest
bidder.
A sample calculation sheet is enclosed as ANNEXURE-C in these bid documents for
guidance of the bidders.

18

PART II
GENERAL TERMS & CONDITIONS
SECTION I

2.1.1.

GENERAL

In construing these general conditions and the annexed specification, the


following words shall have the meaning herein assigned to them unless there
is something in the subject inconsistent with such construction.
The Purchaser/Buyer/Corporation/NREDCAP shall mean
Renewable Energy Development Corporation of A.P. Limited.

New

&

The Bidder/contractor/supplier/vendor shall mean the Tenderer /Bidder


whose tender shall be accepted by the purchaser and shall include the
tenderers legal personal representatives, successors and assigns.
The Engineer shall mean the V.C & Managing Director, NREDCAP for the
time being, or such other officer as may be duly authorized and appointed in
writing by the purchaser to act as engineer for the purposes of the contract. In
case where no such engineer has been so appointed, the word Engineer
shall mean the purchaser or his duly authorized representative.
Plant Work or Works shall mean and include plant and materials to be
provided and work to be done by the bidder under the contract.
The Contract shall mean and include the general conditions, specification,
schedules, drawings, form of tender, covering letter, schedule of prices, or the
final general conditions, any special conditions applying to the particular
contract specification and drawings and the agreement to be entered into
under clause 2.1.2 of these general conditions.
Scope of contract:
For general reading of various clauses mentioned in these documents, the
term Supply shall be deemed to be treated as Supply, Erection, Testing &
Commissioning including 10 years maintenance period unless specifically
mentioned otherwise.
The Specification shall mean the specification annexed to these general
conditions and the schedules there to (if any).
Tests on completion shall mean such tests as prescribed by the
requirements of specification and performance & operation of the plant to be
made by the bidder before the plant is taken over by the purchaser.
Taking over shall mean taking over of the plant by the purchaser after
completion of tests on completion and completion of 72 hours/three days of
continuous trouble free operation of the plant without any outages/
breakdowns attributable to the contractor.
Commercial use shall mean that use of the work, which the contract
contemplates or of which it is to be commercially capable.
Month shall mean calendar month.
Writing shall include any manuscript, typewritten or printed statement,
under or over signature or seal as the case may be.
Words importing persons shall include firms, companies, corporation, and
other bodies whether incorporated or not.
Words importing the singular only shall also include the plural and vice versa
where the context requires.

19

BIDDER TO INFORM HIMSELF FULLY


The bidder shall be deemed to have carefully examined the general conditions
of specifications, schedules, and drawings. If he has any doubt as to the
meaning of any portion of these general conditions or of the specification he
shall, before signing the contract, set forth the particulars thereof, and submit
them to the purchaser in writing, in order that such doubt may be clarified.
2.1.2

CONTRACT
A formal agreement shall be entered into between the bidder and the
purchaser for the proper fulfillment of the contract.

2.1.3

Specifications and drawings:


Any information or details which are included in the specification but not
indicated in the drawings and vice-versa shall have the same effect and
meaning as if included for and shown both in the specifications and drawings.
In case of any dispute between the specifications and drawings, the decision
of the Corporation or its authorized representative shall be final and binding.

2.1.4.

Additions/ Alteration/ Modifications.


The Corporation reserves the right to make additions/ alterations/
modifications to the quantity of items in the purchase order. The supplier
shall supply such quantities also at the same rate as originally agreed to and
incorporated in the purchase order. The variation shall, however, be limited to
+ 20% of the quantity ordered.

2.1.5.

Waiver
Any waiver by the authority of any breach of the conditions of the purchase
order shall not constitute any right for subsequent waiver of any other terms
and conditions.

2.1.6.

Subletting and Assignment:


The supplier shall not, save with prior consent in writing of the Corporation,
sublet, transfer or assign the order or any part thereof or interest therein or
benefit or advantage thereof in any manner, whatsoever, provided further that
any such consent issued by the Corporation under the exigencies of the
contract, shall not relieve the supplier from any obligation, duty or
responsibilities under the contract.

2.1.7.

Information Provided by the Corporation:


All drawings, Data and documentation that are given to the suppliers by the
Corporation for the execution of the order are the property of the Corporation
and shall be returned when demanded. Except for the purpose of executing
the order of the Corporation, supplier shall ensure that the above documents
are not used for any other purpose. The supplier shall further ensure that the
information given by the Corporation is not disclosed to any person, firm,
body, corporate and / or authority and every effort shall be made to keep the
above information confidential. All such information shall remain the absolute
property of the Corporation.

2.1.8.

Rating & Name Plates:


Equipment should be provided with name plate giving full details of
manufacture, capacity and other details as specified in the relevant IS or
other specification stipulated. The purchase order No and date and year of
supply and the words NREDCAP must be etched on the name plate.

20

RATING PLATE:
Each main and auxiliary item of plant shall have permanently attached
to it a rating plate in a conspicuous position. This shall be of a noncorrodible material preferably chromium plated steel to stand the prevalent
atmospheric conditions as indicated. The inscription shall be engraved in
black on the plate.
The size of the rating plate shall depend upon space availability and
inscriptions shall be approved by the purchaser. The plates shall be
reasonably sized for clarity and clear inscription. The plates shall be attached
to the body of the equipment by screws.
NAME PLATE:
Each item of plant shall be provided with a name plate or label designating
the service of the particular equipment. The shape and size of the plate
and inscriptions shall be approved by the purchaser.
Such name plates shall be of non-corrodible material preferably chromium
plated steel having engraved black lettering or otherwise as specified.
In case of indoor equipment, the plate shall be of transparent plastic material
with black lettering engraved on the back. The name plates shall be screwed
to the body of the equipment.
2.1.9.

Interchangeability:
All similar materials and removable parts of similar equipment shall be
interchangeable with each other. A specific confirmation of this should be
furnished along with the invoices for the supplies.

2.1.10.

Materials & Workmanship:


Supplier shall fully warrant that the stores, equipment and component
supplied shall be new and first quality, according to the specifications and
shall be free from defects (even concealed faults, deficiency in design,
materials and workmanship).

2.1.11.

Spare Parts, Oil & Lubricants:


Wherever applicable, the supplier shall furnish to the Corporation, item-wise
price list of spares required for regular operation and maintenance of the
ordered equipment. The supplier shall also furnish necessary instructions and
drawings to identify the spare part numbers and their location as well as an
interchangeability chart.

2.1.12.

Suppliers liability:
Supplier accepts full responsibility and indemnifies the Corporation and shall
hold the Corporation harmless from all acts of omission and commission on
the part of the supplier, his agents, his subcontractors and employees in
execution of the contract. The supplier also agrees to defend and undertakes
to indemnify the Corporation and also hold it harmless from any and all
claims for injury to or death of any and all persons including but not limited
to employees and for damage to the property arising out of or in connection
with the performance of the work under the contract.

2.1.13.

Access to suppliers Premises:


The Corporation and /or its authorized representative shall be provided
access to suppliers and / or his sub-contractors premises, at any time
during the pendency of the contract, for expediting the supplies, inspection,
checking etc.

2.1.14.

Inspection/checking/ testing:
All materials/ equipment to be supplied shall be subject to
inspection/checking/ testing by the Corporation or its authorized
representative at all stages and places, before, during and after the

21

manufacture. All tests shall be carried out in the presence of authorized


representative of the Corporation. Supplier shall notify the corporation for the
inspection of materials/ equipment when they are ready, giving at least 15
days notice. If upon receipt at Corporations stores, the materials/ equipments
do not meet the specifications, they shall be rejected and returned to the
supplier for repair/ modification etc., or for replacement. In such cases all
expenses including to and fro freight charges, repacking charges, transit
insurance etc., shall be to the account of supplier.
Inspection by the authorized representative of the Corporation or failure of the
Corporation to inspect the material/ equipment shall not relieve the supplier
of any responsibility or liability in respect of such materials /equipment and
shall not be interpreted in any way to imply acceptance thereof by the
Corporation. Whenever specifically asked for by the Corporation, the supplier
shall arrange for inspection/ testing by institutional Agencies such as Lloyds
Register of Asia, RITES etc. In such cases supplier shall adhere to the
inspection/ testing procedures laid down by such agencies. All expenses
including inspection fees shall be to the suppliers account unless agreed to
the contrary and specified in the contract.
2.1.15.

PACKING AND MARKING:


All materials/equipment shall be securely packed to the requirement of
transportation by Rail/Road/Sea transport. All exposed services/
connections/ protrusions shall be properly protected. All unexposed parts
shall be packed with due care and the packages should bear the words
Handle with Care. The packing requirements of Rail/ Road transport shall be
complied with so as to obtain clear Railway/ Lorry Receipt i.e. without any
qualifying remarks.
All packages and unpacked materials shall be marked with the name of the
Consignor, Consignee, Purchase Order/Contract No., gross and net weight,
sign of handling, if any, with indelible paint in English at least at two places.
In case of bundles, metallic plates marked with the above details shall be
tagged with such bundles.
All Equipment/material shall be protected for ocean shipment, inland
transport, carriage at the Site and outdoor storage during transit and at
the Site, strictly according to the instructions given in this specification.
The contractor shall be responsible for any damage to the equipment
during transit due to improper and inadequate packing.
Only packages constructed out of sound material and of dimensions
proportional to the size and weight of contents shall be used.
Bundled materials shall be strapped rigidly with steel band over the
protective covering.
Fragile materials shall be securely braced with the containers or
otherwise amply fastened and packed to prevent hitting or rattling. Soft
non-hygroscopic packing materials shall be placed between the hard
packing materials and the fragile equipment. Articles which do not
completely fill the selected container must be cushioned, braced,
fastened or blocked to prevent damage to the article itself or
destruction of the container. Inner bracing or blocking must be such
that the content's weight is distributed over interior surfaces rather
than concentrate on one or two critical points.

22

Loose material, e.g. bolts, nuts etc., shall be packed in gunny bags and
sealed in polythene bags with proper tagging.
Components containing glass shall be carefully covered with shock
absorbing protective material such as expanded polystyrene ('Thermo
Cole').
All openings in the equipment shall be tightly covered, plugged or
capped to prevent foreign material from entering.
In the case of large and bulky equipment, the contractor shall be
responsible for ascertaining transport limitations and supply the
equipment in the minimum number of components or sub-assemblies,
within the framework of transport limitations.
Wherever necessary, proper arrangements for attaching slings for lifting
shall be provided.
The contents of the packages shall be sealed in thick polythene sheets
and all the inside walls of the packages shall be lined with
waterproof paper to protect the equipment from damage due to dust
and moisture.
All equipment shall be protected for the entire period of dispatch,
storage and erection against corrosion, incidental damage due to
vermin, sunlight, rain, high temperature, humid atmosphere, rough
handling in transit and storage in the open including possible delays
in transit. Material and equipment shipped across the sea shall be
packed to withstand without damage, the effects of salt spray. All
machined and plated parts shall be protected with anti-rust grease. At
such points, wrapping impregnated with anti-rust composition or vapor
phase inhibitors shall be used. These shall have sufficient strength to
resist chafing and indentation due to the movement which is likely to
occur in transit. The protective wrappings and impregnation shall last
for a minimum period of three months.
Silica-gel or approved equivalent moisture absorbing material in small
cotton bags shall be placed and tied at various points on the
equipment, wherever necessary.
Adequate provision of skids or pallets shall be made to keep the
packages above the collecting drainage. Crates and other large
containers should have drain holes in the bottom to prevent collection
of water within the packing. This is especially important where the
cargo itself is subject to condensation (cargo sweat).
All cases shall be provided with suitable cutouts, closed by bolted
wooden planks to facilitate inspection by customs authorities.
Waterproof transparent papers shall be provided at the cutout locations
to prevent water ingress into the casing through the cutout.
Each crate or package shall contain a packing list in a waterproof
envelope. Copies of the packing list, in triplicate, shall be
forwarded to the NREDCAP prior to dispatch. All items of material
shall be clearly marked for easy identification against the packing list.
All spare parts shall be packed and treated for long storage conditions
at site.
Any material found short inside the packing cases shall be supplied by
the contractor at no extra cost to the purchaser.
All packing cover and packing material shall become the property of the
purchaser.

23

2.1.16. MARKING
All packages shall be clearly, legibly and durably marked with uniform
block letters (preferably with waterproof paint) on at least three sides with :

2.1.17.

a) Destination address as communicated.


b) Contract NO.
c) Dimensions.
d) Net and gross weights.
e) Sign showing 'side up'.
f) Sign showing 'fragile' marks in case of delicate Equipment.
g) Sign showing slinging and sling position.
h) Any handling and unpacking instructions, if considered necessary.
i) Identification mark relating them to the appropriate shipping
documents.
j) In case of spare parts, each spare part shall be clearly marked and
labeled on the outside of its packing with its description and
catalogue/part number.
ERECTION MARKS
All equipment comprising multipart assemblies, e.g. steel frame works, piping
etc., shall be marked with identifying numbers and/or letters corresponding
to those of the approved drawings or material lists. These erection marks shall
be clearly readable.
The contents of the package shall be punched on non-corrosive metal plate
and nailed to the package on a prominently visible place. If the number of
items in the package is too many, a typed list in transparent waterproof bag
shall be kept inside a galvanized steel sheet pocket nailed on to the outside of
package in prominently visible location.

2.1.18. ELECTRICAL EQUIPMENT:


Solar panels, modules, inverters, Control cabinets, lighting panels etc. shall
be packed and shipped in convenient sections. All with drawable equipments
like circuit breakers, and its accessories, relays, instruments are so packed
such that their operating mechanisms are secured from movement/
vibrations and damage. Transformer may be shipped separately.
Cables shall be shipped in non-returnable drums, adequately braced, and
with cable ends adequately sealed to prevent ingress of moisture.
2.1.19.

STORAGE OF MECHANICAL AND ELECTRICAL EQUIPMENTS AT SITE


The types of storage are broadly classified as i) Special storage Air
conditioned, ii) Closed storage, iii) Semi-closed storage and iv)Open storage.

The equipment covered under this Specification shall be stored in the type of
storage as recommended by the manufacturer/owner.
2.1.20. STORAGE:
NREDCAP will make available the place at site for storing the material, if
available on chargeable basis. The contractor shall arrange construction of
storage sheds, etc for proper storage of materials and to minimize wasteful
handling during retrieval of items required for erection. The outdoor storage
areas as well as semi-closed stores shall be provided with adequate drainage
facilities to prevent water logging.
The stores sheds shall be built in conformity with fire safety requirements and
with adequate lighting and fire extinguishers. No smoking signs shall be
placed at strategic locations. Safety precautions shall be strictly enforced.
Adequate lighting facility shall be provided by the contractor in storage areas
and storage sheds and security personnel positioned to ensure enforcement of
security measures to prevent theft and loss of materials. The contractor shall
carry out regular inventory of materials received, issued and erected and
notify the purchaser of any loss when noticed.

24

The contractor shall provide adequate number of competent stores personnel


including store-keepers, clerical staff, inspection engineers, watchmen
and
security staff to efficiently store and maintain the equipment/material
entrusted to him.
Any equipment left in the open under such conditions shall be, if required,
covered with tarpaulin.
2.1.21.

MAINTENANCE DURING STORAGE


The Contractor is responsible for maintenance of the equipment stored at site
as per standard practices for storage and as per manufacturers
recommendations of each of the equipment.

2.1.22. PROGRESS REPORTS AND PHOTOGRAPHS/ VIDEOS


During various stages of the manufacture in the pursuance of the contract,
the contractor shall at his own cost submit progress reports as may be
reasonably required by the Buyer with such materials, such as charts,
networks, photographs/Videos, test certificates etc., Such progress reports,
shall be in the form and size as may be required by the Buyer and shall be
submitted at least in four copies. During coordination meetings or review
meetings, presentation shall be made by power point presentation with
photographs for important mile stones.
2.1.23. Progress Reports:
Daily/weekly and Monthly progress reports shall be prepared by the
Contractor and submitted to the purchaser in six copies. The first report shall
cover the period up to the end of the first calendar month following the
Commencement Date. Reports shall be submitted daily/weekly and monthly
thereafter.
Reporting shall continue until the Contractor has completed all work, which is
shown to be outstanding at the completion date stated in the Taking-Over
Certificate for the Works.
Each report shall include:
a).

charts and detailed descriptions of progress, including each stage of


surveys, Investigation, design, Contractor's Documents, procurement,
manufacture, delivery to Site, construction, commissioning and trial
operation;

b).

Digital photographs/videos showing the status of progress on the Site;

c).

For the manufacture of each main item of Plant and Materials, the
name of the manufacturer, manufacture location, percentage progress,
and the actual or expected dates of:

d).

Commencement of manufacture,
Contractors inspections, tests, and
Dispatch and arrival at the Site;
the details of Contractor's Personnel and Equipment;

e).

Copies of quality assurance documents, test results and certificates of


Material;

f).

List of Variations, notices given

g).

Safety statistics, including details of any hazardous incidents and


activities relating to environmental aspects and public relations; and

h).

Comparisons of actual and planned progress, with details of any events


or circumstances which may jeopardize the completion in accordance
with the Contract, and the measures being (or to be) adopted to
overcome delays.

25

2.1.24.

DOCUMENTATION
The contractors store keeping function will include maintaining various
records. These records shall include but not limited to
Supplier-wise record of equipment/material received, stored and issued for
erection as well as stock position.
Record of inspection and repairs carried out, protective measures and
lubrication equipment in storage as well as erected until the same is taken
over by the owner.

2.1.25.

Dispatch of materials:
The supplier is responsible for the safe delivery of the goods in good condition
at destination stores. The supplier should acquaint himself of the conditions
for handling and transport of the goods to destination and shall include and
provide for security and protective packing of the goods so as to avoid damage
in transit. Packing of the materials / equipment shall be strictly as per the
provision of the contract or standards or as required. All formalities related to
allotment of wagons, loading permission from railways shall be completed by
the supplier. The supplier shall communicate immediately the dispatch details
to the consignee as specified in the contract. The original dispatch documents
shall be forwarded immediately either directly or through bank, failing which
the supplier shall be responsible for any delay in payment and consequential
payments of demurrages and wharfages to the transporter.

2.1.26.

Demurrage/wharfage:
Supplier shall also be responsible for all payments due to late receipt of
RR/LR and other documents.

26

PART II
SECTION II
FINANCIAL
2.2.1.

Prices:
i.

Price(s) shall be firm and not subject to escalation on any account, till the
contract is executed in full and its subsequent amendments accepted by
the supplier even though the completion/execution of order may take
longer time than delivery period incorporated and accepted in contract.
ii. The bidder shall quote their prices for Supply, Erection &
Commissioning and Maintenance portion separately as per schedule of
prices indicated in the schedules.
iii. The prices quoted shall be lump sum and on FOR Destination basis
inclusive of all taxes and duties. The prices shall be FIRM through out and
until Supply, Delivery, Erection, Testing and commissioning and
maintenance of the equipment/system Maintenance period covered under
the contract is completed.
.

iv. All applicable taxes/duties/levies such as Excise duty, CST, APVAT, Works
Contract Tax, Octroi, Cess, Entry Tax etc., and any other taxes and duties
that are applicable for such contracts in the State of Andhra Pradersh as
on the date of Opening of bid shall be considered. The Percentage rates of
duties and taxes, etc., so considered in the above lump sum and firm price
shall be clearly indicated in the price bid without fail.
2.2.2.

Taxes, Levies and Duties:


Sales Tax, Excise Duty and other levies payable shall be shown separately in
the invoice.
Variations in Statutory Levies:
Any variation, upward or down ward, in statutory levies or new levy is
introduced after opening of the bids/placement of order shall be to the
account of the Corporation, unless otherwise mentioned in the contract,
provided that the delivery is completed within the contractual delivery
schedule. In cases where delivery schedule is not adhered to by the supplier
and there is upward variation/revision after the agreed delivery date, the
bidder/supplier shall bear the impact of such increased levies and if there is
downward variation/revision, the corporation shall be given advantage to that
extent.

2.2.3.

All royalties for patent or charges for the use or infringement thereof that may
be involved in the construction or use of any equipment shall be included in
the bid price. The bidder /supplier shall protect the Corporation against any
and all claims arising on account of the use thereof. The Corporation agrees to
furnish the supplier any appropriate information or assistance.

2.2.4.

Contract performance Security- For EPC contract


a). The successful bidder shall furnish within one month from the date of
issue of LOI/PO, the contract performance security equal to 10 % of EPC
value of purchase order/contract (including Taxes and Duties) for proper
fulfillment of the terms and conditions of the contract till full execution of
the plant and fulfillment of terms and conditions thereof. The amount of
Contract Performance Security shall be forfeited to the extent of financial
loss suffered by the Corporation, if supplier fails to execute the order and
fulfill its terms and conditions.
b) Contract performance Security shall be furnished in the shape of Demand
Draft drawn on any nationalized bank in favour of , NREDCAP payable at
Hyderabad or in the form of bank guarantee from any nationalized bank in

27

the prescribed proforma.


c) The Bank guarantee should be valid for a period of three years initially and
shall be extended from time to time as per requirement.

d) Contract Performance Security shall be returned to the contractor after two years of
successful commercial operation of the solar plant provided,
i. the contractor has fulfilled all contractual obligations,
ii. the contractor has proven the satisfactory performance of the
plant as per the terms and conditions set out in the contract,
iii. the contractor has submitted the contract performance security
deposit for O&M period set out herein below,
iv. and there is nothing outstanding either against the contract or
any other purchase orders/contracts placed by the corporation
on the Contractor.
Contract performance Security For O&M contract:
a). The successful bidder shall furnish within one month from the date of
taking over of the plant after successful commissioning, the contract
performance security for O&M, equivalent to 15 % of the net present value
of the O&M charges for 10 years payable to the contractor.
The amount of Contract Performance Security shall be forfeited to the
extent of financial loss suffered by the Corporation, if supplier fails to
operate and maintain the plant properly and fulfill terms and conditions.
b) Contract performance Security shall be furnished in the shape of Demand
Draft drawn on any nationalized bank in favour of, NREDCAP payable at
Hyderabad or in the form of bank guarantee from any nationalized bank in
the prescribed proforma.
c) The Bank guarantee should be valid for a period of ten years initially and
shall be extended from time to time as per requirement.

d) Contract Performance Security shall be returned to the contractor after ten years of
successful operation & maintenance of the solar plant provided,
i.
ii.
iii.

2.2.5.

the contractor has fulfilled all contractual obligations,


the contractor has maintained the plant properly to generate
maximum power by the plant as per the terms and conditions
set out in the contract,
and there is nothing outstanding either against the contract or
any other purchase orders/contracts placed by the corporation
on the Contractor.

Terms of payment:
A. EPC contract:
i) Within the Contractual delivery period:
a) 60% of the EPC value will be paid within 30 days on receipt and
acceptance of the material in good condition at site and furnishing of
Contract Performance Security for 10% value of the EPC value for the
specified period;
b) 30% of the EPC value will be paid within 30 days on successful
Erection and Commissioning of the plant;
c) 10% of the EPC value will be paid after three months from the taking
over of the plant;

28

ii) Beyond the contractual delivery period:


a) 50% of the EPC value will be paid within 30 days on receipt and
acceptance of the material in good condition at site and furnishing of
Contract Performance Security for 10% value of the EPC value for the
specified period;
b) 30% of the EPC value will be paid within 30 days on successful
Erection and Commissioning of the plant;
c) 20% of the EPC value will be paid after three months from the taking
over of the plant subject to settlement of liquidated damages and other
recoveries to be made;
OPERATION & ANNUAL MAINTENANCE CHARGES:

Annual maintenance charges will be paid on pro-rata basis half yearly


after completion of satisfactory maintenance of the plant.
NOTE:

1 The payment will be processed only after submission of contractors


commercial invoice along with required documents like test certificates,
inspection reports, bank guarantees, etc.
2. The bidders who take deviation from the above terms of payment will be
evaluated by loading their price with 15% rate of interest per annum.
3. Payments shall be made through account payee cheques only.
2.2.6

If the supplier has received any over payments by mistake or if any amounts
are due to the Corporation due to any other reasons, when it is not possible to
recover such amount under the contract the Corporation reserves the right to
collect the same from any other amounts and/or Bank Guarantee given by
the supplier due to or with the Corporation.
When the supplier does not at any time fulfill his obligations in replacing/
rectifying, etc., of the damages/defective materials in part or whole, promptly
to the satisfaction of the corporations officers, the corporation reserves the
right not to accept the bills against subsequent dispatches made by the
supplier and under these circumstances, the supplier only will be responsible
for any demurrage, wharfage or damages occurring to the consignments so
dispatched.

2.2.7.

Delivery Period: The bidder has to submit a detailed PERT confirming to the
delivery schedules for material and completion of erection, testing and
commissioning of the plant stipulated in the bid documents.

2.2.8.

Liquidated Damages:
In case the contractor fails to achieve the successful commissioning of the
plant within the due date for completion as indicated in these bid documents,
then the Corporation shall levy the liquidated damages on the contractor at
the rate of 1% (one percent) of the contract price per week of delay or part
thereof subject to a maximum of 10% of total contract price. Liquidated
Damages so levied will be recovered from the supply/erection bills of the
Contractor .

29

2.2.9.

Timely Completion:
The solar projects are proposed by NREDCAP under promotional policies and
time bound programme outlined by the Government of AP and thus the
completion period is essence of the contract and the successful bidder shall
take all necessary measures to execute the project in the least possible period
preferably before scheduled completion period.

2.2.10.

Removal of Rejected Goods and Replacement:


a).

b)

2.2.11.

If upon delivery, the material/ equipment is found not in conformity


with the specifications stipulated in the contract, whether inspected
and approved earlier or otherwise, those shall be unacceptable to the
Corporation or its authorized representative. A notification to this effect
shall be issued to the supplier, normally within 10 days from the date
of receipt of materials at stores.
Supplier shall arrange suitable replacement supplies and remove the
rejected goods within 7 days from the date of notification failing which,
the goods shall be dispatched to vendor by road transport on freight to
pay basis at suppliers risk and cost.

c)

External damages or shortages that are prima-facie the results of rough


handling in transit or due to defective packing shall be intimated within
a fortnight of the receipt of the materials. In case of internal defects,
damage or shortages or any internal parts, which cannot ordinarily be
detected on a superficial visual examination, though due to bad
handling in transit or defective packing should be intimated within 3
months from the date of receipt of these articles. In either case the
damaged or defective material should be replaced by the supplier free of
cost to the Corporation.

d)

If no steps are taken within 15 days of receipt of intimation of defects or


such other reasonable time as the corporation may deem proper to
afford, the corporation may without prejudice to its other rights and
remedies arrange for repairs/ rectification of the defective materials or
replace the same and recover the expenditure incurred from the
deposits such as EMD, Performance Security /guarantees or other
monies available with the corporation or by resorting to legal action.

ERECTION CONDITIONS OF CONTRACT

2.2. 11.1
The following shall supplement the conditions already contained in the other
parts of these specifications and documents and shall govern the scope of
contract related to the erection, testing and commissioning.
Scope of services:- The scope of the work and duties and responsibilities of
the contractor shall broadly include the following:
1.

Re-checking and re-verification of plant and equipment and materials


supplied by the contractor and their sub-vendors.

2.

Erection including disassembly, pre- assembly etc. and performing trail


and pre-commissioning tests, adjustment, calibration, etc, of the plant
and equipment.
Initial operation of the plant and equipment till successful completion
of trail operations.
Carrying out the performance and guarantee tests in terms of General
technical conditions.
Repairs, modifications and alterations, etc., of the plant and
equipment, whenever necessary.
Training personnel of the Buyer in erection, testing and operation and

3.
4.
5.
6.

30

maintenance of the plant and equipment at site.


Rendering clarification and guidance, on technical problems and
drawings/ documents relating to the plant and equipment.
8.
Preparation of detailed programmes/schedules for erection, testing and
commissioning activities of the plant and equipment including material
and manpower planning.
9.
Any other related services though not specifically mentioned herein
before but necessary for proper execution of the work, as stipulated.
10. The bidder shall indicate the requirement for adequate storage at site.
7.

WORK AND SERVICES


The contractor shall undertake to perform the complete job as per scope
above. Such parts as may have not been specifically included but otherwise
form part of the job are deemed to be included unless otherwise specifically
excluded.
The contractor shall arrange for the services of fully qualified and competent
supervising Engineer/Engineers and necessary number of personnel as the
contractor deems it absolutely necessary with the requisite specialized skills
for the erection, testing and commissioning of equipment.
All tools required for installation shall be arranged by the contractor.
Inspection and testing of the complete installation and putting in regular
service and shall bear the overall responsibility of the satisfactory installation,
testing and commissioning of the equipment. The contractor shall make his
own arrangements for Boarding & Lodging of his personnel.
The following facilities and services are also covered in the scope of
Tenderer.
Unloading and loading of equipment and accessories, transportation to the
site and storage.
Providing of necessary labour force required for the execution of the job.
Providing of necessary transport facilities for the staff to be deputed by the
contactor for installation work.
2.2. 11.2 ERECTION LABOUR AND TOOLS
i.

ii.

iii.
iv.

2.2. 11.3.

The contractor shall furnish the list of special erection tools. Special
tools which in the opinion of the contractor would be required for
erection work during maintenance should be indicated in schedule for
special tools and plants.
The contractor may elect to bring with him certain personal tools
required for erection which are remain his property at all times. Use of
such personal tools for erection work shall not entitle the contractor to
any additional payment. Any assistance required by the contractor in
securing entry and exit permits for such tools shall be rendered by the
buyer.
Checking for necessary positions, levels and dimension of foundation
shall be done by the contractor.
Cleaning and Servicing: The contractor shall ensure that inside of all
tubes, pipes, valves fittings and actuators shall be free from dirt and
loose scales by thoroughly blowing and / or flushing of service before
being erected by them.
FIELD ENGINEERING CLARIFICATIONS

The contractor shall provide all necessary field engineering clarifications to


the buyer that they may require for the purposes of their works. The
contractor shall also provide all engineering clarifications and details to the
buyer for the overall engineering / start-up of the plant and equipment
supplied by them.

31

2.2. 11.4

IMPLEMENTATION AND FIELD QUALITY PLANS

It will be the responsibility of the Contractor to ensure that the erection of the
equipment is carried out according to the quality plans and standard
manufacturing practices / instructions as given by the manufacturer without
any deviations in performing the erection in accordance with such quality
plans, etc. The contractor shall further identify specific hold points beyond
which work will not proceed without Buyers consent so as to further ensure
that he performs the above quality functions effectively.
2.2. 11.5.

PRE-COMMISSIONING TRAILS AND INITIAL OPERATIONS

1.

On completion of all works, all the measurements shall be jointly taken


by the contractor and buyer and a protocol signed. The tests and trail
operations shall be conducted only after signing of the protocol.

2.

The pre-commissioning trails and initial operations of the equipment


supplied by the contractor shall be the responsibility of the contractor.
The contractor shall provide, in addition, any special instruments/
calibrating devices, etc., if required for the successful performance of
these trials.

2.2. 11 .6.

COMMISSIONING REPORT

The buyer and contractor shall properly maintain in the agreed formats their
respective records of all observations and measurements taken in respect of
all tests and operations. Joint protocol shall be signed on completion of each
and every test / check till the trail operation. During trail operations all
readings shall be jointly maintained and signed. On successful completion of
trail operations, a report shall be jointly prepared and signed indicating
results of all the tests / checks and trail operation readings.
2.2. 11.7.

RELEASE OF CLAIMS

After completion of work and prior to final payment, contractor shall furnish a
release of claims against the NREDCAP arising out of the contract other than
the claims specifically identified, evaluated and accepted.
2.2. 11.8.

TAKING OVER

Upon successful completion of erection, testing and commissioning in respect


of all equipments under the scope of the specification, NREDCAP shall issue
to the contractor, a taking over certificate as a proof of final acceptance of the
equipment. Such certificate shall not unreasonably be held up on account of
minor omission or defects, which does not affect the commercial operation or
do not constitute any serious risk to the equipment. The contractor shall
undertake to make good such omissions and defects at the earliest possible
time. The estimated amount as decided by the NREDCAP for making good
such omissions or defects or deficiency in observed performance over the
assessed or guaranteed performance shall be deducted from the invoice of the
contractor and the amount deducted shall be paid as soon as the omissions
or defects are rectified or made good the financial loss, etc to the satisfaction
of NREDCAP. The taking over certificate however shall not relieve the
contractor of his obligation which otherwise survive by the terms and
conditions of the contract after issuance of such certificate.
2.2. 11.9.

REGULATION OF LOCAL AUTHORITIES AND STATUS

The contractor shall, to the extent relevant and applicable, comply with all the
rules and regulations of local authorities, during the performance of his field
activities. He shall also comply with the minimum wage Act: 1948 and any
modifications thereof and the payment of wages Act (both of the Government
of India) and the rules made there under, in respect of employees or workmen
employed or engaged by him. The contractor shall also supply the equipment
in conformity with the electricity laws, rules, etc and obtain all permissions
and approvals from the competent authorities such as CEIG, etc before
charging the equipment for testing and commissioning.

32

2.2. 11.10. CONSTRUCTION MANAGEMENT


1

The field activities of different contractors working at site, will be coordinated by the NREDCAP and the NREDCAPs decision shall be final
in resolving any disputes or conflicts between the Contractor and other
Contractors and regarding scheduling and co-ordination of work.

The NREDCAP shall hold meetings of all the Contractors working at


site, at a time and a place to be designated. The Contractor shall
attend such meetings and take notes of discussions during the meeting
and the decisions of NREDCAP and shall strictly adhere to these
decisions in performing his services. In addition to the above weekly
meetings, NREDCAP may call for other meetings either with individual
contractor or with selected number of Contractors and in all such cases
the Contractor, if called shall attend such meetings.

2.2.11.11.

CONTRACTORS
OPERATION

ASSISTANCE

IN

WORK

PLAN

FOR

FIELD

Erection network submitted by the Contractor and discussed with the


buyer and finalized with necessary modifications to form a part of
Contract documents will be the essence for planning erection activities.
Accordingly the Contractor will prepare work plan in line with erection
network for erection activities to be performed.

First preparation of such erection plan will cover erection activities to


be performed for two months period. Every subsequent plan prepared
in the last week of every month, will contain updated report for
reflecting progress achieved up to 20th day of the month (hereinafter
reporting month) a firm programme for the first ensuing month and
tentative programme for the second ensuing month. The firm erection
programme for the first ensuing month will reflect the progress of the
reporting month erectable equipment and material available at site,
resources at the immediate disposal of the Contractor and the inputs to
be provided by the Buyer. The firm work plan shall be broken down by
the Contractor in week-wise erection plan. The tentative work plan
must set target for complete work based on progress achieved in the
reporting month, progress likely to be achieved through firm plan of
first ensuing month and identify constraints.

The erection work plan will be reviewed periodically for effective


implementation of work plan.

The Contractor shall also intimate the programme of the visit of his
personnel to site and departure from site. NREDCAP will have the right
to review the list of such personnel and ask for increase in the strength
or reschedule the visits of such personnel, if in the opinion of
NREDCAP, the list of personnel furnished by the Contractor is not
sufficient for effective performance of the Contract.

The Contractor shall have the complete responsibility for the safety of
all persons employed by him, and all the properties under his custody
during the Contract. This requirement shall apply continuously till the
completion of the contract and shall not be limited to normal working
hours.

2.2. 11.12. ACCESS TO SITE


1

The Contract, so far as it is executed on the Buyers premises, shall be


carried out till such time as the Buyer may approve.

During the execution of the work, no persons other than the contractor,
or his duly appointed representative, sub-contractors and workmen

33

shall be allowed to do work on the site, except by the special


permission in writing. But access to the works at all times shall be
accorded to the NREDCAPs representatives and other authorized
officials.
2.2. 11.13. CONTRACTORS SITE OFFICE ESTABLISHMENT
The Contractor shall establish a site office at the site and keep posted
an authorized representative for the purpose of Contact. Any written
order or instructions of NREDCAP shall be communicated to the
Contractors representative and such communication shall be treated
as a communication to the contractors legal address.
2.2.11.14. CO-OPERATION WITH OTHER CONTRACTORS
1
The Contractor shall co-operate with all other Contractors and staff of
the Buyer, who may be performing other services on behalf of the Buyer
and the workmen who may be employed by the Buyer and doing work
in the vicinity of the Contractors work site.
2

Buyer shall be informed promptly by the Contractor of any defects in


the work that could affect the performance of the equipment. The
Contractor and the buyer shall determine the corrective measures, if
any, required to rectify this situation after inspection of the works.

2.2. 11.15. QUALIFICATION OF CONTRACTORS PERSONNEL


1

The Contractors personnel will be adequately qualified, trained and


experienced so as to carry out the duties most efficiently and effectively
as expected of them. The Contractors personnel shall have adequate
experience of working on similar type of the equipment and similar job.

Notwithstanding above if any of the personnel is not found to be


performing his services in a manner as expected of him, under the
contract, the Contractor on advice from NREDCAP, shall replace such
person(s) at his cost with those acceptable to NREDCAP, by mutual
agreement.

2.2.11.16.

DISCIPLINE OF WORKMEN
The Contractor shall adhere to the disciplinary procedure set by
NREDCAP in respect of his employees and workmen, if any, at site.
The NREDCAP shall be at liberty to object to the presence of any
representative or employee of the Contractor at the site, if in the
opinion of NREDCAP, such employee has misconduct, or is
incompetent or negligent or otherwise undesirable, and then the
Contractor, after mutual agreement, shall replace such a person
objected to.

2.2. 11.17. MANPOWER REPORT


The Contractor shall furnish, on the first day of every month,
manpower report of the previous month detailing the number of
persons scheduled to have been deployed and actually deployed for
timely and successful commissioning of the equipment.

2.2. 11.18. CLEANLINESS


The offices and the residential areas of the Contractors employees
within the premises of the buyer or those allotted by the buyer, shall be
kept neat and clean to the entire satisfaction of the buyer.
2.2. 11.19. FIELD OFFICE RECORD
The Contractor shall maintain at his office, up-to-date copies of all
drawings, specifications and other contract documents and any other
supplementary data, complete with all the latest revisions thereto. The

34

Contractor shall also maintain, in addition, the continuous record of all


changes to the above Contract documents, drawings, specifications,
supplementary data etc., effected at the field and on completion of his
total assignment under the Contract shall incorporate all such changes
on the drawings and other engineering data to indicate as installed
conditions of the equipment furnished under the Contract. Such
drawings and engineering data shall be submitted to NREDCAP in
requisite number of copies as per terms of the Contract.
2.2. 11.20. EPF & INSURANCE
The bidder should obtain independent EPF account code in his name,
from the competent authority. Documentary evidence for the same
should be produced at the time of entering into agreement or before
commencement of works, as demanded by NREDCAP.
The insurance of all Contractors personnel against any accident during
erection, testing and commissioning etc., shall be arranged by the
Contractor at his cost. The Contractor shall also indemnify the Buyer
against all liabilities arising out of any accidents, loss and/ or any
other reasons. The personal insurance for the contractors personnel
deputed to site shall also be arranged by the Contractor at his cost.
A.

COMPREHENSIVE AUTOMOBILE INSURANCE


This insurance shall be in such a form as to protect the Contractor against all
claims for injuries, disability, disease and death to member of public including
the Buyers men and damage to the property of others arising from the use by
the Contractors personnel of motor vehicles during on or off the site
operations, irrespective of the ownership of such vehicles.

B.

WORKMENS COMPENSATION INSURANCE


This insurance shall protect the Contractor against all claims applicable
under the Workmens Compensation Act, 1948 (Government of India). This
policy shall also cover the Contractor against claims for injury, disability,
disease or death of his or his sub-contractors employees which for any reason
are not covered under the Workmens Compensation Act, 1948. The liability
shall not be less than the liability provided in the statutes.

C.

COMPREHENSIVE GENERAL LIABILITY INSURANCE


This insurance shall protect the Contractor against all claims arising from
injuries, disabilities, disease or death of members of public or damage to
property of others, due to any act or omission on the part of the Contractor,
his agents, his employees, his representatives and sub-contractors or from
riots, strikes and civil commotion.
The hazards to be covered will pertain to all the works and areas where the
Contractor, his Sub-Contractors, his agents and his employees have to
perform work pursuant to the Contract.
The above are only illustrative lists of insurance covers normally required and
it will be the responsibility of the Contractor to maintain all necessary
insurance coverage to the extent both in time and amount to take care of all
his liabilities either direct or indirect in pursuance of the Contract.

2.2.11 .21. SERVICE AND FACILITIES TO BE PROVIDED BY THE BUYER


Necessary area required for construction of contractors office and quarters for
contractors supervisors/workmen shall be arranged by themselves by the
Contractor near project site. It is the responsibility of the contractor to
establish the office and to provide necessary residential accommodation to his
employees at his own cost.
Power supply for construction purpose shall be arranged by themselves by the
Contractor. Contractor shall arrange distribution of power as required for
construction works. The distribution shall be with proper protection with

35

MCCBs/MCBs etc as per Indian standards.


Contractor has to make his own arrangement for water for construction
activities and maintenance of plant or providing water to the employees and
their residential quarters.
2.2.11.22.

WORKING HOURS

The personnel shall work normally 8 hours per day in one shift during the
hours in between 6.00AM to 8.00PM including one hour rest and six days
working per week.
The works can be allowed to be carried out during night, Sundays or
authorized holidays in order to meet the schedule targets keeping in view;
1. The provisions of labour laws are adhering to:
2. Adequate lighting, supervision and safety measures are
established,
3. The construction program given by the contractor and agree for
working during Sundays or authorized holidays.
2.2.11.23.

REGULATIONS OF LOCAL AUTHORITIES

The contractor shall, throughout the continuance of the contract and in


respect of all matters arising in the performance thereof obtain consents, way
leaves, approvals and permissions required in connection with the regulations
and by-laws of the local or other authority which shall be applicable to the
works.
All work shall be executed in accordance with the Indian Electricity Rules,
1956 and any statutory modifications thereof, and any local regulation and
laws, wherever applicable, unless otherwise agreed to in writing by the
Engineer.
All works shall be carried out by and under the supervision of qualified
personnel having required skills and certifications. The necessary approvals
for installation and operating the equipment such as CEIG approval, etc shall
be obtained by the contractor. The buyer shall provide necessary assistance in
furnishing the required details.
2.2.11.24.

LIABILITY FOR ACCIDENTS AND DAMAGE

The bidder shall be responsible for all loss, damage or depreciation to the
plant until the plant is taken over or extended period as agreed.
The bidder shall, during the progress of the work, properly cover up and
protect the plant from injury by exposure to the weather, and shall take every
reasonable, proper, timely, and useful precaution against accident or injury to
the same from any cause and shall remain answerable and liable for all
accidents or injuries thereto which until the same or be deemed to be taken
over, may arise or be occasioned by the acts or omissions of the bidder or his
workmen or sub-bidder, and all losses and damages arising from such
accidents or injuries as aforesaid shall be made good in the most complete
and substantial manner by and at the sole cost of the bidder to the reasonable
satisfaction of the buyer.
Until the plant shall be or be deemed to be taken over as aforesaid the bidder
shall also be liable for and shall be deemed to have indemnified the purchaser
in respect of all damage or injury to any person or property of the purchaser
or of other occasioned by the negligence of the bidder or his workmen or subbidders or by defective design, work or material, but not otherwise provided
that the bidder shall not be liable under the contracts for any loss of profit or
loss of contracts or any claims made against the purchaser not already
provided for in the contract, nor for any damage or injury caused by or arising
from the acts of the purchaser or of others, or (save as to damage by fire as
hereinafter provided) due to circumstances over which the bidder has no

36

control, nor shall his total liability for loss, damage or injury exceed the total
value of the contract.
The bidders shall be deemed to have indemnified and saved harmless the
purchaser against mal actions, suits, claims, costs or expenses arising, in
connection with injuries suffered prior to the date when the plant shall have
been taken over and during maintenance period by persons employed by the
bidder or his sub-bidders on the works whether under the General law or
under the Workmens Compensation Act, 1923, or any other statute in force
at the date of the contract dealing with the question of the liability of
employers for injuries suffered by employees and to have taken steps properly
to insure against any claims hereunder.
On the occurrence of an accident which results in the death of any of the
workmen employed by the bidder or which is so serious as to be likely to
result in the death of any such workmen, the bidder shall within 24 hours of
the happening of such accident, intimate in writing to the NREDCAP, the fact
of such accident. The bidder shall indemnify NREDCAP against all loss or
damage sustained by NREDCAP resulting directly or indirectly from his failure
to give intimation in the manner aforesaid including the penalties or fines if
any payable by NREDCAP as a consequence of NREDCAPs failure to give
notice under the Workmen Compensation Act or otherwise, to conform to the
provision of the said Act in regard to such accident.
In the event of any claim made, or action brought against the purchaser
involving the bidder and arising out of the matter referred to and in respect of
which bidder is liable under this clause, the bidder shall immediately notify,
and he shall, with the assistance, if he so required, of the purchaser, but at
the sole expense of the bidder conduct all negotiations for the settlement of
the same or of any litigation that may arise there from. In such case the
purchaser shall, at the expense of the bidder, afford all available assistance
for any such purpose.
In the event of an accident in respect of which compensation may become
payable under workmens Compensation Act VIII of 1923, weather by the
bidder or by the NREDCAP as principal, it shall be lawful for NREDCAP to
retain out of moneys due and payable to the bidder such sums of money as
may be in the opinion of the said Engineer be sufficient to meet such liability.
The decision of NREDCAP shall be final in regard to all matters arising under
this clause.
2.2.11.25.

FENCING AND LIGHTING

Except as herein after provided the bidder shall, unless otherwise specified, be
responsible for the proper fencing, guarding, lighting, and watching of all
works comprised in the contract and for the proper provision of temporary
roadway, footways, guards, and fences as far as the same may be rendered
necessary by reason of the work for the accommodation and protection of foot
passengers or other traffic and of the owners and occupiers of adjacent
property and of the public.

2.2.11.26.

MATERIALS BROUGHT ON TO THE SITE

All materials, tools, and tackle brought to and delivered upon the site for the
purpose of the work shall, from the time of their being so brought, vest and be
the property of the purchaser but may be used for the purpose of the work
but for that purpose only and shall not on any account be removed or taken
away by the bidder or any other person without the express permission in
writing of the Engineer but the bidder shall nevertheless be solely liable and
responsible for any loss or destruction thereof or damage there to unless
resulting from causes beyond the bidders control not being causes insurance
against destruction or damage.

37

2.2.11.27.

BIDDER REPRESENTATIVE AND WORKMEN

Complete Erection, Testing and Commissioning is included in scope of works.


The bidder shall employ at least one competent representative, whose name or
names shall have previously been communicated in writing to the buyer by
the bidder, to supervise the erection of the plant and carrying out the works.
The said representatives, or if more than one shall be employed then one of
such representatives, shall be present at the site during working hours and
any written orders or instructions to the said representative of the bidder,
shall be deemed to have been given to the bidder.
The buyer shall be at liberty to object to any representative or person
employed by the bidder in the execution or otherwise about the works who
shall misconduct himself or be incompetent or negligent, and the bidder shall
remove the person so objected to upon receipt of notice in writing from the
buyer requiring him (the bidder) so to do, and provide in his place a
competent representative at the bidders expense.
2.2.11.28.

ENGINEERS SUPERVISION

All the works shall be carried out under the direction and to the reasonable
satisfaction of the Engineer of NREDCAP. The bidder shall be responsible for
the correctness of the positions, levels, and dimensions of the works according
to the drawings notwithstanding that he may have been assisted by the
Engineer in setting out the same.
2.2.12.

REPLACEMENT OF DEFECTIVE WORK OR MATERIALS


If during the progress of work the NREDCAP shall decide and notify in writing
to the bidder that the bidder has executed any unsound or imperfect work, or
has supplied any plant or materials inferior quality or quantity to these
specified, the bidder on receiving details of such defects or deficiency shall, at
his own expense, within seven days of his receiving the notice, or within such
time as may reasonably necessary for making it good, proceed to alter,
reconstruct, or remove such work or supply fresh materials up to the
standard of the specification, and in case the bidder fails to do so, the
purchaser may on giving the bidder seven days notice in writing of his
intention so to do proceed to remove the works, the materials complained of,
and at the cost of the bidder, perform all such work or supply all such
materials, provided that nothing in this clause shall be deemed to deprive the
purchaser of or affect any rights under the contract which he may otherwise
have in respect of such defects or deficiencies.

2.2.13.

TESTS ON COMPLETION
Whenever possible all tests shall be carried out before shipment should,
however, it be necessary for the final tests as to performance and guarantees
to be held over until the plant is erected at site they shall be carried out in the
presence of the bidders representative within one month of the completion of
erection.

2.2.14. TESTS AT SITE


In all cases where the contract provides for tests at site, the bidder except
where otherwise specified, shall provide, free of charge, such labour,
materials, fuel, stores, apparatus and instruments as may be required from
time to time, and as may reasonably be demanded, efficiently to carry out
such tests of the plant, material, or workmanship in accordance with the
contract.
In the case of contracts requiring electricity for carrying out tests on site at
the time of commissioning, such electricity shall be supplied free of costs to
the bidder.
2.2.15.

POWER TO VARY OR OMIT WORK


No alterations, amendments, omissions, additions, suspensions, or variations

38

of the work (herein after referred to as Variations) under the contract as


shown by the contract drawings or the specification shall be made by the
bidder except as directed in writing by the buyer, but the buyer shall have full
power, subject to the provision herein after contained, from time to time
during the execution of the contract by notice in writing to instruct the bidder
to make such variation without prejudice to the contract, and the bidder shall
carry out such variations, and be bound by the same conditions, as far as
applicable, though the said variations not occurred in the specification.
If any suggested variations, would, in the opinion of the bidder, if carried out,
prevent him fulfilling any of his obligations or guarantees under the contract,
he shall notify the buyer there of in writing, and the buyer shall decide
forthwith whether or not the same shall be carried out, and if the buyer
confirms his instructions, the bidders obligations and guarantees shall be
modified to such an extent as may be justified.
The difference of cost, if any, occasioned by any such variations shall be
added to or deducted from the contract price as the case may require. The
amount of such difference, if any, shall be ascertained and determined in
accordance with the rates specified in the schedules of prices, so far as the
same may be applicable, and where the rates are not specified in the said
schedules, they shall be settled by the buyer and bidder jointly. But the
purchaser shall not become liable, for the payment of any charge in respect of
any such variations, unless the instructions for the performance of the same
shall have been given in writing by the buyer.
In the event of the buyer requiring any variations, such reasonable and proper
notice shall be given to the bidder as will enable him to make his
arrangements accordingly, and in cases where goods or materials are already
prepared, or any designs, drawing, or patterns made or work done that
require to be altered, a reasonable sum in respect there of shall be allowed by
the buyer.
Provided that no such variation shall, except with the consent in writing of the
bidder, be such as will involve an increase or decrease of the total price
payable under the contract by more than 10 (Ten) percent there of.
In any case in which the bidder has received instructions, from the buyer as
to carrying out the work, which either then or later will, in the opinion of
bidder, involve a claim for additional payment, the bidder shall, as soon as
reasonably possible after the receipt of the instructions, aforesaid, advise the
buyer to that effect.
2.2.16.

NEGLIGENCE
If the bidder neglects to execute the work with due diligence and expedition or
shall refuse or neglect to comply with any reasonable orders given to him in
writing by the Engineer in connection with the work, or shall contravene the
provisions of the contract, the purchaser may give seven days notice, in
writing, to the bidder, to make good the failure, neglect, or contravention
complained of and should the bidder fail to comply with the notice within a
reasonable time from the date of service there of in the case of failure, neglect
or contravention capable of being made good within that time or, otherwise
within such time as may be reasonably necessary for making good, and in
such case, the purchaser shall be at liberty to employ other workmen, and
forthwith perform such work as the bidder may have neglected to do or if the
purchaser shall think fit, it shall be lawful for him to take the work wholly, or
in part, out of the bidders hands and re-contract at a reasonable price with
any other person or persons, or provide any other materials, tools, tackle or
labour for the purpose of completing the work or any part there of and in that
event the purchaser shall, without being responsible to the bidder for fair
wear and tear of the same to have the free use of all the materials, tools,
construction plant or other things which may be on the site, for use at any

39

time in connection with the work, to the exclusion of any right of bidder over
the same, and the purchaser shall be entitled to retain and apply any balance
which may be otherwise due on the contract by him to the bidder or such part
thereof as may be necessary to the payment of cost of executing such work as
aforesaid.
If the cost of executing the work as aforesaid shall exceed the balance due to
the bidder and the bidder fail to make good the deficit, the said materials,
tackle, construction plant or other things, the property of the bidder may be
sold by the purchaser, and the proceeds applied towards the payment of such
difference and the cost of an incidental to such sale. Any outstanding balance
existing after crediting the proceeds of such sale shall be paid by the bidder
on the certificate of the Engineer, but when all expenses, costs and charges
incurred in the completion of the work are paid by the bidder, all such
materials, tools, tackles, construction plant or other things remaining unsold
shall be removed by the bidder.
2.2.17.

DEATH, BANKRUPTCY, ETC


If the bidder die or commit any act of Bankruptcy, or being a corporation
commence to be wound up except for reconstruction purposes or carry on its
business under a receiver, the executor successors, or other representative in
law of the estate of the bidder or any such receiver, liquidator, or any person
in whom the contract may become vested, shall forthwith give notice thereof
in writing to the purchaser and shall for one month, during which he shall
take all reasonable steps to prevent as stoppage of the works, have the option
of carrying out the contract subject to his or their providing such guarantee
as may be required by the purchaser but not exceeding the value of the work
for the time being remaining unexecuted. In the event of stoppage of the work
the period of the option under this clause shall be 14(fourteen) days only.
Provided that, should above option not be exercised, the contract may be
determined by the purchaser by notice in writing to the bidder. And the same
power and provisions so reserved to the purchaser in the last proceeding
clause on taking of the work out of the bidders hands shall immediately
become operative.

2.2.18.

AFTER SALES SERVICE


The contractor shall agree to provide after-sales service and spare parts, at
prevailing rates for a period of not less than five years or specified in the bid
documents. The contractor shall state in the bid the name and address of his
representative or that of the manufacturer in India who is qualified to render
such services and from whom spare parts can be obtained in respect to each
item of equipment in bid. In the event, such a representative has not been
established; contractor shall guarantee that arrangements for such service
and spare parts will be made simultaneously with the delivery of the
equipment. The after-sales service shall provide directly or through
arrangements with an established operating service organization having shop
facilities and qualified mechanics to service equipment similar to that in the
contract.
The purchaser reserves the right to visit and inspect the named service
representative to determine compliance with this requirement of the contract.
The purchaser reserves the right to request the contractor to depute one
service engineer to check the equipment at site and advice on servicing,
maintenance and adjustment of the equipment for a period of one week free of
charge during the Guarantee period.
The contractor shall supply necessary repair, service and spare parts at any
time during the life of the machine at a price not in excess of prevailing rates
charged to others for similar work.
The contractor shall submit shop drawings along with detailed technical
specifications of such spare parts liable for frequent wear and tear to enable
the Buyer to get such spare parts manufactured indigenously.

40

Bidder shall guarantee that before going out of production the spare parts, he
will give adequate notice to the Buyer so that the latter will have adequate
time to order for future requirement of spares.
Seller shall further guarantee that if he goes out of production of spare parts,
then he will make available the blue prints, drawings of the spare parts and
specification of material at no cost to the Buyer if and when required.
2.2.19.

TRAINING OF PERSONNEL
The contractor shall under take to train Engineers of NREDCAP free of cost in
installation, operation and maintenance of Plant and associated auxiliary
equipment at the works of the contractor or at installations using similar
equipment. The period and nature of training for the individual personnel
shall be agreed upon mutually between the contractor and the Buyer. These
Engineering personnel shall be given special training in the shops, where the
equipment will be manufactured and/ or in their collaborators works and
where possible, in any other plant where equipment manufactured by the
contractor or his collaborator is under installation or test, to enable these
personnel to become familiar with the equipment, being supplied by the
contractor.

2.2.20.

MAINTENANCE CONDITIONS OF THE CONTRACT:


The plant after successful testing and commissioning shall be taken over by
NREDCAP. However, comprehensive regular maintenance of the plant is
within the scope of the successful tenderer for the specified period. The
tenderer shall operate and maintain the plant and equipment by suitable
personnel. The spares required for maintenance of the plant is within the
scope of the contractor. The comprehensive maintenance is inclusive of
regular/Break down maintenance, preventive maintenance as per the
manufacturers manuals, etc and to get the better performance and maximum
output from the plant. All the break-downs, repairs, etc are to be attended by
the contractor immediately so as to put the plant in service within the least
possible time in any case not later than the periods mentioned in this tender
specification.

2.2.21.

GRAFTS AND COMMISONS ETC.,


Any graft, commission, gift or advantage given, promised or offered by or on
behalf of the contractor or his partner, agent, officers, director, employee or
servant or any one on his or their behalf in relation to the obtaining or to the
execution of this or any other contract with the Buyer, shall result in
cancellation of contract, in addition to any criminal liability which it may
incur. The Buyer shall be entitled to deduct the amounts payable from any
moneys otherwise due to the contractor under this contract. Any question or
dispute as to amount of damage payable under this clause shall be referred to
Arbitrator.

41

2.2.22.

RELEASE OF INFORMATION
The contractor shall not communicate or use in advertising, publicity, sales
releases or in any other medium photographs or other reproduction of the
works under this contract, or description of the site, dimensions, quality or
other information, concerning the work unless prior written permission has
been obtained from the Purchaser.

2.2.23

COMPLETION OF CONTRACT
Unless otherwise terminated under the provisions of any other relevant
clause, this contract shall be deemed to have been completed at the expiration
of the guarantee period, completion of maintenance contract period, and
fulfillment of all contractual terms and conditions.

2.2.24

LIMIT OF CONTRACT
Equipment supplied shall be complete in every respect with all mountings,
fittings, fixtures and standard accessories normally provided with such
equipments and / or needed for erection, completion and safe operation of
the equipments as required by applicable codes though they may not have
been specifically detailed in the respective specifications unless included in
the list of exclusions. All similar standard equipments provided, shall be
interchangeable with one another.

2.2.25

GENERAL:
The Bidder shall be responsible for provision of health and sanitary
arrangement more particularly described in contract labour (regulation and
abolition Act), safety precautions, etc. as may be required for safe and
satisfactory execution of the contract.
The Bidder shall fulfill all his obligations in respect of accommodation
including proper facilities for the personnel employed by him.
The bidder shall be responsible for the proper behavior at site and observance
of all regulations by the staff employed by him.

2.2.26.

Insurance for the labour engaged shall be the responsibility of the bidder till
the equipment is taken over after completion of works in full shape and
completion of maintenance period, as per applicability, by the NREDCAP. The
insurance of the labour engaged for maintenance of the plant by the
contractor shall also be the responsibility of the contractor and responsibility
of those personnel engaged by NREDCAP shall be taken care by NREDCAP.
The bidder shall be responsible for settlement of insurance claims arising out
of accident/injury to staff employed by him.
Force Majeure:
i.
The supplier shall not be liable for any delay or failure to supply the
materials /equipment for reasons of Force Majeure such as Acts of
God, Acts of War, Act of Public Enemy, Natural calamities, Fires,
Floods, Frost, Strikes, Lockouts etc. Only those causes which have
duration of more than 7 days shall be considered for force majeure.
ii.

The contractor shall within 10 days from the beginning of such delay
notify to the Corporation in writing the cause of delay. The corporation
shall verify the facts and grant such extension of time as facts justify.

iii.

No price variation shall be allowed during the period of force majeure


and liquidated damages would not be levied for this period.

iv.

If the performance in whole or part by the contractor or any obligation


under the Contract is prevented or delayed by Force Majeure
conditions for a period exceeding 60 days, the purchaser may at his
option terminate the contract by notice in writing.

42

2.2.27.

Cancellation of Order:
The Corporation reserves the right to cancel the contract in part or in full by
giving two weeks notice there by, if
The contractor fails to comply with any of the terms of the contract.
The contractor becomes bankrupt or goes into liquidation.
The contractor make general assignment for the benefit of the creditors
and
Any Receiver is appointed for the property owned by the contractor.

2.2.28.

Jurisdiction: All and any dispute or difference arising out of or touching the
contract shall be decided only by the courts or Tribunals situated in
Hyderabad/ Secunderabad.

43

PART III
TECHNICAL SPECIFICATION
Section - I: Scope of Contract- Abstract
3.1.1.
Plant requirements and general specification for supply and erection &
commissioning :
S.No.
1.
2.
3.
4.
5.
6.

Description
Capacity of Solar PV plant
Type of SPV Module
Rating of SPV Module
Power Conditioning Units (Inverters)
SCADA System
Step up Power Transformers

:
:
:
:
:
:

As specified in the NIT


Mono / Multi Crystalline
250Wp or higher rating
250 KW or higher rating
Complete Plant Equipment
1.25MVA with 10% over load
capacity
&
secondary
voltage rating of 11 kV
: LT & HT

7.

Switchgear

i.
ii.
iii.
iv.
v.
vi.
vii.

Module Mounting Structures


: Seasonal tilt or Single axis auto Tracking
Junction boxes.
Cables and accessories.
Earthing and Lightning protection.
AC and DC Distribution Boards containing LT Switchgear & metering.
Control and protective Relaying Equipment.
33KV Switchgear i.e., Vaccum Circuit Breaker, CTs, Air Break Isolator, LAs,
PTs including Double/Four Pole Structure along with 0.2 class accuracy
metering at HT outgoing feeder in control panel.
DC Battery Bank with suitable voltage rating, Battery Charger, DC
Distribution Board & UPS System with suitable backup battery for
SCADA/HMI.
Equipment for continuous measurement of Solar Radiation, ambient
temperature, Humidity, DC power, AC power and all other electrical
parameters.
SCADA system and the equipment required for online control & performance
monitoring of the plant and remote monitoring & control.
Illumination System & internal Wiring for Solar Power Plant.
Module cleaning system.
Fire fighting systems.
Comprehensive Maintenance of the equipment including plant insurance,
spares & consumables for 10 years from the Date of commissioning.

viii.
ix.
x.
xi.
xii.
xiii.
xiv.
3.1.2.
3.1.3
3.1.4.

The land required for the project will be provided by NREDCAP. The bidder is
advised to visit the site to acquaint the site conditions, before submission of his
bid.
The plant civil works, evacuation line and termination at transmission network
of APTRANSCO/AP DISCOMS Sub Stations are in the scope of Contractor.
The bidder shall clearly specify the guaranteed output (DC Input at PCU and
AC output at HV side of the Transformer), both minimum and maximum for
the site conditions and all other technical parameters, expected electricity
generation from the plant, overall performance ratio of the plant, the applicable
correction factors/curves, model calculations for performance testing, etc along
with their bid. The bidder shall also indicate the estimated generation from the
plant month wise and basis for arriving such assessment viz., solar insolation,
correction factors, etc. In case of non-submission of the data, it is the
discretion of the NREDCAP whether to consider the least values of all the other
bids for comparison or total rejection of the bid. NREDCAP will not entertain
post-tender correspondence with any bidder.

44

3.1.5.

The detailed technical specification of the equipment expected to be supplied by


the contractor and the works to be completed is given in Section II of Part-III.
The bidder is advised to go through the specification and scope before
submitting their offer.

3.1.6 a) Total Solar Plant shall be Guaranteed for satisfactory performance of 10 Years.
b) Further the bidder shall guarantee the

Performance of solar P.V. Modules and PCU/inverters as mentioned in


detailed Technical specification of the respective components.

(*>*)

Availability of Spares for 25 Years for PCU from the date of


Commissioning of Plant

The bidder shall provide supporting documents i.e., model test reports,
etc for arriving to the stated guaranteed energy at the HV side of the
transformer.

45

PART III
SECTION II : Detailed Scope of the Contract and Technical Specification of
the Equipment
(Equipment to be Supplied and Work to be Done)
3.2.1.

The main objective of narrating the detailed scope of supply and work involved
is to ensure high availability and reliability of the plant. In order to achieve
the main objective, the following principles shall be adopted while designing
system: Optimum availability of power from the modules during the day time.
Ensuring module layout to prevent shading.
Selection of high efficiency PCUs of reputed manufacturer with good track
record of better performance and ready availability of requisite spares.
The designing of PV strings and array should be explained in detail in the Bid,
with relevant to the test conditions, site conditions and as per relevant
standards.
Month wise Power generation and plant performance ratio for the next twenty
five (25) years should be submitted in relevance to the site related radiation
and other meteorological data.
Continuous logging of Events & Alarms, operation data / historical
information from the Data Monitoring Systems and periodically trending it.
Microprocessor based Directional and Reverse power flow protection should
be provided for proper isolation of the solar power plant from the grid at the
time of any fault or/and any additional suitable protection.
The equipment shall meet all requirements of relevant standards, technical
requirements of AP TRASNSCO and AP Discoms.

3.2.2.

General

Scheme of Solar Plant:

The AC Power output from 250 KW capacity Inverter (or as decided during
design stage) at 630V level (or as decided during design stage) shall be
stepped up to 11kV by a step-up Transformer and then fed to the grid feeder
of AP Discom.
The respective digital outputs are to be taken to a Supervisory Controller
located in the control room. LT & HT switch gears such as CBs, CTs, and PTs
are required for HT & LT isolation & protection.
Each array system shall have an independent Data Acquisition System (DAS)
which would produce the real time Data as well as event logs indicating all the
supervisory faults also. An integrated SCADA system is to be incorporated to
have data logs of entire Plant.
Inverters are to be connected in parallel to the common Utility Bus.
Depending on the magnitude of the Solar power generated which depends on
Solar Radiation; Inverters are switched ON sequentially in Auto Mode. If the
solar power generation ceases, the system shall gets into Stand By Mode
where only monitoring logic will be active. The system is not to be switched
ON until the Solar Array generates sufficient power, which is a set point
control.
The Maximum Power Point Tracking controller continuously searches for the
Max. Power point thus operates at the proper MPP voltage to ensure
maximum energy utilization on real time basis.
The Inverters shall have all the necessary Synchronization equipment
installed.

46

A single line diagram of the proposed scheme is enclosed as ANNEXURE-D


3.2.3.

Solar Photo Voltaic Modules:


The interconnected solar cells in the module shall be laminated in vacuum to
withstand adverse environmental conditions. Module technology having high
cell efficiency, reduced size, high reliability, etc with high transmissivity
toughened front glass, MC4 connectors, etc shall be used.
The PV modules used must comply with latest edition of the following
IEC module qualification test or equivalent BIS standards:
S.No Equipment
1.
PV Modules

a.
b.

c.
d.

e.

f.

g.

h.

Standard Description
Standard Reference
Crystalline Silicon Solar Cell IEC 61215 Edition II
Modules
Safety Qualification Testing
IEC 61730 Part I & II
Salt Mist Corrosion Testing
IEC 61701
(for the plants located nearer
to the sea)
Modules shall be of crystalline type.
SPV modules to be supplied should have minimum declared output of
at least 250 watt peak capacity under standard test conditions. The
number of modules to be supplied shall be worked out accordingly.
The module efficiency shall be more than 13% under standard test
conditions and should have minimum fill factor of 0.75.
Factory test for all modules and third party testing of random sample of
the modules at ETDC Bangalore, Solar Energy Centre or any other
MNRE approved test centre or NABL certified laboratory is mandatory.
The cost of this testing should be borne by the bidder. The modules
selected on random basis shall also be tested in those laboratories at
the end of 2 year operation period for assessing their performance and
degradation factor and to discharge bank guarantee of the contractor
available with NREDCAP.
The SPV Module must be provided with acceptable Test & Certified
documents. The bidder shall specify the tests and limits specified there
under.
Each solar PV module shall be warranted by the manufacturer for
output wattage, which should not be less than 92.5% at the end of 15
years and 82.5% at the end of 25 years. If the module(s) fail(s) to
exhibit such power output in prescribed life span, the contractor shall
provide additional PV module(s) to compensate the loss of power
output, in addition to the compensation of financial loss suffered by the
corporation.
All materials used shall have a proven history of reliability and stable
operation in external conditions. It shall perform satisfactorily in
relative humidity up to 100% with temperatures between 0C and
+50C and should have the lowest temperature coefficient and shall
withstand winds up to 150 Km/h on the surface of the panel. Each and
every SPV module shall be checked for conformity with relevant
standard and no negative tolerance shall be accepted. These
stipulations (temp, wind speed, etc) shall be extended upwards as per
the site conditions.
The bidder shall provide the solar PV module electrical characteristics
including current-voltage (I-V) performance curves and temperature
coefficients of power, voltage and current.

47

i.

The following information must be mentioned in RFID.

i. Name of the manufacturer of PV module.


ii. Name of the manufacturer of Solar Cells.
iii. Month & Year of manufacture (separately for solar cells and
module).
iv. Country of origin (separately for solar cells and module).
v. I-V curve for the module.
vi. Wattage, Im, Vm and FF for the module.
vii. Unique serial No and Model No of the module.
viii. Date and year of obtaining IEC PV module qualification certificate.
ix. Name of the test lab issuing IEC certificate.
x. Other relevant information on traceability of solar cells and
modules as per ISO 9000.
3.2.4. Module Mounting Structure:

3.2.5.

a.

The structure shall be designed for simple mechanical and electrical


installation. It shall support SPV modules at a given orientation, absorb
and transfer the mechanical loads to the ground properly.

b.

Module mounting structure shall be made up of GI. The frames and leg
assemblies of the array structures shall be made MS hot dip galvanized
as per ASTM A123. Minimum thickness of galvanization should be 120
microns. All nuts & bolts, Fasteners shall be made of high quality
stainless steel of SS304 grade and shall be protected against adverse
climatic conditions. The minimum clearance between the lower edge of
the modules and the developed ground level shall be 1000 mm and
conform to standards.

c.

The array structure shall be so designed that it will occupy minimum


space without sacrificing the output from SPV panels; at the same time
it will withstand storm condition with wind speed of 150 kmph or of
wind speed applicable for the zone, as per relevant Indian wind load
codes, whichever is higher.

d.

The structures design shall be appropriate to allow easy replacement of


any module, working space for carrying out module cleaning, repairs,
replacement, etc and shall be in line with site requirement.

e.

The structures shall be designed with factor of safety of 1.5 or higher as


per relevant standards. The array structure shall be grounded properly
using Earth pit.

Junction Boxes:
a.

The junction boxes shall be dust, vermin, humidity, Termites and


waterproof and made of metal or thermoplastic. The junction boxes will
have suitable cable entry points fitted with cable glands of appropriate
sizes for both incoming and outgoing cables or alternatively the
modules may be provided with connector cables.

b.

The junction boxes shall have suitable protections to protect against

c.

The

Surge protection such as MOV devices


Short-circuit
Reverse Blocking Diodes of max DC blocking voltage of 1000 V
junction Boxes shall have suitable arrangement for the following

Combine groups of modules into independent charging sub-arrays


that will be wired into the controller.

Arrangement for disconnection for each of the groups.

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

48

3.2.6.

Power Conditioning Units (Inverters):


The solar PV Inverter shall convert DC power into three phase AC power. The
output of Inverter shall be synchronized with Grid and transmitted at 33 KV.
a.

The efficiency of the PCU shall be more than 95 % at full load. The
bidder shall specify the conversion efficiency of the inverter at full load
and also at part loads viz., 30%, 40%, 50%, 60%, 70%, 80% and 90%,
in their offer.

b.

The PCU shall have internal protection arrangement against any


sustained fault in the feeder line and against lightning in the feeder
line.

c.

The PCU shall have the required protection arrangements against earth
leakage faults.

d.

Specifically, the PCU should be three phase power conditioning unit


using static solid state components. Both AC & DC lines shall have
suitably rated isolators to allow safe start up and shut down of the
system. Circuit breakers used in the DC lines must be rated suitably.

e.

The PCU shall have provision for galvanic isolation. Each solid state
electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the Inverter.

f.

The PCU must have the feature to work in tandem with other similar
PCUs and be able to be successively switched ON and OFF
automatically based on variations in the Solar radiation during the day.
All sensors and hardware required for measurement and monitoring of
Solar Radiation is to be provided by the bidder.

g.

The capacity of the Power Conditioning Units shall be of 1000kW each


or higher rating. However, it is suggested to ensure installation of at
least two or three similar PCUs of suitable capacity in the plant to have
a portion of generation all the time, even if one of the PCU goes out of
grid. The expected output parameters of the PCU for a 1000kW rating
are as follows:
PCU(Inverter) Type
Input Data
Max PV Power
DC Voltage range MPPT
Output Data:
Continuous output power rating
Nominal output voltage
Output frequency
THD
Efficiency
Enclosure
Grid voltage & frequency

Outdoor

:
:
:
:
:
:
:
:
:
:

300 KWp
430 800 V

Grid Frequency tolerance


Grid Voltage tolerance
No-load loss

:
:
:

49

250 KW
300 V, 3 Phase , 50 Hz
50 Hz +/- 3 Hz
Less than 4 %
95% and above
IP 64 ( Outdoor rated )
630 Volts (in case of TL PCUs),
3 phase , 50Hz
+/- 3 Hz
-20 % and + 10 %
<1% of rated power.

h.

The inverter output should be pure sine wave and always follow the
grid in terms of voltage and frequency, which shall be achieved by
sensing the Grid voltage and frequency and feeding this information to
the feedback loop of the Inverter. Control variable shall control the
output voltage and frequency of the Inverter for synchronization with
the Grid.

i.

The PCU manufacturer must provide with the acceptable Test &
Certified documents. The bidder shall specify the tests and limits
specified there under.

j.

The Power Conditioning Units shall comply with IEEE standard 929300, IEEE 1547, UL 1741 or any other equivalent certifications shall be
preferred. PCU shall confirm to IEC 60068-2 standards for
environmental testing.

k.

The PCU front panel shall be provided with a display (LCD) to monitor
the following (typically)

l.
m.

n.

DC Input Voltage, DC Input current,


AC Power output, AC voltage (all three phases), AC current (all three
phases)
AC output frequency, Power factor
Supply Voltage, Supply Frequency
Output Power Summation
Temperature of the panel
Solar radiation.
The overload capacity of inverter shall be a maximum of 12seconds at
110%
The PCU makes should be SMA/ABB/XANTREX/REFU/SIEMENS/
ELTEK/EMERSON/AROS/LTi. Or of any reputed make
The inverter shall be warranted for a minimum period of 10 years.
Bidder and the PCU Manufacturer should guarantee the supply of
spares for PCU for a period of 25 years from the date of
commissioning.
The bidder shall select the PCU of reputed make and the offered
model should have installed and shall be in satisfactorily
functioning / in operation for at least 2 years.
The PCU shall include appropriate self protective and self diagnostic
feature to protect itself and the PV array from damage in the event
of PCU component failure or from parameters beyond the PCUs safe
operating range due to internal or external causes. The self
protective features shall not allow signals from the PCU front panel
to cause the PCU to be operated in a manner which may be unsafe
or damaging. Faults due to malfunctioning within the PCU
including the commutation failure shall be cleared by the PCU
protective devices.
MODES OF OPERATION:
i)
Stand by Mode:
The control system shall be capable of continuously monitor the
output of the solar power plant until preset value is exceeded
and that value to be indicated.
ii)
Basic System Operation (Full Auto Mode):
The system begins to export the power provided there is
sufficient solar energy and the grid voltage and frequency is in
range.

50

iii)

Sleep Mode:
Automatic sleep mode shall be provided so that unnecessary
losses are minimized at night. The power conditioner must also
automatically re-enter standby mode when the threshold of
standby mode is reached.
IV)
Maximum Power Point Tracking (MPPT).
MPPT control algorithm shall adjust the voltage of the SPV array
to optimize solar energy fed into the grid. Maximum power point
tracker shall be integrated in the power conditioner unit to
maximize energy drawn from the solar PV array. The MPPT
should be microprocessor based to minimize power losses. The
details of working mechanism of MPPT shall be mentioned by the
bidder in the offer. The MPPT must have provision for constant
voltage operation.
o.
Protection of PCU:
i. Internal Protection
Inverter overload
System
short circuit protection
Over/under voltage protection
Over current protection
Over temperature
ii. Grid Interface
All line outputs have suitably rated MOVs to
Protection
earth to provide surge and transient voltage
protection on the utility connection
Active anti islanding using field proven power
shift techniques and rate of change in operating
frequency are utilised to disconnect the PCU in
the event the grid supply is lost.
iii. DC Input Protection Lightning protection using suitably rated MOVs
to earth from the positive and negative inputs.
The DC input should be monitored for excessive
leakage current to ground
3.2.7.

Supervisory Control and Data Acquisition (SCADA) System:


The SCADA system shall incorporate a comprehensive Plant SCADA and
Remote Monitoring System, covering both DC and AC sides and totally
integrated system control and data acquisition facilities. It should be capable
of communicating with individual Inverters and provide information of the
entire Solar PV Grid connected power plant. The SCADA shall provide
information of the instantaneous output energy and cumulative energy for
each of the Inverters as well as for the entire power plant, changing of
operator modes, review of system logged events, etc.
The integrated SCADA shall have the feature to be used both locally via a local
computer and also remotely via VSAT or the Web using either a standard
modem or a GSM / WIFI modem. The SCADA should work in wide range of
plant conditions and work reliably with unreliable Remote Networks available
with poor bandwidth. It should maintain vendor neutrality supporting
different field equipment in the plant comprehensively and working seamlessly
with field equipment supplied by different companies
The major SCADA features to be incorporated in to the control system are
listed below.
i.
Operator interface of latest technology: Instantaneous Grid,
Array, Inverter, AC, and metering of all parameters.
ii.
Integrated AC, DC data point logging: Instantaneous logging of
all parameters including AC parameters, System run hours and
energy details.

51

iii.
iv.

v.
vi.
vii.
viii.
ix.
x.

Fault and system diagnostics with time stamped event


logging: Selectable Event logging with 1ms 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 control from a central PC facility
are to be provided.
Redundancy in Power supply shall be provided.
Adequate Capacity of UPS shall be provided with necessary (Min.
2Hrs) Battery backup.
Control & Monitoring of all the equipment of the Plant up to
power outlet shall be able to carry out from the SCADA.
Gateway which supports both IEC 60870-101&104 protocols
shall be provided for remote monitoring. Ideally Gateway should
be a separate system and is to be independent of local HMI.
Analog values (MW, MVAR, Bus Voltage & Frequency) are to be
made available to SLDC.
Digital data such as status of the Breakers, Isolators, SOEs to be
made available at SLDC.

3.2.8 SCADA Architecture:


The SCADA System shall include the following:
1) At plant location:
a. Comprehensive SCADA system shall cover all plant equipment, on DC
and AC side such as inverters, string combiner boxes, weather station,
MFM, LT & HT Panels, and Transformers etc.
b. It shall provide real time data collection and alerts
c. Technical Components:
i. Data Logger & Controller at each Inverter Room: Shall have
distributed microprocessor/micro-controller/SoC based data
loggers for data acquisition from various plant equipment, and
remote control as required (inverter/breaker).
ii. Digital and Analog IO modules shall be for status monitoring and
control of HT Panels, and Transformers
iii. Local Monitoring SCADA Server in the Plant MCC (with easy to
use browser-based User Interface) that stores plant data (with
temporary storage for 60 days) for Local Access for operators at the
plant (works in case of a remote network failure)
iv. Local Desktop for Operator: to access Local Monitoring SCADA
Server, or Remote Monitoring SCADA Server as available to
monitor the plant, alerts, and any control and file reports
v. Plant Area Network: between different inverter rooms and the
Master Control Room. Can be wired using reliable OFC (Optical
Fiber Cable), with media convertors (fiber to Cat6) and network
switches at each room.
vi. Remote Network (no need for fixed IP, DSL/VSAT/simple dongle):
shall work through a network router with firewall security, access
TWO or more of remote access/broadband networks (primary and
backup) from local service providers using DSL/VSAT/simple USB
dongle. A USB dongle based GPRS/GSM network from Tata Photon,
Airtel or BSNL is a simple backup network that can be set up to
allow continuous data flow from the plant.
vii. UPS: adequate Capacity of UPS shall be provided with necessary
(Min. 2Hrs) Battery backup.
2. SLDC Integration: Shall be as prescribed by SLDC-APTRANSCO,

52

3. Data Centre: Remote Monitoring SCADA Server SW for the Plant


b. The Remote Monitoring Server for the Plant, along with the database
with long term storage, resides on a secure and safe Server Hardware
(in NREDCAP Head Office/Data Centre)
c. User-friendly browser-based UI for Anywhere Access securely, for
plant monitoring, O&M, daily reporting, and analysis.
d. Supports reports and analysis for the plant, across all equipment in
the field.
e. Helps O&M schedules and activities which can be assigned to a
qualified O&M team in the Headquarters, to support and follow the
operators at the plant location.
3.2.9 Data Loggers
The Plant SCADA and Monitoring system shall use one or more data loggers
at each inverter room and MCR for the purpose of data acquisition and data
forwarding to the central server. The data loggers shall meet the following
minimum requirements:
1. The data loggers shall be distributed in nature and work independently
of other data loggers or any central controller in the system.
2. Shall be capable of supporting wide range of field protocols to
communicate with different field equipment (Modbus over
RS485/Ethernet, etc.)
3. Shall have local storage for a minimum of 1 week (in case of network
failure).
4. Easy to configure and program, without extensive hardware level and
field laptops
5. Shall have pre-loaded software for communication with field equipment
(such as solar inverter, string monitoring box, weather monitoring
station, MFM, relays, sensors, etc.)
6. IO functionality Shall support status monitoring of VCBs & Trip relays
on RMU, HT & Transformer distribution panels through Digital Inputs
7. Controls shall be capable of Controlling VCB ON/OFF, and/or
Inverters.
8. Shall send the data collected, from all the equipment at inverter room
or MCR, to the Local Monitoring SCADA Server in the Plant, and
Remote Monitoring SCADA Server in the Data Centre over the plant
and remote networks.
9. Remote Network Support shall be capable of sending data to Remote
Monitoring SCADA Server over low bandwidth and unreliable Internet
connections like 2G/3G USB data cards
10. Shall not require a static public IP address, on remote network, for the
purpose of remote access.
3.2.10

Monitoring Servers HW (Local and Remote)

The monitoring system shall provide a Monitoring Servers (Local & Remote)
for collecting data from all data loggers at the plant and store in a secure
database with two copies Local Monitoring Server at plant location (with
short term storage for 60 days) and Remote Monitoring Server at NREDCAPs
Head office/ Data centre (with long term storage).
The Local Monitoring Server, to be supplied, is deployed, in the Plant MCC,
with the following server hardware with minimum requirements:
1. Server hardware shall be based on quad-core Xeon CPU or equivalent
with minimum of 4 GB RAM, 2 X 500GB SATA hard disc in RAID
configuration (typical Server 1U from HP/Dell), 500GB external USB

53

hard disc, 2 LAN ports, LCD console, keyboard & mouse.


2. Operating System and Database shall be of enterprise scale (RedHat
Linux or equivalent OS, Oracle/MySQL or equivalent).
3. Server machine with necessary accessories shall be housed in a
rugged, fan cooled, rodent-proof rack of sufficient size.
The Remote Monitoring Server HW, to be supplied and deployed, in NREDCAP
Head Office/Data Centre, with the following server hardware with minimum
requirements:
a. Server HW will have a minimum of QuadCore Xeon, 8GB RAM
(expandable to 16GB RAM), 2 X 2TB SATA hard disc in RAID
configuration (typical Server 1U from HP/Dell), 1TB external USB
hard disc, 2 LAN ports, LCD console, keyboard & mouse. And this
entire Server HW with monitor housed in a rugged fan-cooled, and
rodent-proof Server Rack.
b. Operating System and Database shall be of enterprise scale (RedHat
Linux or equivalent OS, Oracle/MySQL or equivalent DB), with
required AMC during the maintenance period.
3.2.11 Monitoring Software
The monitoring software running on the Remote Server is heart of the system
providing plant-level data aggregation, long term storage in secure database
(for 25 years or plant life); with browser-based secure remote access with
configurable reports, analysis tools, alerts and alarms to ensure trouble free
operation of the PV plant maximizing the energy yield. The Monitoring
Software shall meet the following minimum specifications:
1. Data Collection & Storage: Shall collect entire plant data from
different data loggers in the field and store in a secure enterprise scale
database for long term storage (for 25 years or plant life).
2. RBAC: Shall provide Role based access to data with different
permission/access levels for normal user, operator & admin
3. Alerts: Shall generate email/SMS alerts on equipment faults and other
conditions that have adverse effect on production, to registered users at
plant, and O&M team.
4. Events & Alarms: All field events, issues and notifications are stored
with time stamp, and available for review through the browser UI.
5. Integration: The software should be ready to integrate with any other
upstream systems such as for Smart Grid/REI as required, through
well defined Web Services, Files, etc.
6. Browser-based User Interface: Shall provide web-based graphical
user interface with the following main screens:
a. Dashboard: A dashboard providing summary details of total plant
generation, days export, irradiance, inverter room level generation
and performance indicators like PR and CUF.
b. Remote Control: of breakers and inverters
c. Details: One or more monitoring screens for showing detailed
parameter data from each of the equipment in the plant such as
Central Inverter, SCB, Weather Station, MFM, etc.
d. Historical Trends, Reports, Analysis: One or more screens for
report generation, historical views and trend graphs for analysis.
Downloadable reports in Excel/CSV format shall be generated from
the system as per NREDCAP specified formats.
e. Alarms: An Alarms screen showing all the captured alarms and their
resolution in chronological order.

54

7. Mobile User Interface: summary of plant performance and issues


should be presented in a mobile Native UI and browser UI and also that
can be installed with registered users mostly with NREDCAP
management.
The difference between Local and Remote Monitoring Servers is only the
time of storage. Local Server will store for a period of past 30 days, whereas
Remote Server will store the collected data permanently for 25 years or Plant
Life.
3.2.12 Operator Workstation
Industrial PC with the following minimum configuration and accessories shall
be provided in MCR for SCADA operation:
1. Dual core CPU running at 3.0 GHz or faster with 4GB RAM, 500GB
hard disk, 21LCD monitor, keyboard and mouse, 4 USB ports, LAN
port, running latest Windows or open source operating system with
necessary tools, anti-virus software.
2. A4 size monochrome laser printer.
3. UPS of required capacity with 2 hour battery backup.
3.2.13 SLDC Integration
The Plant will need to provide interface to integrate with APTRANSCO-SLDC,
in compliance with grid code, to send the following:
1. Analog values (MW, MVAR, Bus Voltage & Frequency)
2. Status of the Breakers, Isolators, SOEs
The methodology and specification of SLDC interface shall be as prescribed
APTRANSCO-SLDC
3.2.14 SCOPE OF SUPPLY
Vendor scope shall include the following:
1. SCADA Hardware: Supply of SCADA hardware (housed in Industrial Panels
performing data acquisition, control and communication with server) for each
inverter room and MCR.
2. Monitoring Software: Supply of Solar Plant Monitoring Server Software, OS
& database in the Remote (Data Center) and Local Servers
3. Plant Area Network (Cat6 within rooms and OFC across the Plant)
a. Supply of optical & Ethernet switches and other networking accessories
(optical fiber pigtails, transceivers, patch cords, LIUs, etc to establish a
plant-wide network with between inverter rooms & MCR.
b. Supply, Laying and Terminations of OFC (including optical fiber splicing),
and interconnection of optical/Ethernet network equipment in all LCR and
MCR in Optical Star/Ring configuration.
4. Monitoring Server HW with OS & Database
a. Supply of Local Monitoring Server HW with Rack in Plant MCR.
b. Supply of Remote Monitoring Server HW in NREDCAP Head Office/data
center.
c. Both Servers with required OS and Database, along with AMC.
5. Operator Workstation: Supply of Operator Workstation HW and Laser B&W
Printer in MCR.
6. Cabling (RS485, IO, Power) & Work
a. Supply, Laying & Terminations of RS485 Cable on SCADA Panel for
connecting inverters, string combiner boxes and MFMs at each inverter
room in multiple RS485 loops.
b. Supply, Laying & Terminations of flexible cable on SCADA Panel for
connecting IO signals from transformer and RMU Panels in each inverter
room.
c. Supply, Laying & Terminations of RS485 cable (specifications below ) on

55

SCADA Panel for connecting MFMs and on HT Panels, and Weather station
at MCR
d. Supply, Laying & Terminations of flexible cable on SCADA Panel for
connecting IO signals from HT Panels, Heat, Smoke and other sensors in
MCR.
e. Supply, Laying & Terminations of Power cables for SCADA panel, Local
Server and networking equipment (from ACDB panel) in Inverter rooms and
MCR.
7. UPS: adequate Capacity of UPS shall be provided with necessary (Min. 2Hrs)
Battery backup.
8. Installation & Commissioning: Installation, Testing and Commissioning of
Plant SCADA including configuration of local server, central server and plant
network.
3.2.15 Cable Specifications:
Following is the recommended specifications for RS485 & IO Cables
For Outdoor RS485: 0.5sq.mm ATC multi-strand (class-5), insulated core,
two twisted pair, overall screened with ATC drain wire, GI wire Armored,
PVC sheathed, DIN47100 color standard, FRSL
For Indoor RS485: 0.5sq.mm ATC multi-strand (class-5), insulated core, two
twisted pair, overall screened with ATC drainwire, shielded, PVC sheathed,
DIN47100 color standard, FRSL
For IO cabling (between HT/RMU panels and SCADA panel) 0. 5sq.mm
multi-strand, 2/12/24 core screened flexible, FRSL cable.
For Optical Cabling: 6F, Armored, Single-Mode
Any other feature required for the plant operation / maintenance shall also be
provided in SCADA. The bidder shall supply necessary hardware for ensuring
the above functionalities for power plant.
3.2.16.

Protection Features:
The Solar PV System and the associated Power evacuation system shall be
protected as per Indian Standards. Over Current relays, Reverse Power
Relays, Differential Protection Relays and Earth fault relays have to be
provided.
Detailed design calculations shall be provided on fault power calculations and
the philosophy of protective relaying with respect to short circuit KVA
calculations. Design & Drawing of protection relay should be approved by
NREDCAP.
Relays:
a.
All Relays shall be draw out type conforming to all requirements as per
IS: 3231 and shall be suitable for operation from CT and VT secondary
as required. All Relays shall be Numerical type and conform to IS:
8686.
b.

The protective Relays, except for lock-out Relays shall have Self - Reset
contacts, and shall be suitable for efficient and reliable operation of the
protective schemes.

c.

Protective Relays shall be of numerical communicable technology with


self monitoring features. A combination of Electromechanical &
Numerical communicable type Relays for main protections is not
acceptable.

d.

All Relays & Timers shall be designed for satisfactory performance


under specified tropical and humid conditions.

56

3.2.17.

e.

The Relays and Timer shall operate under extreme conditions of control
voltage variation.

f.

They shall not have any inbuilt batteries, and shall operate on available
DC supply. They shall be provided with hand-Reset operation
Indicators (flags) or LEDs with pushbuttons for resetting for analyzing
the cause of Breaker operation.

g.

Shall have built-in test facilities, or can be provided with necessary Test
Blocks and test switches. One testing plug shall be provided for each
switch board.

h.

All equipments shall have necessary protections.

Lightning & Over Voltage Protection:


a.

The SPV Power plant should be provided with Lightning and Over
voltage protection connected to proper Earth mats. The main aim of
over voltage protection is to reduce the over voltage to a tolerable level
before it reaches the PV or other sub-system components. The source
of over voltage can be lightning or other atmospheric disturbance.

b.

The Lightning Conductors shall be made as per applicable Indian


Standards in order to protect the entire Array Yard Lightning stroke.
Necessary concrete foundation for holding the lightning conductor in
position to be made after giving due consideration to maximum wind
speed and maintenance requirement at site in future.

c.

The lightning conductor shall be earthed through flats and connected


to the Earth mats as per applicable Indian Standards with Earth pits.
Each Lightning Conductor shall be fitted with individual Earth pit as
per required Standards including accessories, and providing masonry
enclosure with Cast Iron cover plate having locking arrangement,
watering pipe using Charcoal or Coke and Salt as per required
provisions of IS.

d.

The bidder shall ensure adequate lightning protection to provide an


acceptable degree of protection as per IS for the array yard. If
necessary more number of Lightning conductors may be provided.
Theoretical design calculations and detailed explanations shall be
provided.

e.

The Control Room building is to be protected from lightning stroke with


Lightning Conductor as per requirements of IS Standards.

f.

All Building Earth conductor shall be inter connected through the


concept of Earth Mats for interconnection with separate earth pits.

3.2.18. Earthling System:


LT Side:
a.

The earthing for array and LT power system including Control


Panels shall be required as per provisions of IS. Necessary
provision shall be made for bolted isolating joints of each
earthing pit for periodic checking of each resistance.

b.

Each Array structure of the SPV Yard shall be grounded


properly. The array structures are to be connected to earth pits
as per IS standards.

c.

The earthing for the power plant equipment shall be made with
as per provisions of IS. Necessary provision shall be made for
bolted isolating joints of each earthing pit for periodic checking

57

of earth resistance.
d.

The earth conduction shall run through appropriate pipes partly


buried and partly on the surface of the control room building.

e.

The complete earthing system shall be mechanically &


electrically connected to provide independent return to earth. All
three phase equipment shall have proper earth connection.

f.

An Earth Bus shall be provided inside the control room.

g.

For each Earth pit, necessary Test Point shall have to be


provided.

h.

In compliance to Rule 33 and 61 of Indian Electricity Rulels,


1956 (as amended up to date), all non-current carrying metal
parts shall be earthed with two separate and distinct earth
continuity conductors to an efficient earth electrode.

i.

Earth resistance of the earth pits shall be tested in presence of


the representative of NREDCAP.
HT Side: Similarly, the HV side equipment and parts shall be
earthed as per provisions of IS.

3.2.19.

3.2.20.

LT Power Interfacing Panel:


a.

The Panel shall have adequate inputs to take in, from individual
PCUs & adequate outputs to, Transformer with adequate
number of spare terminals.

b.

The Panel shall be floor mounted type and equipped with all
measuring instruments such as voltmeter, ammeter, frequency
meter, Electronic Energy Meter (for measuring the deliverable
units (kwh), selector switches, Mimic front panel.

c.

All the Power cables shall be taken through backside of the


Panel and cable shall be avoided from sides.

d.

The Panel shall be fitted with suitable rating & size copper bus,
HRC fuses/circuit breaker/isolator indicators for all incomer
and outgoing Feeders, Voltmeter & Ammeter with suitable
selector switches to monitor & measure the power to be
evacuated.

e.

Nut & bolts including metallic cubicle shall have to be


adequately protected against atmosphere and weather prevailing
in the area.

f.

The overall dimension shall be fitted with other Power


Conditioning Units of the Power Plant. However, dimension,
weight, sheet thickness, painting etc., should be indicated by the
Contractor. The bill of material associated with the equipment
should be clearly indicated while delivering the equipment.

Cables:
a.
b.

c.

All cables shall be PVC insulated with appropriate grade conforming to


IS.
The wiring for module inter-connection shall have hard PVC conduit of
approved make. All Tees, Bends etc., shall be approved make. Before
procurement, approval for materials should be obtained from
NREDCAP.
Cables in the array yard shall be laid direct in ground at a depth of
500mm in the excavated trenches along the approved route and
covered with sand cushion. A continuous single brick protective layer
of first class brick shall be placed over the entire length of the

58

d.
e.
f.

g.
h.
i.

underground cable before refilling the trench with loose soil.


Alternatively, 6 wide continuous layer of 1 thick concrete cable
markers may also be provided as protective cable cover. The cables
shall be laid inside class-B GI pipes of suitable size under road
crossings, drains, sewerage lines, entry of exit points of the buildings or
where there are chances of mechanical damage only terminal cable
joints shall be accepted. No cable joints to join two cable ends shall be
accepted.
Cables inside the control room shall be laid in suitable Cable Trays of
approved type.
All wires used on the LT side shall conform to IS and should be
appropriate voltage grade. Only Copper conductor wires of reputed
make shall be used.
Cable terminations shall be made with suitable cable lugs & sockets
etc., crimped properly and passed through brass compression type
cable glands at the entry & exist point of the cubicles. The panels
bottoms should be properly sealed to prevent entry of snakes / lizard
etc., inside the panel.
All cable/wires shall be marked with good quality letter and number
ferrules of proper sizes so that the cables can be identified easily.
The terminal end of cables and wires are to be fitted with good quality
letter and number ferrules of proper sizes so that the cables can be
identified easily.
As-built wiring diagrams shall be provided.

The HT & LT cables should comply with the following standards. LT side
Zebra conductor and HT side Panther conductor is preferable.
IS: 694 (Part-I)
:
Specification for PVC insulated cables(For voltages
up to 1100V) with copper Conductors.
IS.1554 (Part I)

PVC Insulated (Heavy duty) Electrical cables for


working voltages upto and including 1100V.

IS.8130

Conductors insulated electric cables and


flexible cords.

IS.5831

PVC insulation and sheath of Electric cables.

IS.3961

Recommended current ratings for cables

IS.10418

Specification for drums for electrical cables.

IS.10810

Methods of tests for cables.

ASTM.D 2843

IEC. 754 (Part I) :

Standard test method for density of smoke from


the burning of decomposition of plastics.
Standard method for measuring the minimum
oxygen combustion for support candle like
combustion for plastics.
Test on gases during combustion of electric cables.

IEC. 331

Fire resisting characteristics of Electric Cables.

ASTM.D 2863

IEC. 332 (Part I & II ): Flammability characteristics of cables.


SS. 4241475

Flammability characteristics of cables class F3.

59

I.

HT Cables:
The 33KV Cables shall be unearthed grade suitable for use in medium
resistance earthed system, with stranded & compacted Copper
conductors, extruded semi-conducting compound screen, extruded
XLPE insulated, extruded semi-conducting compound with a layer of
non-magnetic metallic tape for insulation screen, extruded PVC (Type
ST-2) FRLS inner sheath, Aluminum / galvanized steel round wire
armored extruded PVC (Type ST-2) FRLS outer sheathed, single / multi
Core conforming to IS 7098 (Part II) IEC-60502 for constructional
details and tests.
3 Core XLPE Cable of 35 sq. mm. or suitable higher size Copper
armored cable conforming to IS 7098 of required length shall be
provided for power evacuation from Power Transformer to Double/Four
Pole Structure through HT Switchgear. The double pole structure will
be at a suitable location within the premises of Solar Plant.

II.

III.

LT Power Cables:
LT Power Cable shall be 1100V grade, single Core, 300 Sq.mm or
suitable higher size of Multi-stranded Copper conductor, XLPE
insulated with PVC inner sheath and outer sheath made on FRLS PVC
compound. The armoring shall be of Aluminum / galvanized steel
round wire.
The cable used for DC system shall be of Two core, 16 Sqmm or Higher
size Multi-stranded Copper conductor type.
The cable used for 24V Battery Charger shall be of Two core, 6 Sqmm
or Higher size Multi-stranded Copper conductor type.
Minimum conductor cross section of power cables shall be 4 Sq.mm for
lighting, Ventilation Blowers, Jet pump and other auxiliaries.
Control cables:
Control cables shall be 1100V Grade, multi core, minimum 2.5 sq.mm
cross section, stranded Copper conductor having 7 strands, XLPE
insulated, inner PVC sheathed / galvanized steel wire armored and
outer sheath made of FRLS PVC compound. In situations where
accuracy of measurement or voltage drop in control circuit warrant,
higher cross sections as required will be used. 4 sq.mm Copper
conductor cables shall be used for CT circuits.
Note**
Bidders must confirm that the current ratings and rating
factors for the cables they have offered shall be as per those
given in I.S. 3961.
The cables shall be tested in accordance with IS;1554 of
1976 and other relevant IS of the latest issue. The tests
shall include all type tests and routine tests listed in the
above standards.

3.2.21. Power Transformer:


S T A N D A R D S to be followed:
The transformers and associated accessories shall conform to the latest
issues/amendments of standards as given below, except to the extent explicitly
modified in the specifications.
----------------------------------------------------------------------------------------------------------Indian
Title
International and
Standard No.
Internationally
Recognised
Standard
----------------------------------------------------------------------------------------------------------IS-2026
Power Transformers
IEC-76

60

IS-3639

Fittings and Accessories for power transformers

IS-335

Insulating oils for Transformers and switch gearIEC-296, BS-148

IS-2099

Bushings for alternating Voltage above 1000 V IEC-137, BS-223

IS-2705

Current Transformers

IS-325

Three phase Induction motors

IS-375

Marking & arrangements for switch gear, bus bars,


Main connections and auxiliary wiring

IS-3737

Gas operated relays

IS-1886

Code of practice for installation and maintenance of transformers

IS-2147

Degrees of protn. Provided by enclosures for low voltage


switch gear and control

IS-5

Colours for ready mix paints

IS-6272

Industrial cooling fans

IS-6600

Guide for loading of oil immersed transformers

IS-3347

Dimensions for porcelain transformers bushings.

IS-2629

Recommended practice for Hot- dip galvanizing for Iron and steel.

IS-2633

Method of testing if coating of Zinc coated items.

IEC-185
IEC-34

IS-1271

Classification of insulating material for electrical machinery and


apparatus in relation to their thermal stability in service.
----------------------------------------------------------------------------------------------------------Reference Abbreviation
Name and Address
IEC

International Electro Technical Commission, Bureau


Central de la Commission, Electro Technique
International, 1, Rue de Vereimbe Geneva,
Switzerland.

IS

Indian Standard,
Bureau of Indian Standards, Manak Bhavan, 9,
Bahadur Shah Zafar Marg,
New Delhi - 110 002.
INDIA.

BS

British Standards,
British Standards Institution,
101, Pentonnvilla Road,
N - 19 - ND - UK.

NEMA

National Electric Manufacture


115, East 44 th Street
New York, NY 10017, USA.

Associate,

Equipment conforming to other internationally accepted standards, which


ensure equal or higher quality than the standards mentioned above, would also be
acceptable. In case the bidders who wish to offer material conforming to the other
standards, salient points of difference between the standards adopted and the specific
standards shall be clearly bought out in relevant schedule, four copies of such
standards with authentic English translations shall be furnished along with the offer.

61

In case of conflict the order of precedence shall be (i) IS, (ii) IEC, (iii) Other standards.
In case of any difference between provisions of these standards and provisions of this
specification, the provisions contained in this specification shall prevail.
The electrical installation shall meet requirements of Indian Electricity Rules, 1956 and
IS-1886, "Code of practice for installation & maintenance of Transformers" as amended
till date.
Electrical Characteristics of the Transformer shall be as follows:
Type of Transformer
No. of Phases
Frequency
Type of Cooling
HV Winding Rated Voltage
LV Winding Rated Voltage
Type of Tap changing
Temp. Rise of Oil by TSD
Temp. Rise of Winding by RTD
33KV side Power Freq withstand Voltage
33KV side Lightning Impulse Voltage
LV side Power Freq withstand Voltage
Vector Group
Neutral Terminal to be Broughtout
Type of Installation
Duty
Overload Capacity
Colour Shade of Final Painting as per IS5
Percentage Impedance
I.

:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:

Core Type-Oil Immersed


3
50Hz
Oil Natural and Air Natural
11 KV Variation of +/- 5%@2.5%
460V
Off Load
50C over ambient Temp of 50C
55C over ambient Temp of 50C
70KV rms
170KV peak
3KV rms
Dyn11- Dyn11
LV Side
Outdoor
Continuous
As per IS 6600
Shade No.632
6.25

Standards & Constructional Features:


The Transformer and all the accessories shall comply in all respects with
the requirement of the latest issue of corresponding ISS.
Sl.No. Standard
Description
1
IS 2026
Specification for Power Transformer
2
IS 2099
Specification for Bushing
3
IS 3637
Buchholz Relay
4
IS.2026(Part I to IV) Routine & Type tests
All material used shall be of best quality and of the class most suitable for
working under the conditions specified and shall withstand the variations of
temperature and atmospheric conditions, overload, over-excitation, shortcircuits as per specified standards without distortion or deterioration or the
setting up of under stresses in any part and also without affecting the
strength and suitability of the various parts for the work which they have to
perform.

II.

Tanks:
The exterior of tank and other steel surfaces exposed to the weather shall be
thoroughly cleaned and have a priming coat of zinc chromate applied. The
second coat shall be of an oil and weather-resistant nature, preferably of
distinct colour from the prime and finish coats. The final coat shall be of a
glossy, oil and weather resistant non-fading paint of specified shade. The
interior of the tank shall be cleaned by sand blasting and painted with two
coats of heat resistant and oil insoluble paint. Steel bolts and nuts exposed to
atmosphere shall be galvanized. Unless otherwise stated, the tank together
with radiators, conservator, bushings and other fittings shall be designed to
withstand without permanent distortion in the following conditions: Full
Vacuum of 760 mm of Hg, for filling with oil by vacuum. Internal gas pressure

62

of 0.35 Kg/cm2 (5 lbs/sq.in) with oil at operating level. The tank cover shall
be suitably sloped so that it does not retain rain water. The material used for
gaskets shall be cork neoprene or approved equivalent.
III.

Core:
The magnetic circuit shall be constructed from high grade cold-rolled nonageing grain oriented silicon steel laminations and shall be of core type. The
insulation structure for the core to bolts and core to clamp plates shall be
such as to withstand a voltage of 2000V for one minute.

IV.

Windings:
Windings shall be of copper only. Windings shall be subjected to a shrinking
and seasoning process, so that no further shrinkage occurs during service.
The completed core and coil assembly shall be dried in vacuum and shall be
immediately impregnated with oil after the drying process to ensure
elimination of air and moisture within the insulation.

V.

Internal Earthing:
The frame work and clamping arrangements of core and coil shall be securely
earthed inside the tank by copper strip connection to the tank.

VI.

VII.

IX.

X.

Termination:
The HV and LV Terminals of the Transformer shall be suitable for Cable
terminations with a box of suitable size. The neutral of the star-connected
winding shall be brought out to a separate bushing terminal. The neutral
bushing shall be provided on the tank side to facilitate lead to earth conductor
down to the ground level. Tank-mounted pin type support insulators shall be
provided for supporting the neutral earthing bar of specified section, along its
run from the neutral bushing to ground level.
Bushings:
Bushings shall be designed with an inbuilt CTs and tested to comply with the
applicable standards of IS. If type test certificates are not available, these
tests shall also be carried out in addition to the Routine tests. Bushings rated
for 400A and above shall have non ferrous flanges and hardware. Fittings
made of steel or malleable iron shall be galvanized. Bushings shall be
supplied with terminal connector clamp suitable for connecting the bushing to
the Purchasers specified conductor.
VIII. Marshalling Box:
Supplier shall provide a marshalling box and marshal to it all the Contacts /
Terminals of electrical devices mounted on the Transformer.
Marshalling
box shall be tank mounted, outdoor, weather-proof, sheet-steel (2mm thick)
enclosed, with hinged door having padlocking facility and painted. All doors,
covers and plates shall be fitted with neoprene gaskets. Bottom shall be at
least 600 mm from floor level and provided with gland plate and cable glands
as required. Top surface shall be sloped.
Electrical and Performance Requirements:
Transformers shall operate without injurious heating at the rated KVA at any
voltage within 10% of the rated voltage of that particular tap. Transformers
shall be designed for 110% continuous overloading withstands capability.
Overloads shall be allowed within the conditions defined in the loading guide
of the applicable standards. Under these conditions, no limitations by
Terminal Bushings, Tap Changers or other Auxiliary Equipment shall apply.
The Neutral terminal of windings with star connection shall be designed for
highest over current that can flow through this winding. Every care shall be
taken to ensure that the design and manufacture of the Transformer shall be
such as to reduce noise and vibration to the level obtained in good modern
practice. The supplier shall ensure that the noise level shall not be more than
80db. For Transformer with tapings, full power tapings shall be provided.
Oil:

63

Transformer shall be supplied complete with transformer oil complying with


latest applicable standards.
XI.

Fittings and Accessories:


For oil immersed type Transformer, following fittings shall be provided.
a)
Bushing terminals complete with connector.
b)
Neutral Bushing terminal complete with connector for earth
conductor.
c)
Inspection cover.
d)
Rating Plate and Diagram plate indicating terminals, Internal
Connections & Vector relationships.
e)
Two earthing terminals.
f)
Lifting lugs for
i)
Lifting complete Transformer with Oil
ii)
Lifting Core and Coils.
g)
Drain cum sampling Valve with plug or cover plate.
h)
Dehydrating Breather.
i)
Oil Level Indicator with minimum marking.
j)
Thermometer along with pocket and necessary fixing arrangement.
k)
Conservator with oil filling hole with cap and a drain plug.
l)
Air Release Cock for Buchholz Relay.
m)
Jacking Lugs & Four plain rollers in place of fixing channels.
n)
Filter Valves (1 No. Top Filter Valve & 1 No. Bottom Filter Valve with
blanking plate)
o)
Explosion Vent with Diaphragm / Pressure Relief Valve. The device
shall be rain-proof after operation. An equalizer pipe connecting the
Pressure Relief device to the Conservator shall be supplied.
p)
Gas sampling device.
q)
Buchholz Relay with two step contact for alarm and Trip.
XII. Winding Temperature Indicator shall consist of:
a) Temperature sensing element.
b) Image coil.
c) Bushing or turret mounted CT.
d) Local Indicating Instrument with electrical independent contacts brought
out to separate terminals for winding temperature high and too high
Alarms.
XIII. Off Circuit Tap Changing Mechanism shall comprise of:
a) Operating handle or wheel, accessible from ground level.
b) Tap position indicator.
c) Pad locking arrangement.
d) The tap-changer connections and contacts shall be accessible through an
access hole having a bolted gasket cover.
XIV. Tests on Transformers:
A. Routine tests:
Transformer shall be subjected to routine Tests as per IS.2026 (Part I to IV).
List of routine Tests:
i. Measurement of Winding Resistance.
ii. Voltage Ratio measurement, Polarity, check of Voltage Vector
relationship.
iii. Measurement of Short Circuit Impedance Voltage & Load Loss.
iv. Measurement of No Load Loss and Excitation Current.
v. Measurement of Insulation Resistance.
vi. Dielectric Tests:
i) Separate Source withstand Voltage test.
ii) Induced AC Over voltage withstand test.
B.

Type Tests:
i) Lightning Impulse Voltage withstand test.
ii) Temperature rise test

64

C.

D.

XV.

XVI.

Special Tests
a) Short Circuit withstand test.
b) Measurement of Zero Sequence Impedance for Three Phase Transformer.
c) Measurement of acoustic Sound level.
d) Measurement of Harmonics of No Load Current.
e) Measurement of Capacitance and Tan Delta between Windings to Earth
and between windings.
f) Measurement of Transient voltage transfer characteristics.
g) Magnetic Balance test on Three Phase Transformer.
h) Sweep Frequency Response Analysis
Field Tests:
a) Measurement of Winding Resistance.
b) Verification of Polarity, Voltage Ratio and Voltage Vector relationship.
c) Measurement of magnetizing current.
d) Measurement of Insulation Resistance.
Tools & Spare Parts:
The Transformer shall be supplied with:
A full outfit of tools, Spanners, Jacks, Special tools for assembling and
dismantling of the Transformer with a rack for holding.
Spare parts recommended by the tenderer for the normal operating of the
Transformer along with item wised prices shall be indicated in the offer.
Losses:
a. Load losses and No-load losses should be admissible as per IS and within
tolerance limits.
b. Should the losses as measured on the transformer after manufacture are
found in excess of the values of the guaranteed losses with plus tolerance
indicated in the proposal, contractor shall compensate the Purchaser.

XVII. Rejection:
Purchaser may reject Transformer if during tests or guarantee period any of
the following conditions arise:
a) No load loss exceeds the guaranteed value by more than 15%.
b) Load loss exceeds the guaranteed value by more than 15%.
c) Impedance value differs the guaranteed value by more than 10%.
d) Oil or winding temperature rise exceeds the specified value by 5C.
e) Transformer fails on impulse test.
f) Transformer fails on power frequency voltage withstand test
g) Transformer is provided to have been manufactured not in accordance
with the agreed specifications.
h) The Purchaser reserves the right to retain the rejected Transformer and
take it into service until the SUPPLIER replaces the defective Transformer
by a new acceptable Transformer at no extra cost to Purchaser. The
BIDDER shall repair or replace the Transformer within a reasonable period
to the Purchasers satisfaction at no extra cost to the Purchaser.
If bidder is offering equipments conforming to the standards other than
those stipulated above, he should establish in the bid that standards
adopted by him are comparable with relevant Indian Standards or IEC
Standards. Further a comparative statement in respect of only those
provisions in standards adopted by him, which are different from those
provisions in standards, shall be furnished with bid. Also, the bidder must
supply copies in English language of the standards and codes adopted by
him (If these are in different languages, copies translated in English may
be furnished).
3.2.22.

33 KV Switchgear:
33KV switchgear system comprises of protection / interlocking /
annunciation / inter-tripping / automatic / manual operation schemes for
the purpose of satisfactory and efficient operation of the equipment covered
under this scope.
The specification also includes cable terminations,

65

foundation channels with hardware etc, It is not the intent of this


specification to specify herein complete details of design and construction of
equipment. However, the equipments offered shall conform to latest standards
of Engineering, design and workmanship in all respects and be capable of
performing in commercial operation in a manner acceptable to the owner.
33KV feeder shall consists of following Components:
I. 33KV Vacuum Circuit Breaker:
Outdoor type Vacuum Circuit Breaker (ABB/L&T/Siemens/ any other
standard make) with shunt trip release, suitable rupturing capacity and with
standard accessories such as operating handle, auxiliary switch with 4
NO+4NC contacts and the required number of sliding disconnects (minimum
3 sets of 6way disconnects).
1
2
3
4

Type
Voltage Class
Current Rating
Short Circuit Current rating

i.
ii.
iii.
iv.
v.
vi.
vii.

:
:
:
:

Vacuum CB
36KV
200 A
40KA/1Sec

The Control & Relay panel for the Vacuum Circuit Breaker
Indicating
LEDs
for
ON/OFF/Auto
Trip/Test/Service/Spring
Charged/Trip Coil1 Healthy/ Trip Coil2 Healthy .
Push buttons for ON/OFF/RESET /Lamp Test and 1 No. Breaker
control switch Trip / Normal / Close Switch. (spring return type).
1 No. Switch for Local / Remote selection.
1 No. DC supply on/off control switch.
1 No. Ammeter with suitable scale along with selector switch for
indicating the incomer current.
1 No. Microprocessor based ABT & Trivector meter suitable for 3 Phase,
4 wire System and secondary ratings of 1 Amp and 110V for current
and voltage respectively.
1 No. Voltmeter of range 0-36 KV along with selector switch.

viii. 3 Phase, Non-directional over current relay with inverse characteristics,


micro processor based. The range of adjustment of the Relay should be
between 20 to 200% of rated current 1A for Over Current protection of
Incomer.
ix. Non-directional Single pole Earth Fault Relay, with the setting range 5
to 80% of current rating.
x.
3 Nos. Under Voltage Relays of reputed make to monitor 3 phase
voltages with setting of pick-up voltage at 90% and drop off voltage at
70% of the supply AC Voltage with suitable timer to initiate tripping of
Breaker.
xi. Set of static Auxiliary Relays of required range for interlocks.
II. Current Transformers:
1 Set of 33 KV Current Transformers (3 Nos) of Ratio 200-100/1-1A , 0.2
class of accuracy and class 5P10 for Protection, burden shall be >= 15VA.
3 Nos. 1 Ph. Current Transducers of dual output type interfacing with
SCADA.
III. Potential Transformers:
1 Set of PTs (3 Nos) of Ratio 33KV or 11 KV /110V with class of accuracy
0.2 for metering and 3P for protection and burden of 30VA for each Core.
3 Nos. 1 phase Voltage Transducers of dual output type giving an output
of 4 20mA is to be mounted inside the panel at a convenient location for
monitoring Bus voltage to be interfaced with SCADA.
IV.
AB Isolators:
1 Set of 11 or 33KV AB Isolators(Horizontal type).
V.

Lightning Arrestors:

66

The specification covers supply and installation of Non-linear Resister type


Lightning Arrestors for use in effectively earthed system with a nominal
voltage of 33KV.
a.
Applicable Standard:
Unless otherwise modified in this specification the Lightning Arrestors
shall comply with IS 3070(Pt.1)1974 or the latest version thereof.
b.
Voltage Rating:
The rated voltage of Lightning Arrestors shall be 30KV. This will be
applicable to the effectively earthed 11 system (co-efficient of earth not
exceeding 80% as per IS 4004) with Transformer Neutral directly
earthed.
c.
Nominal Discharge Current Rating:
The Lightning Arrestors shall be of pedestal mounting type suitable for
outdoor installation on steel pole mounted structures. All the clamps,
bolts, nuts and washers etc., required for mounting the Lightning
Arrestors on the structure shall be supplied along with the Arrestors
and shall be galvanized.
d. Terminal Arrangement:
The top metal cap and the base of the Lightning Arrestors shall be
galvanized. The top cap shall be provided with terminal arrangement
suitable for both horizontal and vertical take-off. The base of the
Lightning Arrestors shall be provided with two separate terminals
distinctly marked for connection to earth.
e.
Sealing and Pressure Release:
The Lightning Arrestors shall be hermetically sealed to avoid ingress of
moisture. A suitable pressure relieving device shall be provided to
avoid damage to the external insulator in case of a severe discharge.
f.
Tests:
Type, Acceptance and Routine tests as per section IS-3070 shall be
carried out. The Contractor shall submit the test certificates for the
Type, Acceptance tests conducted.
Following shall constitute the
Routine tests:a)
Dry power frequency voltage spark over test.
b)
Visual examination of porcelain housing.
c)
Sealing test.
VI.

Four Pole/Double Pole Structure:


Four Pole/Double pole structure shall also accommodate 33 KV, 1 No. AB
Isolator, one set of PTs, one set of LAs (3Nos.) which include necessary,
conductor, connected line material, Disc/Pin type insulators of 33 KV and
to connect to 33 KV line.

VII. Control Supply:


a. Each switchgear shall be provided with necessary arrangement for
receiving, isolating, distributing and fusing of 230V AC and 24V DC (or
according to battery voltage selection) supplies for various control, lighting,
space heating and spring charging circuits. DC supply for control shall be
duplicated for each board which shall run through auxiliary bus wires.
b. Necessary hardware shall be provided in the switchgear panel like coupling
Relays, Auxiliary Relays, Transducers etc. to affect interlocks, exchange of
information status and exercise control from remote.
VIII. General Data
Under the seismic conditions, stipulated in this specification, the 33KV
and 415V switchgear panels shall meet the following requirements:
a. The physical alignment of 11 KV and 415V switchgear panels along
with feeder connections, supporting insulators & structures of bus bars
should not get disturbed and there should not be any internal flashover
and/or electrical fault.
b. All relays, transducers, indicating instruments, devices in switchgear
panels should not maloperate.

67

c. Current carrying parts, supporting structure, earth connection etc.


should not get dislocated and /or should not break or distort.
d. Co-ordination with other systems.
e. It will be the responsibility of the Contractor to coordinate the 11 KV &
415V Switchgear with Computerized Plant Control System (SCADA) of
the power house.
f. Dispatch of equipments and Handling of equipment at site.
g. Care shall be taken for safe handling of equipments at site during
transport, stacking, shifting to erection site, erection at site in order to
prevent damages to the equipment.
h. The bidder has to unload the panels in a storage place (store sheds) in
the project site area as directed by the Engineer and shall load, retransport and unload the same from storage place to the erection place
at appropriate time.
IX. Tests on Switchgears:
A. The following Type test certificates on each type & rating of. Switchgear,
MCC panel and Distribution boards shall be submitted.
a. Short time withstand test with Circuit Breaker mounted inside the
switchgear panel.
b. Temperature rise test.
c. Type II-Short circuit co-ordination test for any three rating of MCC
module as selected by the Employer.
d. Test sequence-1 & combined test sequence shall be carried out on each
rating of Circuit Breaker mounted inside the panel.
e. Degree of protection tests.
f. The manufacturer shall carry out all routine tests as specified in
relevant IS/IEC Standard on all major components and furnish copies
of test certificates for Owner's approval.
g. The following tests shall be carried out for panels and its components
before dispatch at factory in accordance with latest IS/IEC standards
and 3 copies of test certificates shall be supplied. The test certificates
shall be approved by the Owner prior to dispatch of materials.
B. Routine Test:
a.
Visual Check (as per IS: 8623 Cl. 8.3.1.1, 8.3.1.2)
i.
Visual inspection of mounting and connecting of various parts.
ii.
Checking of all Instruments for their positioning and rating.
iii.
Checking of internal wiring according to the approved drawings.
iv.
Checking of connections to ensure adequate contacts.
v.
Clearance and creepage distance between Bus Bars, Risers and
also between Bus Bars, Risers and Earth.
vi.
Functional checking of all control circuits, closing, tripping,
interlock and alarm circuits including proper functioning of
component equipment such as ACB, MCCB etc.
b.
i.
ii.
iii.

High Voltage Test (as per IS:8623, Cl.8.3.2.1, 8.2.2.4)


Phase to ground
Phase to phase
Auxiliary circuits

c.

Insulation Resistance Test


Bus Bar
Auxiliary circuits.

i.
ii.
d.

Continuity Test
A point to point check shall be made to ensure the compliance of the
complete wiring as per the approved electrical schematic diagram.

e.
Test for Vaccum Circuit Breaker
i. Checking alignment of Breaker trucks for free movement and for
correct operations of shutters.

68

ii. Contact Resistance.


iii. I R values, Resistance & Minimum pick up voltage of coils.
iv. Checking of Electrical & Mechanical interlocks provided such as:
1.Shunt trip Release.
2. Bimetal Release.
3. Under voltage Release. 4. Short circuit Release.
v. Insulation Resistance of each pole of Breaker.
vi. HV test.
vii. Maximum Terminal voltage drop between terminals at rated currents.
viii. Checking of various Interlocks.
ix. Interchangeability of Breakers.
f. Tests on Current Transformer
IR Test; Polarity test; Ratio test; Magnetization characteristics;
secondary winding resistance.
g. Tests on Relays (Release):
i. Checking of internal wiring.
ii. IR Test
iii. Checking operation characteristics by secondary injection.
iv. Checking minimum pick up voltage of DC coils.
h. The test certificates for following type tests, which are already
performed, on each type of Circuit Breaker (as per IS 13118/ IEC62271-100 or latest revision there-of) shall be furnished.
1. Switchgear Assembly and Circuit Breaker
i) Dielectric tests as per IEC 60694
ii) Temperature rise test as per IEC 60694
iii) Measurement of the Resistance of the main circuit as per IEC60694
iv) Short time withstand current and peak withstand current tests as
per IEC 60694 & IS 13118.
2. MCCBs
For MCCBs, type test reports shall be furnished. MCCBs have to
undergo the following sequence of type tests without any
maintenance/adjustment, tests to be conducted as per relevant IS.
Construction test, Operation test, Trip calibration test, Overload test,
Temperature rise test, Endurance test, Insulation resistance test, High
voltage withstand test, Short circuit test as per IS 13118 or IEC 62271100.
i. Site Tests: After complete erection at the site, the following tests shall be
performed on 33kV Switchgear panels:
Measurement of Insulation Resistance of bus and power circuits.
Test & checking of control schemes
Operational tests of Breakers-Electrical (Local/Remote) & Manual
Testing & checking of interlocking schemes and protection Relays.

All testing equipment shall be arranged by the Contractor at his


own cost during the testing.
j. Tests on associated Equipment:
All Bushings, Insulators, Bus Bars, Indicating Instruments/devices,
Instrument Transformers and associated items of switchgear panels
shall be tested by the Contractor in accordance with relevant IS or IEC
standard. The test reports shall be furnished for approval before the
Routine and Acceptance tests at works.

69

3.2.23. DC Supply
I. Batteries: DC Battery of suitable Capacity with suitable Voltage rating.
The Contractor shall take the prior approval of the purchaser for all design
and make of the Batteries and the supporting system equipments.
DC system will be used for electrical control of equipment and indications on
the control panel, communication system, DC lighting, etc.
The battery is sized considering the following:
(i) Momentary load for 1 minute
(ii) Emergency load for 2 hours
(iii) Continuous load for 10 hours

II.

The Batteries shall be Maintenance free batteries/Compact Tubular Battery in


Transparent container. The Batteries provided shall be suitable for the
control and protection, emergency lighting, operation of breakers etc. and
shall meet all the requirements of the plant wherever DC supply
is
required for 10Hours in case of failure of AC Supply.
Battery Charger:
The Battery charger shall consists of Float and Boost Chargers with latest
control technology to suit the requirement of charging of Battery and for
feeding the loads.
Under normal conditions, the Battery will be on Float Charger. The Float
Charger will be connected to a Distribution board and meets the requirements
of DC load. In case of additional demand of load on AC supply failure, the
Battery will meet the requirement of DC loads.
The Boost Charger will charge the fully discharged battery in 12 hours before
bringing it back on float charge.

3.2.24. Illumination System, Internal Wiring, Air Conditioning &Ventilation


System:
The entire Solar plant with Grid equipments, line bay compound wall,
control room, main gate , approach road etc., shall be provided
illumination. The lighting system design shall comply with the acceptable
norms and the best Engineering practices. The system design shall consider
standard principles of lighting. The lighting layout shall be designed to provide
uniform illumination with minimum glare. The layout design shall meet all the
statutory requirement, local rules etc.
I. Illumination Levels:
S.No

Location

Lighting Level

MCR

250 Lux

DP Structure & other approach Roads

150 Lux

Transformer Bay

100 Lux

II. Lighting Fixtures:


a. All Lighting fixtures shall be of LED/CFL type. The Fixture shall be
fitted as per direction of Engineer in-charge. The fixtures should be of
reputed make like Philips/Bajaj/Crompton/G.E. etc., however,
contractor shall submit the sample of lighting fixtures to NREDCAP for
approval before supply & installation.
b. The Design shall take into consideration the appropriate illumination
(Lux) level, applicable standards etc.
c. For the yard lighting, suitable poles with fixtures distributed suitably
shall be provided. The Poles shall be made of standard galvanised
structural steel members, suitable ladder for accessing and platform at
the lighting fitting levels shall be provided for maintenance.
d. The connector boxes shall be made of stainless steel, Dust & vermin

70

Proof, which are to be recessed at the base of Yard Lighting poles. The
connector box shall have suitable brass or copper made connector
terminal.
e. Emergency Lighting: Emergency Lighting shall be provided with 230V
AC, LED type fixtures on UPS system. The UPS Lighting wiring shall be
laid in independent conduit system.

III.

Cable Interconnection of Yard Lighting System:


a. 4 core 6 Sq.mm PVC unarmored Copper cable shall be used for
interconnection and supply of power to Yard lighting systems. The
connection will be staggered in to three phases uniformly. The cable
shall be loop in & loop out from the Connector Boxes of each yard
lighting system.
b. Cables in the array yard shall be laid direct in ground at a depth of
500mm in the excavated trenches along with approved route and
covered with sand cushion. A continuous single brick protective layer
of first class brick shall be placed over the entire length of the
underground cable before refilling the trench with loose soil.
Alternatively, 6 wide continuous layer of 11/2 thick concrete cable
markers may also be provided as protective cable cover. The cables
shall be laid inside class B, GI pipes of suitable size under road
crossings, drains, sewerage lines, entry or exist points of the buildings
or where there are chances of mechanical damage.
c. Cable terminations shall be made with suitable cable lugs & sockets
etc. crimped properly and passed through brass compression type
cable glands at the entry & exit point of the connector box at the entry
point to MCB distribution Box for controlling the yard lighting system.

III. Internal Wiring:


This shall include all works necessary for wiring to the point of utilization
of the load to be applied for the wiring of light, fan or plug point etc., Point
wiring shall include all works necessary in complete wiring of a Piano Type
switch Circuit of any length from the tapping point i.e., Junction Box to
the following, via the switch.
The followings shall be deemed to be included in the point wiring:

Earth wire for three pin socket point to the common earth all metal
blocks, board & boxes sunk type including those required for mounting
fan regulator bus excluding those under the DB and control switch.
Indoor point wiring will be casing capping type with 1.1 kV PVC
insulated 2 x 1.5mm2 Copper wire including Wooden switch Board
covered with Bakelite Cover, Ceiling Rose supply of wire, casingcapping, appropriate size bare copper earth wire, screw & and other
accessories etc., as such where required. The work includes supply of
all requisite materials. Standard ISI marked Anchor or equivalent good
make materials are to be used for point wiring.
PVC casing capping and all accessories shall be of Heavy gauge
Polyphone with all accessories and white in colour. Conduit / buses
through wall shall be flash after cutting wall and including mending
well the damages. Casing capping on wall shall be fixed with suitable
screws at an interval not less than 300mm.
All out door point wiring will be with hard PVC conduits of approved
make. Suitable hard PVC bends, saddles, Tees etc., are to be used for
outdoor wiring.

71

IV. Air Conditioning &Ventilation System:


a. Air Conditioning: 1.5Ton Split Type Air Conditioning Systems of
reputed make with 5 Star energy rated, along with sufficient
standby units, shall be provided for SCADA Room.
b. Ventilation System: As per the design of the system, proper
ventilation system shall be provided for the PCU room with Air
Circulators & Roof Exhaust Fans.
3.2.25.

Fire & Safety:


Fire Fighting System:
Fire fighting equipment to take care of fire at various locations in line with the
guidelines of T.A.C shall be provided. Fire detection and Alarm system for
cable gallery and control room shall be provided.
Portable fire fighting equipments shall also be provided at strategic locations
in the solar plant as well as out door yard.
i)
Dry Chemical Powder Fire Extinguishers:
The Dry Chemical Powder Fire Extinguisher shall be Upright type of capacity
10 Kg having IS:2171. 7 IS: 10658 marked. The fire extinguisher shall be
suitable for fighting fire of Oils, Solvents, Gases, Paints, Varnishes, Electrical
Wiring, Live Machinery Fires, All Flammable Liquid & Gas.
ii)

CO2 Fire Extinguishers:

The CO2 Fire Extinguishers shall be Upright type of capacity 7, 10 Kg


having IS: 2878:1986 and IS:8149:1976 marked.
iii)

Sand Buckets:

The bucket should be wall mounted made from at least 24 SWG sheet with
bracket fixing on wall conforming to IS 2546.
iii)
Danger Notice Boards:
Danger notice plates shall be provided wherever necessary. Suitable size of
each Danger Notice plates shall be provided as per statutory requirement ,
made of mild steel sheet and at least 2mm thick, and vitreous enameled white
on both sides, and with inscription in signal red colours on front side as
required. The inscriptions shall be in Telugu and English language.
iv)
Safety Requirements: The switchgears shall be designed to offer
adequate level of safety to operating / maintenance personnel. Means shall be
provided to prevent access to the live part to avoid accidents during service as
well as maintenance period. Bidder shall bring out the safety means provided
to achieve above. A detailed instruction plate suitable for wall mounting shall
be provided for each switch gear room describing various safe operating
procedure / safety precautions for safe operation and maintenance of
switchgear. Rubber mats shall be provided in front of each panel.
3.2.26.

Metering arrangements: The bidder shall provide boundary metering


arrangements along with necessary CT/PT arrangements having accuracy
class of 0.2 in the HT out going feeder grid interfacing point at four pole/
double pole structure.

3.2.27.

Completeness of Equipment:
All the fittings/Accessories/equipments that might not have been mentioned
specifically in the specification but are necessary for satisfactory performance
of the plant shall be deemed to be included in the specification and shall be
supplied and installed by the Contractor without any extra charge.

3.2.28.

Civil Works: The following are the scope of civil works included in the
contractors scope:

72

The plant civil works including topography survey, soil test, and site
development, construction of control room, foundations for PV array and
other equipments are in the scope of Contractor and the civil works are
carried out as per the design requirements of the solar PV plant.
The contractor shall submit designs for the foundation requirements for
equipment to be supplied and for control room.
The Contractor shall take up all civil works required for laying of cables i.e.,
cable trenches, etc within the control room and the cable trenches outside the
control room viz., SPV module area, transformer and outdoor yard, etc shall
be arranged by the contractor.
The Contractor shall provide water distribution system in the plant area
required for module cleaning. The contractor shall provide layout of water
distribution system. The necessary booster pumps and hoses for drawl of
water from the nearest points are within the scope of the contractor.
iv.

Planning and Designing:


a. The Bidder has to plan and design the Plant Array Yard & Unit Control
Room in a proper manner. The bidder has to develop general layout
drawing of Plant PV Array Yard, Transformer, Double pole Structure,
Control Room, Internal Road & Drainage (ensuring no water logging in the
Power Plant Compound) along with Sanitary plumbing layout etc. All
Design & drawings has to be developed based on specification given in the
tender, soil report and relevant IS unless otherwise specified. All details
related to internal electrification, water supply and sewerage system
should be clearly shown in the drawings.
b. Design should be developed considering optimal usage of space, material
and labour without compromising the effect of shadow, cooling,
ventilation, accessibility etc. The drawing of Control Room Building shall
indicate the requirements of ventilation systems to be installed and outlet
openings for ventilation ducting from Power Conditioning Units.
c. The bidder shall submit preliminary drawing and work plan schedule for
approval & based on any modification or recommendation, if any, the
Contractor shall submit six sets of final documents for formal approval to
proceed with construction work.
d. The building shall be with concrete construction in compliance with
National Building Code and relevant BIS/International standards.

3.2.29 Erection, Testing and Commissioning:


The scope of erection, testing and commissioning shall cover the following.
a.
b.
c.
d.
e.
f.
3.2.30.

Receipt and unloading at site.


Transportation from place of unloading to stores.
Storage.
Transportation from stores to place of erection.
Erection, testing and commissioning.
Insurance of equipment for transit, storage and up to five years after
commissioning

Data to be furnished By Vendor:


A. At the time of submission of the bid:

General Layout drawing of Solar PV power plant locating control room


building, module yard, internal roadways, drainage system, fencing, gate,
water distribution line mentioning all lines and levels.
Single line diagram of Solar PV Plant.

73

B. After Award of Contract:


I. Drawings:
a. All drawings submitted by the Vendor/Contractor including those
submitted at the time of Bid shall be in sufficient detail to indicate the
type, size, arrangement, weight of each component, packing and
shipment, the external connections, fixing arrangements required, the
dimensions required for installation and interconnections with other
equipment, clearances and spaces required between various portions of
equipment and any other information specifically requested.
b. The Vendor/Contractor shall submit to the Corporation for approval,
within the time schedule named in the specification such drawings,
samples, patterns and models as may be called for therein or as the
Corporation may reasonably require, provided that the Vendor/
Contractor shall not be under any obligation to supply copies of shop
drawings. Within a reasonable period after receiving such Drawings,
samples, patterns and models, the Corporation shall signify his
approval or otherwise. Copies of all drawings which require to be approved
by the Corporation shall be provided by the Vendor/ Contractor. The
Vendor/ Contractor shall supply additional copies of approved drawings.
c. The Corporation shall have the right at all reasonable times to inspect all
drawings at the factory of the Vendor/Contractor.
d. Any expenses resulting from an error or omission in or from delay in
delivery of the drawings shall be borne by the Vendor/ Contractor.
e. As the implementation of the plant is time bound programme. The
Vendor/Contractor shall submit copies of the list of all relevant drawings
he proposes to submit
for
approval identifying each by a serial
number and descriptive title within one week from the date of Purchase
order/LOI whichever is earlier and shall submit the detailed drawings
within one week or seven days thereafter. And the contractor advised to
get approval of drawings duly sitting with NREDCAP, so as to obtain the
approval of the drawings within the time frame.
f. After placement of purchase order, the Vendor/Contractor shall submit
copies of design calculations, material specifications
and detailed
drawings as called for in the Equipment specification for the
Owner/Purchaser for review. The Vendor/ Contractor must satisfy the
Owner/Purchaser as to the validity of his design with reference to the
requirements of Statutory Code Authorities.
g. Drawings submitted for approval shall be signed by responsible
representatives of the Vendor/Contractor and shall be to any one of the
following sizes in accordance with Indian Standards: A0, A1, A2, A3 or A4.
h. All drawings shall show the following particulars in the lower right hand
corner in addition to the Vendor's/Contractor's name: i) Name of the
Purchaser ii) Project Title iii) Order No./Contract Number iv) Title of
Drawing Scale vi) Date of Drawing vii) Vendor's/Contractor's Drawing
Number viii) Space for the Engineer's drawing number
i. In addition to the information provided on drawings, each drawing shall
carry a revision number, date of revision and brief details of revisions
carried out. Wherever any revision is carried out, correspondingly revision
number must be updated.
j. All dimensions on drawings shall be in metric units, unless otherwise
specified.
k. The Owner/Purchaser or the Engineer will return to the Vendor /
Contractor (a) one print stamped 'Approved' or (b) one print stamped
'Approved with comments as noted', or (c) one print marked with
comments. In the case of (a) no further submission of the drawings is
required. In the case of (b) the Vendor /Contractor shall correct his
original Drawing to conform with comments of the Owner /Purchaser, and

74

furnish the corrected drawings to the Owner / Purchaser for the


purpose of records. If the Vendor/ Contractor is unable to incorporate
certain comments in his drawings he shall clearly state in his
forwarding letter such non-compliance along with valid reasons.
l.

Any work performed or material ordered by the Vendor/ Contractor


prior to receipt of drawings stamped 'Approved with comments as
noted'
by
the Owner/Purchaser shall be at the risk of the
Vendor/Contractor. After print of any drawing has been returned
'Approved', the Vendor/Contractor may release all parts covered by the
drawing for production.

m. Upon completion of the installation, the Vendor/Contractor shall furnish a


complete set of drawings on Compact Discs. The Vendor/Contractor shall
make in a neat and accurate manner, a complete record of all changes and
revisions to the original design, as installed in the completed work. These
drawings shall be submitted to the Owner/Purchaser for records, these
become the property of the Owner/ Purchaser.
n. If, at any time before the completion of the work, changes are made
necessitating revision of approved drawings, the Vendor/ Contractor shall
make such revisions and submit for approval.
o. The Contractor shall furnish the following drawings and obtain approval.
i. General Arrangement and Dimensional Layout of SPV Plant.
ii. Drawing showing the layout of SPV panel, Transformers, Mounting etc.
iii. Drawing showing the Terminal connection between the SPV Modules,
Transformer, 11 KV Switchgear, Lines etc.
iv. Structural drawing along with foundation details for the structure.
v. Arrangement of the Power Conditioning Unit.
vi. Drawing showing details of CTs, PTs, Breakers and external connection
details.
vii. Item wised Bill of material for complete SPV plant covering all the
Components and associated accessories.
viii. Manufactures drawings of all the equipment.
ix. Applicable correction factors/curves, model calculations for
performance testing etc/and any other related drawings.
II. Instruction Manuals:
a. The Vendor/Contractor shall submit the preliminary instruction manuals
for all the Equipment, covered under the 'Contract' as specified from the
date of his acceptance of the purchase order to the Corporation. The final
instruction manuals complete in all respects shall be submitted by the
Vendor/Contractor. The instruction manuals shall contain full details and
drawings of all the Equipment, the erection procedures, testing procedures
and operation and maintenance procedures of the Equipment.
b. If after the commissioning and initial operation of the Plant, the
instruction manuals require any modifications/additions/ changes, the
same shall be incorporated and the updated final
instruction
manuals shall be submitted by the
Vendor/Contractor to the
Owner/Purchaser.
c. The Operating and Maintenance Instructions together with drawings
(other than shop drawings) of the Equipment shall be in sufficient
detail
to enable the Owner/Purchaser
to
maintain, dismantle,
reassemble and adjust all parts of the Equipment. They shall give a step
by step procedure for all operations likely to be carried out during the life
of the Plant/Equipment including erection, commissioning, testing,
operation, maintenance, dismantling and repair. Each manual shall also
include a complete set of approved drawings together with
performance/rating curves of the Equipment and test certificates wherever
applicable. The `Contract' shall not be considered to be completed for

75

d.

a.

b.
c.

purposes of taking over until such instructions and drawings have been
supplied to the Owner/ Purchaser.
A separate section of the manuals shall be devoted to each size/ type of
Equipment and shall contain a detailed description of construction and
operation, together with all relevant pamphlets, drawings and a list of
parts with procedure for ordering spares. Maintenance instructions shall
include checking, testing and replacement procedures to be carried out
daily, weekly, monthly and at longer intervals to ensure trouble-free
operation. Where applicable, fault location charts shall be
included
to facilitate finding the cause of mal-operation or breakdown. A collection
of the Manufacturer's standard leaflets will not be accepted, to mean
compliance of this clause. The manual shall be specifically compiled for
the concerned Project. Unless otherwise specified, three (3) copies of the
final manual shall be mailed at the time of dispatch of Equipment and
remaining shall accompany the Equipment.
III. Test Certificates:
Type Test Certificates for all the tests specified for the factory built SPV
Plant Modules, component parts and for all the equipment shall be
submitted by the Contractor. Available Type test certificates for component
parts shall be submitted within 15 days.
Routine test certificates for all the tests specified for the factory and the
component parts shall be submitted by the Contractor.
Equipment shall not be dispatched unless the test certificates are duly
approved by the Purchaser/Engineer.

3.2.31.

Codes & Standards:


Standards of engineering, design and workmanship: The bidder shall note
that it is not the intention to specify completely herein all details of the design
and construction of equipment. However, the equipment shall conform in all
respects to high standards of engineering, design and workmanship and shall
be capable of performing in continuous commercial operation. The NREDCAP,
who will interpret the meanings of drawings and specification, shall have the
power to reject any work or material which in his judgment is not in
accordance therewith. The equipment offered shall complete with all
components necessary for its effective and trouble free operation. Such
components shall deemed to be within the scope of Bidders supply only,
irrespective of whether these are specifically mentioned in the specification,
his bid and/or the commercial order or not.
Equipment shall conform to international standards including IEEE for design
and installation of Grid connected PV system. The standards cover various
aspects such as PV Modules , Cable types and selection , Temperature
considerations, voltage ratings, BoS wiring, Inverter wiring, Blocking
Diodes, Bypass Diodes, disconnect devices , grounding requirements, Surge
and Transient suppression, Load Centre, Power qualities , Protection
features and Safety Regulations in addition to practices as mentioned in
Data Sheets.
3.2.32. Scope of Annual Operation and Maintenance: This is a comprehensive
Operation and maintenance (i.e., regular, preventive, scheduled as per
manufactures recommendations and break down maintenance etc.) contract
which includes necessary men, material/spares, consumables and plant
insurance etc.,
a.

Zero Date of Annual Operation and Maintenance period shall begin on


the date of actual commissioning of the Power Plant and synchronized
with the grid and acceptance of NREDCAP.

b.

The contractor shall provide necessary supervisory/operating personnel


having well acquaintance with the regular Operation & Maintenance of
the entire plant for maintaining the plant at optimum service level.

76

c.

d.

e.
f.

g.
3.2.33.

3.2.34.

3.2.35.

It is the responsibility of the Bidder to maintain necessary spares,


consumables, men, material at site to operate the Plant satisfactorily
for the specified period with minimum outages. During the operation,
repairs/breakdown of equipment if any shall be rectified with in
stipulated time below
For minor repairs
:
within 24 Hours
For Major Repairs
:
within week days
Beyond which NREDCAP shall have right to recover the value of
proportionate energy loss as liquidated damages for the delays beyond
above stipulated time from the running bills due to Contractor or from
securities with the purchaser. The recovery is made whether the
contractor achieves the guaranteed output or not.
The maintenance contractor shall arrange normal maintenance i.e.,
module cleaning, etc and preventive maintenance of the Power Plant
equipment i.e., checking of joints, topping up of oils, etc and submit
the reports regularly.
The maintenance staff of the Bidder shall be available in the power
plant during all days.
The bidder shall submit the details of maintenance schedules,
quality/inspection plan, nature of problems/troubles encountered and
their classification, period required for completion etc along with his
bid.
The bidder shall also arrange plant insurance and such insurance shall
cover the damages due to natural calamities, accidents and fires.

SPARE PARTS
All spares shall be supplied by the bidder along with various equipment
(required for satisfactory operation) and such spares shall be new and free
from defects in design, material and workmanship and shall be guaranteed. In
case of any failure in original/ component of equipment and if such failures
are due to bad quality, design, materials and workmanship, spare parts if
any, supplied for such components/ parts, shall also be replaced without any
extra cost(including Taxes & Duties etc) to the purchaser. If it is, however,
proved, that the failure is due to defective quality, design, etc then those spare
parts not manufactured along with the original equipment shall also be
replaced at no extra cost (including Taxes &Duties etc.) to the purchaser.
Such replaced spare parts shall have the same Guarantee as applicable to the
replacement made for the defective original parts/ components. The replaced
parts will become the property of the bidder.
If any damage occur to any other equipment covered under the contract
against this specification or due to defective part supplied under the contract,
the supplier shall be responsible for making good the said damage.
Losses:
The equipment to be installed and connectors shall be high quality and High
efficient so that losses should be barest minimum.
The following T&P shall also be included in the scope of the supply:
a. Tool Box with draw out type Racks
b. DE Open type Spanners of all sizes starting from 6-7 to max size required
for Plant.
i)
Ring type Spanners of all sizes starting from 6-7 to max
size required for Plant.
ii)
Screw Driver Set
iii)
Ratchet (Wrench) Box with all Handles & Bits- 1Set
iv)
Hammers Light, Medium & Heavy duty Each 1No.
v)
Cutting Pliers- Small, Medium & Heavy duty Each 1No.
vi)
Nose Pliers- Small, Medium & Heavy duty Each 1No.

77

vii)
viii)
ix)
x)
xi)
xii)

Insulation wire strippers- 3Nos


Rechargeable Torch Lights(Sanyo male)- 3Nos
Digital Tong Tester(Meco make)- 1No
Digital Multimeter (Meco make) - 1No
1000Volts Megger -1No
Any
special
Tools/Instruments
required
installation/maintenance of Solar Power Plant.

78

for

PART-IV
SCHEDULE 1
LIST OF PREVIOUS INSTALLATIONS/CONTRACTORS EXPERIENCE
------------------------------------------------------------------------------------------------------------------Sl.No
Particulars
Description
------------------------------------------------------------------------------------------------------------------1.

Name of the Project

2.

Name, designation and full


Postal address of order placing
Authority

3.

Date of award of the contract and


detailed order No. of the project
authority
i.
Contractual Date of completion
ii.
Actual date of completion of work

4.

(a)
(b)

5.

Reasons for delay in completion


of work, if any
whether the solar power plant is in
trouble free operation for a duration
of at least 12/24 months after put into
commercial operation

Nature of arbitration with the project


authority, if any

6.
Value of the contract
-------------------------------------------------------------------------------------------------------------------

Seal of the Tenderer

Signature, Designation
And address of the Tenderer.

NOTE:
1.
The above information should be furnished contract wise
2.
Necessary performance certificates obtained from the executing agency
shall be furnished by the contractor.

79

SCHEDULE 2
DETAILS OF MANUFACTURER
BIDDER shall furnish the following particulars for SPV Modules, PCUs, SCADA,
UPS, Transformers, Batteries etc being offered.
1.

Name of the Company

2.

Address

3.

4.

Year of Establishment under quoted


Name
Telegraphically Address

5.

Type of Organization

6.

8.

Name and designation of the Officer of :


BIDDER to whom all reference shall be
made for expeditious technical coordination
Place of manufacture (give equipment:
wise list)
Current registration No. with D.G.S & D :

9.

Details of service facilities available

7.

:
Property/Partnership/Pvt.Ltd./
Public Ltd./Government

10. Bidders proposal No. & Date

11. Product manufactured based on


indigenous know-how
12. Any foreign collaborator

YES/NO

YES/NO

13. Name & Address of Foreign collaborator

14. Extent of collaboration


Technical
Financial
15. Brand Name of product offered

:
:

Seal of the
Tenderer

Signature, Designation
and address of the
Tenderer

80

SCHEDULE-3
Proforma of letter of transmittal
(To be furnished on Principals Letterhead)
To
The V.C & Managing Director,
New & renewable Energy Development Corporation of A.P. Limited (NREDCAP),
5-8-207/2,Nampally,
Hyderabad 500 001.
Andhra Pradesh.
Sir,
Sub:Ref:-

Tender Specification no. NREDCAP/GM/CANALTOP/2015.


***

1.

We have carefully examined the conditions, instructions, specifications,


drawings etc. in your tender documents for ..

2.

Accordingly we hereby submit this Application for assessment of our qualification duly
accompanied by an Earnest Money Deposit of Rs ________________ in the form of
___________________

3. We further confirm that our bid contains no deviation from your tender
conditions and specifications except those mentioned in the schedule of
deviations.
4. Besides furnishing the information in the schedules, we submit additional
data/certificates as indicated in the list of Enclosures.
5. We hereby certify that all the statements made and information supplied in the
Schedules and additional data etc. furnished are true and correct.
6. We have furnished all information and details necessary for demonstrating our
qualification and have no further pertinent information to supply.
7. We also hereby declare that we have not been blacklisted/ debarred/ disqualified
by any government entity or any international agency for non delivery or non
compliance or corrupt/ fraudulent practices.

Seal of the
Tenderer

Signature, Designation
and address of the
Tenderer

Encl:- As per list attached

81

SCHEDULE 4
PROFORMA FOR THE CERTIFICATE TO BE GIVEN BY THE TENDERER
I _______________________________________________________certify that all the above
typed

in

data

and

information

on

Sheets

_______________________

_____________________ ____________________________are
representation

of

the

Equipment

covered

by

correct and give


our

Proposal

through
a true
Number

___________________ dated ______________


I hereby certify that I am duly authorized representative of the supplier whose
name appears above my signature.

Suppliers Name.
Authorized Representative's Name.

Signature with date :


Designation :
Seal:

82

SCHEDULE 5
FINANCIAL, BUSINESS AND TECHNICAL CAPABILITY
(To be enclosed in prequalification bid)
Name and address the tenderer:
Telephone No.:
1. Latest Balance sheet filed with ______________________________ (Copy attached)
_______ ____________________________________________________
2. Latest profit and loss statement
_________________________( Copy attached)
3.

4.

b.
c.

from

_____________to________

on

Financial Position:
a.
b.
c.
d.
e.
Total
a.

Cash
Current assets
Current Liabilities
Working capital
Current Liabilities
liabilities
Current ratio
Current assets to
Current Liabilities
Test Ratio
:
Cash, temporary investment held in lieu of cash and current receivable to
current Liabilities
Total liability to Net worth
Capital
Authorized
Issued

Annual value ( Turn over) of erection/work undertaken for each of the last five years
and projected for current year :
-------------------------------------------------------------------------------------------------------Year
Last
2nd last
3rd last
4th last
5th last
-------------------------------------------------------------------------------------------------------Home
Aboard
-------------------------------------------------------------------------------------------------------1.
Net Profit before tax;
a. Current period
b. During last financial year
c. During the year last financial year.
The profit and loss statements have been certified through _____________ by
______________
2.
Financial arrangements( Check appropriate item)
a.
Own resource
b.
Bank Credits
c.
Others (Specify)
3.

Certificate of financial soundness from Bankers of applicants.

4.

The copies of Annual Report: of the company for last five years may be
attached
Seal of the Tenderer

Signature, Designation
and address of the Tenderer.

83

SCHEDULE-6
Proforma for General terms and conditions
(To be enclosed in the Part-I Pre-qualification bid)
Bidders are requested to fill in the blank space and send the same along with
offer in duplicate otherwise their offer will be either treated as non-responsive or
suitable cost compensated for deficiencies as deemed fit by the Corporation.
01.

Tender Specification No., date


___________________________________
and due date

02.

Offer/quotation No. & Date


___________________________________

03.

Name of the bidder


___________________________________

04.

Central/State
Sales
___________________________________

Tax

05.

DGS&Ds Registration No., if any


:
___________________________________
(Please enclose copy of rate contract, if any)

06.

Registration

No.:

(please enclose copy of rate


contract, if any)

NSIC/SSI Registration No., if any


___________________________________
(Copy of certificate to be enclosed)
enclosed)

07.

Price Basis (F.O.R.)


___________________________________

08.

Discount, if any
___________________________________

09.

Packing and forwarding charges


___________________________________
(If price basis ex-works)

10.

Excise Duty (if exempted, copy of certificate):


(Indicate rate of Excise Duty)
:

11.

Sales Tax/ VAT


:
(Also indicate concessional rate against
Form C or State Tax concessional form)

Included/Excluded
%

12.

Freight charges including service tax

Included/Excluded and %

13.

Insurance charges including service tax:

Included/Excluded and %

14.

Whether NREDCAP Terms of payment :

Accepted/ Not accepted

15.

Bank charges

To be borne by seller.

16.

Delivery Period

: Within _________days/weeks
From the date of receipt of Purchase
order.

17.

Whether delivery is made in whole/


___________________________________
Phased delivery

18.

Mode of dispatch
___________________________________

84

(copy

of

certificate

to

be

Included/Excluded
%

19.

Whether submission of contract


performance security guarantee
Guarantee Period
___________________________________

: Accepted/ Not accepted


:

21.

Transit Insurance

: Provided/Not provided

22.

Confirmation of submission of EMD


: ___________________________
Guarantee/ Demand Draft for Rs.25 Lakhs (for satisfactory fulfillment of the
contractual obligations)
:

23.

180 days validity of offer


date of opening of bids

20.

from the
:

Accepted/ Not accepted

24. Whether NREDCAPs liquidated damages : Accepted/ Not accepted


Clause is accepted

(Signature of Bidder with Name, Designation and Office Seal)

85

SCHEDULE-7
SCHEDULE OF TESTS

Seal of the Tenderer

Signature, Designation
And address of the Tenderer.

86

SCHEDULE 8
SCHEDULE OF DEVIATIONS FROM THE SPECIFICATION
Tenderer shall carefully state below all points which are not in accordance
with the enclosed specification
------------------------------------------------------------------------------------------------------Sl.No
Chapter
Section
Deviation
--------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------The tenderer hereby certifies that the above mentioned are the only deviations
from the specification No.

Seal of the Tenderer

Signature, Designation
And address of the Tenderer.

87

SCHEDULE-9
FINANCIAL STATEMENTS FOR THE LAST FIVE YEARS

Seal of the Tenderer

Signature, Designation
And address of the Tenderer.

88

SCHEDULE - 10
PROFORMA OF GUARANTEE FOR EQUIPMENT PERFORMANCE
The tenderer hereby guarantees the requirements of this specification.
If any of the requirements of the guarantees given are not fulfilled, the
purchaser has the right to reject the equipment, and if capacity, performance and
efficiency obtained during acceptance tests falls short of that guaranteed by the
tenderer, the tenderer hereby affirms that such deficiency will be made good by
rectifying/replacing the defective parts. All the replaced parts shall be removed from
the side. While the facility for making good the deficiency will be normally given
once, the purchaser is entitled to reject the equipment in case of repeated failure to
meet the guarantee as per the specification.
Seal of the Company

Name of the Firm

______________________________

Signature of the Tenderer :

_____________________________

Designation

_____________________________

Date

_____________________________

89

SCHEDULE -11
SCHEDULE OF PLACES OF TEST AND INSPECTION
The BIDDER shall indicate the item of equipment of supply, name of the
MANUFACTURER or SUB-CONTRACTOR and place of test and inspection as shown
below:
Item of Equipment

MANUFACTURER OR
SUB-CONTRACTOR

Place of Test and


Inspection

SIGNATURE

___________________

DESIGNATION

___________________

COMPANY

___________________

COMPANY SEAL

___________________

DATE

___________________

90

SCHEDULE -12
SCHEDULE OF WEIGHT AND DIMENSIONS
Description

Weight
(In Tonnes)

Dimensions

We, the undersigned hereby undertake to meet above time schedule from the
date of order.
SIGNATURE

____________________
DESIGNATION

___________________
COMPANY

___________________
COMPANY SEAL

___________________
DATE

:
___________________

91

SCHEDULE 13
Proforma of Summary price proposal
(To be submitted separately in sealed cover in Envelop -B only)
Name & Address of Bidder:
______________________
______________________

To
M/s NREDCAP Limited,5-8207/2, Pisgah Complex,
Nampally, Hyderabad- 500 001

Dear Sirs,
Sub: Our offer No ________dated _________against tender enquiry No.
NREDCAP/GM/CANAL TOP/2015
***
We declare that following are our prices for Design, manufacture, testing at
manufacturers works, supply, storage at site, erection, testing, commissioning and
maintenance for the specified period of grid connected canal top solar PV plant
(crystalline technology) as per the bid documents along with grid connecting
equipment and associated Civil works on EPC Basis. These prices are for the entire
scope of work as indicated in your specification and documents, terms and
conditions mentioned in Bid Documents except deviation incorporated in Statement
of Deviations.
EPC:
Sl.
No.
1.
2.
3.

4.
5.
6.
7.
8.
9.
10.

Rates in Rupees
In Figures
In Words

Item Description
Ex-works Price
Excise Duty%
Sales Tax
CST (%)
VAT(%)
LST(%)
Service Tax %
Packing and forwarding charges
Transit and Storage cum Erection
insurance charges inclusive of Service
tax
Third party inspection charges inclusive
of Service tax
Freight charges inclusive of Service tax
Any other Taxes and duties
Total

O&M:
Sl.
Item Description
No.
1. O&M Charges for 1st Year
2,
Sl.
No.

In Figures
Rs.

Yearly escalation required on O&M


charges.
.%
Item Description

In Words
Rupees.
. percent

Guaranteed Energy (MU/MW


installation)
In Figures
In Words

of

Energy guaranteed in the 1st year (per


year/MW of installation)
Note: The bidder shall note that the project capacity may vary according to the land
availability; technical feasibility for evacuation, etc and in such case, the accepted
price will be proportionately reduced or increased.
Signature of the Bidder with Seal

92

ANNEXURE A
NEW&RNEWABLE ENERGY DEVELOPMENTCORPORATION OF A.P. LIMITED
(NREDCAP)
Article I.
BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT
This agreement has to be executed on a Non-Judicial stamped paper worth Rs.100/Whereas the ______________________here-in-after called (The Bidder) has submitted
their bid dated________________________for the Design, manufacture, testing at
manufacturers works , supply, storage at site, erection, testing ,commissioning and
maintenance for ten years of grid connected canal top solar PV plant (crystalline
technology) of 1MWp capacity at location Gollavanitippa, Bhimavaram Rural mandal,
West Godavari district in Andhra Pradesh, along with grid connecting equipment and
associated Civil works on EPC Basis (Here-in-after called the Bid).
Know
all
men
by
these
presents
that
we
____________________________________________(Hereinafter called the Bank) are
bound unto V.C& managing Director, NREDCAP, 5-8-207/2, Pisgah Complex,
Nampalli, Hyderabad.(hereinafter called the purchaser) in the sum of
Rs__________________________for which payment will and truly to be made to the said
purchaser, the bank binds itself, its successors and assigns by these presents. Sealed
with
the
common
Seal
of
the
said
Bank
this
______________
_________________________day of_______________________200
THE CONDITIONS OF THIS OBLIGATION ARE:
1.
2.
3.
4.

When the successful tenderer does not accept the order after issue of preliminary
acceptance letter/letter of intent/purchase order.
When the successful tenderer fails to furnish the B.G. for contract performance
security within 30 days from the date of issue of preliminary acceptance letter or
the letter of intent or Purchase Order.
When tender is disqualified.
When tenderer alters his prices or withdraws his offer during the validity period.
We undertake to pay to the purchaser the above amount within one week upon
receipt of its first written demand without the purchaser having to substantiate his
demand, without referring to the supplier and without questioning the right of
NREDCAP to make such demand or the propriety or legality of the demand
provided that in its demand the purchaser will note that the amount claimed by it
is due to it owing to any of the occurrence of the above mentioned conditions,
specifying the occurred condition or conditions.
Notwithstanding anything contained in the foregoing our liability under this
guarantee
is
restricted
to
Rs._____________
(Rupees____________________________________ only). Our guarantee shall remain in
force until __________. Unless a claim is made within the date, all rights of the
purchaser under this guarantee shall be forfeited and we shall be relieved and
discharged from all liability hereunder.
Furthermore, We______________-Bank Limited accept that,
(i) This Bank Guarantee is unconditional and absolute
(ii)Claim against this Bank Guarantee will be honored without any delay or
demur: and
(iii)This Bank Guarantee covers all the losses, claims, damages and costs
suffered by the purchaser against the said tender.

We _________________________ Bank Limited lastly undertake not to revoke this


guarantee during its currency except with the previous consent of purchaser in writing.
Date the ________________Day ___________200
Signature:

Designation:

for _____________ Bank Ltd.,


Address:

Seal:

Note:-The Bank Guarantee shall be valid for a period of 270 days from the
scheduled date of opening of pre-qualification with a claim period of 3
months thereafter.

93

ANNEXURE-B
CHECK LIST for the documents
S.No.

Description of documents
Part-I: Pre-qualification(Technical Bid)

Bid Security (EMD)


Schedule-1: LIST OF PREVIOUS INSTALLATION/

EXPERIENCE ( Also enclose photocopies of purchase


orders/ work orders/ contracts of the same)

Schedule-2 Details of Manufacturer

Schedule-3: letter of transmittal

Schedule-4: : Proforma for the certificate to be given by the


tenderer

Schedule-5: Financial Details

Schedule-6: Schedule of general terms & conditions

Schedule-7: Schedule of Tests.

Schedule 8: Schedule of deviations from specification

10

Schedule 9: Financial statements for the last three years

11

Schedule 10: Proforma of guarantee for equipment performance

12

Schedule 11&12

13

Schedule 13 (in separate sealed cover)

14

Documents as per table 1.3.1

15

Drawings:
a. General Arrangement and Dimensional Layout of SPV
Plant.
b. Drawing showing the layout of SPV panel, Transformers,
Mounting etc.
c. Drawing showing the Terminal connection between the
SPV Modules, Transformer, 33KV Switchgear, Lines etc.
d. Single Line Diagram of the system
e. Detailed design calculation on expected electrical energy
generation
f. General arrangement of Control room
g. Any other relevant drawings/documents as may be
required for clear understanding of Equipment/ System

94

Annexure No

ANNEXURE-C
NREDCAP 1 MWp Solar Power Plant at Gollavanitippa (V), West Godavari
District
Assumptions
Capacity
Total estimated project cost
Plus : IDC @2 .8% of the project
cost
Total Project Cost
Loan Repayment
Cost of Funds
O&M Charges
O&M escalation
Estimated Energy Generation in 1st
year
Solar Module Degradation factor for
first 15 years
Solar Module Degradation factor for
th
th
first 15 years for 16 to 25 year
Return on Equity
Discounting Factor
Interest on Working Capital

1
1000

MW
Rs. Lakhs

28
1028
12
12.5
10.00
5.72

Rs. Lakhs
Rs. Lakhs
Years
%
Lakhs/MW
%

1.50

MU

0.50

1.00
12.5
10.62
12.5

%
%
%
%
LEVELLISED TARIFF CALCULATION

Year
Cost of Funds
Principal Repayment
O&M Charges
Land Lease charges
IWC
Total
Generation
Sale Price Required
PV Factor
NPV Factor

Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
MU
` per Kwh

1
128.50
85.67
10.00
15.00
1.99
241.16
1.50

2
117.79
85.67
10.00
15.00
1.99
230.45
1.49

3
107.08
85.67
10.57
15.00
2.01
220.33
1.49

4
96.37
85.67
11.18
15.00
2.02
210.24
1.48

5
85.67
85.67
11.82
15.00
2.03
200.18
1.47

6
74.96
85.67
12.49
15.75
2.05
190.91
1.46

7
64.25
85.67
13.21
15.75
2.06
180.93
1.46

8
53.54
85.67
13.96
15.75
2.08
171.00
1.45

9
42.83
85.67
14.76
15.75
2.09
161.10
1.44

10
32.12
85.67
15.60
15.75
2.11
151.26
1.43

11
21.41
85.67
16.50
16.54
2.13
142.25
1.43

12
10.70
85.67
17.44
16.54
2.15
132.50
1.42

13
0.00
0.00
18.44
16.54
0.38
35.36
1.41

16.08
1.00
16.08

15.44
0.90
13.96

14.84
0.82
12.12

14.23
0.74
10.51

13.62
0.67
9.09

13.05
0.60
7.88

12.43
0.55
6.78

11.81
0.49
5.83

11.18
0.45
4.99

10.55
0.40
4.25

9.97
0.36
3.63

9.33
0.33
3.08

2.50
0.30
0.75

95

Year
Cost of Funds
Principle Repayment
O&M Charges

Rs. Lakhs
Rs. Lakhs
Rs. Lakhs

0.00
0.00
19.49

0.00
0.00
20.61

0.00
0.00
21.79

0.00
0.00
23.03

0.00
0.00
24.35

0.00
0.00
25.74

0.00
0.00
27.22

21
0.00
0.00
28.77

Land Lease charges


IWC
Total
Generation

Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
MU

16.54
0.41
36.43
1.41

16.54
0.43
37.57
1.40

17.36
0.45
39.60
1.38

17.36
0.48
40.87
1.37

17.36
0.51
42.22
1.36

17.36
0.54
43.64
1.34

17.36
0.57
45.14
1.33

18.23
0.60
47.60
1.32

18.23
0.63
49.28
1.30

18.23
0.67
51.06
1.29

18.23
0.71
52.93
1.28

18.23
0.75
54.92
1.26

Sale Price required


PV Factor
NPV Factor
Levilised Tariff

` per Kwh

2.59
0.27
0.70
11.42

2.69
0.24
0.65

2.86
0.22
0.63

2.98
0.20
0.59

3.11
0.18
0.56

3.25
0.16
0.53

3.39
0.15
0.50

3.62
0.13
0.48

3.78
0.12
0.45

3.96
0.11
0.43

4.14
0.10
0.41

4.34
0.09
0.39

` per Kwh

14

15

16

17

96

18

19

20

22
0.00
0.00
30.42

23
0.00
0.00
32.16

24
0.00
0.00
34.00

25
0.00
0.00
35.94

ANNEXURE-D

Solar
Modules

Solar
Modules

PCU 01
250 KW

Solar
Modules

PCU 02
250 KW

ACB

T/F 1.25MVA
600V / 33KV

VCB

Solar
Modules

PCU 03
250 KW

PCU 04
250 KW

ACB

ACB

T/F 1.25MVA
600V / 33K

T/F 1.25MV
600V /33KV

VCB

VCB

ACB

T/F 1.25MVA
600V / 33KV

VCB

33 KV BUS
VCB
ACDB
VCB

Isolator

33KV/415V
Aux T/F 250 KVA

Energy Metering
Arrangements at
Discom

GRID

SINGLE LINE DIAGRAM-1 MW


(Tender

purpose only and is indicative. The nearest 11/33 KV S/S is at Gollavanitippa


which is about 2 Kms from the project site)

97

MCCB

Вам также может понравиться