TENDER DOCUMENT FOR SUPPLY, INSTALLATION &
COMMISSIONING
OF
5 kWp OFF GRID ROOFTOP SPV POWER PLANT AT
SEVAGRAM HOSPITAL, BHATAR BLOCK, BARDHAMAN,
WEST BENGAL
Prepared By:-
Indian Institute of Social Welfare and Business Management
(IISWBM)
Management House, College Square (West), Kolkata- 700073
Ph- (033) 4023-7474, Tele - fax – (033) 2241-3975,
Web URL- www.iiswbm.edu and www.aeeindia.org
Certified that the TENDER Document contains 25 pages
2 | P a g e
Indian Institute of Social Welfare and Business Management
(IISWBM) (The First B-School in India),
Management House, College Square (West), Kolkata- 700073 Ph- (033) 4023-7474, Tele - fax – (033) 2241-3975, Web URL- www.iiswbm.edu and www.aeeindia.org
Ref: No:- IISWBM/TENDER/SOLAR/16/01 Date 26/05/2016
NOTICE INVITING TENDER
Sealed tenders are invited only from the resourceful and experienced channel partners
accredited by the Ministry of New & Renewable Energy (MNRE) for Off-Grid and
Decentralized Solar Applications under JNNSM for supply, installation & commissioning of
5 KWp, Off Grid rooftop Solar Photo-Voltaic Power Plant at Sevagram Hospital, Bhatar
Block, Bardhaman, West Bengal under the project titled “Social Empowerment through
creating Barefoot Solar Engineer Team from unemployed local youth and creating a roadmap
of solar electrification of Bhatar Block, Bardhaman, West Bengal”
1. Tenders will be considered only from channel partners accredited by the Ministry of New
& Renewable Energy (MNRE) for Off-Grid and Decentralized Solar Applications under
JNNSM having adequate experience of work for supply of Solar PV Power Plants and having
authorized technically equipped support centre in West Bengal for providing after sales
service.
2. The Tender Paper can be downloaded from the Association of Energy Engineers(AEE-
USA)-Kolkata Chapter website titled,"www.aeeindia.org" and the same may be submitted
after being duly filled in prescribed format within due date.
3. Two (2) part tender consisting of the following and shall be opened on same date:
3.1. Technical Bid
3.2. Financial Bid
Both the Technical and Financial Bids will be opened on the same date and time, in presence
of the authorized representative of each Tenderer duly endorsed by them.
Subsequently, the name of the qualified (from both Technical and Financial point of view)
Tenderer, as shall be decided by the Tender Committee will be published in the same website
at a later period of time. The important dates are mentioned in point 5 below.
3.1 Technical Bid- The bidding schedule for submission of Technical Bid is given at
Annexure – I. All eligible bidders should submit Technical Bid in sealed cover duly marked
by Envelop-I superscripting Name of Bidder, name of Work, REF. No.
3 | P a g e
3.2 Financial Bid-
3.2.1. The Financial Bid shall be indicating total cost of the items offered for the project.
However, price break up of individual items like supply, works, taxes and duties,
transportation, erection, testing and commissioning etc. shall be indicated. The total price
shall be written both in figures and words. All pages of the offer to be stamped and signed by
the bidders.
3.2.2. The offered rate should be firm for supply, Installation and Commissioning of the
complete system comprising of all components as mentioned in the bidding schedule. The
Ex-works cost, CST, Excise Duty, cost of Transportation, Packing, despatching, taxes &
duties etc. shall be covered within the quoted price. No additional payment will be admissible
for any octroi / taxes or on any other reasons.
3.2.3 The bidding schedule for submission of Financial Bid has been prescribed at Annexure-II.
3.2.4. All eligible bidders should submit Financial Bid in sealed cover duly marked by
Envelop-II superscripting Name of Bidder, name of Work, REF. No.
3.2.5. The bidders must mention validity of their quoted rates which should be of at least for a
period of 180 days from the date of opening of bid.
4. The General specification of SPV Module, Battery, Inverter etc. for 5 kWp SPV Power
Plant is given at Part – I (a) & I(b) of Annexure – I. Any left out specification would be
guided by the latest MNRE Specification / Guidelines of JNNSM under Off-grid &
decentralized solar applications.
5. Important Dates:
DATE OF PUBLICATION OF TENDER DOCUMENTS ONLINE: 19th
May,2016
LAST DATE FOR SUBMISSION OF TENDERS: UPTO 4.00 PM ON: 20th JUNE, 2016
OPENING OF TECHNICAL AND COMMERCIAL BIDS: AT 1.00 PM ON: 27th
June 2016
ANNOUNCEMENT OF THE NAME OF QUALIFIED TENDERER: 3.00 PM ON 12th
July
2016
6. Tender without Earnest Money Deposit (EMD) will automatically be rejected.
7. Tenders should be submitted only through Speed Post to the following address.
To,
Prof. Arindam Dutta
Asst. Prof. & Coordinator- Energy Management
IISWBM, Management House
College Square West, Kolkata - 700 073
r-These should be posted well in advance to avoid any delay in postal delivery. I1SWBMhowever shall not share any liability for postal delay. Tenders received after the due date ofsubmission shall be liable to be rejected. Tenders received within specified time and dateshall only be considered.
8. Tender paper with Terms and Conditions shall have to be accompanied by an EarnestMoney Deposit (EMD) of Rs. 20,000/- (Rupees Twenty Thousand only) in the shape ofDemand Draft drawn in favour of "Indian Institute of Social Welfare and BusinessManagement (nSWBM) from any Nationalized Bank, payable at Kolkata. Earnest money incash or in the shape of cheque will not be allowed.
9. All pages of the tender document shall be signed and stamped by the bidder beforesubmission.
10. The tender committee reserves the right to accept/reject any or all the Tenders or partthereof without assigning any reason thereon.
(Sandip Ghosh)Project Coordinator
(Arindam Dutta)Project Leader
41Page
5 | P a g e
TERMS AND CONDITIONS:
11. Definitions: 11.1. “IISWBM” shall mean Indian Institute of Social Welfare & Business Management
(IISWBM), established under Societies Registration Act under Registration NO. S/3173 of
1958-1959 having its office at Management House, Collage Square West, Kolkata-700073
which expression shall, unless excluded by or repugnant to the context, be deemed to include
its successors, administrator, assigns and nominees of IISWBM.
11.2. The “Contractor” shall mean the Firm/ Person (whose tender has been accepted by
IISWBM) and shall include his legal representatives, successor in interest and assignees.
11.3 The "Beneficiary" shall mean Sevagram Hospital under the district hospital of
"Burdwan" located in Sevagram village of Bhatar Block, Burdwan, Westbengal. The hospital
has been identified under memo no: 0896/BDO/BTR dated 21.04.2015 by Block Level team
of Block Development Office, Bhatar, Burdwan to facilitate the delivering of improved
services to population of Bhatar Block.
11.4 The “Contract” shall mean supply, installation & commissioning of 5 KWp, Off Grid
rooftop Solar Photo-Voltaic Power Plant at Sevagram Hospital, Bhatar Block, Bardhaman,
West Bengal including Warrantee & Maintenance for 5 years of rooftop solar PV system
after successful commissioning of the project. The contract also includes replacement
Guarantee of the 5kWp SPV rooftop system for one year after installation of the project.
12. General: 12.1 The sealed envelopes (Envelop I & II) containing the quotations should be superscripted
with name of work titled, “Tender for Supply, Installation & Commissioning of 5 KWp, Off
Grid rooftop Solar Photo-Voltaic Power Plant at Sevagram Hospital, Bhatar Block,
Bardhaman, West Bengal”, Ref. no. & Name of bidder.
12.2 Tenders from experienced channel partners accredited by the Ministry of New &
Renewable Energy (MNRE) for Off-Grid and Decentralized Solar Applications under
JNNSM only will be accepted who have / can produce valid test certificates from MNRE
approved /NABL/IEC Accredited Test Centres for the SPV modules, Battery, Inverter / PCU
of the SPV Power Plant.
12.3 The bidders themselves must have executed supply, installation & commissioning of
SPV Power Plants, total quantity of which in the last financial years should be at least equal
to the total quantity mentioned in this TENDER. Tenderer must produce proof of satisfactory
completion against the indicated work/supply orders from the beneficiary organizations. The
proof of experience to be submitted along with the Technical Bid as mentioned above should
in the name of the tenderer only. Experience of any collaborator/sister concern of the
tenderer submitted as experience proof of the tenderer will not be accepted.
6 | P a g e
12.4 The tender prepared by the tenderer along with all the related documents shall be in
English. Unit measurements shall be metric in accordance with International System. All
correspondence between the tenderer and IISWBM shall also be in English.
12.5 The tenderer is expected to examine all instructions, terms and conditions,
specifications, forms and formats etc. as mentioned/ enclosed in the tender document. Failure
to furnish all information required in the tender document or submission of a tender not
substantially responsive to the tender document in every respect will be at the tenderer’s risk
and is likely to result in out-right rejection of the tender.
12.6 The copy of the tender document downloaded from website must be signed & stamped
with the legal name of the corporation/ company by the President/ Managing Director/
Secretary of the firm or a person duly authorized to bid. In case of authorized person the letter
of authorization by written power-of-attorney should be enclosed with the technical bid of the
tender. The person or persons signing the tender shall initial all pages of the tender document.
The tender shall contain no interlink actions, erasers or overwriting except as necessary to
correct the errors made by the tenderer in the preparation of tender. The person or persons
signing the tender shall also sign & stamp at all such corrections.
12.7 The tenderer should not have been blacklisted or debarred by any Central/ State / Public
Agency from carrying out similar business during last three financial years. If it is found that
the tenderer is blacklisted the tender committee has every right to reject the tender at any
point of time.
12.8 Documents in support of eligibility (as mentioned in clauses 12.2 to 12.7 & clause
12.14) must be enclosed with the tender. Offers without satisfying eligibility conditions will
be out rightly rejected and no correspondence in this regard will be entertained.
12.9 Tender not accompanied requisite EMD shall not be accepted.
12.10 Earnest money deposit of the successful tenderer will be released on satisfactory
operation of the systems for 90 days after commissioning. No interest will be paid on the
earnest money. The EMD of the successful tenderer may be forfeited along with other penal
actions as deemed fit by the tender committee if the tenderer fails to submit the acceptance of
the Work Order in Non-judicial Stamp of Rs. 100/- within 15 days after issuing the work
order or fails to execute the awarded work within the stipulated period or fails to comply with
the quality specification and standard as per Annexure I, after acceptance of the Work Order.
12.11 If any bidder withdraws his offer after opening the bids (Technical and Financial) and
within this period of validity or makes any modification in the terms and conditions of the
quotation which are not acceptable to the IISWBM, 50% of the deposited EMD will be
forfeited.
12.12 Earnest Money Deposit (EMD) of unsuccessful tenderer shall be returned within 45
days of award of the contract/order to the successful bidder. No interest will be paid on the
EMD.
7 | P a g e
12.13 Rates quoted should be valid for at least 180 (one hundred eighty) days from the date
of opening the tender. Once rates are accepted and work order is issued, the rates shall be
valid upto the period of completion / extended period of completion of the work.
12.14 Photocopy of Trade License, PAN Card, Bank Passbook, VAT Clearance Certificate,
Income Tax & Sale Tax Clearance Certificates for the year 2015-16, Service Tax registration
number, organization structure along with other documents like P.F, ESI, Professional Tax
etc. and audited balance sheet of last 3 financial years are to be submitted along with the
Tender.
12.15 The rate quoted should be in Indian Rupees and be firm, inclusive of all taxes, duties
and other charges for the complete systems along with all accessories and fittings-fixing
including supply, installation & commissioning of the systems at specified locations
including Warrantee & Maintenance for 5 years of rooftop solar PV system after successful
commissioning of the project. The contract also includes replacement Guarantee of the 5kWp
SPV (solar PV) rooftop system for one year after installation of the project. The periodic
maintenance report duly signed by hospital authority has to be submitted to IISWBM
at 6 months interval by the successful bidder.
12.16 Breakup of quoted price indicating Ex-works cost, cost of transportation /packing /
charges, installation & commissioning charges & Civil works, taxes & duties etc. per system
including supply of all items required should be indicated separately as part of total price
quoted in the price schedule for justification of the total price quoted.
12.17 During the warranty & maintenance period, IREDA/ IISWBM reserve the right to
cross check the performance of the systems with the minimum performance levels specified
at Part – II(a), Part – II(b) & Part – II(c) of Annexure-I of this TENDER Document to ensure
the performance guarantee. Failing to meet the basic requirement of the performance as per
the agreed terms, the 10% payment as mentioned in clause 15.4, of the successful tenderer
may be forfeited along with other penal actions as deemed fit by the tender committee.
12.18 Tenderers have to clearly mention the name and address of the manufacturer of each
components quoted by them.
12.19 Tenderers must have authorized technically equipped agents/ support team in West
Bengal preferably near Kolkata with full support of infrastructure and skilled technical
persons for providing after sales services during the warranty & maintenance period. The
successful bidder should have to provide the details of Authorized person’s name, complete
address, mobile numbers to IISWBM with the acceptance of work order (as mentioned in
clause 12.10)
12.20 Tenderer should supply & install a sign board of size 4 ft. X 3 ft. made of Aluminium
sheet and MS Angle at a suitable location at the site of installation of the power plant as per
direction of Indian Renewable Energy Development Agency Ltd. (IREDA)-the sole funding
agency of this project. The sign board should contain the information ( in both English and
Bengali) as follows:
8 | P a g e
12.20.1 Capacity of SPV Power Plant: 5 KWp
12.20.2 Name of Implementing Agency: Indian Institute of Social Welfare and
Business Management (IISWBM)
12.20.3. Name of Funding Agency: Indian Renewable Energy Development Agency
(IREDA)
12.20.4 Date of commissioning: ___/___/20___.
12.21 Bidder should arrange for sending his representative/ technicians with adequate spares,
tools etc. to the respective sites of installation for maintenance as & when required (At least
once in every three months) and submit a report to IISWBM at 6 months interval duly signed
by hospital authority in this regard.
12.22 Work should be completed within 120 (One hundred twenty) days positively from the
date of issuing work order. The date of issue of the Work Order may be considered as the
zero date.
12.23 The supply, installation & commissioning of the systems should be done as per the
direction of concerned Officials of IISWBM related to the project.
12.24 One copy of the operation and maintenance manual in English and Bengali for the
system in the form of booklet as per standard format are to be supplied to the beneficiary and
a copy to IISWBM. The contents of O&M manual should get approved from IISWBM.
12.25 General specifications of the materials are given on at Part – II(c) of Annexure-I of this
TENDER document. If there is any left out specification for the SPV Gadgets shall be as per
the latest MNRE Guidelines for off-grid and decentralized solar applications.
12.26 In addition, each SPV module should have a RFID tag containing following
information inside the module laminate:
12.26.1 Name of the manufacturer of PV Module
12.26.2 Name of the Manufacturer of Solar cells
12.26.3 Month and year of the manufacture (separately for solar cells and module)
12.26.4 Country of origin (separately for solar cells and module)
12.26.5 I-V curve for the module
12.26.6 Peak Wattage, Im, Vm and FF for the module
12.26.7 Unique Serial No and Model No of the module
12.26.8 Date and year of obtaining IEC PV module qualification certificate
12.26.9 Name of the test lab issuing IEC certificate
12.26.10 Other relevant information on traceability of solar cells and module as per
ISO 9000 series.
12.27 Any damage of the existing structure, building etc. made by the successful bidder
during execution of this work shall be made good as it was at his own cost & risk.
9 | P a g e
12.28 All bidders shall submit a Bar Chart along with the Technical Bid showing item wise
breakup of time frame required for manufacturing, testing period, transportation to site,
erection & commissioning etc. considering 120 days time allowed for completion of the work
from the date of issue of Work Order.
12.29 The Declaration by the Tenderer given at Annexure – III should be submitted in the
letterhead alongwith the offer/bid, otherwise the offer/bid would not be brought under
consideration for evaluation.
13. Supply of materials:
13.1 It is a turnkey job for supply, installation & commissioning etc., as such no extra
payments against any unforeseen items/works required to complete the job will be
paid/allowed. The supplier should be responsible for packing, forwarding, despatching and
safe delivery of materials and installation & Commissioning including proper civil works,
storage & handling as required at specific sites at their quoted price. Temporary storage of
materials during transit or at site shall be the responsibility of the supplier at his risk and cost.
13.2 Simultaneously with the installation of Power Plants at site, 50 point casing-capping
wirings distributed evenly(as per the direction of concerned officials of IISWBM related to the project) in two storied hospital building with 14W CFL for each point with required switches and boards to be installed by the successful bidder. The
successful bidder has to execute all necessary internal wiring as per site requirement.
13.3 Delivery of the complete system at site shall commence from 45th
day and the work
should be completed within 120th
day from the date of issue of the work order. Delivery
schedule matching to the aforesaid time allowed shall be submitted along with the technical
bid of the tender considering date of issue of work order as zero date.
13.4 Any delay in delivery except force majeure shall be viewed seriously and may be
linked with penalty as found deem fit by the buyer.
13.5 The materials of the SPV Power Plants are to be supplied, installed & commissioned at
the site at the cost & risk of the successful bidder. IISWBM would not provide any transit
store during supply / execution of work.
14. Warrantee/Guarantee
14.1 The successful bidder should provide Warrantee & Maintenance for 5 years of rooftop
solar PV system after successful commissioning of the project. The successful bidder should
provide a replacement guarantee for the mechanical structures, electrical works including
power conditioners /inverters/ charge controllers/maximum power point tracker
units/distribution boards/digital meters/switchgear, storage batteries and overall workmanship
of the SPV power plants/systems against any manufacturing/ design/ installation defects for a
minimum period of 1 years. Materials found damaged during transit or during erection shall
be replenished by the supplier immediately without waiting for settlement of their claim with
their Insurance Company if any.
10 | P a g e
14.2 PV modules must be warranted for their output wattage, which should not be less than
90% at the end of 10 years, 80% at the end of 25 years from the date of commissioning of the
system. Higher efficiency will be given advantage.
14.3 During the warranty period, Defective/ non-functioning SPV System including Solar
Modules, Power Conditioning Unit, storage batteries etc. and other spare parts of the systems
shall be repaired / replaced free of cost by the successful bidder at his own cost for proper,
sustained & reliable operation of the systems.
14.4 Any complaint from the beneficiary / IISWBM / IREDA must be attended within seven
days from the receipt of complaint in writing or telephonically, failing which IISWBM will
make the system functional and debit the expenditure to the party which will be deducted
from the remaining payment due to the successful bidder (Security Deposit) and the defaulter
will be blacklisted along with panel actions deemed found fit by IISWBM.
14.5 Warrantee/guarantee Card is to be supplied with each system. All the
Warrantee/guarantee has to be handed over to the beneficiary within seven days from the
successful commissioning of the project.
15. Payment and other Financial Terms:
The payments shall be made as per the following terms and conditions:
15.1 No advance payment will be allowed.
15.2 50% of the ordered value after the supply of the complete system at site supported with
material receipt. The contractor shall raise bill of 50% of the ordered value after the supply of
the complete system at site, duly certified by the concerned officials of IISWBM and
beneficiary as per the technical specification and terms and conditions specified in the
contract.
15.3 40% of the ordered value after installation and commissioning. The contractor shall raise
bill of 40% of the ordered value after installation and commissioning of the system supported
with completion certificate, the handing over certificate, bill of material and Joint
commissioning report duly signed by the designated official of IISWBM and beneficiary.
15.4 10% payment to be released @2% at the end of each year for 5 years, on satisfactory
performance. The contractor shall raise bill of 2% of the ordered value at the end of each year
along with satisfactory performance report duly certified by the concerned official of the
beneficiary.
16. Late Tender: No tender will be accepted after the deadline for submission of tender mentioned in the
TENDER document or subsequent Corrigendum(s) / Notification(s), if any and such tender
will be rejected.
11 | P a g e
17. Legal Case: IISWBM and Successful Tenderer shall amicably resolve any dispute arising from this
Agreement and/or Tender Document. All disputes are to be settled within the jurisdiction of
Kolkata, West Bengal. Initially in accordance with Indian Arbitration and Conciliation
Act,1996 or as deemed fit by the Tender Committee.
18. Test Certificates of SPV Systems: The bidders are required to submit test certificates for Solar Photo-Voltaic Modules, Batteries
& Inverters etc. from one of the MNRE approved/IEC/NABL Accredited Test Laboratories
in compliance of the specifications laid down at Part II(b) of Annexure – I of this TENDER
Document. Test certificates issued prior to 2012-13 will not be considered.
19. Supporting Records: Previous credential / records of the bidder as specified in clause 12.3 above should be
attached along with tender as performance certificate.
20. Inspection and Testing of materials:
20.1 The materials will be installed by the successful bidder after inspection by the concerned
officials at site and acceptance of the same. The successful bidder shall provide without any
extra charge, all materials, tools, testing equipments, labour and assistance of every kind
which the inspecting officer may consider necessary for any test or examination which he
may require to be made on the site.
20.2 All the expenses for the inspection of gadgets at site of installation by the concerned
officials like TA/DA, boarding and lodging charges will have to be borne by the successful
bidder.
21. Eligibility Criteria for submission of TENDER Documents: Only Channel partners accredited by the Ministry of New & Renewable Energy (MNRE) for
Off-Grid and Decentralized Solar Applications under JNNSM having valid test certificates of
SPV Systems as mentioned in clause 18 above are eligible to participate in the tender.
Tenders from any other dealer/ supplier/ agents of the manufacturer will not be accepted.
22. Amendments in Tender Document: 22.1 At any time prior to the due date for submission of the tender, IISWBM may for any
reason, whether at its own initiative or as a result of a request for clarification/ suggestion by
a prospective tenderer, amend the tender document by issuing a notice.
22.2 The amendments will be notified on the website at least 5 (five) days before the last date
of submission of the tender. IISWBM will bear no responsibility or liability arising out of
non-receipt of the information in time or otherwise. If any amendment is required to be
notified within 5 days of the last date of submission of the tender, the last date of submission
shall be extended for a suitable period of time.
115W8M
23. Clarifications on submitted tender documents:23.1 During the process of evaluation of the tender, IISWBM at its discretion may ask thetenderer for a clarification of his tender either in written or fixing meeting inviting bidders atIISWBM, Kolkata. The request for clarification and the response shall be in writing.
23.2 Any query regarding any clarification required by IISWBM on the informationsubmitted by the tenderer, must be replied by the tenderer within the allowed time schedule.
24. Quantity to be procured:
24.1 The quantity shown in the tender is most tentative and may be increased or decreased by25% of tendered quantity at the discretion of tendering authority / buyer as per the acceptedrate, terms & conditions stipulated in the Work Order of successful bidder.
25. Agreement:The successful tenderer shall be required to execute an agreement on a valid stamped paperof Rs. 100/- (Rupees One Hundred) for strict compliance of the terms and conditions of thecontract, vis-a-vis the TENDER DOCUMENT within fifteen days of placement of the workorder.
26. The above terms and condition will be stipulated in the work order.
27. Deviation of specifications and Terms and Conditions of Tender documents may causefor rejection of the offer(s) of bidders.
(Sandip Ghosh)Project Coordinator
12 I P age
13 | P a g e
Annexure-I
TECHNICAL BID
PART-I (a): COMMERCIAL INFORMATION
1 Name & complete address of the bidder with telephone, mobile, fax nos. & Email etc.
2 Name & designation of the authorized signatory to whom reference shall be made
3 Present activities/business of the firm
4 VAT/ Sale tax registration number & Trade Licence (attach copy)
5 Detail of any existing service network in Kolkata (name & address of service centres, year of opening)
Date Signature of bidder & seal
PART I(b): CHECKLIST FOR TENDERER
1 EMD of Rs. 20,000/- (Rupees Twenty Thousand Only) (Attached/ not attached.)
DD No.......…………………………………......... Date…………………………………………………. Name of the Bank:…………………………….... Payable at………………………………………....
2 Attested copy of valid test Certificates against the SPV modules, Battery, inverter and BOS
Attached / not attached.
3 List of SPV Power plants supplied, installed & commissioned by the bidder in last three financial years (the list should include the following alongwith copies of concerned
work orders: (a). Name of Organisation which have awarded the work (b) Location of work (c) Total contact amount (d) Year of award of work (e) Details of involvement in the
Attached / not attached
14 | P a g e
work (f) Was the work completed satisfactorily within stipulated time
4 Literature/ leaflets on products Attached / not attached
5 Declaration by the Tenderer as per Annexure – III of this TENDER Document
Attached / not attached
6 G.A.D(General arrangement Drawing) & detailed design of Module Mounting Structure as specified.
Attached / not attached
Date Signature of bidder & seal
PART – II(a) : TECHNICAL INFORMATIONS
SL. No.
Name of the components Name of the manufacturing
company
Test Report from MNRE approved
/NABL/IEC Accredited test
centre
For 5 KWp SPV Power Plant 1 SPV Module – [Individual capacity
of SPV module should be greater or equal to 250 Wp]
Attached / Not attached
2 Tubular Lead acid /VRLA/GEL Type Battery
Attached / Not attached
3 Inverters – 6.25 KVA Attached / Not attached
Date Signature of bidder & seal
15 | P a g e
PART-II (b): INFORMATION ON SYSTEMS REQUIRED WITH QUANTITY Sl.
Sl. No
Description of the Items Qty
1 Supply Installation and Commissioning of 5 KWp Solar Photo-Voltaic Power Plant with 6.25 KVA Inverter, Battery Bank of capacity 96V DC, 600 AH, Tubular Type Lead Acid / VRLA /GEL type Battery including all fitting fixing, Mounting Structure of Galvanized M.S. Angle , Crystalline SPV modules of capacity should be greater or equal to 250 Wp to be connected in appropriate series-parallel combinations to form a SPV array of a minimum 5 KWp Capacity, Battery Rack, copper cabling of suitable size & rating, junction boxes with all other fitting & fixing, 50 point casing-capping wirings distributed evenly in two storied hospital building with 14W CFL for each point with required Switches and boards, Energy meter of reputed make for measurement of energy usage from the Plant and civil foundation work to complete the job as per specification as mentioned in Part – II (c) of Annexure – I on turnkey basis for stable & reliable operation including 5 years Warranty& maintenance period from the date of commissioning of the plant(25 years Warranty for SPV Modules).
1
Date Signature of bidder & seal
PART – II (c) : TECHNICAL SPECIFICATIONS OF 5 kWp SPV POWER PLANT
i) SOLAR PV MODULE
Type of material Mono/ Multicrystalline
Make of Module Reputed Manufacturer
Country India
Cell of efficiency > 12-13 % and should be given good performance at the local insolation level.
Rating of module 250 Wp or Greater
Solar Module frame material Copper free aluminium
Nominal Voltage 12 V
Open Circuit voltage of Solar module
> 21 V
Test Report Should be laminated at the back side of the module.
A strip containing the
following details should be laminated inside the
module so as to be clearly visible from the front side:
a) Name of the Manufacturer or distinctive Logo b) Model or Type No. c) Serial No. d) Year of make:
e) Name of Implementing Agency: IISWBM.
16 | P a g e
ii) MODULE MOUNTING STRUCTURE
Make Reputed
Country of origin India
Country of origin India
Location Roof / Ground / GCI Sheet mounting
Material Angle Sections, Mild steel
Surface finish Hot dip galvanized
Angle of tilt 20 to 25 degree
Hardware i) The array structure shall be made of hot deep galvanized MS angles of size not less than 45 mm X 45 mm X 6 mm size. All nuts & bolts shall be made of very good quality Galvanized steel. The tilt angle of the Module Mounting Structure should be 20 - 25 degree as per requirement of site. Each Module Mounting Structure should be so designed to accommodate minimum of 4(four) SPV Modules as per site requirement and also should withstand wind speed up to maximum 200 Km per hour. ii) The array structure should be designed based on the site requirement such as Ground / Roof / GCI Sheet Mounted.
Foundation 1:2:4 (1 Cement: 2 River sand: 4 Jhama Brick aggregate 20 mm N/size) Cement Concrete at the size of minimum 1 ft. X 1 ft. X 1 ft.
Height of the SPV Module
iii) At least 5 feet from the ground / roof level including the base foundation. iv) At least 1 feet from GCI Sheet (Base foundation not required) in case the Modules are to be mounted at GCI sheet roof.
Earthing materials & Lighting Arrester
i) For protection of SPV modules as per IE Acts earthing materials & lighting arrester shall be provided-minimum 2 nos.
ii) All metallic structures shall be earthed as per standard.
Earthing including earthing pits, earthing strips, grouting conductor of GI strips (35 mm X 3 mm)(length as per site condition). iii) Separate earth for PV array, PCU & Lighting arrester shall be provided. iv) Lighting surge protection must be provided for the SPV array and other solar system components.
iii) JUNCTION BOXES
Make Reputed
Country of origin India
Type i) Terminal Box: Terminal Box is a part of a module from which output is taken. Each PV Module is provided with one bypass diode in the terminal box.
17 | P a g e
ii) Series Junction Box: One series junction box is provided for each mounting structure for taking out final output. A blocking diode to be connected in series with modules in the box. a) Blocking Diodes: These diodes are connected in series with string of PV modules and its functions are as follows: Prevent circulating current between PV module strings. Prevent reverse flow of current from battery through PV array during night and / or period of low insolation. b) Bypass Diodes: These diodes are connected in reverse direction (anode to negative of PV module and cathode to positive of PV module) across each PV module of the strings.
They have same current rating as that of blocking diodes and their operation is as follows: Under normal operating conditions, the bypass diodes are reverse biased and play no part. When any module in a series is shadowed, the current through the module is reduced. Under these circumstances, the PV module gets reverse biased leading to power dissipation across the module and reduction in output power of which is undesirable. Presence of bypass diode provides an alternative path to flow of current in the string (as the diode becomes forward biased when PV module gets reverse biased) and also limits dissipation by limiting the voltage across PV module. iii) Panel Junction Box: This is for paralleling various series junction boxes(SJB) outputs. Terminal Boxes are provided in the panel junction box for paralleling +ve & -ve electrical output from serial junction boxes. Single compression cable glands are used for all inlet outlet to ensure IP class 55 assembly. iv) Array Junction Box: This is for paralleling –ve outputs from the individual panel junction boxes. A bus bar is provided with suitable studs and lugs for paralleling –ve electrical outputs from panel junction boxes.
Construction Weather proof
Material FRP/ Thermo Plastic/polycarbonate
Colour Suitable
Earthing Provision To be Provided
Hardware’s As required
Marking Suitable ferules are to be provided to identify all the cables.
Mounting type Structure
Cable entry As required.
Cable glands As required.
Accessories As required
iv) POWER CONDITIONING UNIT (INVERTER PLUS PWM CHARGE
CONTROLLER).
Switching element IGBT/MOSFET
Input voltage From PV Module: Minimum 5 KW, 96 V nominal DC from Solar PV Array (Solar Modules ranging from 250 Wp or greater be connected in appropriate series & parallel
18 | P a g e
combinations so that the Array capacity is minimum 5 KWp. From AC Source: 230 V (± 10 %), 1 ph, 50 Hz(± 0.5 Hz).
Output voltage Suitable for charging 96 V, 600 Ah @ C/ 10 hr. tubular plate lead acid /VRLA / GEL type battery bank from SPV array.
Protection Short Circuit Deep discharge Over charging(Automatic trickle charge mode on full charge) Input surge voltage Over current( Load)
Battery reverse polarity Solar array reverse polarity
Indication ( LED / LCD indication)
String on Mains on Input on Control on Charger on 80 % charged, 100 % charged Charger overload Battery on trickle Battery disconnected/ Fault battery reverse polarity Low Solar Power System fault Charger over temperature Input over/ under voltage(for AC)
Operating Temp 0-50 Deg C
Humidity 0-95 % non-condensing
Enclosure IP 32
No load consumption
< 1 %
Cable glands, cable ferrule, clamping tool & lug
Suitable for different size of Cable.
v) INVERTER
Nominal capacity 6.25 KVA
Input voltage From PV: Minimum 5 KW, 96 V nominal DC from Solar PV Array (Solar Modules capacity should be greater or equal to 250 Wp be connected in appropriate series & parallel combinations so that the Array capacity is minimum 5 KWp. From AC Source: 230 V (± 10 %), 1 ph, 50 Hz(± .5 Hz).
19 | P a g e
Output voltage 230 V, 50 Hz, 1 – phase.
Regulation From minimum to maximum voltage 1 %
Output frequency 50 Hz (± 0.5 Hz)
Overload capacity 150 % of the continuous rating for 30 seconds
Efficiency More than 90 % at full load, 0.8 PF
Short circuit protection Circuit breaker and electronic protection
Low battery voltage Automatic shutdown
Total harmonic distortion Less than 3 %
Protection Over voltage both at input and output Over current both at input and output Over frequency Surge voltage induced at output due to external source
Instrumentation & indication ( should be fixed internally or externally)
Input and output voltage Input and output current Frequency Power output Different status of inverter Kind of fault by LED and audio signal CT meter for checking of input & output current.
Operating Temp 0-50 Deg C
Humidity 0-95 % non-condensing
Enclosure IP 32
Cable glands Suitable for different type of Cable.
Low battery cut off 1.85 V / cell
Auto change over facilities from Solar power to AC mains and vice versa
1 phase Auto Changeover switch of suitable rating for cut in & cut off of SPV power & grid power should be provided at load side.
Automatic Control system to be provided In the situation of battery on trickle
charge, drawing charging current less than the rated one, the excess SPV
Power generated from the plant will be routed to the load through Inverter. This will be reversed automatically
when the battery is drawing normal charging current.
vi) DC/AC DISTRIBUTION BOARD
DCDB Circuit-I( from Array) 63A DC Circuit Breaker: 2 Nos. (1 in use, 1 standby)
ACDB Incoming Circuit-I (from inverter) 63 A AC Circuit Breaker: 2 No. (1 in use, 1 standby) Outgoing: 32 A DP MCB: 4
20 | P a g e
nos.(3 in use, 1 standby)
Panel type Wall mounting type & CRCA 2.5 mm thick with IP 32 protection
Cable Gland suitable to Incoming & out going cable
vii) CABLES & LUGS
Make Reputed make as per ISI specification
Country of origin India
Standard 1.1 KV grade as per IS 694
Connectors & Termination Cable terminations shall be made with aluminium/tinned copper crimped type
solder less lugs of reputed manufacturer.
Cable Identification Cable tags shall be of 2mm thick aluminium strap of suitable length to contain cable number, equipment no, etc.
2.3 Ferrules Ferrules shall be of approved type size to suit core size mentioned and shall be employed to designate the various cores of cable by the terminal numbers to which the cores are connected for case in identification and maintenance.
Cable Glands Cable glands to be supplied shall be nickel-plated Brass double compression type of reputed make.
Cable Trays This shall be either prefabricated hot dip galvanized sheet steel tray.
Cable Laying i) All cable routes shall be carefully measured and cables cut to the required lengths, leaving sufficient lengths for the final connection of the cable to the terminal of the equipment. Cable laid on supporting angle in cable trenches,
structures, columns and vertical run of cable trays shall be suitably clamped by means of G.I Saddles/Clamps, where as cable in horizontal run of cable trays shall be tied by means of nylon cords. Supporting steel shall be painted before laying of cables. The painting shall be done with one coat red lead paint and two coats of approved bituminous aluminium paint unless otherwise specified. ii) All cables shall run inside flexible PVC pipes duly clamped with the mounting surface as the case may be. Cable marker shall be used.
Switches in point wiring ISI approved reputed make 6A rating switches
21 | P a g e
Cables used for various connections are given below:
a) PV Module to Terminal Box
1 X 2.5 sq. mm PVC insulated, sheathed, unarmoured copper cable for series connection of PV Modules.
b) Terminal Box to Panel Junction Box.
1 X 4 sq. mm PVC insulated, sheathed, unarmoured copper cable, Red for +ve & Black for –ve.
c) Panel junction box to Array junction box
1 X 10 sq. mm PVC insulated, sheathed, unarmoured copper cable, Red for +ve & Black for –ve.
d) Array junction box to PCU
1 X 16 sq. mm PVC insulated, sheathed, unarmoured copper cable. Red for +ve & Black for –ve.
e) PCU to Battery Bank
1 X 16 sq. mm PVC insulated, sheathed, unarmoured copper red cable for +ve terminal. 1 X 16 sq. mm PVC insulated, sheathed, unarmoured copper black cable for -ve terminal.
f) Inverter to ACDB to Load
2 X 25 sq. mm PVC insulated, sheathed, unarmoured copper cable
g) 50 point wiring distribution 2.5 sq. mm Main Distribution; 1 sq. mm for each point wirings
viii) BATTERY BANK
Type Low self discharge, Lead acid, Flooded electrolyte, tubular plate battery, provided with ceramic vent plugs or VRLA / GEL Type.
Country of origin India
Nominal Voltage 2.0 V/ cell
End cell voltage 1.85 V/ cell ( 27 Deg C)
No. of Cells 48 in series
Battery capacity 600 Ah ( at c/ 10 discharge rate)
Self discharge 4 % @ 30 Deg C per month
Charging Efficiency 93 % @ 20 Deg DOD ( i.e. 80 % Soc)
Battery Bank in Ah( C 10) 600 Ah
Battery Capacities Measured at 27 Deg C
Distilled Water Not less than once in 6 month after toping up Frequency commissioning
Battery Accessories Provided
Marking + ve & - ve terminal shall be marked
22 | P a g e
boldly on the terminals along with color indication Black- negative Red – positive
Terminals 1 No. of positive 1 No. of negative
Accessories 2(two) nos. of Micro porous Vent Plugs ( ceramic)/ cell
ix) BATTERY RACK
Construction Sal wood
No. of Battery racks Suitable for 96 Volt, 600 Ah, C10
No. of tiers Double
No. of Rows Double
x) SPECIFICATION OF ENERGY METER (ISI MARKED) Type Electronic
Normal Voltage 230 V – 240 V
Current Rating 0 – 40 Amps.
Date Signature of bidder & seal
23 | P a g e
Annexure – II
FINANCIAL BID
1. Bidding Schedule for Supply, installation & commissioning of 5 kWp Rooftop SPV Power Plant at Sevagram Hospital, Bhatar
Sl. No.
Description of the Items Qty Rate (with detailed
breakup)
Amount
Supply Installation and
Commissioning of 5 KWp Solar Photo-Voltaic Power Plant with 6.25 KVA Inverter, Battery Bank of capacity 96V DC, 600 AH, Tubular Type Lead Acid / VRLA /GEL type Battery including all fitting fixing, Mounting Structure of Galvanized M.S. Angle , Crystalline SPV modules of capacity greater or equal to 250 Wp to be connected in appropriate series-parallel combinations to form a SPV array of a minimum 5 KWp Capacity, Battery Stand , copper cabling of suitable size & rating, junction boxes with all other fitting & fixing, 50 point casing-capping wirings distributed evenly in two storied hospital building with 14W CFL for each point with required Switches and boards, Energy meter of reputed make for measurement of energy usage from the Plant and civil foundation work to complete the job as per specification at Part – II (c) of Annexure – I on turn-key basis for stable & reliable operation including 5 years warranty & maintenance period from the date of commissioning of the plant(25 years warranty for SPV Modules).
1
24 | P a g e
2. Charges for the additional items as required: 2.1 Supply & laying, fitting, fixing of the following items at site as required:
Sl. No.
Items Unit Rate inclusive of all taxes, duties etc. (In
Rupees)
2.1 ISI Marked Main Switch Rate Per unit
2.1.a 32 Amps
2.1.b 16 Amps
2.2 ISI Marked Copper cable (Multi strand) Rate Per meter
2.2.a 10 mm2
2.2.b 6 mm2
2.2.c 4 mm2
2.2.d 2.5 mm2
2.2.e 1.5 mm2
2.3 ISI Marked Switch Rate per unit
5 Amps
2.4 ISI Market Socket Rate per unit
5 Amps
2.5 ISI marked Plug Rate per unit
5 Amps
2.6 ISI Marked Change Over Switch (32 Amps) Rate per unit
2.7 PVC Casing for internal wiring Rate per meter
1 inch.
2.8 PVC Switch Board Rate per unit
4” X 4”
2.9 ISI marked CFL 14 Watt, 230 Volt including CFL housing cabinet for outdoor lighting with transparent cover and stand suitable for outer wall mounting ( a minimum of 1 year replacement guarantee for CFL lamp should be given)
Rate per unit
Note: 1. Any other item as required for commissioning the system for commercial and reliable
operation to be provided by supplier within their quoted price.
2. Bidders are required to follow the details of technical specification mentioned at Annexure
– I while quoting rates for each item.
3. All the materials for which the rates should be quoted should be preferably of made in
India.
Date Signature of bidder & seal
25 | P a g e
Annexure – III
DECLARATION BY THE TENDERER
(Regarding Tender Notice No: IISWBM/TENDER/SOLAR/16/01, Date 04/04/2016)
I/We ______________________________________________________ (hereinafter referred
to as the Tenderer) being desirous of tendering for the work under the above mentioned
tender and having fully understood the nature of the work and having carefully noted all the
terms and conditions, specifications etc. as mentioned in the tender document, DO HEREBY
DECLARE THAT-
i. The Tenderer is fully aware of all the requirements of the tender document and agrees with
all provisions of the tender document.
ii. The Tenderer is capable of executing and completing the work as required in the tender.
iii. The Tenderer accepts all risks and responsibilities directly or indirectly connected with the
performance of the tender.
iv. The Tenderer declares that he has not been blacklisted/debarred by any
Central/State/Public agency from carrying out similar business during last three financial
years.
v. The Tenderer has no collusion with other contractor, any employee of IISWBM or with
any other person or firm connected with IISWBM in the preparation of the bid.
vi. The Tenderer has not been influenced by any statement or promises of IISWBM or any of
its employees but only by the tender document.
vii. The Tenderer is financially solvent and sound to execute the work.
viii. The Tenderer is sufficiently experienced and competent to perform the contract to the
satisfaction of IISWBM.
ix. The information and the statements submitted with the tender are true and the Tenderer
confirms that no second hand/ used items should be used in the project.
x. The Tenderer is familiar with all general and special laws, acts, ordinances, rules and
regulations of the Municipal, District, State and Central Government that may effect the
work, its performance or personnel employed therein.
xi. This offer shall remain valid for acceptance for 180 days from the date of opening of the
tender.
xii. The Tenderer has attached herewith the earnest money as required in the tender
document.
xiii. The Tenderer accepts that the earnest money be partially / absolutely forfeited by
IISWBM as per the terms & conditions laid down in this TENDER Document.
xiv. The Tenderer gives the assurance to execute the tendered work as per
specifications, terms and conditions.
(Signature of tenderer)
WITH SEAL