You are on page 1of 49

Bid Document

For
Design, Engineering, Supply, Installation, Commissioning
with 5 Years Comprehensive Operation and Maintenance of
160 KW Solar Photovoltaic Power Plant (Including
Distribution Net Work)
in
Village Patabojh, Block- Pisawan,Tehsil – Maholi,
District - Sitapur, Uttar Pradesh
BID No: UPNEDA/SPV/MINIGRID SPV Plant/Patabojh/Sitapur/2016

Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA)


(Deptt. of Additional Sources of Energy, Govt. of U.P.)
Vibhuti Khand, Gomti Nagar, Lucknow, U. P.
TeleFax: 0522-2720779, 2720829
Website:http://neda.up.nic.in e-mail: compneda@rediffmail.com
TABLE OF CONTENTS

TOPIC PAGE-NO.
PART-A
e-tender Notice 3
Covering Letter 4
Checklist of Annexure 5
Particulars of e-tender 8
General Particulars of Bidder 9
Declaration by Bidder 10
PART-2 Instructions to Bidders
Section –1 The e-tender document 11
Section -2 Eligibility condition 13
Section-3 Preparation of e-tender 16
Section-4 UPLOADING of e-tender 20
Section –5 e-tender opening and 21
evaluation
Section -6: Procedure for Finalization 22
of BID
PART-3 23
General conditions of contract
PART-4 31
Scope of work & Technical
specification
PART-5 41
Warranty, Operation And Maintenance
PART-6 42
Technical Bid
PART-B 45
Financial Bid
Annexures

2|P age
e-tender Notice
Uttar Pradesh New and Renewable Energy Development Agency, (UPNEDA)
(Deptt. of Additional Sources of Energy, Govt. of U.P.)
Vibhuti Khand, Gomti Nagar, Lucknow U P
TeleFax: 0522-2720779, 2720829
Website:http://neda.up.nic.in E-Mail: compneda@rediffmail.com
Tender Notice No: UPNEDA/SPV/MINIGRID SPV Plant/Patabojh/Sitapur/2016

UPNEDA Invites “On line Bids” (e-tenders) from the prospective bidders for Design, Engineering, Supply,
Installation, Commissioning and comprehensive operation and maintenance for 5 years period of 160 KW Solar
Photovoltaic Power Plant along with Local Power Distribution Network for Supply of Electricity to the Village
Patabojh and its 02 hamlets (Vrandavan & Gajrajpur ) Block Biswan , District Sitapur of Uttar Pradesh
as per scope of work, technical parameters, terms and conditions mentioned in the Bid document. The bid
document can be downloaded from website https://etender.nic.in.The bid document is available at e-
Procurement website http://etender.up.nic.in 07-09-2016 from 07.00 PM Interested Bidders may view,
download the e-Bid document, seek clarification and submit their e-tender online up to the date and time
mentioned in the table below:
(a) Availability of tender document on 07-09-2016 from 07.00 PM at e-Procurement
website web site http://etender.up.nic.in and UP
Electronics Corporation’s website www.uplc.in
(b) e-Bid submission end date & Time 28-09 -2016 upto 6.55 PM
(c) Online Technical e-Bid opening
29-09 -2016 at 11.30 AM
date & time
(d) Online Financial Bid opening date
& time (Only of Technically 05-10 -2016 at 12.30 PM
qualified Bidders)
(e) Venue of opening of Technical & UPNEDA Head Office, Vibhuti Khand, Gomti
Financial e Bids Nagar,Lucknow-226010
(f) Cost of e tender document Rs. 2100/-

(g) Earnest money Rs. 2,80,000/- (Two Lakhs Eighty thousand only)

The companies/firms who are registered at e-Procurement portal for e-tendering with U.P. Electronics
Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for participating in this e-tender.
All companies/firms who have not registered themselves with UPLC for e-tendering till date can get their
registration done. The companies/firms may contact U.P. Electronics Corporation Ltd. (UPLC), 10, Ashok Marg,
Lucknow (UP) for their Registration.

The bidders need to submit the proof/cost of e-Bid document fees and EMD as stated in the above table
through Demand Draft as bid documents fees and bank guarantee as EMD in favour of Director Uttar Pradesh
New and Renewable Energy Development Agency (UPNEDA), payable at LUCKNOW. The scanned copy of
the Demand Draft and Bank guarantee must be enclosed along with the e-Bids. The original Demand Draft
and bank guarantee along with the hard copy of the blank document with enclosures duly signed by bidders
must reach the office of UPNEDA at Vibhuti Khand, Gomti Nagar Lucknow before opening date and time of
technical e-Bid failing which, tender shall not be considered. Numbers of the system mentioned as above, may
increase or decrease. Director, Uttar Pradesh New and Renewable Energy Development Agency, (UPNEDA)
reserves the right to reject any or all tenders without assigning any reason thereof. The decision of Director
UPNEDA will be final and binding.
Director
UPNEDA

3|P age
2. COVERING LETTER:

FROM:-
(Full name and address of the Bidder)
………………………..
………………………….

To:
The Director ,
Uttar Pradesh New and Renewable Energy
Development Agency (UPNEDA)
Vibhuti Khand, Gomti Nagar, Lucknow- U. P.

Subject: -Offer in response to e-tender specification No: UPNEDA/SPV/MINIGRID SPV


Plant/Patabojh/SITAPUR/2016

Sir,

We hereby submit our offer in full compliance with terms & conditions of the above e-
tender. A blank copy of the e-tender, duly signed on each page is also submitted as a proof of
our acceptance of all specifications as well as terms/ Conditions.

We confirm that, we have the capability to Design, Engineering, Supply, Installation,


Commissioning and comprehensive operation and maintenance for minimum 5 years period of
160 KW Solar Photovoltaic Power Plant along with Power Distribution Network for Supply of
Electricity at Village Patabojh and its 02 hamlets (Vrandavan & Gajrajpur ) District Sitapur in
Uttar Pradesh as per scope of work, Technical parameters, terms and conditions mentioned in
the Bid document in 6 months. (Supporting document in proof of capacity should be attached)

The e-tender is to be uploaded in two separate files named Part-I for technical bid &
Part-II for Financial Bid only.

(Signature of Bidder)
With Seal

4|P age
3. CHECK LIST OF ANNEXURES

(The following information/documents are to be annexed and flagged by the Bidders along with
the BID)
S.N. Annexure No Particulars Yes/No, Flag
No.
A. Minimum Eligibility Conditions:
1. Annexure-I (a) Details of Tender document fees ( Demand Draft no,
date, amount and bank name)
Annexure-I (b) Details of Earnest money (bank guarantee no. and
date, (valid for four months)
2. Annexure-II The bidder is a Manufacturing Company/Firm/
Corporation Registered in India of SPV Cells / Modules/
Battery / PV System Electronics (conforming to relevant
National / International Standards)
OR
A PV System Integrator empanelled as channel partner
accredited by the MNRE for off grid and decentralized
solar application under JNNSM with MNRE..
(Minimum Eligibility Condition - I)
3. Annexure-III Bidder should furnish a performance certificate issued by
the Concerned Authority; clearly mentioning that the
Bidder has successfully Designed, Engineered, Procured,
Constructed, Installed, Tested, Commissioned projects of
at least 40 kW Solar Photovoltaic Solar Power Plants duly
signed and stamped.
(Certificate should have been issued on or after 01 April
2014.) (Minimum Eligibility Condition- II)
4. Annexure-IV Bidder should furnish experience certificate/s of last
three years(i.e. FY 2013-14, 2014-15 and 2015-16 ) in
executing contract of Solar Photovoltaic Systems/Power
Plants (Installed and commissioned). (Minimum
Eligibility Condition - III)
5. Annexure-V Bidder should furnish Cumulative Experience*
certificate/s in executing contracts of Solar
Photovoltaic Systems/Power plants(Installed &
Commissioned ) should be at least 25% of the tender
value. (Minimum Eligibility Condition - IV)
6. Annexure-VI A copy of valid CST /State VAT/ TIN registration
certificate (Minimum Eligibility Condition - V)
7. Annexure-VII Overall Average Annual Turnover of the Company/Firm/
Corporation in the last three financial years (2013-14,
2014-15 and 2015-16)
A summarized sheet of turnover of last three Financial
Years certified by registered CA.
(Minimum Eligibility Condition - VI)

5|P age
B. Other Eligibility Conditions :
8. Annexure-VIII Following Test Certificates & Reports for components
specified in technical bid
i. SPV Modules
VIII (a) a) IEC 61215 edition II/ IS 16086 for Crystalline Modules
VIII (b)
VIII (c) b) IEC 61730 Part 1 & 2
c) STC Performance Report –I V curve
VIII (d) ii. Batteries –CECRI or MNRE authorized test centre
report
iii. PCU/ Inverter
VIII (e) a) IEC 6315

9. Annexure-IX MNRE accredited off- Grid Channel Partner/


Programme Administrator
OR
Credit Rating (from MNRE Accredited Rating Agency
of “SP 2C” and above
10. Annexure-X A summarized sheet of cumulative experience in PV
systems/power plants certified by registered CA
11. Annexure-XI Bidder’s cumulative experience* in last 10 years in
Supply and installation/commissioning of total number of
Solar PV Lighting Systems.
Cumulative nos.:
>4,000 nos.
>8,000 nos..
12. Annexure-XII Value of a “Single Order” of PV Systems / Power
Plants executed by the Bidder (A copy of the order
indicating its value and certificate indicating its successful
execution)
Valued more than Rs. 50 Lakh
Valued more than Rs.75 Lakh

13. Annexure-XIII Bidder has Test Certificate for Solar Lanterns, Solar
Home lighting System, Solar Street Lighting System,
Solar Water Pumping System or SPV Modules,
battery, Electronics, LED lighting unit etc from a MNRE
authorized testing center. (Test Certificate should have
been issued on or after 1 April 2011.)
Number of certificates:…..
14. Annexure-XIV Cumulative Experience of the Bidder in executing
contracts Solar Photovoltaic Systems/ Power
Plants(Installed & Commissioned)
>160 KWp
>320 KWp
15. Annexure-XV The bidder has ISO 9001 certification

16. Annexure-XVI The bidder has ISO 14001 certification

6|P age
17. Annexure-XVII Authorization letter of the Bidder, for the person
representing his firm, that he is authorized to discuss
and with specific mention of this e-tender
18. Annexure-XVIII Cumulative Experience of the Bidder in executing
contracts (Installed & commissioned) of Stand Alone
Solar P V Systems/ Power Plants:
At least 50% of the tendered value
At least 75% of the tendered value
19. Annexure-XIX The bidder is a SPV Modules Manufacturing
Company, Registered in India ,with a min. Capacity
of
-- 25 MWp per annum
--- 50 MWp per annum
20. Annexure-XX The bidder is a SPV cells Manufacturing Company,
Registered in India, with a min. Capacity of
--- 5 MWp per annum
--- 10 MWp per annum
21 Annexure-XXI Others
XIX(i). An undertaking that the service centres will be
opened in allotted district .

22. Annexure-XXIII Affidavit of not ever have been debarred by any Govt.
Deptt.
23. Annexure-XXIV Supporting document in proof of capacity should be
attached.

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

Note:- Bids received without supporting documents for the various requirements mentioned in
the tender document may be rejected.

(Signature of Bidder)
With Seal

7|P age
4. PARTICULARS OF e-Tender

1. e-tender no. UPNEDA/SPV/MINIGRID SPV Plant /


Patabojh / SITAPUR/2016
2. Particulars of the work Design, Engineering, Supply, Installation,
Commissioning, comprehensive operation and
maintenance for minimum 5 years period of
160 KW Solar Photovoltaic Power Plant along
with Power Distribution Network for Supply of
Electricity at Village Patabojh and its
02 hamlets (Vrandavan & Gajrajpur )
District- Sitapur in Uttar Pradesh as per scope
of work, Technical parameters, terms and
conditions mentioned in the bid document.
3. Period of work Within 6 months from the date of work order.
4. Last date and time of
28-09 -2016 upto 6.55 PM
uploading of e-tender on NIC website
5. Period of validity of rates for 3 months from opening of Financial Bid
acceptance
6. Date and Time of opening of e-tender
29-09 -2016 at 11.30 AM
(Technical bid.)
7. Date and Time of opening of e-tender
05-10 -2016 at 12.30 PM
(Financial bid.)
8. Place of opening of e-tender UPNEDA, Head Office,Vibhuti Khand,
Gomti Nagar, Lucknow,Uttar Pradesh.
1. Bidders are advised to study the tender Document carefully. Submission of e-Bid against this
tender shall be deemed to have been done after careful study and examination of the procedures,
terms and conditions of the tender Document with full understanding of its implications.
2. The e-Bid prepared in accordance with the procedures enumerated in ITB Clause 15 of Section-I
should be submitted through e-Procurement website http://etender.up.nic.in.
3. The e-Bids will be electronically opened in the presence of bidder’s representatives, who choose to
attend at the venue, date and time mentioned in the above table. An authority letter of bidders’s
representative will be required to be produced.
4. In the event of date specified for e-Bids opening being declared a holiday for UPNEDA’s office then
the due date for opening of e-Bids shall be the following working day at the appointed time and
place.
5. All the required documents including Price Schedule/BOQ should be uploaded by the e-Bidder
electronically in the PDF/XLS format. The required electronic documents for each document label
of Technical (Fee details, Qualification details, e-Bid Form and Technical Specification details)
schedules/packets can be clubbed together to make single different files for each label. All the
enclosures should be scanned and uploaded with bid.
6. The companies/firms who are registered at e-Procurement portal for e-tendering with U.P.
Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP) would only be eligible for
participating in this e-tender. All companies/firms who have not registered themselves with UPLC
for e-tendering till date can get their registration done. The companies/firms may contact the
UPLC officials on phone numbers 0522-2286809, 0522-2288750 (O) 0522-4130303 (Extn: 303,
304 & 307), for their Registration/Digital Signature Certificate related queries.

(Signature of Bidder)
With Seal

8|P age
5. GENERAL PARTICULARS OF BIDDER

1 Name of Bidder
2 Postal Address
3 Mobile no.
4 Telephone, Telex, Fax No
5 E-mail
6 Web site
7 Name, designation and Mobile Phone No. of
the representative of the Bidder to whom all
references shall be made
9 Name and address of the Indian/foreign
Collaboration if any
10 Have anything/extra other than price of items
(as mentioned in price Schedule) been
written in the price schedule.
11 Have the Bidder to pay arrears of income
tax?
If yes up to what amount?
12 Have the Bidder ever been debarred By any
Govt. Deptt. / Undertaking for undertaking
any work? The Bidder has to furnish an
affidavit to that effect along with its Bid.

13 Details of offer (please mention number of


pages and number of Drawings in the hard
copy)
14 Reference of any other information attached
by the tenderer (please Mention no. of pages
& no. of drawings)

( Signature of Bidder)
with Seal

9|P age
6. DECLARATION BY THE BIDDER
REGARDING e-tender NO. UPNEDA/SPV/MINIGRID SPV Plant/Patabojh/SITAPUR/2016

I/We______________________________________________________ (hereinafter referred to


as the Bidder) being desirous of e-tendering for the work under the above mentioned e-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 e-tender document,

DO HEREBY DECLARE THAT

1. The Bidder is fully aware of all the requirements of the e-tender document and agrees with
all provisions of the e-tender document.
2. The Bidder is capable of executing and completing the work as required in the e-tender.
3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the
performance of the e-tender.
4. The Bidder has no collusion with other Bidders, any employee of UPNEDA or with any
other person or firm in the preparation of the bid.
5. The Bidder has not been influenced by any statement or promises of UPNEDA or any of
its employees, but only by the e-tender document.
6. The Bidder is financially solvent and sound to execute the work.
7. The Bidder is sufficiently experienced and competent to perform the contract to the
satisfaction of UPNEDA.
8. The information and the statements submitted with the e-tender are true.
9. The Bidder is familiar with all general and special laws, acts, ordinances, rules and
regulations of the Municipal, District, State and Central Government that may affect the
work, its performance or personnel employed therein.
10. The Bidder has not been debarred from similar type of work by UPNEDA and or
Government undertaking/ Department.
11. This offer shall remain valid for acceptance for 03 Months from the date of opening of
financial bid of e-tender.
12. The Bidder gives the assurance to execute the e-tendered work as per specifications
terms and conditions.
13. The Bidder confirms the capability to Design, Engineering, Supply, Installation,
Commissioning and comprehensive operation and maintenance for 5 years period of
160KW Solar Photovoltaic Power Plant along with Local Power Distribution Network for
Supply of Electricity to the Villages Patabojh & its 02 hamlets (Vrandavan & Gajrajpur )in
Block Biswan of District Sitapur of Uttar Pradesh in 06 (Six) Months.

(Signature of Bidder)
with SEAL

10 | P a g e
PART-2 : INSTRUCTION TO BIDDERS

SECTION 1: THE TENDER DOCUMENT

1.1 CONTENT OF e-tender DOCUMENT

1.1.1 The e-tender procedure and contract terms are prescribed in the e-tender Documents. In
addition to the e-tender Notice the Bidding documents include.

PART-A
Part-I
1 e-tender Notice
2 Covering Letter
3 Checklist of Annexures
4 Particulars of e-tender
5 General Particulars of Bidder
6 Declaration by Bidder

Part – 2 : Instruction to Bidders

Section -1 Contents of e-tender document


Section -2 Eligibility condition
Section-3 Preparation of e-tender
Section-4 Submission of e-tender
Section -5 e-tender opening and evaluation
Section-6 Procedure for Finalisation of Bid

Part – 3 : General Condition of Contract

Part – 4 : Scope of Work & Technical specifications

Part – 5 : Details of Warranty

Part – 6 : Technical Bid

Part – B :
Financial Bid

The Bidder is expected to examine all instructions, forms, terms and specifications as
mentioned in the e-tender document. Failure to furnish all information required by the e-tender
documents or submission of a bid not substantially responsive to the Bid Document in every
respect will be at the Bidder's risk and is likely to result in out-right rejection of the e-tender

11 | P a g e
1.2 LOCAL CONDITIONS

It shall be imperative on each bidder to fully inform him of all local conditions and
factors, which may have any effect on the execution of the works covered under these
documents and specifications. UPNEDA shall not entertain any request for clarifications from
the Bidder, regarding such local conditions

1.3 CLARIFICATION:

A prospective Bidder requiring any clarification of the e-tender Documents may contact
UPNEDA in writing or by Fax at the UPNEDA's mailing address indicated in the Invitation for
e-tender.
All are requested to remain updated with the website. No separate reply/ intimation will be
given elsewhere. Verbal clarifications and information's given by the UPNEDA or its
employees or its representatives shall not be in any way entertained

Enquiries/clarifications may be sought by the Bidder from:


Director,
Uttar Pradesh New & Renewable Energy Development Agency,
Vibhuti Khand, Gomti Nagar, Lucknow
Phone: 0522-2720829
Fax: 0522-2720779,
Email: compneda@rediffmail.com
Website: http://neda.up.nic.in

1.4 AMENDMENT OF e-tender DOCUMENTS

At any time prior to the submission of the e-tender the UPNEDA may for any reason,
whether at its own initiative or in response to a clarification requested by the Bidder,modify the
e-tender documents by amendments. Such document shall be made available on websites:
http://neda.up.nic.in.; http://etender.up.nic.in and www.uplc.in. All are requested to remain
updated with the website. No separate reply/ intimation will be given elsewhere.

12 | P a g e
SECTION 2: ELIGIBILITY CONDITIONS

Eligibility Conditions for Bidders

A. Minimum Eligibility Conditions:

1. The Bidder should be


A Registered Manufacturing Company/Firm/ Corporation in India of SPV Cells / Modules Or
Battery Or PV System Electronics or LED Lights
(Conforming to relevant National / International Standards)
OR
A PV System Integrator empanelled as channel partner accredited by the MNRE for off
grid and decentralized solar application under JNNSM with MNRE.
2. Bidder should furnish a performance certificate issued by the Concerned Authority; clearly
mentioning that the Bidder has successfully Designed, Engineered, Procured, Constructed,
Installed, Tested, Commissioned projects of at least 45 KW Solar Photovoltaic Power Plants,
duly signed and stamped.
(Certificate should have been issued on or after 01 April 2014.)

3. The bidder should have at least last three years(i.e. FY 2013-14, 2014-15 and 2015-16)
experience in executing contract of Solar Photovoltaic Systems/Power Plants (Installed and
commissioned).
4. Cumulative Experience* of the Bidder in executing contracts of Solar Photovoltaic
Systems/Power plants(Installed & Commissioned ) should be at least 25% of the tender
value (Rs. 2.80 Crore).
5. The Bidder should have valid CST /State VAT/ TIN registration certificate. A copy of which
should be enclosed.
6. Overall average annual turnover shall be at least of Rs. 84.00 Lakh (Rupees Eighty four
Lakh only ) of the Company/Firm/Organization in the last three financial years(i.e. FY 2013-
14, 2014-15 and 2015-16). (This must be the individual company’s turnover and not that of
any group of companies). A summarized sheet of turnover of last 03 years certified by
registered CA should be compulsorily enclosed.

13 | P a g e
B. Other Eligibility Conditions

The “Financial bids” of only those bidders shall be opened, who qualify in “Minimum Eligibility
Conditions” as above and score at least 60 Points in “technical evaluation”. The “Points” for
the “technical evaluation” shall be assigned as under:

S.N. Criteria Point


.
1 MNRE accredited off- Grid Channel Partner/
Programme Administrator
OR 10
Credit Rating (from MNRE Accredited Rating
Agency ) of “SP 2C” and above
2 Cumulative Experienceof the Bidder in executing
contracts of Solar Photovoltaic Systems/Power
Plants(Installation & Commissioning of PV Systems/
Power
Plants)
>160 KWp 5
>320 KWp 10

3 Bidder’s cumulative experience in last 10 years in


supply and installation/commissioning of total
number of Solar PV Lighting Systems. Cumulative
nos.:
>4,000 nos. 5
>8,000 nos. 10

4 Value of a “Single Order ” of PV Systems / Power


Plants executed by the Bidder :
Valued more than Rs. 50 Lakh 5
Valued more than Rs. 75 Lakh 10

5 Cumulative Experienceof the Bidder in executing


contracts (Installed & commissioned) of Stand
Alone Solar P V Systems /Power Plants:
At least 50% of the tendered value 5
At least 75% of the tendered value 10
6 Bidder has Test Certificate for Solar Lanterns,
Solar Home lighting System, Solar Street
Lighting System, Solar Water Pumping System
or SPV Modules, battery, Electronics etc .from a
MNRE authorized testing centre.
(Test Certificate should have been issued on or after
April 2011.)
Certificate for any two of the above 5
Certificate for more than two of the above 10

14 | P a g e
7 The bidder is a SPV Modules Manufacturing
Company, Registered in India, with a min.
Capacityof
--- 25 MWp per annum 5
--- 50 MWp per annum 10

8 The bidder is a SPV cells Manufacturing Company,


Registered in India, with a min. Capacity of
--- 5 MWp per annum 5
--- 10 MWp per annum 10
9 The bidder has ISO 9001 certification 10
10 The bidder has ISO 14001 certification 10

Bidder’s experience should be in supply, installation/commissioning (contracts executed,


completed and handed over) of Solar Photovoltaic Systems/ Power Plants.

15 | P a g e
SECTION 3: PREPARATION OF e-tender

3.1 Introduction

 About UPNEDA:
Uttar Pradesh New & Renewable Energy Development Agency (UPNEDA) is a
registered society under the Department of Additional Sources of Energy,
Government of Uttar Pradesh. UPNEDA is a nodal agency for development,
implementation, awareness etc. of Renewable Energy programmes in the State of
Uttar Pradesh. UPNEDA is willing to establish Mini Grid Solar Power Plant along with
local grid network for supply of electricity in Energy deficit area of the State.
 About the Project Solar Photovoltaic Solar Power Plant has significant potential to
support the electricity supply of the rural community and offers a better solution for
their growth. Solar Photovoltaic technologies are suitable and viable option for rural
electrification and are considered to be an ideal alternative to grid electricity. These
systems also provide more reliable electricity as any outages or interruption to
electricity supply can be quickly corrected, considering its needs in rural areas with
unit as solar power plant in rural areas. This is an initiative of the Government of Uttar
Pradesh towards use of green energy in the State.
 To carry out the above Project in village Patabojh, Sitapur, UPNEDA proposes to
establish a 160kW Plant Capacity Solar Power plant including development of land,
buildings, plant, machinery, ancillary equipment, material, switch-gear, battery,
protection equipment along with local power distribution network and the like
necessary to deliver the electricity generated to the consumer end.
 The details of the Facilities/Project which the UPNEDA requires to be set up in the
present instance and for which Bids are hereby invited. The overall responsibilities of
complete Scope of Work rests with the Bidder in the same approaches which are
listed below:-
1. Site survey, designing and engineering solar power plant and its component
within the boundary limit stipulated in this Bid document.
2. Preparation of necessary information required for in this Bid document for
Bidding.
3. Land for proposed project shall be provided by UPNEDA.
4. Engineering, procurement, supply, Installation and commissioning of power plant
including all civil work as per specifications laid down in this Bid document and
accepted by UPNEDA.
5. Design, engineering, procurement, installation and commissioning of grid
compatible power distribution network.
6. Consultation with Prospective consumers willing to utilize the generated electricity
for their commercial and other uses.
7. Laying of transmission and distribution line up to the various consumers load
points for Service connection and house wiring to each household of villages for
illumination of BPL and others houses with operation of one ceiling fan and point
for mobile charging as per scope of work.
8. Supply of electricity as per demand of Consumers which includes mandatory
supply of electricity as per scope of work.
9. Monthly billing to the various Consumers and collection of electricity charges.
However this can be done with prepaid metering or other suitable methodology.

16 | P a g e
10. Day to Day operation, routine maintenance, preventing maintenance and
breakdown maintenance of power plant and transmission and distribution lines for
minimum period of 5 years.
11. Preparation of evaluation and monitoring report and submission to UPNEDA on
regular basis.
 Local Conditions
The Bidder is advised to visit and examine the site conditions, traffic, location,
surroundings, climate, availability of power, water and other utilities for construction,
access to site, handling and storage of materials, weather data, applicable laws and
regulations, and obtain for itself on its own responsibility all information that may be
necessary for preparing the Bid and entering into the Contract Agreement. The costs
of visiting the Site shall be at Bidder's own expense. It is strongly recommended that
the Bidder must visit the site before attending the Pre- Bid meeting.
 Local Regulatory Frame Work
It shall be imperative for each Bidder to fully inform itself of all local conditions, laws
and factors which may have any effect on the execution of the Contract as described
in the Bidding Documents. The UPNEDA shall not entertain any request for
clarification from the Bidder, regarding such local conditions.
 It is the responsibility of the Bidder that such factors have properly been investigated
and considered while submitting the Bid proposals and that no claim whatsoever
including those for Financial adjustment to the Contract awarded under the Bid
document shall be entertained by the UPNEDA and that neither any change in the
time schedule of the Contract nor any Financial adjustments arising thereof shall be
permitted by the UPNEDA.

3.2 LANGUAGE OF BID AND MEASURE

3.2.1 The e-tender prepared by the Bidder and all correspondence and documents relating to
the bid exchanged by the Bidder and UPNEDA shall be written in the English provided
that any printed literature furnished by the Bidder may be written in another language so
long as accompanied by an English translation of its pertinent passages in which case, for
purpose of interpretation units of measurement shall be MKS system.

3.3 DOCUMENTS COMPRISING THE BID

3.3.1 The e-tender prepared by the Bidder shall comprise the following components

(a) Covering letter as provided in e-tender document.


(b) General particulars of bidder, as provided in e-tender document.
(c) Declaration by The Bidder, as provided in e-tender document
(d) Documentary evidence establishing that the bidder is eligible to Tender and is qualified to
perform the contract if its tender is accepted. Check list of Annexures as provided in e-
tender document
(e) A blank copy of the in e-tender document signed on each page, as a confirmation by the
Bidder to accept all technical specifications / commercial conditions along with all
necessary enclosures.
(f) Authorization letter of the Bidder, for the person representing his Company/Firm/
Corporation, that he is authorized to discuss and with specific mention of this e-tender

3.4 BID PRICE

17 | P a g e
3.4.1 The Bidder shall indicate prices on the appropriate financial bid schedule.
3.4.2 DUTIES AND TAXES

The price quoted should include all taxes and duties, custom duty, excise duty, service
tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on income tax
etc. if any. A Bidder shall be entirely responsible for all taxes, duties, license fees, etc. All
taxes payable as per Government income tax & service tax norms will be payable by the
Bidder. TDS will be deducted from the payment of the Bidder as per the prevalent laws
and rules of Government of India and Government of Uttar Pradesh in this regard.

3.5 BID CURRENCIES

3.5.1 Prices shall be quoted in Indian Rupees (INR) only


3.6 Security deposit/ Performance Guarantee:

3.6.1 The successful Bidders, who execute the agreement with UPNEDA for the work, shall
have to furnish a security amount equivalent to 10% of total value of the contract in
the form of Bank Guarantee valid for a period of 66 months from the date of execution of
agreement. The bank guarantee may be issued by a nationalized bank or State Bank of
India or its subsidiary bank. Bank Guarantee shall be in favour of "Director, UPNEDA".
The aforesaid Bank Guarantee shall be furnished prior to the execution of agreement.

3.7 PERIOD OF VALIDITY OF e-tender

3.7.1 Validity of the offer should be 3 months from the date of opening of the financial bid of the
e-tenders. Without this validity the e-tenders will be rejected.

3.7.2 In exceptional circumstances; the UPNEDA will solicit the Bidder’s consent to an
extension of the period of validity. The request and the response there of, shall be made
in writing. The contract performance security provided under clause 3.5.1 above shall also
be suitably extended.

3.8 BID SECURITY (Earnest Money)


3.8.1 The bidder shall furnish, as part of its bid, bid security of Rs. 2.80 lakhs ( Two Lakh
Eighty thousand Only) in the form of Bank guarantee issued by a nationalized bank, or
State Bank of India and its subsidiary banks. The bank guarantee shall be valid for a
period of 4 months from the opening of technical bid.

3.8.2 Any bid not secured with the tender fee and earnest money will be rejected by the UPNEDA
as non-responsive.

3.8.3 No Interest shall be payable on the amount of earnest money and the same will be
released, after the e-tenders have been decided, to those Bidders who fail to get the
contract.

3.8.4 The e-tender security (earnest money) may be forfeited:

a) If a Tenderer withdraws its e-tender during the period of e-tender validity specified by the
Bidder in the e-tender.

18 | P a g e
b) If the successful Bidder fails to sign the contract within stipulated period.

3.8.5 EMD of successful bidder shall only be released after signing of agreement and
submission of 10% Security bank guarantee.

3.9 FORMAT AND SIGNING OF e-tender


3.9.1 The bid must contain the name, residence and places of business of the persons making
the e-tender and must be signed and sealed by the Bidder with his usual signature. The
name and designations of all persons signing should be typed or printed below the
signature.
3.9.2 e-tender by corporation/ company must be signed with the legal name of the corporation/
company/firm by the ‘President’, Managing director or by the ‘Secretary’ or other
designation or a person duly authorized

3.9.3 The original copy of the e-tender shall be typed or written in indelible ink and shall be
signed by the Bidder or a person duly authorized to bid and bidder to the contract. The
letter of authorization shall be submitted along with power-of-attorney. All the pages of the
bid shall be initialed by the person or persons signing the e-tender.

3.9.4 The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the Bidder in which case such corrections shall be initialed by the
person or persons signing the e-tender.

(Signature of Bidder)
with SEAL

19 | P a g e
SECTION: 4: UPLOADING OF e-tender

4.1 Uploading of e-tender : The bid shall be uploaded online as per guide lines of U P
Electronics Corporation Ltd. (UPLC), 10, Ashok Marg, Lucknow (UP).

4.1.1 The tender must be complete in all technical and commercial respect and should contain
requisite certificate, drawings, informative literature etc. as required in the specification.

4.1.2 First part-1 (part-A) should contain technical specification, brochure literature etc. All parts
of tender documents except financial bid should be uploaded as per e-procurement mode
in due date and time. Scanned copy of Requisite earnest money in the form of Bank
Guarantee should be enclosed.

4.1.3 The Bidder should submit price bid in Second part. Second part (part-B) should contain
financial bid only should be uploaded as per e-procurement mode in due date and time.
Anything in regard of financial condition, payment terms, rebate etc. mentioned in financial
bid may make the tender invalid. Therefore, it is in the interest of the Bidder not to write
anything extra in part-II except price.

4.1.4 The original copy of uploaded document i.e. First part-1 (Part-A) is to be submitted by
Post /courier/by hand to UPNEDA HQ before opening of technical bid. However for the
purpose of evaluation uploaded documents will be considered only.

4.2 EXPENSES OF AGREEMENT: A formal agreement for a period of 01 (one) year shall be
entered into between UPNEDA and the contractor/ bidder for the proper fulfillment of the
contract. The expenses of completing and stamping of the agreement shall be paid by the
successful bidder.
4.3 DEADLINE FOR SUBMISSION OF BIDS: Bids must be uploaded by the tenderer in the
date; time and address specified in the e-tender notice/ tender documents.

(Signature of Bidder)
with SEAL

20 | P a g e
SECTION 5: e-tender OPENING AND EVALUATION

5.1 OPENING OF e-tender

The procedure of opening of the e-tender shall be as under:

5.1.1 First part-I (part-A) uploaded having e-tender specification no. and super scribed as
“Technical bid” shall be opened at the time and date mentioned in the e-tender notice by
UPNEDA’s representatives in the presence of Bidders, who choose to be present.

5.1.2 Second part-II (Part-B) containing Financial Bid shall be opened (after obtaining
clarifications and establishing technical suitability of the offer) as per schedule. Second
part of only those Bidders shall be opened whose first part (part-B) shall be found
commercially clear and technically suitable.

CLARIFICATION OF e-tender

5.2.1 To assist in the examination, evaluation and comparison of bids the UPNEDA may at its
discretion ask the bidder for a clarification of its bid. The request for clarification and the
response shall be in writing.
5.3 UPNEDA reserves the right to interpret the Bid submitted by the Bidder in accordance
with the provisions of this document and make its own judgment regarding the
interpretation of the same. In this regard UPNEDA shall have no liability towards any
Bidder and no Bidder shall have any recourse to UPNEDA with respect to the selection
process. UPNEDA shall evaluate the Bids using the evaluation process specified in this
document or as amended, at its sole discretion. UPNEDA’s decision in this regard shall be
final and binding on the Bidders.

Signature of Bidder
with seal

21 | P a g e
SECTION-6: PROCEDURE FOR FINALIZATION OF BID

6.0 The Procedure for Finalization of BID would be as follows:

6.1 Finalization of BID:


 First the Technical bids shall be opened and evaluated.
 Then the price bid of technically qualified bidders shall be opened.
 The lowest rate (L-1) will be the approved rates.

6.2 Finalization of Empanelment:


 The lowest rate (i.e. L-1) received (and in turn approved by the competent authority)
would be the “Approved Rate”.
 Lowest Rate bidder (L1) shall be awarded the contract.
 Training of the users will be arranged by the contractor/ bidder.
 After work order is placed for work, should be executed within the time schedule stipulated
in work order. In case of delay (for any reason other than due to Force Majeure conditions
or any extension thereof granted to him by UPNEDA) a penalty equal to 1.0% of the price
of the unperformed services for each week (For the purposes of calculation of delay, part
of week shall be treated as week) of delay until actual performance up to a maximum
deduction of 10% of the delayed services.
6.3 If required UPNEDA reserves the right to negotiate with (lowest) L-1 bidder before finalization
of the tender.
6.4 UPNEDA reserves the right to accept any bid and to reject any or all bids.
6.5 NOTIFICATION OF AWARDING THE CONTRACT :
List of successful Bidder for contract shall be displayed on UPNEDA's website and shall be
intimated in writing to the contractor.
6.6 CONTRACT
Before execution of the work, a contract agreement for execution of the work shall be
signed by the Bidder with UPNEDA within 15 days of communication from UPNEDA. In
case agreement is not executed within the stipulated time, the earnest money will be
forfeited.

Signature of Bidder
with seal

22 | P a g e
PART 3 : GENERAL CONDITIONS OF CONTRACT

1.0 In the deed of contract unless the context otherwise requires:-

1.1 UPNEDA shall short list the successful bidder (s) on “Turn-key basis " basis after verifying
their capacity. The Project shall be executed by UPNEDA. The successful bidder (s) shall
have to sign the Contract with Uttar Pradesh New and Renewable Energy Development
Agency, U.P. (UPNEDA).

DEFINITIONS

1.2. “UPNEDA’ shall mean The Director of UPNEDA or his representative and shall also include
its successors in interest and assignees. The “Contractor” shall mean (successful bidder)
i.e. the person whose e-tender has been accepted by UPNEDA and shall include his legal
representatives and successors in interest.

1.3 The agreement shall be on turn-key basis. The work shall be completed within 06 (fSix)
months from the date of placement of work order. However “UPNEDA” may in case of
urgency ask the bidder to complete the work earlier, with the mutual consent of the
contractor/ bidder. In case the contractor/ bidder fails to execute the said work within
stipulated time, “UPNEDA” will be at liberty to get the work executed from the open market
without calling any tender/ e-tender and without any notice to the contractor/ bidder, at the
risk and cost of the contractor/ bidder. Any additional cost incurred by “UPNEDA” shall be
recovered from the contractor/ bidder. If the cost of executing the work as aforesaid shall
exceed the balance due to the contractor/ bidder, and the contractor/ bidder fails to make
good the additional cost, “UPNEDA” may recover it from the contractor/ bidders’ pending
claims against any work in “UPNEDA” or in any lawful manner.

1.4 That on the request of the contractor/ bidder and also in the interest of the organization the
“UPNEDA” is authorized to extend the validity of the agreement, subject to that the request
of the contractor/ bidder is received before the expiry of the agreement period, or any
extended period granted to the contractor/ bidder. Maximum period of extension shall be 2
months on the same terms and conditions as contained in this agreement.

1.5 The agreement shall be deemed to be extended till the date of completion of last work
order subject to the completion period as provided in the clause 1.3.

1.6 The contractor/ bidder, (i.e. the successful bidder), may operate in the State of Uttar
Pradesh through a single authorized dealer for execution of the orders placed on
authorized dealer. It will be the sole responsibility of the contractor/ bidder, to execute
orders placed as per time schedule, and to ensure quality parameters, specifications and
other requirements provided in the e-tender document and as per agreement.

1.7 In the interest of the work and the programme, agreement executed between the
contractor/ bidder and the “UPNEDA” may be extended to a mutually agreed period, if the
need so arises. It shall be sole responsibility of the contractor/ bidder to get verified the
quality & quantity of the supplied material at the site of delivery.

2 LIQUIDATED DAMAGES

23 | P a g e
2.1 If the contractor/ bidder fails to perform the services within the time periods specified in the
contract (In case of delay for any reason other than due to Force Majeure conditions or any
extension thereof granted to him by UPNEDA) the “UPNEDA” shall without prejudice to its
other remedies under the contract deduct from the contract price as liquidated damage, a
sum equivalent to 1.0% of the price of the unperformed services for each week (For the
purposes as calculation of delay, part of week shall be treated as week) of delay until actual
performance up to a maximum deduction of 10% of the delayed services. Once the
maximum is reached, the “UPNEDA” may consider termination of the contract. In the case
of violation of contract, UPNEDA may confiscate pending payments/ dues of the contractor/
bidder assigning specific reasons and shall also have the power to debar/ blacklist the
contractor/ bidder in similar circumstances. UPNEDA may also invoke performance/security
bank guarantee of 10%.

3 The contractor/ bidder shall have to comply with all the rules, regulations, laws and by-laws
for the time being in force and the instructions if any, of the organization, in whose premises
the work has to be done. “UPNEDA” shall have no liability in this regard.

4 FORCE MAJEURE

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

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

4.3 However, If a force majeure situation arises, the contractor/ bidder shall immediately notify
the “UPNEDA” in writing. The decision of the competent authority of UPNEDA in above
conditions shall be final.

5 The High court of Judicature at Allahabad and Courts subordinate thereto, at Lucknow,
shall alone have jurisdictions to the exclusion of all other courts.

6 The contractor/ bidder shall not, without the consent in writing of “UPNEDA”, transfer,
assign or sublet the work under the contract or any substantial part thereof to any other
party.

7 “UPNEDA” shall have at all reasonable time access to the works being carried out by the
contractor/ bidder under the contract. All the work shall be carried out by the contractor/bidder to
the satisfaction of “UPNEDA”.

8 If any question, dispute or difference what so ever shall arises between “UPNEDA” and the
contractor/ bidder, in the connection with the agreement except as to matters, the
decisions for which have been specifically provided, either party may forthwith give to the
other notice in writing of existence of such question, dispute or difference and the same
shall be referred to the sole arbitration of the Principal Secretary/Secretary of the Uttar
Pradesh or a person nominated by him not below the rank of Secretary. This reference
24 | P a g e
shall be governed by the Indian Arbitration and Conciliation Act 1996, and the rules made
there under. The award in such arbitration shall be final and binding on both the parties.
Work under the agreement shall be continuing during the arbitration proceedings unless
the “UPNEDA” or the arbitrator directs otherwise

9 “UPNEDA” may at any time by notice in writing to the contractor/ bidder either stops the
work all together or reduces or cut it down. If the work is stopped all together, the
contractor/bidder will only be paid for work done and expenses distinctly incurred by him as
on preparation or the execution of the work up to the date on which such notice is received
by him. Such expenses shall be assessed by “UPNEDA”, whose decision shall be final and
bidding on the contractor/ bidder. If the work is cut down the contractor/ bidder will not be
paid any compensation what so ever for the loss or profit which he might have made if he
had been allowed to complete all the work included in the contract.

10 INSPECTION AND TESTS

10.1 The following inspection procedures and tests are required by the “UPNEDA” in the
presence of “UPNEDA”’s representative if so desired by “UPNEDA”.

10.2 The “UPNEDA” or its representative shall have the right to inspect and / or to test the
goods to confirm their conformity to the contract. The special conditions of contract and/ or
the Technical specifications shall specify what inspections and test the “UPNEDA”
required.

10.3 INSPECTION AT WORKS.

10.3.1 The “UPNEDA”, his duly authorized representative shall have at all reasonable times
access to the contractor/ bidders premises or works and shall have the power at all
reasonable time to inspect and examine the materials and workmanship of the works
during its manufacture.

10.3.2 The contractor/ bidder shall give the “UPNEDA” , 15 day's written notice of any material
being ready for testing. It shall be mandatory that such notice should reach “UPNEDA”
within 30 days of placement of work order. Such tests shall be on the contractor/ bidder's
accounts/ expenses except for the expenses of the inspector. “UPNEDA” reserves the full
rights, to waive off inspection of material.

10.3.3 The contractor/ bidder are required to get the entire lot of the ordered material inspected
at one time, before the supply of the materials. In case the contractor/ bidder fails to get the
entire lot inspected at one time, the total expenses of the further inspection will be borne by
the supplier/contractor/ bidder.

10.3.4 UPNEDA will bear the inspector cost at only one manufacturing plant. If a component is
produced in more than one location, then the cost of positioning the inspection in the
second and subsequent plants would be borne by the successful Bidder at their cost.

10.3.5 The inspection by “UPNEDA” and issue of dispatch instruction there on shall in no way
limit the liabilities and responsibilities of the contractor/ bidder in respect of the agreed
quality assurance programme forming a part of the contract.

25 | P a g e
11. WARRANTY

11.1 The contractor/ bidder shall warrant as per standards for quality that anything to be
furnished shall be new, free from all defects and faults in material, workmanship and
manufacture, shall be of the highest grade and consistent with established and generally
accepted standards for material of the type ordered, shall be in full conformity with the
specifications, drawing or samples, if any and shall if operable, operate properly. Nothing in
clause 10 above shall in any way release the contractor/ bidder from any guarantee or
other obligations under this contract.

11.2 Performance of Equipment: In addition to the warranty as already provided, the


contractor/bidder shall guarantee satisfactory performance of the equipment and shall be
responsible for the period or up to the date specified in clause 11.3 hereof after the
equipment has been accepted by the “UPNEDA” to the extent for any defects that may
develop such defects shall be removed at his own cost when called upon to do so by the
“UPNEDA”

11.3 The Warranty period shall be 25 Years for the PV modules and 5 years for Other
components like PCUs, Battery, electronics, Power distribution network etc from the date
of commissioning and handing over of the system. The contractor/ bidder shall rectify
defects developed in the system within Warranty period promptly. In case the defects are
not rectified within a week of the receipt of the complaint by the contractor/ bidder
“UPNEDA” shall have full liberty to restore the system in working condition. The
expenditure so incurred by “UPNEDA” shall be deducted from the contractor/ bidder
pending claims, security/performance guarantee deposit or in other law full manner.

11.4 At the end of mandatory operating period i.e. 5 years, the plant shall be handed over to
UPNEDA in good running conditions. However in the interest of consumer/people and
projects UPNEDA may consider for extension of the O & M beyond the mandatory 5 years
periods based on the performance of the project and contractor on mutually agreed terms
and conditions.

12. Notice statement and other communication send by “UPNEDA” through registered post or
telegram or fax or Email to the contractor/ bidder at his specified addresses shall be
deemed to have been delivered to the contractor/ bidder.

13. Any work which is not covered under this contract but is essential required for the
completion of job (To the satisfaction of UPNEDA) shall be carried out by the contractor as
extra item or which payment shall be made separately at the rates decided by UPNEDA

14. The work shall be carried out by the contractor/ bidder as per design and drawings
approved by “UPNEDA”, wherever, necessary, the contractor/ bidder shall submit relevant
designs and drawings for approval of “UPNEDA”, well in advance. Work carried out without
“UPNEDA”’s approval shall not be accepted and the “UPNEDA” shall have right to get it
removed and to recover the cost so incurred from the contractor/ bidder.

16. The contractor/ bidder shall not display the photographs of the work and not take
advantage through publicity of the work without written permission of “UPNEDA”.

17. PATENT RIGHT AND ROYALTIES.

26 | P a g e
The Contractor/ bidder shall indemnify the “UPNEDA” against all third party claims of
Infringement of patent, royalty's trademark or industrial design rights arising from use to the
goods or any part thereof.

18. PACKING FORWARDING

18.1 Contractor/ bidders, wherever applicable, shall after proper painting, pack and crate all the
equipment in such manner as to protect them from deterioration and damage during rail
and road transportation to the site and storage at the site till time of installation.
Contractor/bidder shall be held responsible for all damage due to improper packing.

18.2 The contractor/ bidder shall inform the “UPNEDA” of the date of each shipment from his
works, and the expected date of arrival at the site for the information of the “UPNEDA”
project offices at least 7 days in advance.

19. DEMURRAGE WHARF AGE, ETC

All demurrage, wharf age and other expenses incurred due to delayed clearance of the
material or any other reason shall be to the account of the contractor/ bidder.

20. INSURANCE

The goods supplied under the contract shall be fully insured against loss or damage
incidental to manufacture or acquisition, transportation, storage during transportation shall
be included in the bid price.

21. TRANSPORTATION

The contractor/ bidder is required under the contract to deliver the goods to the site.
Transportation, storage, safety and security of the supplied material, issuance of road
permit etc. shall be the sole responsibility of the contractor/bidder.

22. TERMINATION FOR INSOLVENCY

“UPNEDA” may at any time terminate the contract by giving written notice to the
contractor/bidder without compensation to the contractor/ bidder, if it becomes bankrupt or
otherwise insolvent, provided that such termination will not prejudice or affect any right of
action or remedy, which has accrued or will accrue thereafter to the “UPNEDA”.

23. TERMINATION FOR CONVENIENCE

The “UPNEDA”, may by written notice sent to the contractor/ bidder, terminate the contract, in
whole or in part at any time for its convenience. The notice of termination shall specify that
termination is for the purchaser’s convenience in the interest of “UPNEDA”.

24. APPLICABLE LAW

The contractor/ bidder shall be interpreted in accordance with the laws of the purchaser’s country
i.e. India. The station of “UPNEDA” Headquarter shall have exclusive jurisdiction in all
matters arising under this contract.

27 | P a g e
25. NOTICE

25.1 Any notice given by one party to the other pursuant to the contract shall be sent in writing or
by fax and confirmed in writing to the address specified for that purpose in the special
condition of contract.

25.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is
later.

26. TAXES DUTIES AND INSURANCE:

The price quoted should include all taxes, duties and Insurance expenditure, custom duty,
excise duty, service tax, sales tax, C.S.T., local taxes, Income Tax, Surcharge on income
tax etc. if any.Supplier/ contractor/ bidder shall be entirely responsible for all taxes, duties,
license fees, etc. All taxes payable as per Government income tax & service tax norms will
be payable by the contractor/ bidder what so ever. If any new tax/duty is levied during the
contract period the same will be borne by the contractor exclusively. TDS will be deducted
from the payment of the contractor/ bidder as per the prevalent laws and rules of
Government of India and Government of the Uttar Pradesh in this regard.

27. OTHERS:

27.1 All the LED's use in luminary should have same characteristics.
27.2 I-V curve of the each module technical details such as Voc, Isc, FF, cell efficiency and
Pmax etc shall be supplied along-with each consignment and copy should be sent to
“UPNEDA” HQ for records.
27.3 The Contractor/ bidder in consultation with concerned Project Officer of “UPNEDA” will
conduct training programme for users, focusing on main features.
27.4 It shall be the sole responsibility of the contractor/ bidder to get verified the quality &
quantity of the supplied material at the site of delivery.

28. PAYMENTS:

The payments shall be made as per the following terms and conditions:
i) 30% of the total contract value shall be paid after supply of Solar PV module, Battery Bank
and PCU at the site and duly verified by the concerned district officer of UPNEDA.
ii.) The 40% of the total contract value shall be paid after completion of all installation and civil
work as per agreement and short testing of plant for one week.
iii) 15 % of the contract value shall be paid after satisfactory commissioning and 2 month
successful operation of the plant.
iv) The balance 15% payment to be released @3% at the end of each year for 5 years, on
satisfactory performance and timely submission of quarterly performance report. However
this can be released immediately after installation and commissioning of the system
against bank guarantee of 3 % each valid respectively for 1,2,3,4 & 5 years.

29. Special Terms and Condition


29.1 Definition
29.1.1 The General and Special Conditions of Contract are complementary to each other and
where they are in conflict, the special condition shall prevail.
29.2 Project Site

28 | P a g e
29.2.1 Details of the Project Site is given in Annexure I.
29.3 Scope of Service
29.3.1 The item of work to be performed on all equipment and accessories shall include but not
limited to the following:
29.3.2 Development of land provided by village panchyat/UPNEDA
29.3.3 Site survey, data collection, designing and engineering
29.3.4 Procurement, transportation, unloading, receiving and storage at site.
29.3.5 Arranging to repair and/or re-order all damaged or short-supply items.
29.3.6 Final check-up of equipment, construction and commissioning and putting the system
into successful operation, feeding power to the local internal grid.
29.3.7 Operation and maintenance of the plant.
29.4 Training of UPNEDA’s Personnel
29.4.1 The Contractor shall provide training on Plant operations and maintenance to one
team of 3 personnel of UPNEDA.
29.5 Mode of Execution
29.5.1 The entire work shall be executed on turnkey basis. Any minor item(s) not included in the
Schedule but required for completion of the work shall have to be carried out/supplied
without any extra cost. Such works, not listed in the Schedule of works but elaborately
described to perform or to facilitate particular operation(s) required for completion of
the Project shall deemed to have been included in the scope of this work and the
Contractor shall supply, install the same without any extra cost.
29.6 Starting of Work
29.6.1 The Contractor shall be required to start the work within 21 (Twenty one) days from the
date of issue of Letter of Intent and shall thereof, report to the UPNEDA accordingly.
29.7 Price Escalation
29.7.1 The rate(s) quoted against the work shall remain firm during the entire Contract period.
29.8 Procurement of Materials
29.8.1 The Contractor shall procure all necessary material required for the Project work and
arrange to store them properly.
29.9 Labour Engagement
29.9.1 The Contractor shall be responsible to provide all wages and allied benefits to its
labours engaged for execution of the Project work and also to carry out Operation
&Maintenance service. The Contractor shall remain liable to the authorities concerned
for compliance of the respective existing rules and regulations of the Government for this
purpose and shall remain liable for any contravention thereof.
29.10 Miscellaneous
29.10.1The site In-Charge of Contractor shall not be replaced without the prior written approval of
the UPNEDA.
29.10.2 Any site Engineer or member of the Contractor at Site shall be replaced within a period
of 48 hours of intimation by the UPNEDA without assigning any reason thereof and will
be replaced by as more qualified Engineer or more efficient member by the Contractor
with in Zero hours of such replacement.
29.11 WORKING AREA & CLEANLINESS
The Contractor shall keep the site of work in a clean and sanitary condition. After the
completion of the entire work, the Contractor shall arrange to remove all the temporary
structures, surplus materials, dirt, debris, etc. from the site.
29.12 SITE DISCIPLINE
Strict discipline shall be observed by all Contractors' personnel inside the premises of
the Site. The contractor and his personnel shall abide by all the rules and regulations of
the good conduct.
29.13 SITE OFFICE & STORES

29 | P a g e
The contractor will make necessary arrangements for erection of his site office and site
stores structure at his own cost.
29.14 Hypothecation of project:
The Project in full or in part or its any component should not be hypothecated to bank or
any individual or organization for browning of capital against their own financial
contribution.
30. In case of any ambiguity in interpretation of any of the provisions of the tender, the
decision of “UPNEDA” shall be final.

(Signature of Bidder)
with seal

30 | P a g e
PART -4

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

1.0 General Scope of Work


1.1 The general scope of work involves Design, Engineering, Procurement, Supply,
Installation, Construction, commissioning of the solar photovoltaic power plant
including power distribution net work (PDN) with Plant Capacity of 160 kWp and
comprehensive operation and maintenance of plant for 5 years on turnkey basis in
Village Patabojh and its 02 hamlets (Vrandavan & Gajrajpur ) Block Pisawan District
Sitapur of Uttar Pradesh.

Capacity of SPV Plant: 160 KWp


Capacity of Battery for night time electricity supply 360 Volt 1850 Ah Capacity of PCU
Inverter: 160 KVA.

2.0 Photovoltaic Modules


2.1. Individual Solar PV Module should be of capacity 200Wp or higher conforming to IEC:
61215Ed 2 or latest – Edition II, IEC: 61730 – I: 2007, IEC: 61730 – II: 2007,
manufactured in India in a plant certified under ISO 9001: 2008 & ISO 14001 and also
type tested by any of the accredited test laboratories in India or abroad. The Solar PV
Module should be made of mono/ multi crystalline Silicon Solar Cell connected in
series/parallel.
2.2. The supplied modules preferably should be PID resistance; a certificate should be
submitted with the bid document.
2.3 SPV modules of similar output with +/- 2% tolerance in single string shall be employed
to avoid array mismatch losses.
2.4 SPV module shall contain preferably 72 crystalline silicon cell with high efficiency
(≥16%) .
2.5. Fill factor of the module shall not be less than 73%.
2.6. Module terminal box (weather resistant) and UV, IR protected shall be designed for
long life outdoor operation in harsh environment.
2.7 SPV module shall be highly reliable and shall have a service life of more than 25 years.
There shall be a warranty against supplied SPV modules for 10 years against limited
power loss of not more than 10% of nominal output and for 20 years against limited
power loss of not more than 15% of nominal output, from the date of supply.
2.8 The PV modules shall be equipped with bypass diode(s) to minimize power drop
caused by shade.
2.9 The PV modules shall be resistant to abrasion, hail impact, rain, water and
environmental pollution. The PV modules shall be of latest technology, and shall
incorporate all features anti- reflection coating, etc., to increase conversion efficiency.
2.10 It shall withstand relative humidity up to 85% and module temperatures up to 85°C of
the site location.
2.11 Each module shall compulsorily bear following information in the form of ID
encapsulated with solar cell in the manner so as not to cast shadow on the active area
and to be clearly visible from the top.
 Name of the manufacturer of the PV module
 Name of the manufacturer of Solar Cells.
 Month & year of the manufacture (separate for solar cells and modules)
31 | P a g e
 Country of origin (separately for solar c
Voc, temperature co-efficient of power and FF for the module
 Unique Serial No. and Model No. of the module

test lab issuing IEC certificate
 Other relevant information on traceability of solar cells and module as per ISO 9001
and ISO 14001
2.12 since the modules would be used in a high voltage circuit, the high voltage insulation
test shall be carried out on each module and a test certificate to that effect provided.
2.13 The panel should be supplied with UPNEDA logo inside the glass laminations or
in the form of aluminum strip riveted on the SPV panel along with the remark
"Manufactured for UPNEDA”.
2.14 The module should be from reputed Indian make tested as per IEC standard.

3.0 BATTERY BANK:


 Flooded lead acid low maintenance high capacity battery bank. These batteries should
be certified as per IEC 61607 or IEEE1013 or IEC 1361 or IS 1651 or equivalent
standard. Each battery bank should consist of required number of batteries connected
in series (Example: 180 number of 2V, 1850 AH) to form the required battery bank.
Parallel connection of the cell should be avoided to the extent possible.
 The battery should be reputed made of Exide, Amco, Luminious, Sukam, Arise,
HBL Hyderabad, Tata solar and Southern or equivalent.
 The cells shall be capable of deep discharge and frequent cycling with long
maintenance intervals and high columbic efficiency.
 The self-discharge rate of the battery bank or individual cell shall not exceed four (4)
percent per month.
 The permitted maximum depth of discharge (DOD) shall be 80% of rated capacity .
 The cells shall include explosion proof safety events.
 The cells shall include the required number of corrosion resistant inter-cell connector.
 A lightning protection coil in each sub-array line shall be provided to prevent the high
current transients from entering into the DC bus.
 Battery Rack: Battery rack should be of matured treated Sal wood,
single/double tier (as required), duly painted. Placement of battery should be such that
maintenance of the battery could be carried out easily. The non-reactive acid proof
mat should be provided to cover the entire floor space of the battery room.
Battery rack should compulsorily be placed on the appropriate rubbers pads to
avoid the contact of wooden
racks with the floor, to protect wooden rack particularly from termite.
 Tools Kit: Necessary tool kits to be provided along with each system for any
immediate maintenance compositions.
 Ah meter :
 for measuring Ah of the battery (for measuring both import & export of Ah) should
be installed on charging as well as discharging route of the battery bank, between
PCU & Battery Bank, in DCDB.

32 | P a g e
4.0 Inverter and Power Conditioning Unit (PCU)
General Design

SPP Nominal Nominal AC Output Integrated MPPT


Capacity PCU Output Battery With 50 Hz Solar Regulator
Rating /string frequency
Voltage
Battery operated Systems household supply
PV array size 160 kVA 360V 400/415V, 3 160 kWp
160kWp ( with phase (Range160V to
battery bank) 800V)

for string operated Systems for commercial load supply


Output Regulation Frequency ± 5%
Surge Rating 150% for a period of 30 seconds 200%
for a period of 2 seconds
Minimum Efficiency above 30% of load 85%, should support all types of loads,
Type of Loads resistive, inductive, complex and non-
linear
Cooling Fan Forced
Protections Output peak overload, short circuit, phase
imbalance, over voltage, under voltage of
the grid, Battery: Low voltage, Over
voltage, reverse polarity of battery, PV
array reverse polarity etc. Surge
protections(input and output SPD)

4.1 Power Conditioning Unit (PCU) shall be of both string inverter type and battery operated
type consists of an electronic inverter along with associated control, protection and data
logging devices. Both PCU may be synchronized to maximize the output energy from
SPV module.
4.2 All PCUs should consist of remote monitoring hardware, software for complete system
monitoring.
4.3. The PCU should be of reputed made from EMERSON, OPS, Power one Micro Systems
SMA, DELTA, REFUSOL, STURDER, Optimal Power or equivalent installed in India of
similar capacity and working for not less than 2 years satisfactorily, in such case users
reports for satisfactorily performance of PCU should be provide along with technical bid.
4.4 The minimum European efficiency of the inverter shall be 94%, measured at 100% load
as per IEC 61683 standard for measuring efficiency.
4.5 The PCU shall be tropicalzed and design shall be compatible with conditions prevailing at
site. Provision of exhaust fan with proper ducting for cooling of PCU’s should be
incorporated in the PCU’s, keeping in mind the extreme climatic condition of the site.
4.6 The inverters shall have minimum protection to IP 65(Outdoor)/ IP 21(indoor) and
Protection Class II.
4.7 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 MPPT must have provision for constant voltage operation.
The MPPT unit shall confirm to IEC 62093 for design qualification.
33 | P a g e
4.8 PCU should have sinusoidal current modulation with excellent dynamic response.
4.9 Unit wise & integrated Data logging
4.10 Dedicated Prefabs / Ethernet for networking
4.11 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 PCU’s safe operating range due to internal or external causes.
4.12 The PCU shall have the required protection arrangements against earth leakage faults.
4.13 PCU shall have arrangement for adjusting DC input current and should trip against
sustainable fault downstream and shall not start till the fault is rectified.
4.14 The PCU inverter 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.
4.15 The PCU shall have anti islanding protection.
4.16 The system shall tend to balance unequal phase voltage (with 3- phase systems).
4.17 PCU shall conform to IEC 60068-2 standards for Environmental Testing.
4.18 All inverters shall be IEC 61000 compliant for electromagnetic compatibility,
harmonics, etc.
4.19 All inverters shall be safety rated as per IEC 62109, EN 50178 or equivalent DIN or UL
standard.
4.20 The PCU shall have local LCD (Liquid crystal display) and keypad for system control,
monitoring instantaneous system data, event logs, data logs and changing set points.
Control and read-out should be provided on an indicating panel integral to the
Inverter. Display should be simple and self explanatory. Display to show all the relevant
parameter relating to PCU operational data and fault condition in form of front panel
meters/ LEDs or two line LCD Display.

5.0 Others:
5.1 The Contractor shall estimate the water requirements for cleaning the photovoltaic
modules at least once in every week in order to operate the plant at its guaranteed
performance- ratio. The Contractor shall make all provisions for water including
installation of overhead storage facility, a network of GI pipes, and outlets with manual
isolating valves, flexible UV resistant pipe, wipers etc. for convenient cleaning of
photovoltaic modules. The overhead tank shall be of a standard make Sintex.

6.0 Site Development:


6.1 Area grading / earthen works: The Contractor shall carryout of the necessary earth works
i.e. cutting / filling, carriage of excavated material as per requirement of site.
6.2 Internal Roads & Pathways: Contractor shall provide internal roads and pathways to
access at site. Necessary work to be undertaken to pass necessary electrical cables,
services viz. electrical cables, water supply and fire hydrant network, natural or artificial
drainage, etc.
6.3 Cable Trench: The Cable trench shall be excavated as per norms to lay necessary
electrical cables, from Solar PV Module mounting structure to battery and Inverter room
to local grid supply point. The Cable shall be laid the cable in the trench with required
protection of sand / bricks at required depth. After completion of laying works, the
trenches shall be backfilled with good quality of soil with required course of compaction.
6.4 Civil Foundation for Solar PV Module Mounting Structure (MMS): The foundations shall
be designed considering the weight and distribution of the structure and assembly, and a
maximum wind speed of 200 kmph. Seismic factors for the site to be considered
while making the foundation design. Foundations shall be made in accordance with the
Indian Standard Codes and soil conditions. Each p a n e l f r a m e s t r u c t u r e s h a l

34 | P a g e
l be fabricated so as to be grouted using cement concrete foundation, on ground
or on the roof of the control room or on the RCC columns. The foundation for holding &
grouting the module mounting structure shall be done in such a way that 1:2:4
cement concrete column of required depth is maintained. The PCC foundation
shall have to be designed on the basis of the weight of the structure with module
and maximum wind speed of the site, keeping in view that a minimum clearance (4
feet on ground )
6.5 Construction of Room for Inverter / Battery: Contractor shall construct 4 rooms one each
for battery, PCU/Inverter , Office and operator rest room. The minimum cover area
should be 140 square meter of appropriately designed rooms for Inverters / Battery
or any other equipment as per the equipment’s operating guidelines. The room (s) thus
constructed shall have auxiliary power supply, electrical fixtures with all necessary
protections for connection of the equipments inside. The construction of wall should be
made brick-cement and roof should be of RCC. The entire floor should be made of CC
and matted for proper placement of equipment. All civil work shall strictly follow relevant
IS standards and guidelines.
Solar modules should be fenced by barbed wire fencing of 7 feet height above ground level
with 11 nos. of parallel wires and 2 cross wires between reinforced PCC Poles grouted at
the distance of 2.5 meter, Rain forced PCC poles of 10 ft height should be properly grouted
3 feets in ground with 1:2:4 cement concrete mixture. Chain link wiriness could be used
between RCC columns. Entrance gate of MS will be provided with lock.
6.6 Fire Extinguishers: Liquefied CO2 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,
and All Flammable Liquid & Gas. Contractor shall provide 2 no. of portable fire
extinguisher .
6.7 Sand Bucket: Sand buckets should be wall mounted made from at least 24 SWG sheet
with bracket fixing on wall conforming to IS 2546. The number of sand bucket should be
4.
6.8 Sign Boards: The sign board containing brief description of various components of the
power plant as well as the complete power plant in general shall be installed at
appropriate locations of the power plant.
6.9 Solar PV Module Mounting Structure (MMS):
 Module should to be installed on ground over structure of minimum 4 feet high above
ground level.
 The array structure for module should be designed for a tilt of 28°Deg . The design and
detailed layout of the module mounting structures should be submitted for approval
before start of work.
• The array structure shall be made of hot dipped galvanized iron, the thickness of
galvanization should be minimum 2mm thickness and the thickness of angle iron should
not be less than 6mm.
• The support structure and the foundation shall be designed to withstand wind speed up
to 200 kmph.
• The clearance of the lowest part of the module structure & the developed ground level
shall be 4 feet.
• The module alignment & tilt angle shall be calculated to provide the maximum annual
energy output. This shall be decided based on the location of array installation.
• All fasteners (nuts and bolts) should be made of stainless steel only.

35 | P a g e
6.10 Modules shall be isolated electrically from the MMS through EPDM sheet of
appropriate thickness and all the modules shall be separately earthed through proper
earthing arrangements.
6.11 Module mounting structures shall also be earthed through proper separate earthing
6.12 Cable should pass from Pipes and Cable-ties shall be used to hold and guide the Pipes
(cables/wires) from the modules to inverters or junction boxes.

7.0 Junction/ Combiner Box


Junction Boxes for Cables from Solar Array: The junction boxes shall be made up of FRP
(Hensel make or equivalent make)/PP/ABS with dust, water and vermin proof.
It should be provided with proper locking arrangements.
(a) Array Junction Box (AJB): All the arrays of the modules shall be connected to MJB
through AJB. AJB shall have terminals of bus-bar arrangement of appropriate size
Junction boxes shall have suitable cable entry with suitable glanding
arrangement for both input and output cables. Suitable markings on the bus bars shall
have to be provided to identify the bus bars etc. suitable ferrules shall also have to be
provided to identify interconnections. Every AJB should have suitable arrangement
Reverse Blocking diode connected in such a manner that the diode is mounted on a
small heat sink so as to increase the life of diode. Suitable MOV has to be
installed in AJB for protection purpose. Cable connection should be done in such a
manner that fault findings if any, can be identified easily. AJB should also be marked as
A1, A2, & so on.
(b) Main Junction Box (MJB): The terminals shall be of copper bus-bar arrangement of
appropriate size Junction boxes shall have suitable cable entry with suitable
glanding arrangement for both input and output cables. Suitable markings on the bus
bars shall have to be provided to identify the bus bars etc. suitable ferrules shall also
have to be provided to identify interconnections. Cable interconnection arrangement
shall be such that the faulty array, if any, could be identified easily. MJB shall be
installed at suitable place near Array. Inter connections from AJBs to MJB should be
clearly marked, for example -“from A1” & so on.
8.0 DC DISTRIBUTION BOARD (DCDB):
This shall consist of suitable powder coated metal casting. In this box a separate
arrangement which shall consist of MCCB of suitable specifications & which can
withstand respective flow of current, with the purpose of providing the option for
isolating the battery bank should be made. There shall be copper bus bars of
suitable rating. Each incoming and outgoing feeder must be provided with MCB
of proper rating. DCDB shall consist of Ammeter & Voltmeter connected in such a
way that they indicate the battery charging parameters through SPV Panels in terms
of current & voltage, while charging is on & shall indicate the battery voltage & current
when charging is full or no charging duration.
9.0 AC DISTRIBUTION BOARD (ACDB): This shall consist of box of suitable
powder coated metal casting. At least four feeders shall be provided in ACDB with
MCB of suitable capacity installed at each feeder in the ACDB.
10.0 DANGER BOARDS: Two numbers danger boards should be provided as and where
necessary as per IE Act/IE Rules as amended up to date, as per the instructions
of UPNEDA.
11.0 CABLES/WIRE: All cables should be as per IS and should be of 650V/1.1 KV
grade as per requirement. All connections should be made through suitable
lug/terminal crimped properly with use of cable glands. The size of cables/wires should
be designed considering the line loses, maximum load on line, keeping voltage
drop within permissible limit and other related factors.

36 | P a g e
12.0 All switches and the circuit breakers, connectors should confirm to IEC 60947, part I, II
and III or EN 50521 standards. The change over switches, cabling work should be
undertaken by the bidder as part of the project
13.0 The junction boxes shall have suitable cable entry points fitted with cable glands of
outdoor/weather proof appropriate sizes for both incoming & outgoing cables. Should be
IP54 qualified and certified as per IEC 60529 Standard. Suitable markings are provided
on the bus bar for easy identification & cable ferrules shall be fitted at the cable
termination points for identification.
14.0 DISTRIBUTION: The distribution voltage shall be 440 volt three phase or 230/240 volt s i
n g l e p h a s e AC only. The distribution of power from each line shall be made
through junction boxes. Separate fuse shall be provided for each line
15.0 Power and Control Cables: Cable Specifications
16.0 Wires with sufficient capacity and parameters shall be designed and used so that
maximum voltage-drop at full power from the PV modules to inverter should be less than
1% (including diode voltage drop).
17. The size of each type of cable selected shall be based on minimum voltage drop;
however the maximum drop shall be limited to 2% in AC. Due consideration shall be
made for the de-rating of the cables with respect to the laying pattern in buried trenches
/ on cable trays, while sizing the cables.
18 All cables shall be supplied in the single largest length to restrict the straight-through
joints to the minimum number. All the cable except LT line should be copper.
19 All wires used on the LT side shall conform to IS and should be of appropriate voltage
grade. Only Aluminum conductor wires of reputed make shall be used.
20 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 cubicles.
21 All cable/wires shall be provided with Aluminum/copper tags only. The marking on tags
Shall be done with good quality letter and number ferrules of proper sizes so that the
cables can be identified easily.
22 The wiring for modules interconnection shall be flexible pvc pipe of approved make.
23 Cable Ends:
24 Cable end terminations and joint kits shall comply with the latest version of the
relevant Indian standard.
25 The cable ends shall be terminated with adequate size copper lugs and sockets etc,
single/double compression cable glands. Cable glands shall be of robust construction
capable of clamping cable and cable armour (for armoured cables) firmly without injury
to insulation. The metallic glands shall be earthed at two locations. Suitable lock type
crimping lugs shall be used for cable end terminations.
26 General Standards
26.1 The equipment and accessories covered by this specification shall be designed,
manufactured and tested in accordance with the latest relevant standards and codes of
practice published by the Bureau of Indian Standards (BIS) as applicable.
26..2 All electrical equipment and installation shall confirm to the latest Indian Electricity Rules
as regards safety, earthing and other essential provisions specified for
installation and operation of electrical plants.
27 Weather Station and Data logger (Remote Monitoring System – RMS
27.1 The system should be equipped with tele-monitoring system for day to day operational
monitoring of plant from UPNEDA head office, Lucknow and district office Sitapur.
27.2 Contractor shall provide the data over remote web-server with rights to control or modify
the same through appropriate arrangement . The PC shall be of Industrial type, rugged &
robust in nature to operate in a hostile environment. The PC shall have minimum Intel

37 | P a g e
Core i7 processor having 2 X 160 GB HDD with 2 GB RAM. The PC shall also have 22”
TFT Color monitor, DVD, USB drive, Scroll Mouse and UPS for 4 hours Power back up.
There shall be two computers one at site and another at PO Sitapur for remote
monitoring purpose.
27.3 The printer shall be of industrial type LaserJet , rugged & robust in nature and of reputed
make HP. The printer shall be equipped for printing, scanning, copying and fax.
27.4 Pyranometer: Contractor shall provide two no. of pyranometers for measuring
incident global solar radiation, one each on the horizontal surface and in the same
orientation (inclination and azimuth) as the photovoltaic modules. The pyranometers shall
have following specifications:

 Class-II
 Spectral Response- 0.31 to 2.8 micron.
 Sensitivity- Approx. 9 micro-volt/w/m2
 Time response(95%): Max 15 s
 Resolution: Min + / - 1 W/m2
 Input Power for Instrument & Peripherals: 230 VAC (If required)
 Output Signal: Analogue form which is compatible with the data
27.5 The data acquisition system shall measure necessary data for proper monitoring and
evaluation of complete system as well as SPV module, Battery and PCU performance.
27.6 Remote Monitoring System (RMS) shall provide all data at a 15 minute interval.
28 Power Distribution Network:
The power distribution network approx. 3 km should have :
(a) Appropriate load limiting switch/fuse for controlling domestic/street lighting
connections, as per requirement of the site
(b) ST Poles ( S T P 8 M - I S 4 1 0 S P - 1 0 ) for overhead distribution network of cables
at village/site. All the poles/street lights should be numbered by oil paint.
(c) Overhead cabling from pole to pole & pole to house. Cabling between pole to pole
should be done using LT AB cable 3x16+25sq mm cable. Pole to pole distance
shall be 30 meter (Average) inside the habitation and 50 meter in non habitant straight
roads. Cabling from pole to house should be done using Twin core 2.5 sqmm
aluminium armoured PVC insulated cable of Standard make.
(d) Pole Top Distribution Box A pole top LT distribution box consisting of bus bar and
provision of mounting 10 nos load limiting switches shall be provided. If the number of
consumers exceeds 10,then the connection has to be provided from adjacent pole
having separate distribution box. These distribution boxes shall be connected with LT
ABC conductor through Piercing Connector. All service connections shall be given
through DB only.
(e) Installation of domestic light a n d points a s p e r A n n e x u r e - A using 7 W
LED lamp of reputed make, one socket point (40W/90W) a n d a p o i n t ( 3 W )
f o r m o b i l e c h a r g i n g with proper f u s e a n d switching arrangement, in every
selected house hold of the hamlets with complete fittings of wiring in proper
manner within conduit installed on saddle / casing capping with prior approval
of UPNEDA. In house wiring should be done with Heavy duty wire / cable. P.V.C.
insulated twisted bright annealed Copper for working voltage up to 1160 Volts of
1.5 Sq. mm (3x20) size. Every light point & socket point should be provided w i t h
individual s wit c h of 5A rating.
(f) Installation of domestic connection (service connection) to every household as per
the standard electrical fittings & UPNEDA’s norms. Shall use Twin core 2.5 sqmm
aluminum armored PVC insulated cable, 3.15 mm dia GI wire for supporting the service

38 | P a g e
cable and 16 SWG GI wire for running earth from meter board to earth pit
(g) Supply & installation of earthing kits, stay wire sets with complete set for poles etc. as
per drawing where ever required.
29 Technical specifications for Supply and Erection of LT line with specified LT AB Cable as
per CEA guide lines

30 OPERATION & MAINTENANCE:

30.1. Operation & maintenance of SPV Power Plant along with the Power Distribution
Network system installed at site has to be done. Contractor shall be responsible for
supplying required quantum of power as per schedule fixed by UPNEDA at the
identified timing subject to reasons beyond control but not due to negligence of
developer, for a period of five years failing which the contractor will be liable for penalty
of deduction of per day average annual operation and maintenance charges claimed
yearly for those particular each days for which failure to follow the schedule of supply of
power . This amount will be deducted from the yearly payments to the contractor. The
period for which power supply will be provided will be as follows:

Sl. No. Purpose Supply Hrs.


1 Domestic 8
2 Street Light 12 Hrs during winter, 10 Hrs during summer

The exact timings of supply shall be fixed by the UPNEDA depending on the load curve.
Contractor shall also be responsible for providing training / capacity building to
villagers/ users for safe usage of power & running of power plant. Contractor shall
also be responsible for collection of tariff from the end users, as per the norms of
UPNEDA. The contractor shall be responsible for operation of plant for 5 years
with comprehensive maintenance warranty.

31 SAFETY MEASURES:

i. The contractor has to follow the Indian Electricity Rules, 1956 to avoid accidents.
ii. No unauthorized person should be allowed to work on the lines.
iii. Proper clearances (both horizontal and vertical) should be maintained in case of
buildings for low, medium and high voltage while erecting the overhead lines. The
contractor will be responsible for any accidents to his men due to unauthorized working
at the lines and structures without the knowledge of Departmental Officers and due to
non-compliance to safety measures.
iv. The contractor is responsible to make necessary insurance coverage to all the
workmen, supervisors etc. engaged for execution of this contract.
v. Load limiting switch: A load limiting switch will be installed in distribution box whose
setting will be done at 160 watt.
vi. Meter Board: Suitable meter board shall be fixed at a height of 1.5 M from floor level.
The meter board should be equipped with necessary fuses/MCB and switches etc.
vii. The use of prepaid metering system will be highly beneficial hence it should in used.
Formation of Local Smart Grid: The strings based PCU may also be synchronized and
connected the stabilized grid established by the battery based PCU and operated
through a PC. This way it may be possible to maximize the use of the generated power
from module in a local smart grid concept. This configuration may explore and discussed
before designing of grid network.

39 | P a g e
Earthing Material
 The system should be provided with the adequate earthing points. This includes earthing
for lightning, system grounding, separately for DC and AC active points. The frame of the
PV module array should be earthed at multiple points. To prevent the damage due to
lightning, one terminal of the lightning protection arrangement by way of proper earthing
is to be provided. The provision for lightning & surge protection of the SPV power source
is separately earthed.
 In case the SPV Array installed in the field seperate earth has to be provided for SPV
array and System at closer points of the array and the equipment respectively. It shall be
ensured that all the earthing are bonded together to prevent the development of potential
difference between any two earthing.
 Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earthing
are bonded together to make them at the same potential.
 The earthing conductor shall be rated for the maximum short circuit current & shall be
1.56 times the short circuit current. The area of cross-section shall not be less than 1.6
sq mm in any case.
 The array structure of the PV module shall be grounded properly using adequate
numbers of earthing pits. All metal casing/ shielding of the plant shall be thoroughly
grounded to ensure safety of the personal and power plant.
 Automatic ground fault protection circuits to be installed to monitor any unwanted current
flow to the ground and should active to prevent any damage.
 The SPV power plant should be provided with lightening and over voltage protection. The
principal aim in this protection is to reduce the over voltage to a tolerable value before it
reaches the PV or other sub- systems components. The source of over voltage can be
lightening or any other atmospheric disturbance. The Lighting Arrestor (LA) is to be made
of 1¼" diameter (minimum) and 12 feet long GI spike on the basis of the necessary
meteorological data of the location of the projects. Necessary foundation for holding the
LA is to be arranged keeping in view the wind speed of the site and flexibility in
maintenance in future. Latest grounding equipment should be used for this purpose.
Each LA shall have to be earthed through suitable size earth bus with earth pits. The
earthing pit shall have to be made as per IS 3043.

Documentation:

 The complete documentation should be as per IEC 62446 and submitted to UPNEDA.
 One set of operation manuals complete with drawing, parts list (with part codes) circuit
diagrams with list ratings of components and list of do’s and don’ts for the main
equipment as well as the sub-systems should be submitted to UP NEDA.
 One set of maintenance manuals with full information on drawings, circuit diagrams, list
of suppliers addresses for bought out parts, troubleshooting charts, programs of built in
controllers etc. for the main equipments as well as for the sub-system.
 These manuals should be in the form of hard(printed) copy in English language as well
as electronic storage form (disc pen drive etc.).

40 | P a g e
PART -5

WARRANTY, OPERATION AND MAINTENANCE OF THE PLANT

 The PV modules will be warranted for a minimum period of 25 years from the date of
supply. (Output wattage should not be less than 90% at the end of 10 years and 80% at
the end of 25 years).

 The mechanical structures, electrical components including PCUs, Battery, electronics,


Power distribution network etc and overall workmanship of the Solar Power Plant must be
warranted for a minimum of 5 years from the date of commissioning and handing over of
the system..

 The maintenance service provided by Contractor shall ensure Project functioning of the
Solar PV system as a whole and Power distribution System to the extent covered in the
Contract. All preventive / routine maintenance and breakdown / corrective maintenance
required for ensuring maximum uptime shall have to be provided. Accordingly, the
Comprehensive Operation and Maintenance shall have two distinct components as
described below:
 Preventive / Routine Maintenance: This shall be done by the Contractor regularly and
shall include activities such as cleaning and checking the health of the Solar PV system,
cleaning of module surface, tightening of all electrical connections, and any other activity
that may be required for proper functioning of the Solar PV system as a whole. Necessary
maintenance activities, Preventive and Routine for battery and associated switch gears
shall also be included.
 Breakdown / Corrective maintenance: Whenever a fault has occurred, the Contractor has
to attend to rectify the fault & the fault must be rectified within 24 hrs time from the time of
occurrence of fault.
 The Contractor should ensure adequate insurance of the Project against, fire, robbery,
theft and acts of God such as natural calamities; flood etc. till the life of plant.
 The Contractor shall keep one full time engineer at the Site and shall engage sufficient
number of workers for the timely maintenance of the plant.
 The Contractor should also provide necessary spares that shall be kept during the
operation and maintenance period at Site to quickly mend the small defects or wear and
tear that occurs.
 The Contractor should also submit monthly report to the regarding the status of the Power
Plant, its functioning, energy generated etc.

 During operation and maintenance period of the Solar PV Power plant, if there is any loss
or damage of any component due to miss management/miss handling or due to any other
reasons pertaining to the deputed personnel, what-so-ever, the supplier shall be
responsible for immediate replacement/rectification. The damaged component may be
repaired or replaced by new component

41 | P a g e
PART -6

TECHNICAL BID

Sl no. Description Unit As per Bid Offer by % variation Remark


Bidder
1 SPV Module 160KW
1.1 Cell material Type Single/Multi
crystalline
1.2 Cell efficiency % ≥16 NA
1.3 No of cell in nos NA
each module
1.4 Wattage of each Watt NA
Module Pmax
1.5 Fill Factor ratio ≥0.73 NA
1.6 Manufacturing year
year
1.7 Make of Name
Module
1.8 Total capacity KW
of the SPV
plant
2 Voltage
Selection
2.1 String Voltage
2.2 SP output Volt
Voltage for
Battery
Charging
2.3 SP output Volt
Voltage for
direct
conversion to
AC during day
time
2.4 Battery Bank Volt
Voltage
2.5 AC output Volt
voltage and
phase during
day time

2.6 AC output Volt


voltage and
phase during
night time
3 PCU

42 | P a g e
3.1 Nos of PCU no
3.2 Capacity of KW
PCU
3.3 Input DC Volt
voltage
3.4 Output AC Volt
voltage
3.5 Efficiency at %
full load
3.6 Frequency Hz
3.7 Make
3.8 IEC
Certification
4 Battery
4.1 Type of battery Type Lead-Acid
tubular positive
plate stationary
4.2 Capacity of AH 360 V,
battery Bank 1850 Ah.
4.3 No of nos 180
cell/battery
4.4 Make
4.5 IEC/BIS test Test report
report
5 Luminary
5.1 LED luminary watt 7
5.2 LED type White, Mid
flux LED
5.3 Lumens output Lumens
of luminaries
5.4 Make Name
5.5 LM 79 and LM Test report
80 Report
6 Transmission
Line
6.1 No of circuit
6.2 Total length
transmission
line
6.3 Type of pole
and height
6.4 Type and rating
of conductor to
be used
6.5 Pole to pole
distance
7 Civil Work
8.1 Area of land
8.2 Size of control
43 | P a g e
room
8.3 Size of other
room
8.4 Boundary wall
9.0 Service
Connection
9.1 Size and rating
of conductor
9.2 Meter type

Signature of Bidder
Seal

44 | P a g e
PART II (Financial Bid)

e-tender NO. UPNEDA/SPV/MINIGRID SPV Plant/Patabojh/Sitapur/2016


FINANCIAL BID

Name of the Firm: ------------------------------------------------------------------------------

Design, Engineering, Supply, Installation, Commissioning And 5 Years Comprehensive


Operation and Maintenance of 160KW Solar Photovoltaic Power Plant (Including Distribution Net
Work) in Village Patabojh and its 02 hamlets (Ragar Purwa and Panchu Purwa) Block Pisawan
District Sitapur of Uttar Pradesh as per Technical specifications, Terms and Conditions of the
e-tender document.

S.N. Item Unit Rate (in Rs.)

1 Design, Supply, Installation, Commissioning,


Operation and Maintenance for minimum 5
years period of 160 KW Mini Grid Solar
Photovoltaic Electricity Generating Plant along
with Grid Compatible Power Distribution
Network for Supply of Electricity at Village
Patabojh and its 02 hamlets (Vrandavan &
Gajrajpur ) Block Pisawan District Sitapur of
Uttar Pradesh on turnkey basis, as per
technical specifications, terms and conditions
mentioned in the tender, inclusive of all taxes &
duties, trade tax/ vat, storage, transportation up
to site, insurance etc. and any other job
required to properly execute the complete
work.
Total Amount
(In Figures and Words)

NOTES:
1. Certified that rates quoted above are as per the requirement, specification terms &
condition mentioned in the e-tender document.
2. The rates are inclusive of all taxes & duties, storage, transportation up to site, insurance
etc., and any other job required to properly execute the complete work.

(Signature of Bidder)
With seal

To be uploaded in Part II.


Other document / condition, terms if enclosed will liable to be rejection of bid.

45 | P a g e
Annexures-A
Details of villages

1. District : Sitapur
2. Block :Pisawan
3. Villages to be covered : Patabojh and its 02 hamlets (Vrandavan & Gajrajpur)
4. Name of Main Village : Patabojh (Latitude: 27.65°N Longitude: 80.45°E)
5. Total number of house hold : 736 (a) APL: 215 (b) BPL: 521
6. Total population covered under
the project : 3041
7. The number of street lights : 30 Numbers in villages.
The street lights should be white LED based of 12
watt including driver losses.
8. Approach to the site : by road 30 km from Sitapur
9. Details of proposed Appliances to be operated & Plant Capacity:-

(A) Domestic & Commercial Load:

Load Daily Energy


Wise LED Socket Demand
Total Mobile Charger (kWh/day)
Sl. House - Load Light Point
Load in
no. Hold (watt)
Watt
60
nos. 7 Watt 3 Watt
Watt
1 350 50 17500 1 1 0 140.0
2 110 100 11000 1 1 0 88.0
3 30 12 360 Solar street light for 12 hrs. 2.9
4 8 12 96 Control room 0.8
Total 231.6

B) Industrial/Agricultural load:

Sl.No. Description Load (Kw) No. Total load (kwh) for 5


hrs. Operation/3

1 Irrigation pump 5.5 9 82.5


2 Atta Chakki 5 3 75.0
Total 157.5

46 | P a g e
Annexure-B
Layout of Village Patabojh, Sitapur

47 | P a g e
Annexure-VII
Format for Turn over certificate on letter head of CA

TURN OVER CERTIFICATE

This is to certify that M/s ---------------------------------------------------------------


registered office situated at --------------------------------------------has the following
turnover for the financial years

Financial Year Turn over (in Lakh)


2013-14
2014-15
2015-16
Total
Average of last three year

Signature of Chartered Accountant


with seal

48 | P a g e
Annexure-X

Format of summarized sheet of cumulative experience in executing contracts of Solar


Photovoltaic Systems/Power Plants (Installed and commissioned) certified by
registered CA

S.No. Year Name of *Contract Quantity Capacity Ordered Date of


contract Order (Nos.) (KW) Value (Rs.) Completion of
issuing Details work
Organisation (completion
certificate
should be
enclosed)

Total
* Note: Contract Order copy should be enclosed.

Signature of Chartered Accountant


with seal

49 | P a g e

You might also like