You are on page 1of 32

CANTONMENTBOARDAURANGABAD

TELENO.02402370806
FAXNO.02402370644
Emailaurangabadcantonment@gmail.com

NAME OF WORK: Designing, supplying, commissioning /installation and
maintenance of on grid interactive solar PV panels on roof tops of Cantonment
FundBuildings/includingTrialOperation,Operation&maintenanceforaperiod
of5yearsincludingPowerEvacuationSystemandcostofreplacementofallthe
parts covered under Guarantee period for a period of 5 years from the date of
commissioningofRoofTopSolarPVSystemtrialProperties.

a)AdministrativeBuilding=7KW
b)HospitalBuilding=12KW
c)Sump/Pumphouse(withelevatedstructureof12feetabovebottom)=36KW

Page1of32

BACKGROUNDINBRIEF:TheCantonmentBoard,Aurangabadisinterestedinengaging
thecontractorforfollowingworksinAurangabadCantonmentduringtheyear201718.
Therefore, to execute the said work, ETenders are invited from the Contractors who
areregisteredwithPWD,CPWD,MES,MJPandthecompaniesendorsedunderMinistry
of New and Renewable Energy (MNERE), dealer, distributor, manufacturer or other
GovernmentDepartmentsfortheappropriateclass.

APPROX.
Sr.No Description/NameofWork EARNEST
EST.COST
Total MONEY(1%
OFWORK
Qty OFEST.
INRS.
COST)INRS.

(3)
(4)
(1) (2) (5)
Designing,supplying,
commissioning/installationand
maintenanceofongrid
interactivesolarPVpanelson
rooftopsofCantonmentFund
Buildings/includingTrial
Operation,Operation&
maintenanceforaperiodof5
yearsincludingPower
EvacuationSystemandcostof
1. replacementofalltheparts 55KW 50,42,785/ 50,427/
coveredunderGuaranteeperiod
foraperiodof5yearsfromthe
dateofcommissioningofRoof
TopSolarPVSystemtrial
Properties.a)Administrative
Building=7KW
b)HospitalBuilding=12KW
c)Sump/Pumphouse(with
elevatedstructureof12feet
abovebottom)=36KW

1. Eligibilitycriteria:

Bidder/Tenderermustalsosatisfythespecificcompetencyrequirementsset
outunderthecompetency,projectcontentandexecutionstandardsforeachof
theconditiondefined.Thebiddershallprovidesufficientdocumentaryevidences
tosatisfythefollowingconditionsthatthe:

(a) Bidder/OEMshouldbeanMNREchannelpartner.Thenecessarydocuments
need to be uploaded in this regard duly indicating the validity period till
31032018.

(b) Biddershouldbeindigenousmanufacturerofamono/polycrystallinesolar
photovoltaicmodulewithIECCertificationandtestreportissuedbyoneof
the IEC accredited test centres or with the test certificates from any of the

Page2of32

NABL/BISofMNREaccreditedtestingcalibrationlaboratories.Qualification
testcertificateswillbeasperIECstandard.
OR
PowerConditioningUnit(PCU)/InvertermanufacturersuitableforProjects
asperMNREspecification
OR
MNREregisteredSystemIntegratorand/orChannelPartnerIncluding
channelPartnerempanelledasentrepreneur.

(c) Bidder/OEMhasadequatecapacityavailable,toperformtheworksproperly
andexpeditiouslywithinthetimeframespecifiedinthetenderdocument.

(d) TheBiddershouldbeabodyincorporatedinIndiaundertheCompaniesAct,
1956or2013includinganyamendmenttheretooraPartnershipFirmhaving
executed partnership deed and registered as per sections 58 & 59 of the
Partnership Act, 1932, as amended or a Limited Liability Partnership Firm
(LLPF)registeredundersection12ofLimitedLiabilityPartnershipAct,2008,
as amended or registered Sole Proprietor. A copy of certificate of
incorporation,partnershipdeedorLLPF/SoleProprietorregistration

(e) Bidder should have adequate financial stability and status to meet the
financial obligations Pursuant to the scope of work must have annual net
worthofminimum10Lacsfrompasttwoyearsi.e.,from20152016to2016
2017financialyears.RelevantdocumentscertifiedbyacharteredAccountant
shallbeenclosed.

(f) Bidder/OEMhaveexperienceofmanufacturing,supplytesting,installation/
commissioning and maintenance/after sale services in the field of Off
Grid/OnGrid Solar PV systems of cumulative 0.5 MW capacity in the last
threeyearsperiod.

(g) Bidder/OEM shall have success fully executed similar work of value more
than Rs 50 Lakhs inany of the three financial yearspreceding the deadline
forsubmissionofBids.

(h) Bidder / OEM Has adequate field service setup to provide good after sale
servicesincludingnecessaryrepairandmaintenanceinAurangabad.

(i) Bidder/OEMHasprovidedgoodaftersaleservicesfortheworksdonebyhim
duringpastyears.

(j) Bidder/OEMHasValidTestCertificatesoftheSolarPVPowerPlant.

(k) The bidder/OEM shall be required to have adequate post installation
localizedservicefacilities/centers.

(l) For all the equipment the bidder should have an authorization certificate
fromOEM..

Page3of32

(m) Theapplicantoranyotherbusinessentitywhereithadand/orstillhas
controlling share should not have been debarred or blacklisted by any
State/CentralGovt.Undertaking,asonduedateofsubmissionoftender.

2. Tender documents can be downloaded from the Government of India portal at
www.eprocure.gov.in.Beforesubmittingthetenderthetenderersareadvisedto
visitthesite,readthetenderdocumentcarefullyapprisethemselvesthoroughly
of the scope of work, jobs, terms and conditions and other requirements and
cleardoubtsifany,intheofficeoftheCantonmentBoard,Aurangabad.

3. DurationofContractUpto31.03.2018.Thedurationofcontractshall/may
be extended on the same terms, conditions and rates at the discretion of the
Board / Chief Executive Officer with respect to administrative and technical
reasonsforfurtherperiodofoneyear.Tenderersarerequiredtonotethatafter
approval of the tender by the Board, sanction of the competent authority is
requiredtobeobtainedbythisofficeandthereaftertheorderwouldbeplaced
withthesuccessfultenderer,whichmaytakeminimumthreemonths.

4. CostofTenderFee.Rs.5,900/NonrefundableThisamountistobedeposited
throughRTGS/NEFTintheSavingsBankAccountofAurangabadCantonment
BoardwithStateBankofHyderabad,AurangabadCantonmentBranch,detailsof
whicharementionedatSr.No.20ofthisdocument.Thecopyofreceiptofsuch
remittancethroughRTGS/NEFTshallbeuploadedonlinealongwithtender.

5. EarnestMoneyDepositAnamountofEarnestMoneyDepositshownatabove
table Col No.5 shall be deposited through RTGS / NEFT in the Savings Bank
Account of Aurangabad Cantonment Board with State Bank of Hyderabad,
AurangabadCantonmentBranch,detailsofwhicharementionedatSr.No.20of
thisdocument.ThecopyofreceiptofsuchremittancethroughRTGS/NEFTshall
beuploadedonlinealongwithtender.Thosetendererswhohavesubmitted
theirtenderinthefirstcallneednotagainremittheEMD.

6. Security DepositSecurity Deposit of 5% of the estimated cost of work. The


amountshallbedepositedbythesuccessfultendererasSecurityDeposittothis
office on acceptance of bid by the Board. The security deposit will have to be
depositedintheformofFDRofanyNationalizedbankonlyinfavoroftheChief
ExecutiveOfficer,CantonmentBoard,AurangabadpayableatAurangabadwithin
7 days of confirmation by the Board. The security deposit will be kept for a
period of 5 years. The security deposit shall be returned on successful
completion of performance/ maintenance guarantee period of 5 years
(defectliabilityperiod)withoutanyinterest.

7. Last Date of online submission of Tender i.e. Bid submission end date by
11th October,2017 before 1300 hours. through eTender website portal at
www.eprocure.gov.in.

Page4of32

8. Date,timeofopeningofTechnicalBidofTenderDocuments:TheTechnical
bid will be opened on 12th October, 2017 after 1300 hours in the office of the
CantonmentBoard,Aurangabad.

9. Date, time of opening of Financial Bid of Tender Documents: The financial


bid will be opened on 16th October, 2017 after 1300 hours in the office of the
CantonmentBoard,Aurangabad.

10. TECHNICALBIDCONDITIONS:

a) RegistrationCertificateoffirm.
b) Experience certificate of similar nature of work of 15KW or more capacity
executedinanyGovt.Department.
c) CertificateofRegistrationfromCentralExciseDepartmentforServiceTax.
d) GSTregistrationnumberwithStateandCentralgovernment.
e) CopyofPermanentAccountNumber(PAN)card.
f) IncomeTaxReturnsfiledforlasttwoyearsdulyattested.
g) If the firm in Partnership firm in that case copy of registered partnership
deed.
h) Certificate from Chartered Accountant showing the annual turnover for the
lastthreefinancialyears,inthesamefield.
Copiesofabovedocumentsat(a)to(g)shouldbeattested.
i)Annexure1uploaditonlineintechnicalbid
j)Annexure2selfattestedundertakinguploaditonlineintechnicalbid
k)Scannedcopyoftenderdocumentdulysignedbythetendereroneachpage.
l)CopiesofdocumentsinsupportofdepositingcostofTenderformand
EarnestMoneyDepositthroughRTGS/NEFT.

11. MANNEROFSUBMISSIONOFETENDERANDITSACCOMPANIMENTS:

ThetechnicalbidandthefinancialbidofTendershallbesubmittedonlineonly
asprescribed.

A) Technicalbid:

The documents as mentioned at Sr. No. 10 shall be submitted online on


websiteportalatwww.eprocure.gov.inonorbeforethesubmissiondate.Itshallbe
theresponsibilityoftheAgencytoascertaintimelysubmissionofthistechnicalbidto
Cantonment Board, Aurangabad. The financial / bid shall not be opened of such
tendererwhodoesnotqualifyinthetechnicalbid.

Technical bid is to be submitted online only along with the documents as


mentioned in Sr. No.10 above. Tenders submitted in any other form will not be
accepted.

The tenderer may be asked to produce the original documents for verification,
andthesamewillbereturnedafterverification.

B) Financialbid/Pricebid:

Page5of32

Thefinancialbid/pricebidshallbesubmittedonlineintheBOQfile(ExcelFile
uploaded)onaforesaidthespecifiedwebsitewww.eprocure.gov.in.Thetendershould
havetoquotetheirratesinRatecolumnoftheBOQfile.Rateshouldbequotedatper
annum basis. After quoting the rates, the tenderer has to validate the BOQ file first.
After successful validation tenderer has to validate the file before uploading on the
abovesaidwebsite.ThetendererhavetouploadtheBOQfile.Theofferratesshouldbe
inclusiveofGSTandanyotheroverheads.Incometaxwillbechargedonthedue
amount.TheCantonmentBoard,Aurangabadwillnotbearanyexpensesotherthanthe
rate quoted. Rates quoted must be valid for a period of one year from the date of
acceptanceofratebytheBoard..Noconditionaltenderwillbeaccepted.

C) Openingoftechnical/financialbids:

Technical bid: Technical bid will be opened in the office of the Cantonment Board,
Aurangabadasmentionedabove.Technicalbidwillbeopenedonlinefirsttoverifyits
contentsaspertherequirementofdocuments.Ifthevariousdocumentscontaineddo
not meet the requirements of the Cantonment Board, Aurangabad, the tenderers
financialbidwillnotbeconsideredforfurtheraction.

Financialbid:Thisshallbeopenedonthedateasmentionedaboveonlyifcontentsof
Technical bid submitted online are found acceptable to the Cantonment Board,
Aurangabad/ChiefExecutiveOfficer.Theoffershallthenbeuploaded/readout

12. REJECTION OF OFFER: Cantonment Board, Aurangabad / Chief Executive


Officerreservetherighttorejectanyorallofferswithoutassigninganyreasonthereof.
ThetendersofdefaultersinpayingduesoftheCantonmentBoardandbloodrelations
ofdefaulters/Boardmembers/employeesshallnotbeconsidered.

13.. For following etender process, intending bidder may download the tender
document from the website directly by the help of Digital Signature Certificate (DSC)
and necessary cost of tender form and Earnest Money Deposit shall be deposited as
mentionedinpara4&5above.

14. Technical bid and financial/price bid will be submitted concurrently, duly
digitallysignedinthewebsiteportalwww.eprocure.gov.in.Thetenderdocumentmay
be downloaded from website and technical bid with financial bid be submitted as per
thescheduleddayandtimementionedatpara2ofthistenderdocument.

15.. After opening of the technical bid, preliminary technical bid evaluation sheet
containinginteralia,namesofbiddersandthedocumentssubmittedbythetenderers
willbeuploaded.Similarly,afteropeningoffinancialbid,financialbidevaluationsheet
will be uploaded containing name of tenderers and the rates quoted by them. The
Tender Inviting Authority will prepare the comparative statement for onward
submissionforitsapproval.

Page6of32

16. RETURNOFEARNESTMONEYTOTHEUNSUCCESSFULTENDERERS:

TheEarnestMoneyoftheunsuccessfultenderers,canbereturnedifhe/she/they
applyforthesametotheChiefExecutiveOfficer,CantonmentBoard,Aurangabadgiving
reference of the tender and details of deposits made by them for this tender. The
Earnest Money of all tenderers otherthan the first & second highest tenderer may be
refunded,afteracceptanceandapprovaloftherateasperthecomparativestatementby
the Board. The applicant shall enclose the original copy of 4B Receipt on account of
depositsmadeinrespectofthistender,alongwiththeapplicationforrefund.

17. Tenders received without the requisite earnest money will be summarily
rejected.

18. TheCantonmentBoard,Aurangabad/ChiefExecutiveOfficerreservestherights
toamendthetermsandconditionsaspertheinstructionsoftheCompetentAuthority.

19. NOMANUALBIDWILLBEACCEPTED.

20. DetailsofBanktodepositTenderFormFeeandEarnestMoneyDeposit.

NameofBank. StateBankofIndia
Branch AurangabadCantonment.
BranchCode. 20005
IFSCCode. SBIN0020005
MICRNo. 431004006
AccountNo. 52112350442

21. SCHEDULEOFDATESFOReTENDERING:

Sr. Activity Date Time


No.
1. Publishingdate 29/09/2017 After1200hrs
2 DocumentDownloadstartdate 29/09/2017 After1200hrs
3. Bidsubmissionstartdate 29/09/2017 After1200hrs
4. Bidsubmissionenddate 11/10/2017 Before1300hrs
5. Technicalbidopeningdate 12/10/2017 After1300hrs
6. UploadingofTechnicalbidevaluationsheet 13/10/2017 After1300hrs
7. Financialbidopeningdate 16/10/2017 After1300hrs
8. UploadingofFinancialbid evaluationsheet 16/10/2017 After1700hrs

Sd/xx
(VijaykumarB.Nair)
ChiefExecutiveOfficer,
AurangabadCantonmentBoard.

Page7of32

II.TENDERTERMS&CONDITIONS

Havingexaminedandpursuedthefollowingdocuments.
1. Specifications signed by Chief Executive Officer, Aurangabad Cantonment Board,
Aurangabad.

2. ScheduleB,C,DandAnnexure1&2attachedhereto.

3. ParticularSpecificationsandtogetherwithamendmentandErratauptodate.

4. GeneralconditionsofContractIAFW2249(1989Print)togetherwithAmendment
anderrataincludingmodificationsuptodate.

5. WaterconditionsNo.31ofIAFW2249GeneralConditionsofcontract.WaterWill
notbesuppliedbyAurangabadCantonmentBoard.

6. To execute all the works referred to in the said documents upon the terms and
conditionsandreferredthereinGeneralSummaryandtocarryoutsuchdeviationas
mayorderedvideCondition7ofIAFW2249uptomaximumof25%(Twentyfive
percent)andfurtheragreetoreferalldisputesasrequiredvideCondition70tothe
Sole Arbitration and by President Cantonment Board, Aurangabad Cantonment
whosedecisionshallbefinal,conclusiveandbinding.

7. Revocation/upwardrevisionofofferbylowesttendererafteropeningoftenders

In the event of lowest tenderer revoking his offer or revising his rates upward
(whichwillbetreatedasrevocationofoffer),afteropeningoftenders,theearnest
money deposited by the lowest tenderer will be forfeited . In addition, such
tenderer and his related firm shall not be issued the tender in second call or
subsequentcalls.Onrevocationorupwardrevisionofofferbythelowesttenderer,
nextlowestofferwillnotbeaccepted/considered.

8. For third party quality control please see point No. 27 page No. 11& point No. 31
pageNo.31oftenderdocuments.

9. TheEarnestMoneymaybeforfeited:
a) IfaBidderwithdrawshisbidduringtheperiodofbidvalidity;or
b) InthecaseofthefinallyselectedBidder,iftheBidderfails;
i. tosigntheContract;or
ii. tofurnishContractPerformanceSecurity;or
iii. Ifatanystageanyoftheinformation/declarationisfoundfalse.

10. TermsandconditionsofTenderingFirms

a. PrintedtermsandconditionsofBiddershallnotbeconsideredasforming
partoftheirBids.
b. Bidder must state categorically whether or not his offer conforms to all
thetendertermsandconditions.Ifthereisavariationinanyoftheterms

Page8of32

and conditions, the extent of variation and the reasons thereof shall be
clearlymentionedinthetenderdocument(seeAnnexure1&2).
c. Biddermuststatecategoricallywhetherornothisofferconformstothe
requirement given in document. The Bidder is free to quote better
version/specification of the equipment in line with technical
specifications in compliance with original specifications. No alteration
suggestedbythetendererintheprojectwillbeaccepted.(SeeAnnexure1
&2).
d. Biddermustunderstandthatthebidderhavetocompletetheworkwithin
timeframementionedintheTenderDocument.
e. Bidder who will quote all the Items as defined in the tender will be
eligibleforthistender.Anybidwhichhavepartialquoteforaspecificjob
onlyorsupplyofonlyfewitemswillberejected.
f. Biddersmustsubmitalistoftheirowners,partners,etc.andacertificate
to the effect that the firm is neither blacklisted by any Government
Department nor any Criminal Case is registered against the firm or its
ownerorpartnersordirectorsanywhereinIndia.Thefirmsblacklisted
byanyGovt.Department,shallnotbeconsideredforthistender.
g. BidsnotaccompaniedbyEarnestMoneywillberejected.
h. TheConditionalbids,Telex/Fax/Courier/Postalbidsandincompletebids
willbesummarilyrejected.TheBidshouldbesubmittedonlineonly.
11. The Cantonment Board reserves the right to amend/upgrade any technical
specifications,terms&conditionsintheinterestofuserdepartment.

12. GUARANTEE/WARRANTY

a. Tenderer/Bidder shall provide comprehensive onsite Guarantee/
Warranty for all goods/equipment supplied under the Contract at
leastforaperiodof05(Five)yearsfromthedateoffinalacceptance
of the System. The Warranty will start from the date of complete
InstallationoftheequipmentandacceptancebytheDepartment.
b. Allthecomplaintslodgedbythedepartmentmustbeattendedwithin24
hours and problems should be rectified within 72 hours either by
repairingthedefectivespartsorreplacementofparts.
c. If the performance of any individual equipment or System fails to meet
the contract specifications then the same shall be replaced by the
Tenderer/Bidderfreeofcostduringthetermofthewarranty/guarantee
periodofeachequipment

d. Delays in attending the calls and or repairing the defective / item /
equipment beyond time limit specified in this Clause, without providing
thesubstitute,willattractpenalties.

e. IftheTenderer/BidderfailstorepairorreplacethedefectiveEquipment/
Item, the Cantonment Board will be free to get the same
repaired/replacedfromthemarketanditscostwillbeadjustedFromthe
Tenderer/Bidder'sContractSecurityDeposit.



Page9of32

13. Noadvancepaymentshallbemade.

14. Packing, Forwarding & Shipment: The Tenderer/Bidder shall provide proper
packingofthegoodstopreventtheirdamageordeteriorationduringtransittothe
finaldestinationsite.

15. Delivery,InstallationandCommissioning:DeliveryandinstallationoftheGoods
at locations to be finalized by Cantonment Board shall be completed by the
Tenderer/BidderinaccordancewiththetermsspecifiedbytheCantonmentBoard
withintimelimitof4monthsincluding,theinstallation,testingandcommissioning
oftheproposedsystem.

16. Insurance: The Goods supplied under the Contract shall be fully insured on a
warehousetowarehouse basis by the Tenderer / Bidder against loss or damage
incidentaltomanufactureoracquisition,transportation,storageanddelivery.

17. All equipments and accessories of the complete set shall generally comply with
relevant IS specifications of latest issue. The unit shall be complete with all
apparatus, safety devices, interlocks etc. necessary for efficient operation whether
speciallymentionedornotbutareessentialforoperation.

18. TESTCERTIFICATEANDTECHNICALPARTICULARS:

Each tender should accompany the following: Full technical particulars, catalogues
etc. complete with all the certificates from recognized test house and other data if
any.

19. CDM BENEFITS: All installation and measures taken by Aurangabad Cantonment
Board for energy conservation and efficiency or concern subject have the CDM
consideration under Bundled Energy Efficient lighting project. The
tenderer/bidder/OEMwillnothaveanyclaimoverCDMbenefitsorconcerngreen
fundsforabovesaidproject.

20. InspectionofTests:
a. TheCantonmentshallhavetherighttoinspectortestthegoodsforconformity
totheContractSpecificationbythirdparty.
b. TheTenderer/BiddershalltestindividualequipmentandthecompleteSystem
afterinstallationatsite.
c. Forthepurposeoftakingoverthegoods/systemsupplied,anAcceptanceTest
shallbecarriedoutattheCantonmentBoarddestinationsite.
d. Theinstallationorcommissioningshallnotbedeemedtohavebeencompleted
unlessallthegoodsandSystemareacceptedbytheCantonmentBoard.

21. Spare Parts: The Bidder will undertake that supplies of necessary maintenance
equipment and spare parts will be made available for all the Equipment and the
completeSystemfortheperiodof5years.

22. Delay inthe supply ormaterial:Delivery of the material should be made by the
tendererinaccordancewiththetimeschedulespecifiedinthisdocument.Delayby
Page10of32

the tenderer in the performance of its Delivery or Service obligations shall render
thetendererisliabletoimpositionofLiquidatedDamagesinaccordancewithclause
mentioned below and thereafter, upon reaching the maximum deduction set out
therein,toterminationfordefaultinaccordancewithClausebelowaccompaniedby
forfeitureofSecurityDeposit.

23. If the tenderer fails to supply the material within the stipulated period, the
CantonmentBoardreservestherighttoimposepenaltyandhasrighttoforfeitthe
entireearnestmoney/securitydepositandalsoblacklistthecompany.

24. LiquidatedDamages:IftheTenderer/Bidderfailstodeliveranyoralltheofthe
stores as mentioned in the work order or perform the Services within the time
period specified in the Contract, the tenderer shall, without prejudice to its other
remediesundertheContract,deductfromtheContractPrice,asliquidateddamages,
(notbywayofpenalty)asumequivalentto1(one)percentofthepricefordelayin
submissionofreportsunperformedserviceforeach&everyweek(partofaweek
beingtreatedasafullweek)ofdelayactualdeliveryofdocumentsuptoamaximum
deductionof05%(FivePercent).

25. Force Majeure: The tenderer shall not be liable for forfeiture of its performance
security,liquidateddamagesorterminationfordefault,ifthedelayinperformance
orotherfailuretoperformitsobligationsunderthecontractisaresultofaneventof
ForceMajeure.Forpurposesoftheclause,"ForceMajeure"meansaneventbeyond
thecontrolofthetendererandnotinvolvingthetenderer'sfaultornegligenceand
not foreseeable. Such events may include wars or revolutions, fires, floods,
epidemics,quarantinerestrictions,freightembargoesetc.

26. PatentIndemnification: The tenderer shall indemnify the Cantonment against all
thirdpartyclaimsofinfringementofpatent,copyright,trademark,license,software
piracy if any arising from use of the goods or any part thereof in the tenderer's
country.

27. Thirdpartyqualitycontrol:

In order to achieve best workmanship and execution of quality works the


AurangabadCantonmentBoardwillengageanindependentagencywhowillcarryout
independenttestingofmaterialsandcheckingandensuringoverallqualityprocedures.
Thecontractorshallberequiredtofullycooperatewithagencyandfacilitatethemin
taking samples, transportation and examination of various activities including
documentation at no extra cost to the Board. In case of any adverse findings by the
third party inspecting agency, the contractor shall do the needful rectifications at no
extracosttotheBoard.Thecosttowardsconsultancy/third partyqualitycontrolto
the institutes would be paid by the Board. All work order would be subject to third
partyqualitycontrol.

Sd/xx
(VijaykumarNair)
CHIEFEXECUTIVEOFFICER,
AURANGABADCANTONMENTBOARD

Page11of32

SCHEDULEB

Sr.No.ParticularsRatesatwhichPlaceRemarks
storesetcwillbe
issuedtoContractor



NIL




Sd/xx
(VijaykumarNair)
CHIEFEXECUTIVEOFFICER,
AURANGABADCANTONMENTBOARD

SCHEDULEC

(Seecondition15,34&35oftheGeneralConditionofContract)

LISTOFSTORESWHICHWILLBESUPPLIEDTOTHECONTRACTORFORFIXINGONLY
THECOSTOFTHESTORESBEINGCHANGEDDIRECTTOTHEWORK.


Sr.No.ParticularsPlaceofissue



NIL


SCHEDULED

TransporttobehiredtotheContractor

Sr.No.QuantityParticularsRateperPlaceofRemarks
UnitperIssue
Workingday


NIL



Sd/xx
(VijaykumarNair)
CHIEFEXECUTIVEOFFICER,
AURANGABADCANTONMENTBOARD

Page12of32

III.TECHNICALSPECIFICATIONSFORONGRIDPOWERPLANT

TECHNICALPARAMETERS

TheproposedProjectsshallbecompletedasperthetechnicalspecificationsgiven
below.

The participants are hereby advised to take a note of the draft guidelines issued by
MNRE dated 09082016 in respect of minimum technical requirements, quality
standards,bestpracticesandspecificationsforgridconnectedrooftopPVsystemsin
additiontotechnicalparametersmentionedinthisRFPandcomplyaccordingly.

TotalPlantCapacity55KWP
1. CantonmentboardOffice7KWp
2. CantonmentGeneralHospital12KWp
3. Pump House 36KWp (with elevated structure of 12 feet above bottom of sv
panel)

1.PARAMETERS:

1.1. AProjectconsistsofSPVarray,ModuleMountingStructure,Power
Conditioning Unit (PCU) consisting of Maximum Power Point Tracker,
Controls&Protections,interconnectcablesandswitches.PVArrayshould
bemountedonasuitablestructure.Projectwithoutbatteryandshouldbe
designed with necessary features to synchronise with the grid power.
Components and parts used in the Project including the PV modules,
metallic structures, cables, junction box, switches, PCUs etc., should
conform to the BIS orIEC or international specifications, wherever such
specificationsareavailableandapplicable.

1.2. Projectshallconsistoffollowingequipment/components:

a. Indigenously manufactured mono/polycrystalline Solar PV modules, as


prescribedbyMNRE.

b. Remote Monitoring System and grid interactive systems without battery shall
havestringinverterswithRemoteMonitoringSystem.

c. Mountingstructures

d. JunctionBoxes.

e. Earthingandlighteningprotections.

f. IR/UVprotectedPVCCables,pipesandaccessories

Page13of32

2. SOLARPHOTOVOLTAICMODULES:

2.1 ThePVmodulesusedshouldbemadeinIndia.

2.2 ThePVmodulesusedmustqualifytothelatesteditionofIECPVmodule

qualification test or equivalent BIS standards Crystalline Silicon Solar Cell
Modules IEC 61215/IS14286. In addition, the modules must conform to IEC
61730Part2requirementsforconstruction&Part2requirementsfortesting,
forsafety
qualificationorequivalentIS.

2.3 ForthePVmodulestobeusedinahighlycorrosiveatmospherethroughouttheir
lifetime, they must qualify to IEC 61701/IS 61701. The total solar PV array
capacityshouldnotbelessthanallocatedcapacitykWp)andshouldcompriseof
solar crystalline modules of minimum 250 Wp and above wattage. Module
capacitylessthanminimum250Wpshouldnotbeaccepted.

2.4 Protective devices against surges at the PV module shall be provided. Low
voltagedropbypassdiodesshallbeprovided.

2.5 PV modules must be tested and approved by one of the IEC authorized test
centers.Themoduleframeshallbemadeofcorrosionresistantmaterials,having
Pregalvanized/anodizedAluminiumorsuperiormaterial(afterapprovalfrom
MNRE)

2.6 The Contractor shall carefully design & accommodate requisite numbers of the
modulestoachievetheratedpowerinhisBid.

3 Other general requirement for the PV modules and subsystems shall be the
following:

a. Theratedoutputpowerofanysuppliedmoduleshallhavetoleranceof+/3%.

b. Thepeakpowerpointvoltageandthepeakpowerpointcurrentofanysupplied
moduleand/oranymodulestring(seriesconnectedmodules)shallnotvaryby
morethan2(two)percentfromtherespectivearithmeticmeansforallmodules
and/orforallmodulestrings,asthecasemaybe.

c. The module shall be provided with a junction box with either provision of
external screw terminal connection or sealed type and with arrangement for
provisionofbypassdiode.Theboxshallhavehinged,weatherprooflidwith
captivescrewsandcableglandentrypointsormaybeofsealedtypeandIP65
rated.

d. IVcurvesatSTCshouldbeprovidedbyContractor.

4. Modules deployed must use a RF identification tag. The following information
must be mentioned in the RFID used on each modules (This can be inside or
outside the laminate, but must be able to withstand harsh environmental
conditions).
Page14of32


a. NameofthemanufacturerofthePVmodule

b. NameofthemanufacturerofSolarCells.

c. Month&yearofthemanufacture(separateforsolarcellsandmodules)

d. Countryoforigin(forsolarcells)

e. IVcurveforthemoduleWattage,Im,VmandFFforthemodule

f. UniqueSerialNoandModelNoofthemodule
g. DateandyearofobtainingIECPVmodulequalificationcertificate.

h. NameofthetestlabissuingIECcertificate.

i. OtherrelevantinformationontraceabilityofsolarcellsandmoduleasperISO
9001andISO14001

5 Warranties:

a. MaterialWarranty:

MaterialWarrantyisdefinedas:

The manufacturer should warrant the Solar Module(s) to be free from the
defects and/or failures specified below for a Period as specified in MNRE
guidelinesfromthedateofcompletion.

i. Defectsand/orfailuresduetomanufacturing

ii. Defectsand/orfailuresduetoqualityofmaterials

iii. Non conformity to specifications due to faulty manufacturing and/or


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

b. PerformanceWarranty:

Thepredictedelectricaldegradationofpowergeneratednotexceeding20%of
theminimumratedpoweroverthe25yearperiodandnotmorethan10%atthe
endoftenth(10th)yearofthefullratedoriginaloutput.

6. ARRAYSTRUCTURE:

6.1 Hot dip galvanized MS/ Pregalvanized/ Anodized Aluminium or superior


material (after approval from MNRE) mounting structures may be used for
mounting the modules/ panels/arrays. Each structure should have angle of
inclination as per the site conditions to take maximum insulation. However to
accommodate more capacity the angle inclination may be reduced until the
Projectmeetsthespecifiedperformanceratiorequirements.

Page15of32

6.2 TheMountingstructureshallbesodesignedtowithstandthespeedforthewind
zone of the location where a Project is proposed to be installed (for minimum
windspeedof150km/hour).Suitablefasteningarrangementthatdonotrequire
drilling in rooftops should be adopted to secure the installation against the
specificwindspeed.

6.3 The mounting structure steel shall be as per latest IS 2062: 1992 and
galvanizationofthemountingstructureshallbeincomplianceoflatestIS4759.

6.4 Structural material shall be corrosion resistant and electrolytically compatible


with the materials used in the module frame, its fasteners, nuts and bolts.
Aluminium structures also can be used, that can withstand the wind speed of
respectivewindzone.Necessaryprotectiontowardsrustingneedtobeprovided
eitherbycoatingoranodization.

6.5 Thefastenersusedshouldbemadeupofstainlesssteel.Thestructuresshallbe
designedtoalloweasyreplacementofanymodule.Thearraystructureshallbe
so designed that it will occupy minimum space without sacrificing the output
fromtheSPVpanels

6.6 Regarding civil structures the Contractor need to take care of the load bearing
capacityoftheroofandneedarrangesuitablestructuresbasedonthequalityof
roof.Thetotal

loadofthestructure(wheninstalledwithPVmodules)ontheterraceshouldbe
lessthan60kg/m2.

6.7 Theminimumclearanceofthestructurefromtherooflevelshouldbe300mm.

7. JUNCTION BOXES (JBs) BASED ON SYSTEM DESIGN


REQUIREMENTS:

7.1 The junction boxes are to be provided in the PV array for termination of
connectingcables.TheJ.Boxes(JBs)shallbemadeofGRP/FRP/PowderCoated
Aluminium/cast aluminium alloy with full dust, water & vermin proof
arrangement. All wires/cables must be terminated through cable lugs. The JBs
shallbesuchthatinput&outputterminationcanbemadethroughsuitablecable
glands.

7.2 Copper bus bars/terminal blocks housed in the junction box with suitable
termination threads Conforming to IP65 standard and IEC 62208 Hinged door
withEPDMrubbergasket to preventwaterentry.Single/ doublecompression
cableglandswithprovisionofearthings.Itshouldbeplacedat5feetorsuitable
heightforeaseofaccessibility.

7.3 EachJunctionBoxshallhaveHighqualitySuitablecapacityMetalOxideVaristors
(MOVs)/SPDs,suitableReverseBlockingDiodes.TheJunctionBoxesshallhave
suitablearrangementmonitoringanddisconnectionforeachofthegroups.

7.4 Suitablemarkings shallbeprovidedonthebusbarforeasyidentificationandthe


Page16of32

cableferrulesmustbefittedatthecableterminationpointsforidentification

8. DC DISTRIBUTION BOARD BASED ON SYSTEM DESIGN


REQUIREMENTS:

8.1 DCDistributionpaneltoreceivetheDCoutputfromthearrayfield.

8.2 DCDPBsshallhavesheetfromenclosureofdust&verminproofconformtoIP
65protection.Thebusbarsaremadeofcopperofdesiredsize.Suitablecapacity
MCBs/MCCB shall be provided for controlling the DC power output to the PCU
alongwithnecessarysurgearrestors.

9. ACDISTRIBUTIONPANELBOARD:

ACDistributionPanelBoard(DPB)shallcontroltheACpowerfromPCU/inverter,
andshouldhavenecessarysurgearrestors.InterconnectionfromACDBtomainsat
LTBusbarwhileingridtiedmode.

9.1 Allswitchesandthecircuitbreakers,connectorsshouldconformtoIEC60947,
partI,IIandIII/IS60947partI,IIandIII.

9.2Thechangeoverswitches,cablingworkshouldbeundertakenbytheContractoras
partoftheproject.

9.3 All the Panels shall be metal clad, totally enclosed, rigid, floor mounted, air
insulated,cubicaltypesuitableforoperationonthreephase/singlephase,415or230
volts,50Hz.

9.4 The panels shall be designed for minimum expected ambient temperature of 45
degreeCelsius,80percenthumidityanddustyweather.

9.5AllindoorpanelswillhaveprotectionofIP54orbetter.Alloutdoorpanelswillhave
protectionofIP65orbetter.

9.6ShouldconformtoIndianElectricityActandrules(tilllastamendment).
9.7Allthe415ACor230voltsdevices/equipmentlikebussupportinsulators,circuit
breakers,SPDs,VTsetc.,mountedinsidetheswitchgearshallbesuitableforcontinuous
operationandsatisfactoryperformanceunderthefollowingsupplyconditions:

Variationinsupplyvoltage +/ 10%

Variationinsupplyfrequency +/ 3Hz


10. PCU/ARRAYSIZERATIO:

16.1. The combined DC wattage of all inverters should not be less than rated
capacityofProjectunderSTC.

Page17of32

16.2. Maximum power point tracker shall be integrated in the PCU/inverter to


maximizeenergydrawnfromthearray.

11. PCU/Inverter:

11.1. As SPV array produce direct current electricity, it is necessary to convert
thisdirectcurrentintoalternatingcurrentandadjustthevoltagelevelstomatch
the grid voltage. Conversion shall be achieved using an electronic Inverter and
the associated control and protection devices. All these components of the
Project are termed the Power Conditioning Unit (PCU). In addition, the PCU
shallalsohouseMPPT(Maximum

PowerPointTracker),aninterfacebetweenSolarPVarray&theInverter,tothe
PCU/invertershouldalsobeDGsetinteractive.Inverteroutputshouldbe
compatiblewiththegridfrequency.Typicaltechnicalfeaturesoftheinverter
shallbeasfollows:

Switchingdevices:IGBT/MOSFET

ControlMicroprocessor/DSP

NominalACoutputvoltageandfrequency:415V,3Phase,50Hz

Outputfrequency:50Hz

GridFrequencySynchronizationrange:+3Hzormore

Ambienttemperatureconsidered:20oCto50oC

Humidity:95%Noncondensing

Protection of Enclosure: IP20(Minimum) for indoor: IP65(Minimum) for


outdoor.

GridFrequencyTolerancerange:+3ormore

GridVoltagetolerance:20%&+15%

Noloadlosses:Lessthan1%ofratedpower

Inverterefficiency(minimum):>93%(Incaseof10kWporabove)

Inverterefficiency(minimum):>90%(Incaseoflessthan10kWp)

THD:<3%

PF:>0.9

a. ThreephasePCU/invertershallbeusedasrequired.

b. PCU/inverter shall be capable of complete automatic operation including


wakeup,synchronization&shutdown.
Page18of32


c. TheoutputofpowerfactorofPCUinverterissuitableforallvoltageranges
or sink of reactive power; inverter should have internal protection
arrangement against any sustainable fault in feeder line and against the
lightningonfeeder.

d. Builtin meter and data logger to monitor Project performance retrievable


throughexternalcomputershallbeprovided.

e. Thepowerconditioningunits/invertersshouldcomplywithapplicable
IEC/equivalentBISstandardforefficiencymeasurementsandenvironmental
tests as per standard codes IEC 61683/IS 61683 and IEC 60068
2(1,2,14,30)/EquivalentBISStd.

f. The PCU/ inverters should be tested from the MNRE approved test
centres/NABL/BIS/IECaccreditedtestingcalibrationlaboratories.Incaseof
imported power conditioning units, these should be approved by
internationaltesthouses.

12.INTEGRATIONOFPVPOWERWITHGRID:

21.1 For better grid interaction and functioning of Project, the following
arrangementshallbeensuredbyContractor:

a) Project should have appropriate instruments installed at solar panel output,


PCU, load to facilitate minutewise recording and storage of monthly data
(voltage, current, generation, consumption and grid injection) for twelve (12)
monthsofenergyflowatvariousnodes.

b) Incaseofnetworkfailure,orloworhighvoltage,Projectshallgounderislanding
mode but not be out of synchronization so far as its operation with connected
loadisconcerned.ThesupplyfromProjecttotheloadpointswouldberesumed
fromitsDGsetcomesintoservice,ProjectshallagainbesynchronisedwithDG
supplyandloadrequirementwouldbemettotheextentofavailabilityofpower.
4poleisolationofinverteroutputwithrespecttothegrid/DGpowerconnection
needtobeprovided.

TheProjectcommissionedundertheDelhiPolicyforDecentralizedRenewable
Energy Systems, 2016 as amended from time to time, shall be provided with
reverseprotectionrelaysin ordertopreventreverseflowofactivepowerinto
the Grid. The relay and devices used for such arrangement shall be of relevant
standards.

Page19of32


13 .DATAACQUISITIONSYSTEM/PROJECTMONITORING:

13.1 DataAcquisitionSystemshallbeprovidedforsolarPVProject.

13.2 Data Logging Provision for Project control and monitoring, time and date
stampedsystemdatalogsforanalysiscomputerfordatamonitoring,meteringand
instrumentation for display of systems parameters and status indication to be
provided.

13.3 The following parameters should be accessible via the operating interface
displayinrealtimeseparatelyforProject:

a. ACVoltage

b. ACOutputcurrent.

c. OutputPower

d. Powerfactor

e. DCInputVoltage

f. DCInputCurrent

g. TimeActive

h. Timedisabled

i. TimeIdle

j. Powerproduced

k. Protective function limits (VizAC Over voltage, AC Under voltage, Over


frequency, Under frequency ground fault, PV starting voltage, PV stopping
voltage.

13.4 Allmajorparametersavailableonthedigitalbusandloggingfacilityforenergy
auditing through the internal microprocessor and read on the digital front
panelatanytime)andloggingfacility(thecurrentvalues,previousvaluesfor
up to a year and the average values) should be made available for energy
auditingthroughtheinternalmicroprocessorandshouldbereadonthedigital
frontpanel.

13.5 String and array DC Voltage, Current and Power, Inverter AC output voltage
andcurrent(All3phasesandlines),ACpower(Active,ReactiveandApparent),
PowerFactorandACenergy(All3phasesandcumulative)andfrequencyshall
bemonitored.

14.Thedatashallberecordedinacommonworksheetchronologicallydatewise.The
datafileshallbeMSExcelcompatible.Thedatashallberepresentedinbothtabular
andgraphicalform.
Page20of32


14.1 AllinstantaneousdatashouldbeavailablethroughSCADA.

14.2 Software shall be provided for USB download and analysis of DC and AC
parametricdataforindividualProject.

14.3 Remote Monitoring and data acquisition through Remote Monitoring System
softwarewithlatestsoftware/hardwareconfigurationandserviceconnectivity
for online / real time data monitoring/control complete to be supplied and
Comprehensive O &M/control to be ensured by the supplier. Provision for
interfacingthesedataonNodalAgencyserverandportalinfutureshallbekept.

15.TRANSFORMERIFREQUIRED&METERING:

15.1 Dry/oiltypeappropriatekVA,oftransformerStepupalongwithallprotections,
switchgears, Vacuum circuit breakers, cables etc. along with required civil
work.

15.2 The Contractor must take approval/NOC from the concerned distribution
licensee for the connectivity, technical feasibility, and synchronization of
ProjectwithdistributionnetworkandsubmitthesametoNodalAgencybefore
CommissioningofProject.

15.3 ReversepowerrelayshallbeprovidedbyContractor(ifnecessary),asperthe
localdistributionlicenseesrequirement.

16.POWERCONSUMPTION:

16.1 Regarding the generated power consumption, priority needs to be given for
internalconsumptionfirstandthereafteranyexcesspowercanbeexportedto
thedistributionlicenseenetwork.

17. PROTECTIONS:

17.1 The Project should be provided with all necessary protections like earthing,
Lightning,andgridislandingasfollows:

18. LIGHTNINGPROTECTION

a. The SPV power Project shall be provided with lightning &overvoltage


protection of appropriate size. The main aim in this protection shall be to
reducetheovervoltage to atolerablevaluebeforeitreaches thePV or other
sub system components. The source of over voltage can be lightning,
atmosphere disturbances etc. The entire space occupying the SPV array shall
besuitablyprotectedagainstLightningbydeployingrequirednumber
ofLightningArrestors.LightningprotectionshouldbeprovidedasperIEC
62305standard. The protection against induced high voltages shall be
providedbytheuseofmetaloxidevaristors(MOVs)andsuitableearthingsuch
Page21of32

thatinducedtransientsfindanalternateroutetoearth.

19. SURGEPROTECTION:

Internal surge protection shall consist of three MOV type surge arrestors
connectedfrom+veandveterminalstoearth(viaYarrangement).

20. EARTHINGPROTECTION:

a. EacharraystructureofthePVyardshouldbegrounded/earthedproperlyas
per IS:30431987. In addition the lighting arrester/masts should also be
earthedinsidethearrayfield.

b. Earthresistanceshallnotbemorethan5ohms.Itshallbeensuredthatallthe
earthingpointsarebondedtogethertomakethematthesamepotential.

21. GRIDISLANDING:

c. In the event of a power failure on the electric grid, it is required that any
independentpowerproducinginvertersattachedtothegridturnoffinashort
period of time. This prevents the DCtoAC inverters from continuing to feed
power into small sections of the grid, known as islands. Powered islands
presentarisktoworkerswhomayexpecttheareatobeunpowered,andthey
may also damage grid tied equipment. The Project shall be equipped with
islanding protection. In addition to disconnection from the grid (due to
islandingprotection)disconnectionduetounderandovervoltageconditions
shallalsobeprovided.

d. A manual disconnect 4pole isolation switch, besides automatic disconnection


togridwouldhavetobeprovidedatutilityendtoisolatethegridconnection
by the utility personnel to carry out any maintenance. This switch shall be
lockedbytheutilitypersonnel.

22.CABLES:

22.1 Cables of appropriate size to be used in the Project shall have the following
characteristics:

a. ShallmeetIEC60227/IS694,IEC60502/IS1554standards

b. Temp.Range:10oCto+80oC.

c. Voltagerating660/1000V

d. Excellentresistancetoheat,cold,water,oil,abrasion,UVradiation

Page22of32

e. Flexible
f. Sizes of cables between array interconnections, array to junction boxes,
junction boxes to Inverter etc. shall be so selected to keep the voltage drop
(power loss) of the entire Project to the minimum. The cables (as per IS)
should be insulated with a special grade PVC compound formulated for
outdooruse.

g. Cable Routing/ Marking: All cable/wires are to be routed in a GI cable tray


andsuitablytaggedandmarkedwithpropermannerbygoodqualityferuleor
byothermeanssothatthecableeasilyidentified.

h. TheCableshouldbesoselectedthatitshouldbecompatibleuptothelifeof
thesolarPVpanelsi.e.twentyfive(25)years.

i. Theratingsgivenareapproximately,Contractortoindicatesizeandlengthas
per system design requirement. All the cables required for the Project
provided by the Contractor. All cable schedules/layout drawings approved
priortoinstallation.

j. Multi Strand, Annealed high conductivity copper/aluminium conductor PVC


type A pressure extruded insulation or XLPE insulation. Overall PVC/XLPE
insulationforUVprotectionArmoredcableforundergroundlaying.Allcable
trays including covers to beprovided. All cables conform to latestedition of
IEC/ equivalent BIS Standards as specified below: BOS item / component
Standard Description Standard Number Cables General Test and Measuring
Methods,PVC/XLPEinsulatedcablesforworkingVoltageuptoandincluding
1100V,UVresistantforoutdoorinstallationIS/IEC69947.

k. ThesizeofeachtypeofDCcableselectedshallbebasedonminimumvoltage
drophowever;themaximumdropshallbelimitedto1%.

l. ThesizeofeachtypeofACcableselectedshallbebasedonminimumvoltage
drophowever;themaximumdropshallbelimitedto2%.

m. All such externalelectrical works shall be required to be done asper DISCOMs


SOR.

23. CONNECTIVITY:

23.1 ForProject(Above100kW)forinstallationshavinglargeload,thesolarpower
can be generated at low voltage levels and stepped up to 11 kV level through
the step up transformer. The transformers and associated switchgear would
requiretobecarriedoutbytheContractorasperDISCOMsSOR.




Page23of32

24.TOOLS&TACKLESANDSPARES:

24.1 The requirement of maintaining tools, tackles and spares at site or at service
centre is left to the discretion of the bidder with a condition that the same would be
madeavailableimmediatelyasandwhenrequired.

24.2 The bidders are advice to ensure a response time of 24 hours and maximum
expected turnaround time of 72 hours (under special circumstances, additional
timelimitmaybeconsidered).

25. DANGERBOARDSANDSIGNAGES:

25.1 Danger boards should be provided as and where necessary as per IE Act. /IE
rulesasamendeduptodate.

26.FIREEXTINGUISHERS:

26.1 ThefirefightingsystemfortheproposedProjectforfireprotectionshallconsist
of portable fire extinguishers in the control room for fire caused by electrical
short circuits. The installation of Fire Extinguishers should confirm to TAC
regulations and BIS standards. The fire extinguishers shall be provided in the
controlroomhousingPCUs.

27.DRAWINGS&MANUALS:

27.1 Two sets of Engineering, electrical drawings and Installation and


Comprehensive O&M manuals are to be supplied. Contractor shall provide
complete technical data sheets for each equipment giving details of the
specifications along with make/makes in their bid with basic design of the
Projectandpowerevacuation,synchronizationasalsoprotectionequipment.

27.2 ApprovedISIandreputedmakesforequipmentbeused.

27.3 For complete electromechanical works, Contractor shall supply complete


design,detailsanddrawingstoNCRB.

28.PLANNINGANDDESIGNING:

28.1 The Contractor should carry out Shadow Analysis at the site and accordingly
designstrings&arrayslayoutconsideringoptimalusageofspace,materialand
labour. The Contractor should submit the array layout drawings along with
ShadowAnalysisReporttothedesignatedauthorityofNodalAgency.

28.2 NodalAgencyreservestherighttomodifythelandscapingdesign,Layoutand
specification of subsystems and components at any stage as per local site
conditions/requirements.

28.3 TheContractorshallsubmitpreliminarydrawingforapproval&basedonany
modification or recommendation, if any. The Contractor shall submit one sets
Page24of32

and soft copy in CD of final drawing for formal approval to proceed with
constructionwork.

29.SAFETYMEASURES:

29.1 The Contractor shall take entire responsibility for electrical safety of the
installation(s) including connectivity with the grid and follow all the safety
rules & regulations applicable as per Electricity Act, 2003 and CEA guidelines
etc.



Sd/xx
(VijaykumarNair)
CHIEFEXECUTIVEOFFICER,
AURANGABADCANTONMENTBOARD

Page25of32

Generalrequirementtotal55kwprooftoppvsolarpowerplant

ANNEXURE1(UploaditonlineinTechnicalBid)

Sr DESCRIPTION Confirm Deviation
No ation ifAny
Yes/No
1. Designing, supplying, commissioning and maintenance of on grid
interactive solar PV panels on roof tops of Cantt Fund Buildings/
Properties.

a)AdministrativeBuilding=7KW
b)HospitalBuilding=12KW
c)Sump/Pumphouse(withelevatedstructureof12feetabove
bottom)=36KW.
Theratesshallbeallinclusiveofapplicabletaxes&GSTetc.
2. Bidsmustbecompletewithallequipmentandrequiredaccessories
along with necessary mounting arrangement of fittings and
hardware, lugs, tools and machinery etc. as required for complete
installationofTOTAL100KWpROOFTOPPVSOLARPOWERPLANT
3. The certificates relating to the solar panel and allied accessories
issuedfromMNREandothertestinglaboratoriesmustbeenclosed.
4. Authorization letter from OEM certifying that the items quoted by
thebidderareinproductionandwouldbesupportedforservicefor
atleast minimum next 5 years from the date of expiry of 5 year
warrantyoftheequipment.Noobsoleteproductsshallbequoted.
5. All the equipment of external fitting should be IP66/ NEMA4
compliedandvandalproof.TheCablesshouldbePolycab/Finolexor
equivalent.
6. Bidder must provide reference list for satisfactory installation of
similar products/ components of TOTAL 100 KWp ROOF TOP PV
SOLARPOWERPLANTalongwithcopiesoforders.
7. Thewarrantyshouldconsistofrepairingorreplacingdefectiveparts,
cable,andallotherassistanceforproperfunctioningoftheproject
foraperiodof5yearfromthedateofinstallationofsystem
irrespectiveofindividualitemwarranty.
08. Thebiddermustencloseauditedbalancesheetforthelastthreeyear
toascertaintheturnover.


Page26of32

Tobeenclosedwiththetenderdocument.(Annexure2)

UNDERTAKING for After SaleService Support from OEM (upload it online in


Technicalbid)

From___________________

____________________

To

ChiefExecutiveOfficer
AurangabadCantonmentBoard
Aurangabad414001

Wedoherebyconfirmthat:

We are OEM of the product have been quoted by our business Partner
M/s__________________________ to Aurangabad Cantonment Board. In case our business
partnerfailstoprovidethesatisfactoryaftersaleserviceinthatsituationourcompany
will be totally responsible for providing timely and effective service support upto
minimum5yearsperiodi.e.within5yearswarrantyperiod.Wealsoundertakethatall
thespareparts,Lensetcwill be made availabletotheuserdepartmentsasandwhen
requiredtokeepthesystemsfunctional.

(Signature)

Name
Designation
(HeadorSeniorExecutiveofFirm)
Address
PhoneNo.
FaxNo.
MobileNo.

Page27of32


IV.SPECIALTERMS&CONDITIONS

ThefollowingconditionsshallbeadheredtointheworkofDesign,Supply,Installation,
Commissioning&maintenancetotal55KWpRoofTopPVSolarPowerPlantonrooftops
ofCanttFundBuildings/Properties.

a)Administrative Building =7KW b)Hospital Building= 12KW c)Sump/Pump house


(withelevatedstructureof12feetabovebottom)=36KW

1.General
1) Thelocationwillbeshownatsite.

2) The total55 KWp(7 KWp + 12 KWp + 36 KWp) solar PV power plant with all
accessories offered shall be strictly as per BOQ and as per specifications
enclosed.

3) Thetendererscredentialsshouldalsobefurnished.

4) The rate quoted shall be inclusive of GST. The accepted contract value will
prevailtillthecompletionofworks.

5) Thebiddershallmaketheirownarrangementsfortransportationofallmaterials
tosite.

6) Only those bidders who are reputed original manufacturers or authorized
dealers/distributors/contractors registered with MNRE, Govt. Of India having
sufficient experience of DESIGN, SUPPLY, INSTALLATION /COMMISSIONING&
MAINTENANCE TOTAL 55 KWp ROOF TOP PV SOLAR POWER PLANT, are
requiredtoquoteforthistender.Thosewhodonothaveadequateexperiencein
carrying out works of similar nature need not quote for this tender. They shall
havetosupplysparesasandwhenrequiredbytheCantonmentBoardwithout
anydelay.Thedocumentaryevidenceinproofofexperienceistobeenclosedfor
referenceandrecord.ThetestingofSolarPVpowerplantsystemistobedoneby
the tenderer / Contractor to the satisfaction of the EngineerinCharge. The
componentsaretobetestedatsiteaftercompletionofworktothesatisfactionof
theEngineerinCharge.Allcopiesoftestreports/certificatesoftheequipments
/aretobesubmittedforacceptance.

7) The tenderer shall have sufficient experience in DESIGN, SUPPLY,


INSTALLATION/COMMISSIONING&MAINTENANCETOTAL55KWpROOFTOP
PVSOLARPOWERPLANTofsimilarcapacityormorethan15KWcapacityandthey
shall furnish a list of installations of similar job called at in any Government
sectordulyindicatingthecapacityinstalledandthedateofcommissioning.

8) Copyofdescriptiveliteratureofimportantcomponentsofsystemandtechnical
information with detailed drawings proposed should be sent along with the
tender.

Page28of32

9) Thepricesofthesparepartsandspecialtools,specialpartsorbetterversionof
theproductotherthantheitemsmentionedintheSpecificationwillnotbetaken
intoconsiderationfortheevaluationofthetender.

10)ThetenderermaynotethatCantonmentBoardisnotagreeableformakingany
typeofadvancepayment.Norequestforpaymentintheformofadvancewillbe
entertainedbytheCantonmentBoard.

11)PROPERTYINMATERIALSANDPLANT:Thematerialandplantbrought
by the tenderer / contractor upon the site or on the land occupied by the
tenderer/contractorinconnectionwiththeworksareintendedtobeusedfor
theexecutionthereofshallimmediatelywhentheyarebroughtuponthesiteor
thesaidlandbedeemedtobethepropertyoftheCantonmentBoard.Suchofthe
materials(duringtheprogressofwork)rejectedbytheEngineerordeclaredby
himnottobeneededfortheexecutionoftheworkorthegrantofthecertificate
ofcompletionremainunused,shallimmediatelyonsuchrejectionordeclaration
or grant ceasetobedeemedtobethepropertyoftheCantonmentBoard\and
thecontractor/tenderer /may(butnot before) removethemfromthesiteof
the said land. This clause shall not in any way diminish the liability of the
tenderer / contractor nor be in any way answerable for any loss or damage
whichmayhappentoorinrespectofsuchmaterialsorplantagainstwhichon
account payment (if specifically agreed) has been made by the otherwise and
alsointhecaseofrejectedmaterials,notremovedbythetenderer/contractor
either by the same being lost, stolen, injured or destroyed by fire, tempest or
otherwise.

12)GENERAL:Thefollowingspecialconditionsshallbereadinconjunctionwitha
GeneralConditionsofContractIAFW2249andIAFW2159andaddendathereto
andIAFW1879A.AnyprovisionintheseSpecialConditionsifatvariancewith
the provision of the IAFW2249 and IAFW1779A shall be deemed to take
precedencethereover.

13)INSPECTIONOFSITE:ThecontractorshallcontracttheEngineerinChargefor
thepurposeofinspectionofsiteandrelevantdocumentsotherthanthosesent
herewithwhowillgivereasonablefacilitiesforthepurpose.Thecontractorshall
also make himself familiar with the working conditions, accessibility to site,
availabilityofmaterialsthetermsandnatureofothercognateconditionswhich
effect the entire completion of work under this contract. The contractor shall
deemed to have visited site and make himself familiar with the working
conditions before submitting the tender irrespective of whether he actually
inspectsthesiteornot.

14)SAMPLESOFMATERIALSANDINDIANSTANDARDS:Whereveranyreference
is made to any is in the particular specifications, drawings and in the MES
Schedule,itmeanstheadditionwithallamendmentscurrentonthedateofissue
of documents. Wherever in the particular specifications / drawings and in the
MESScheduletheyearofpublicationthathasbeengivenitshallalsobedeemed
tobeamendedasabove.Allmaterials,storesprocuredandincorporatedinthe
work by the contractor, shall be approved by the EngineerinCharge before
incorporatingtheminthework.Contractorshallnotcollect/procurematerials,
Page29of32

fittingsetcunlessthesamplesarefirstapprovedbytheEngineerinChargein
writing.Alsorefercondition10ofIAFW2249

15)MINIMUMFAIRWAGESPAYABLETOLABOURS:Minimumfairwagespayable
to various categories workmen has been further revised by Govt. Notification
dated12.5.1995,underpublicationintheGazetteofIndia,ExtraordinarypartII,
Section3(ii)dated26.8.1992.Theminimumfairwagesshallbeapplicabletothe
ParticularStationsasstatedinthisGazetteNotificationontheminimumwages
,asapplicableStateGovt.and/orPuneAdministrationapplicationonthedateof
receipt of tender whichever is higher. The contractor shall have no claim
whatsoever if on account any local regulations or otherwise he is required to
paywagesinexcessoftheminimumgiveninscheduleofminimumfairwages
.However,incasetheminimumwagesofworkersdirectlyengagedatthesiteof
workbythecontractorarerevisedbyPuneAdministrationorasaresultofthe
comingintoforceofanyfreshlawofstatutoryruleororderasmentionedinthe
condition63ofIAFW2249duringtheprogressofwork,reimbursement/refund
totheextentpermissibleundercondition63IAFW2249shallbeapplicable.

16)EMPLOYMENT OF LABOUR /PERSONNEL: The contractor shall employ only
Indian National as his representative, servants, and workmen after verifying
their antecedents and loyalty .He shall ensure that no person of doubtful
antecedentsandnationality,asinanywasassociatedwithworks.Ifthereasons
of technical collaboration or other consideration the employment of foreign
nationalisunavoidable,thecontractorshallfurnishfullparticularstothiseffect
totheAcceptingOfficeratthetimeofsubmissionoftender.Asaproofthatthe
contractorhasemployedonlyIndianNational,heshallrendercertificatetothe
EngineerinChargewithinonemonthfromthedateofacceptanceofthetender
tothiseffect.

17)RESTRICTION OF WORKING HOURS: Refer conditions 25 of IAFW2249;
normalhoursofworksfordepartmentalstaffarefrom0900hoursto1700hours
onalldaysexceptSundaysandotherGazettedholidays.Howeverthecontractor
mayobserveunrestrictedhoursofworkforalltheworkstobeexecutedinthe
contractors workshop. No work at site (other than the work to be executed,
beyond the aforesaid normal hours of work for the departmental staff on
Sundays(s)andGazetteHolidaysexceptwiththepriorwrittenpermissionofthe
Engineerin charge . If such permission is given no liability in respect of any
excesscostarisingfromtheirfromshallbeacceptedbythedepartment.

18)CLEANING DOWN: Refer condition 49 of IAFW2249, General Condition of
contract. The contractor shall clean all floors / remove cement /
lime/paint/drops,cleanjoinery,glasspanelsetc,toughupallpaintersworkand
carryoutallothernecessaryitemstoworktomakethepremisescleanandtidy
beforehandingoverthesite.

19)STANDARDOFWORKMANSHIP:Inordertofinalizetheacceptablestandardof
workmanshipthelayoutoffittings,fixtures,wiringetc.TheEngineerinCharge
may order the contractor to complete the quarter in all respect sufficiently in
advance to serve as guiding samples. They shall be completed under the close
supervision of the EngineerinCharge and on approval of the sample quarter.
Allfurthershallbeexecutedtoconfirmtothissample.
Page30of32


20)VALIDITY OF TENDERS: The tenders shall remain open for acceptance for a
period of 180 (One Hundred and eighty days) from the date specified for its
submission.

21)COORDINATIN WITH OTHER AGENCIES: Contractors special attention is
drawntocondition2.4and3ofGeneralConditionsofcontractIAFW2249;the
contractorshallnotcommunicateanyclassifiedinformationregardingthework
eithertosubcontractor(s)orotherwithoutpriorapprovaloftheEngineerin
Charge.Thecontractorshallalsonotmakecopiesofthedesign/drawingsand
otherdocumentsfurnishedtohiminrespectofworkofearlierdeterminationof
thecontract.Thecontractorshallforwardalongwiththefinalbillsreceiptfrom
the EngineerinCharge. In respect of his having returned the classified
documents as per conditions 3 of General Conditions of contract IAFW2249.
The contractor shall permit free access and offer reasonable facilities to other
agencies or departmental workman, if any engaged by Govt. to vary out their
part of work in the area, no extra payment shall however, be made to the
contractoronthisaccountwhatsoever.

22)OFFICIAL SECRET ACT: Refer condition 2A of General Conditions of contract
IAFW2249. The contractor shall be bound by the Indian Official Secret Act
particularlySection5thereof.

23)ROYALTIES:Condition14ofIAFW2249GeneralConditionsofContracts,isnot
applicabletothiscontract.

24)PRICING OF STAR RATES: Star rates would be priced as per IAFW2249 and
10%extrawouldbeallowedasoverhead/profits.

25)PRICING OF DEVIATIONS: Deviation would be priced as per IAFW2249 and
limitwouldbe25%ofthetenderedamount.

26)TIMEANDPROGRESSCHART:Contractor is expected to mobilize and employ
sufficient resources to achieve the detailed schedule within the broad frame
workoftheacceptedmethodsofworkinganysafety.Noadditionalpaymentwill
bemadetothecontractorforanymultipleshiftworkorotherincentivemethods
contemplated by him in this work schedule even through the time schedule is
approvedbythedepartment.

27)CONTRACTOR LABOUR (REGULATION AND ABOLITION) ACT 1970 AND
CONTRACT LABOUR (REGULATION & ABOLITION) CENTRAL RULES 1971:
Thecontractorshallabidealltherulesandregulationsofthesaidactandapply
of license in form IV under rule 21 (1) of the Act and adhere to all the rules
regarding payment of wages to wages to labourers and maintenance of
documents.

28)ESCALATION: No enhancement of prices will be allowed on account of
escalation.Contractorshallcaterforthesameinhisratesquotedinthetender.
Anyconditionstipulatedforescalation,bythetendererwillrenderhisquotation
nonbonafideandwillnotbeconsideredforacceptance.
Page31of32


29)DEDUCTIONOFINCOMETAXANDSALESTAX:AsperRule194CIncomeTax
includingsurchargeandadditionalsurchargewillbedeductedattherateof2%
ofthebillamount.AlsoSalesTaxisdeductedasperMaharashtraGovernment
CircularNo.WC1498/Admn12/TDSdated17.05.1999ifany.

30)The contractor will be solely responsible / liable to satisfy all statutory


requirementslikeinsurancecoverofhispersonnel,paymentofwagesunderthe
minimumwagesAct,Providentfund,ESISBonusetc.andalltheprovisions,rules
and regulations of the labour laws. He will also be liable to maintain all the
recordsrequiredunderthestatutesasapplicable.

31)THIRDPARTYQUALITYCONTROL:Inordertoachievebestworkmanshipand
execution of quality works the Aurangabad Cantonment Board will engage an
independent agency who will carry out independent testing of materials and
checking and ensuring overall quality procedures. The contractor shall be
required to fully cooperate with the agency and facilitate them in taking
samples, transportation and examination of various activities including
documentationatnoextracosttotheBoard.Incaseofanyadversefindingsby
the third party inspecting agency, the contractor shall do the needful
rectificationsatnoextracosttotheBoard.Thecosttowardsconsultancy/third
partyqualitycontroltotheinstituteswouldbepaidbytheBoard.Allworkorder
wouldbesubjecttothirdpartyqualitycontrol.

32)ARBITRATION : Any disputes / claims and / or questions whatsoever arising
outofthisagreementor anydisputeregarding therepresentations,objections
between the parties or the construction interpretation of the application
thereof or any clause or thing herein contained or as to any act, deed or
commission or omission of any person or as to any other matter in any way
relatingtothisagreementshallbereferredtothesolearbitrator,whoshallbea
committee constituted as per provision of Section 327 of the Cantonment Act,
2006.ThevenueofsucharbitrationshallbeatPune.Thedecisiongivenbythe
sole arbitrator shall be final and binding upon both theparties. The arbitrator
shallhavesummarypowerstodecidethedisputeandshallalsohavepowersto
dispensewiththeprovisionsoftheCivilProcedureCodeandtheIndianEvidence
Act. The Arbitration shall befast arbitration and shall be fast track arbitration
andshallbeconcludedwithinaperiodofthreemonths.


Sd/xx
(VijaykumarNair)
CHIEFEXECUTIVEOFFICER,
AURANGABADCANTONMENTBOARD


Page32of32

You might also like