Adv Rfs Rooftop Pv Seci Jan2013

Embed Size (px)

Citation preview

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    1/41

    Solar Energy Corporation of India(A Government of India Enterprise)

    Invites Request for Selection of Bidders

    for

    Implementation of Grid connected Roof TopSolar PV System Scheme in Selected

    Cities/States in India

    RFS No: SECI/Cont/Ind./47/SRT/2012

    Solar Energy Corporation of India (SECI)NBCC PLAZA, Tower-I, IV Floor, Sector-V, Saket

    New Delhi-110 017,India.

    Telephone / Fax: 91-11-29563834Website: www.mnre.gov.in

    Email:[email protected]

    JAN-2013

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    2/41

    2

    SOLAR ENERGY CORPORATION OF INDIA(A Government of India Enterprise)

    RFS No: SECI/Contt./Ind./47/SRT/2012 Date: 4-1-2013

    Under the directions of MNRE, Solar Energy Corporation of India (hereinafter calledSECI) , invites project developers, MNRE channel partners, technology providers,system integrators, Renewable Energy Service Companies (RESCO) to participate inthe Request for Selection (RFS) for design, manufacture, supply, erection, testing andcommissioning including warranty, operation & maintenance for a period of 2 years of

    Roof Top Solar PV power system in cities/states in India.

    For the implementation of above work, bid document complete in all respects shouldbe submitted on and or before 7-2-2013 up to 2.00 p.m. in the office of SECI inprescribed format.

    For each Project, the bidder shall submit non-refundable processing fee of Rs. 5000(Rupees Five thousand only) along with the bid by D.D. issued in favour of Solar Energy Corporation of India, payable at New Delhi. Bid document will be opened on7-2-2013 at 2:30 p.m. by committee authorised by competent authority in presence of authorised representatives of applicants. Bid documents received without theprescribed processing fees and Earnest Money Deposit (EMD) will be rejected. In theevent of any date indicated above is a declared Holiday, the next working day shallbecome operative for the respective purpose mentioned herein.

    Detailed criteria, technical specifications and bidding documents format can becollected in person from the office of Solar Energy Corporation of India, New Delhiw.e.f. 7-1-2013 to 6-2-2013 in official (9:30A.M to 6.00P.M) working hours and can

    also be downloaded from official website of MNRE, www.mnre.gov.in. Anyamendment/corrigendum with respect to this bid document shall be uploaded onwebsite only. The applicants should regularly follow up for anyamendment/corrigendum/clarification on the website.

    Manager (Contracts)

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    3/41

    3

    BID INFORMATION COVER SHEET

    Pre-Bid Conference/Queries

    A pre-bid conference will be held on 21.1.2013 at 11:00 A.M. at SECI office ,4 th floor, Tower-1,NBCC Plaza, Pushp Vihar, Sector-V, NewDelhi-110017

    Due Date for Receipt of Bids 7.2.2013 up to 2.00 PMDate of Techno-Commercialbids opening

    7.2.2013 at 2:30 PM

    Date of financial bids opening 21.2.2013 at 2.00 PM

    Bid processing feeRs.5,000.00 (Rs. Five Thousand only) - to befurnished through Demand Draft (DD) alongwith bid offer.

    Validity of Bid12 months after the date of Techno-Commercial Bid Opening.

    Earnest money DepositBased on the proposed capacity the bidder hasto furnish the EMD along with the bid for eachcity. Please refer Clause 1.4.

    Bid offer On two bid system (Techno-commercial &Financial )

    Note:-

    Any amendments/modifications accepted during pre-bid conference in RfS will becirculated through MNRE website.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    4/41

    4

    Definitions & Abbreviations

    In the contract document as herein defined where the context so admits, the followingwords and expression will have the following meaning:

    "B.I.S." shall mean specifications of Bureau of Indian Standards (BIS);

    CEA shall mean Central Electricity Authority.

    Chartered Accountant shall mean a person practicing in India or a firm whereof allthe partners practicing in India as a Chartered Accountant(s) within the meaning of theChartered Accountants Act, 1949;

    Competent Authority shall mean Managing Director (MD) himself and/or a person or group of persons nominated by MD of Solar Energy Corporation of India for thementioned purpose herein.

    Company shall mean a body incorporated in India under the Companies Act, 1956;

    "Contract" shall mean the Agreement between the SECI and the Bidder for theexecution of the work including therein all contract documents;

    "Contract Document" shall mean collectively the Bid Document, Design, Drawings,and Specifications, Annexures, agreed variations, if any, and such other documentsconsisting the bid and acceptance thereof;

    CREDA shall mean Ch hattisgarh State Renewable Energy Development Agency.

    DNI shall mean Daily Normalized Irradiance.

    "EPC" shall mean Engineering, Procurement & Construction;

    "EPC Contract Price" shall mean the price agreed between Bidder and the SECI tocomplete the project as defined in the Scope of work and including any other workrequired for completion of the project in all respect;

    "IEC" shall mean specifications of International Electro-technical Commission;

    "kWp" shall mean Kilo-Watt Peak;

    "kWh" shall mean Kilo-Watt-hour;

    "MNRE" shall mean Ministry of New and Renewable Energy, Government of India.

    "O&M" shall mean Operation & Maintenance of Rooftop Solar PV system;

    "RFS" shall mean Request for Selection (RFS)/Bid document/Tender document

    SECI shall mean Solar Energy Corporation of India, New Delhi (A Govt of IndiaEnterprise) under MNRE;

    SNA shall mean State Nodal Agency.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    5/41

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    6/41

    6

    SECTION - I

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    7/41

    7

    A. INFORMATION AND INSTRUCTIONS TO THE BIDDERS

    The Bidder is advised to read carefully all instructions and conditions appearing in thisdocument and understand them fully. All information required as per the bid documentmust be furnished. Failure to provide the information as required may render the bid

    technically unacceptable.

    The bidder shall be deemed to have examined the bid document, to have obtained hisown information in all matters whatsoever that might affect the carrying out of theworks at the schedules rates and to have satisfied himself to the sufficiency of his bid.The bidder shall be deemed to know the scope, nature and magnitude of the worksand requirement of materials, equipment, tools and labour involved, wage structuresand as to what all works he has to complete in accordance with the contractdocuments irrespective of any defects, omissions or errors that may be found in thecontract documents.

    1.1. Details of the Scheme:

    MNRE launched a pilot scheme for promotion of large scale grid-connected roof topsolar PV projects and SECI is designated as implementing agency. The pilot schemetargets large area roofs of government offices, PSUs, Commercial establishments,hospitals, cold storages, warehouses, industry and educational institutions.

    On behalf of MNRE, SECI invites project developers, MNRE channel partners,technology providers, system integrators, Renewable Energy Service Companies (RESCO) to participate in the Request for Selection (RfS) of for development of largescale grid-connected roof top Solar Photovoltaic Projects under this pilot scheme inthe cities / states mentioned in the document along with target capacity.

    1.1.1. Selected Cities/States:

    In the first phase, the following cities/states are selected to implement the scheme withindicated capacity.

    Delhi 1 MW

    Gurgaon 2 MWChhattisgarh 2 MWBangalore 2 MWChennai 2 MWBhubaneswar 1 MW

    The allocated capacity may increase or decrease by 20%.

    1.1.2. Size of the projects

    The size of each project shall be in the range of 100kW P to 500 kW P . The minimumcapacity of the project can also be achieved by aggregating the buildings in the same

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    8/41

    8

    campus. But the grid connectivity should be made at single point for the projectinstalled on different buildings. The bidder can apply for 250 kW to 2 MW of capacity.

    For Chhattisgarh some buildings likely to get roof top PV systems installed areidentified. The details are given in Annexure-1. The bidder may approach SECI /

    CREDA to get more details.

    1.2. RfS Submission

    Bidder shall sign with stamp on each page of this RfS document as token of their acceptance of bid terms and conditions and submit the same with its proposal. Bidshall be prepared by typing or printing with indelible black ink on white paper consecutively numbered pages and each page signed along with duly filled formatgiven in the document.

    Bid shall be prepared and submitted in sealed envelope with description of the work.The full name, postal address, e-mail and telephone/fax No. of the Bidder shall bewritten on the bottom left corner of the sealed cover. Bid must be submitted by thebidder on or before the submission time and date mentioned in the bid. Bid receivedafter the time & date are liable for rejection, however, on the basis of response, bidsubmission date may be extended in the form of amendment to this bid, based ondecision of SECI.

    1.2.1. The bidder should submit separate bid for each city. Single set of the commondocuments are sufficient (Format -7) and the project specific documents

    (Format-8) need to be submitted in separate envelopes for each city (Section-IV, Checklist of annexures). All the envelopes should be superscripted for thecontents placed.

    1.2.2. Along with the covering letter (Format-1), the bidder will enclose the (Format-2)wherein he will clearly mention the city, projects capacity and location. Thisshould be enclosed in a separate small envelope which will be opened firstkept outside.

    1.2.3. The bid processing fee and Earnest Money Deposit is essential; otherwise thebid shall be rejected and treated as non-responsive. For each city the bidprocessing fee is Rs. 5000/- (Rs. Five Thousand Only) and EMD amount asper clause 1.18, should be furnished separately. The bidder can also submitthe total bid processing fee combined (For example one city fee is Rs. 5000/-and for 3 cities it is Rs. 15000/-). EMD should not be combined. It is separatefor each city.

    Bids should be submitted on or before the submission time and datementioned in the bid. Bid received after the time & date are liable for rejection;

    however, on the basis of response, bid submission date may be extended bySECI in the form of amendment to the tender.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    9/41

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    10/41

    10

    1.4. Earnest Money Deposit (EMD)

    1.4.1. The Bidder shall furnish the Interest free Earnest Money Deposit @ Rs.3,90,000/100kWp in the form of Bank Guarantee (BG)/Demand Draft drawn infavour of Solar Energy Corporation of India, payable at New Delhi. The validity

    of EMD is for a period of 18 months from the date of issue of sanction letter.The Earnest Money Deposit for the unsuccessful Bidders will be released /refunded after finalization of bid, based on request letter from unsuccessfulbidder. If the project capacity is more than 100kW, the formula applicable tocalculate the EMD amount will be:

    EMD amount= (Rs. 3,90,000/100kWp)X Project capacity kWp

    Example: For 500 kWp the bidder has to submit EMD of Rs. 19,50,000/-

    1.4.2. The EMD shall be forfeited by SECI without prejudice to his being liable for anyfurther consequential loss or damage incurred to SECI:

    a. If a Bidder withdraws its bid during the period of bid validity specified inthe bid document.

    b. In case of a successful Bidder, if the Bidder fails to sign the Contract or fails to meet contractual requirement.

    1.4.3. The EMD for all the successful bidders will be kept as security deposit withSECI and will be released after commissioning of the project.

    1.4.4. In case the project is awarded to the next lowest bidder he has to submit thesecurity deposit equivalent to EMD amount as per 1.4.1.

    1.5. No Compensation for preparation of Bid

    The bidder shall bear all costs associated with the preparation and submission of hisoffer, and the company will in no case be responsible or liable for those costs, under any conditions. The Bidder whose bid is not accepted shall not be entitled to claim anycosts, charges and expenses of and incidental to or incurred by him through or inconnection with his submission of bid even though SECI may elect to modify /withdraw the invitation of Bid.

    1.6. Rights of SECI

    1.6.1. SECI reserves its right to accept or reject any bid without assigning any reasonswhatsoever, or to annul the bidding process and reject all bids any time prior tothe sanction of letter, without thereby incurring any liability to the affectedBidder or Bidders on the grounds of SECIs action.

    1.6.2. Conditional bids are liable to be rejected. Incomplete bids are liable to be

    rejected.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    11/41

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    12/41

    12

    B. GENERAL CONDISTIONS OF CONTRACT

    1.9. Scope of Work

    The scope of work for the bidder is Identification of buildings, No Objection Certificate(NOC) from Distribution Company (DISCOM), complete design, engineering,manufacture, supply, storage, civil work, erection, testing & commissioning, operationand maintenance (O&M) for a period of two years and Performance Ratio (PR)guarantee.

    1.10. Project Cost

    The project cost includes all the costs of equipment, installation and the operation and

    maintenance for a period of 2 years after installation.

    1.10.1. Bidder shall quote for the entire facilities on a single responsibility basis suchthat the total bid price covers all the obligations mentioned in the BiddingDocuments in respect of Design, Supply, Erection, Testing andCommissioning including Warranty, Operation & Maintenance for a period of 2years, goods and services including spares, if any during O&M period. TheBidder has to take all permits, approvals and licenses, Insurance etc., providetraining and such other items and services required to complete the project.

    1.10.2. The price quoted is on lump sum turnkey basis and the bidder is responsiblefor the total scope of work at 1.9 above.

    1.10.3. The Contract price shall remain firm and fixed and binding till completion of work. No escalation will be granted on any reason whatsoever. The bidder shall not be entitled to claim any additional charges, even though it may benecessary to extend the completion period under this Contract for anyreasons whatsoever.

    1.10.4. The cost shall be inclusive of all duties and taxes, insurance etc .The pricesquoted by the firm shall be complete in all respect and no price variation/adjustment shall be payable

    1.10.5. The operation & maintenance of Solar Photovoltaic Power Plant would includewear, tear, overhauling, machine breakdown, insurance, and replacement of defective modules, invertors / Power Conditioning Unit (PCU), spares,consumables & other parts for a period of 2 years.

    1.10.6. The project cost shall be as specified in sanction letter based on successfulbidder s quote @ Rs/Wp (Watt peak) for each project. The project cost shallbe in accordance with all terms, conditions, specifications and other conditions of the Contract as accepted by the SECI and incorporated into the

    sanction letter.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    13/41

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    14/41

    14

    1.14.2. The specifications of the components should meet the technical specificationsmentioned in Chapter III.

    1.14.3. Any supplies which have not been specifically mentioned in this Contract butwhich are necessary for the design, engineering, manufacture, supply &

    performance or completeness of the project shall be provided by the Bidder without any extra cost and within the time schedule for efficient and smoothoperation and maintenance of the SPV plant.

    1.15. Operation & Maintenance (O&M)

    1.15.1. The bidder shall be responsible for operation and maintenance of the Roof topSolar PV system for a period of 2 years, during which SECI will monitor theproject for effective functioning.

    1.15.2. During this period, the bidder shall be responsible for supply of all spare partsas required from time to time for scheduled and preventive maintenance,major overhauling of the plant, replacement of defective modules, inverters,PCUs etc and maintaining log sheets for operation detail, deployment of staff for continuous operations and qualified engineer for supervision of O&M work,complaint logging & its attending.

    1.16. Metering and Grid Connectivity

    Metering and grid connectivity of the roof top solar PV system under this schemewould be the responsibility of the bidder in accordance with the prevailing guidelines of

    the concerned DISCOM and / or CEA (if available by the time of implementation).SECI/SNA could facilitate connectivity; however the entire responsibility lies withbidder only.

    1.17. Plant Performance Evaluation

    The successful bidder shall be required to meet minimum guaranteed generation withPerformance Ratio (PR) at the time of commissioning and related Capacity UtilizationFactor (CUF) as per the DNI levels of the location during the O&M period. PR shouldbe shown minimum of 75% at the time of inspection for initial project acceptance.

    Minimum CUF of 15% should be maintained for a period of 2 years for release of performance related subsidy. The bidder should send the periodic plant output detailsto SECI for ensuring the CUF. The PR will be measured at Inverter output level duringpeak radiation conditions.

    1.18. Progress Report

    The bidder shall submit the progress report monthly in the Proforma mutuallydiscussed and agreed between the SECI and the bidder. The bidder shall submit theprogress report to the SECI. The SECI will have the right to depute his/their

    representatives to ascertain the progress of contract at the premises of works of thebidder.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    15/41

    15

    1.19. Project Inspection.

    The project progress will be monitored by SECI and the projects will be inspected for quality at any time during commissioning or after the completion of the project either by officer(s) from SECI or a team comprising of officers from SECI, owner of the

    project and SNA.1.20. Cancellation of subsidy

    SECI will not release the subsidy for any shortcomings in commissioning as per technical specifications mentioned or for performance below the specified limit (75%)after commissioning. Also the performance related subsidy will not be released for anyCUF

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    16/41

    16

    1.22.4. If a force majeure situation arises, the contractor shall notify SECI in writingpromptly, not later than 14 days from the date such situation arises. Thecontractor shall notify SECI not later than 3 days of cessation of force majeureconditions. After examining the cases, SECI shall decide and grant suitable

    additional time for the completion of the work, if required.

    1.23. Language

    1.23.1. All documents, drawings, instructions, design data, calculations, operation,maintenance and safety manuals, reports, labels and any other date shall be inEnglish Language.

    1.23.2. The contract agreement and all correspondence between the SECI and thebidder shall be in English language.

    1.24. Correspondence

    Applicant requiring any technical clarification of the bid documents may contact inwriting or by Fax /E Mail

    Manager PV / Manager(Contracts)Solar Energy Corporation of India (SECI),NBCC Plaza,Tower-1,Fourth Floor

    New Delhi-110 017, India. Telefax: 91-11-29563834Telephone: +91-11-29563834E Mail: [email protected];

    [email protected]

    Verbal clarifications and information given by the SECI/MNRE or its employees or itsRepresentatives shall not be in any way entertained.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    17/41

    17

    SECTION-II

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    18/41

    18

    EVALUATION CRITERIA AND SUBSIDY DISBURSEMENT

    Techno-commercial evaluation of the bidders, bidder selection, andproject allocation will be done as explained below.

    2.1. Eligibility Criteria:

    The bidders will be shortlisted upon fulfilling the following techno commercialeligibility criteria.

    2.1.1. A Registered Company/Firm/Corporation in India in the field of Solar Project

    Engineering/Procurement/Execution/Construction/ including related fields in

    Power Project Execution.

    2.1.2. The Applicant should have valid CST/State VAT/TIN registration certificate.

    2.1.3. The bidder should have Annual Turnover of INR 5 crores (average of past three

    years) or net worth of 3.0 crores per megawatt bid capacity. For the lesser

    capacity bids, net worth required to be shown on pro-rata basis.

    2.1.4. The bidder should submit the CA certificate, in original, as proof of turnover.

    2.1.5. The formula for calculation of net-worth is given below.

    Net worth = (Paid-up share capital) + (Reserves) (Revaluation of reserves)

    (Intangible assets) Miscellaneous Expenditures to the extent not written off

    and carry forward losses.

    2.1.6. The bidder should have minimum 2 years experi ence of successful installation

    of grid connected PV projects. At least one executed project should be

    >= 25 kW and the aggregate capacity of executed projects should be

    >= 250kW. (List of projects executed in past two years with commissioning

    certificates from the project owner need to be submitted).

    2.1. Selection of Bidder:

    The shortlisted bidders will be selected based on the price bid evaluation asgiven below.

    2.1.1. The bids for each city will be evaluated separately.

    2.1.2. The bids will be sorted in ascending order of the price quoted per Wp and thebidders will be selected with lowest price up to the target capacity for each city.

    2.1.3. In the event of more than one bidder with same price, the available capacity

    would be distributed on pro-rata basis considering the capacity of bid proposed.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    19/41

    19

    2.1.4. Financial bids shall be opened only for the technically eligible bidders. Thebidders would be shortlisted based on the lower cost offered, up to theaggregate capacity of projects for each city.

    2.1.5. If project cost proposed in the bid is more than the reserved price (Rs.130/Wp)

    the bids will get cancelled.

    2.2. Project Allocation:

    2.2.1. The identification of the projects at time of bidding is not necessarily required.The projects will be allocated to selected bidders after identifying the same. For the bidders who have not identified the projects at the time of submission of bids, a period of 3 months from date of selection will be permitted. Whatever capacity projects, limited to the maximum bid capacity, are identified in thisperiod will be allocated to the selected bidder. If the successful bidders fail to

    identify the projects of proposed capacity in full or part, within the time limit, theremaining capacity will be awarded to the other shortlisted bidders. For the newbidders also a time period of 3 months will be allowed for identification of projects. Even after this period, any capacity remains unallocated, SECI willdecide further course of action.

    2.2.2. For identification of projects SECI or state nodal agency (SNA) may providehelp, however the entire responsibility of finding the buildings lies with bidder.The project execution and building identification can run in parallel.

    2.3. Subsidy Disbursement:SECI will provide 30% of the system cost as subsidy. The cost offered by the bidder shall be considered as the system cost for this purpose. The subsidy will be disbursedin conjunction with plant performance clause 1.11.

    20% subsidy will be released after commissioning of project after acceptance.

    5% subsidy will be released at the end of 1 year of O&M period.

    Remaining 5% subsidy will be released at the end of 2 year of O&M period.

    The subsidy will be released to the bidder with a written consent from the projectowner.

    2.4. Penalty/ Compensation for Delay in Completion:

    The successful bidder will be required to commission the projects within 6 months after project allocation.

    If the bidder fails to commission the allocated project within specified time, penalty onper day basis calculated for the Earnest money deposit on a 6 months period would belevied. After 6 months the project will get cancelled and the total EMD amount wouldbe forfeited.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    20/41

    20

    Ex: If a project of 100 kW is delayed by 36 days then the penalty will be levied asgiven below.

    Penalty = ((Earnest Money Deposit)/180 days)*delayed days = (3,90,000/180)*36= Rs.78, 000.

    No penalty before project allocation in case of unavailability of the buildings.

    2.5. Timelines:

    SECI will issue the letter of sanction for subsidy disbursement after allocation of project. The Bidder shall complete the design, engineering, manufacture, supply,storage, civil work, erection, testing & commissioning of each project within 12 monthsfrom the date of issue of sanction letter. In case of delay beyond scheduledcommissioning period, the bidder shall be liable for penalty as per clause 2.4.

    S.No. Activity Time

    1 Release of RfS Zero date

    2Receiving and opening of proposals

    1 month fromZero date

    3Evaluation of proposalsand selection of bidders.

    2 month fromzero date

    4 Allocation of projects.Maximum 5months fromzero date

    4Commissioning of theproject

    6 months fromthe date of allocation.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    21/41

    21

    SECTION III

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    22/41

    22

    TECHNICAL SPECIFICATIONS

    The proposed projects should be commissioned as per the technicalspecifications given below. Any shortcomings will lead to cancelation of

    subsidy in full or part as decided by SECI & Competent A uthoritysdecision will be final and binding on the bidder.

    Solar PV system shall consist of following equipments/components.

    Solar PV modules consisting of required number of crystalline PV modules.Grid interactive Power Conditioning Unit with SCADA / Inverters includingpower balancer with SCADA.Mounting structures and civil structures.Earthing and lightening protections.

    IR/UV protected PVC pipes and accessories

    3.1. Solar Photovoltaic Modules:

    3.1.1. The PV modules used should be made in India.

    3.1.2. The Photovoltaic modules must be tested & approved by one of the IECauthorized test centres as per relevant and latest IEC standards.

    3.1.3. The module shall have warranty of 25 years with 80% degradation inaccordance with industrial standard warranty conditions.

    3.1.4. Each PV module used in any solar power project must use a RF IdentificationTag (RFID). The RFID can be inside or outside the module laminated, but mustbe able to withstand harsh environmental conditions. It must contain thefollowing Information;

    I. Name of the manufacturer of PV Modules and solar cellsII. Month and year of the manufacturer (separately for solar cells and

    modules.III. I-V Curve for the module

    IV. Peak wattage, Im , Vm , Voc, Isc and FF for the module.V. Unique Serial No and Model No of the Module

    VI. Date and year of obtaining IEC PV module qualification certificate.VII. Name of the test lab issuing IEC certificate

    3.3. Array Structure:

    a. The structures provided shall be of flat-plate design with combination of I , Cand L sections as per structure design requirement to withstand 200kph windspeed.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    23/41

    23

    b. Structural material shall be corrosion resistant and electrolytically compatiblewith the materials used in the module frame, its fasteners, nuts and bolts.Galvanizing should meet ASTM A-123 hot dipped galvanizing or equivalentwhich provides at least spraying thickness of 70 microns as per IS5909, if steelis used.

    c. The structures shall be designed to allow easy replacement of any module.

    d. Each structure should have angle of inclination as per the site conditions to takemaximum insolation.

    3.4. Invertor:

    The power conditioner unit/ string inverter / central inverter should be provided toconvert DC power produced by SPV modules, in to AC power. The power conditioningunit/inverter should be grid interactive and also DG set interactive if necessary.Inverter output should be compatible with the grid frequency. Typical technical featuresof the inverter shall be as follows:

    Nominal AC output voltage and frequency : 415V, 3 phase, 50 Hz

    Accuracy of AC voltage control : + 1 %

    Output frequency : 50 Hz

    Accuracy of frequency control : + 0.1%

    Grid Frequency Synchronization range : + 3 Hz

    Maximum Input DC Voltage : depending on the inverter used.

    Ambient temperature considered : 40 o C

    Humidity : 95 % Non condensing

    Protection of Enclosure : IP-20(Minimum) for indoor.

    : IP-65(Minimum) for outdoor.

    Grid Frequency Tolerance range : + 3%

    Grid Voltage tolerance : - 20% & + 15 %

    No-load losses : Less than 1% of rated power

    Inverter efficiency(minimum) : >95%

    THD : < 3%

    PCU/inverter shall be capable of complete automatic operation including wake-up,synchronization & shutdown.

    Built-in meter and data logger to monitor plant performance through externalcomputer shall be provided.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    24/41

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    25/41

    25

    3.8. Distribution Board

    DC Distribution panel is needed to receive the DC output from the array field, withanalog measurement panel for voltage, current from different MJBs so as to check anyfailure in the array field. It shall have MCCBs of suitable rating for connection and

    disconnection of array sections. DCDB shall be fabricated by CRC Sheet to complywith IP 65 protection.

    3.9. Protections

    The system should be provided with all necessary protections like earthing, Lightening,and grid islanding as follows:

    Lightning protection

    There shall be the required number of suitable lightning arrestors (ESE) installed in thearray area. Lightning protection shall be provided by the use of metal oxide arrestorsand suitable earthing such that induced transients find an alternate route to earth.Protection shall meet the safety rules as per Indian Electricity Act 2003/IE rules.

    Earthing protection

    Each array structure of the PV yard should be grounded/ earthed properly as per IS:3043-1987. In addition the lighting arrester/masts should also be provided inside thearray field. Provision should be kept for shorting and grounding of the PV array at thetime of maintenance work. All metal casing/shielding of the plant should be thoroughlygrounded in accordance with Indian Electricity Act/IE Rules. Earth Resistance shall betested in presence of the representative of Department/SECI as and when requiredafter earthing by calibrated earth tester. PCU, ACDB and DCDB should also beearthed properly.

    Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earthsare bonded together to make them at the same potential.

    The earthing conductor shall be rated for the maximum short circuit current, and shallbe 1.56 times the short circuit current. The area of cross-section of conductor shall notbe less than 1.6 sq mm in any case.

    Grid Islanding:

    PV system software and control system shall be equipped with islanding protection. Inaddition to disconnection from the grid (islanding protection i.e. on no supply) , under and over voltage conditions shall also be provided. PV systems shall be provided with

    adequate rating fuses, fuses on inverter input side (DC) as well as output side (AC)for overload and short circuit protection and disconnecting switches to isolate the DC

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    26/41

    26

    and AC system for maintenances as needed. Fuses of adequate rating shall also beprovided in each solar array module to protect them against short circuit.

    A manual disconnect 4pole isolation switch beside automatic disconnection to gridwould have to be provided at utility end to isolate the grid connection by the utility

    personal to carry out any maintenance. This switch shall be locked by the utilitypersonal.

    3.10. Cables and Connections

    The cables used in the system should be ISI marked PVC or XLPE insulatedFRLS armoured Copper conductor. Cables of various sizes as per loadrequirement for connecting all the modules / arrays to Junction Boxes and fromJunction Boxes to DC distribution box and from DC distribution box to inverter.

    Copper/ Aluminium Cables of appropriate size would be provided from Inverter onwards in A.C. side.Only copper wires of appropriate size and of reputed-make shall have to beused. However aluminium cables can be used on A.C side of transmission.The permissible voltage drop from the SPV Generator to the Chargecontroller/inverter shall not be more than 2% of peak power voltage of the SPVpower source (generating system).All connections should be properly terminated, soldered and/or sealed fromoutdoor and indoor elements. Relevant codes and operating manuals must be

    followed. Extensive wiring and terminations (connection points) for all PVcomponents is needed along with electrical connection to lighting loads.All the Cu/Al. PVC or XLPE insulated Armoured. Sheathed cables required for

    the plant will be provided by the manufacturer.

    3.11. CEA draft guidelines for connectivity to grid export are given below.

    Following criteria have been suggested for selection of voltage level in the distributionsystem for ready reference of the solar suppliers.

    In case load is more than 100 kW and does not exceed 1.5 MW, SPV system

    connection can be made at 11 kV level.In case load is more than 1.5 MW PV systems and does not exceed 5 MW,SPV system connection can be made at 11kV/33 kV/66kv level or as per thesite condition.

    Utilities may have voltage levels other than above, Distribution companies (DISCOM)may be consulted before finalization of the voltage level and specification be madeaccordingly.The voltage variation in various power supply systems shall be 10%.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    27/41

    27

    SECTION IV

    FORMATS FOR SUBMITTING RFS

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    28/41

    28

    Format-1

    Covering Letter (On the bidder letter head):

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

    To:

    Manager (Contracts)Solar Energy Corporation of IndiaIV Floor, Tower, 4 th floor, Pushp Vihar Sector V

    Saket,New Delhi-110 007

    Sub: Design, Manufacture, Supply, Erection, Testing and Commissioning includingWarranty, Operation & Maintenance for a period of 2 years of Roof Top Solar PVsystem in cities/states in India

    Ref: RFS No: SECI/Contt./Ind./47/SRT/2012

    Sir,

    We hereby submit our Bid document for Roof top S olar PV system in full compliancewith terms & conditions of the above referred in bid document. A blank copy of the biddocument, duly signed on each page is also submitted as a proof of our acceptance of all specifications as well as terms and Conditions. We have submitted the documentsas per checklist and requisite amount of Bid Processing fees in the form of DD &EMD in the form of BG/DD .

    (Signature of Applicant)

    With Seal

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    29/41

    29

    Format-2

    PARTICULARS ABOUT PROJECTS

    Sl.No

    Name of theCities

    Bid Capacityof project

    ProjectsIdentified, if

    any

    1 Delhi

    2 Gurgaon

    3 Chhattisgarh

    4 Bangalore

    5 Chennai

    6 Bhubaneswar

    (Signature of Applicant)With Seal

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    30/41

    30

    Format-3

    GENERAL PARTICULARS OF APPLICANT AND ORGANIZATION

    1 Name of the Company

    2 Postal Address

    3 Telephone, Telex, Fax No

    4 E-mail

    5 Web site

    6 Authorized Contact Person(s):

    7Name, designation and Mobile Phone No.of the representative of the Applicant towhom all references shall be made

    8Name and address of the Indian/foreignCollaboration if any

    9Have the bidder/Company ever beendebarred By any Govt. Dept. / Undertakingfor undertaking any work.

    10Reference of any other informationattached by the Applicant (please Mentionno. of pages)

    (Signature of Applicant)With Seal

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    31/41

    31

    Format-4

    DECLARATION

    TO BE SWORN ON A NON-JUDICIAL STAMP PAPER OF RS.100/- AFFIDAVIT

    *I/we*Director/Proprietor/Partner of (Mention name of organization and itscomplete address) do hereby solemnly affirm and declare as under:-

    1. That *I/we *am/are registered as (men tionname of *firm/company) vide Registration No. under the provisions of . (mention the name of the Act).

    2. That *I/we .. have applied in response to the Invitation for RFSfor Rooftop solar PV system.

    3. That (mention name of orga nization) is eligible to submit theaforesaid proposal as neither the Applicant has been barred and/or blacklisted bythe Central Government and/or any State Government of India at any time prior tothe date of submitting this affidavit.

    4. That (men tion name of organization) or any of its constituentsduring the last three years has neither failed to perform on any agreement nor wasexpelled from any project or agreement nor any agreement terminated for anybreach by the applicants or any of its constituents.

    DEPONENT

    VERIFICATION*I/we the above named deponent do hereby verify that the

    contents of the aforesaid paragraphs 1 to 4 are true and correct to the best of *my/our knowledge and belief and nothing is concealed there from.Veri fied at . (Place) this .. Day of . 201 3.(Strike off whichever is not applicable)

    DEPONENT

    Note: Deponent will be the authorized signatory of the Applicant

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    32/41

    32

    Format-5

    Format for Earnest Money Deposit

    (Note: - Separate Earnest Money Deposit in the form of BG to be submitted for eachproject )

    (To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant toplace of execution.)

    In consideration of the --------------[Insert name of the Bidder] (hereinafter referred to as'Bidder') submitting the response to RfS inter alia for selection of the Rooftop Solar PVproject of the approximate capacity of .. kW, at [ Insert Capacity of Plant and name of the City ], in response to the RfS dated ______issued by Solar Energy Corporation of India (hereinafter referred to as SECI ) and SECI consideringsuch response to the RfS of [ insert the name of the Bidder ] as per the terms of the RfS, the _______________ [ insert name & address of bank ] hereby agreesunequivocally, irrevocably and unconditionally to pay to SECI having Registered Officeat Tower-1, 4 th floor, NBCC Plaza, Pushp Vihar, Sector V, Saket, New Delhi 110017forthwith on demand in writing from SECI or any Officer authorised by it in this behalf,any amount up to and not exceeding Rupees-----------[ Insert amount as per clause 1.4 for Earnest Money Deposit] only, on behalf of ______________________[ Insert name of the Bidder ] .

    This guarantee shall be valid and binding on this Bank up to and including ___________[ insert date of validity 18 months from the date of issue of sanctionletter] and shall not be terminable by notice or any change in the constitution of theBank or the term of contract or by any other reasons whatsoever and our liabilityhereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, or agreed with or without our knowledge or consent, by or between parties to the respective agreement.

    Our liability under this Guarantee is restricted to Rs. ___________ Rs. ________________________ only (as per clause 1.4 for Earnest Money Deposit). Our Guarantee shall remain in force until ________________ [insert date of validity 18

    months from the date of submission] . SECI shall be entitled to invoke this Guaranteetill _____ ________________ [insert date of validity 18 months from the date of submission] .

    The Guarantor Bank hereby agrees and acknowledges that the SECI shall have a rightto invoke this BANK GUARANTEE in part or in full, as it may deem fit.

    The Guarantor Bank hereby expressly agrees that it shall not require any proof inaddition to the written demand by SECI, made in any format, raised at the abovementioned address of the Guarantor Bank, in order to make the said payment to SECI.

    The Guarantor Bank shall make payment hereunder on first demand without restrictionor conditions and notwithstanding any objection by ------------- [ Insert name of the

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    33/41

    33

    Bidder ] and/or any other person. The Guarantor Bank shall not require SECI to justifythe invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have anyrecourse against SECI in respect of any payment made hereunder

    This BANK GUARANTEE shall be interpreted in accordance with the laws of India and

    the courts at Delhi shall have exclusive jurisdiction.The Guarantor Bank represents that this BANK GUARANTEE has been established insuch form and with such content that it is fully enforceable in accordance with its termsas against the Guarantor Bank in the manner provided herein.

    This BANK GUARANTEE shall not be affected in any manner by reason of merger,amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.

    This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank andaccordingly SECI shall not be obliged before enforcing this BANK GUARANTEE totake any action in any court or arbitral proceedings against the Bidder, to make anyclaim against or any demand on the Bidder or to give any notice to the Bidder or toenforce any security held by SECI or to exercise, levy or enforce any distress,diligence or other process against the Bidder.

    The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal toSECI and may be assigned, in whole or in part, (whether absolutely or by way of security) by SECI to any entity to whom SECI is entitled to assign its rights andobligations.

    Notwithstanding anything contained hereinabove, our liability under this Guarantee isrestricted to Rs. ___________ Rs. ________________________ only (as per clause1.4 for Earnest Money Deposit) and it shall remain in force until ___________ [ insert date of validity 18 months from the date of submission ]. We are liable to pay theguaranteed amount or any part thereof under this Bank Guarantee only if SECI servesupon us a written claim or demand.

    Signature ____________________

    Name___________________

    Power of Attorney No.___________

    For

    ______[Insert Name of the Bank]__

    Banker's Stamp and Full Address.

    Dated this ____ day of ____, 20__

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    34/41

    34

    Format-6

    CHECK LIST FOR BANK GUARANTEES

    Sl.No. Details of checks YES/NO.

    a)Is the BG on non-judicial Stamp paper of appropriate value, as per applicable Stamp Act of the place of execution

    b)

    Whether date, purpose of purchase of stamp paper and name of the purchaser are indicated on the back of Stamp paper under theSignature of Stamp vendor? (The date of purchase of stamppaper should be not later than the date of execution of BG and thestamp paper should be purchased either in the name of the

    executing Bank or the party on whose behalf the BG has beenissued. Also the Stamp Paper should not be older than six monthsfrom the date of execution of BG).

    c)Has the executing Officer of BG indicated his name, designationand Power of Attorney No./Signing Power no. on the BG?

    d)

    Is each page of BG duly signed / initialled by executant andwhether stamp of Bank is affixed thereon? Whether the last pageis signed with full particulars including two witnesses under seal of Bank as required in the prescribed Performa?

    e)Does the Bank Guarantees compare verbatim with the Performaprescribed in the Bid Documents?

    f) Are the factual details such as Bid Document No. / SpecificationNo., / LOI No. (if applicable) / Amount of BG and Validity of BGcorrectly mentioned in the BG

    i)Whether overwriting/cutting if any on the BG have been properlyauthenticated under signature & seal of executant?

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    35/41

    35

    Format-7

    CHECK LIST OF ANNEXURES- COMMON DOCUMENTS

    Sl.No.

    ANNEX-URES

    Particulars of Common Documents

    *Documentsenclosed

    (yes/no) &Flagnumber

    1 ICovering Letter on Applicants letter head as per Format-1

    2 IIParticulars About Projects(Name of the Cities,Project capacity and Location )- Format -2

    3 IIIName of Organisation & Business Profile/Company

    Profile(Not more than 1page of A4 size)4 IV

    Legal status of the applicant (attach copies of original document defining the legal status)

    5 V

    Demand Draft of non-refundable processing fees of Rs. 5,000/- for each project or combinedprocessing fees for more than project of requiredamount drawn in favour of Solar Energy Corporationof India Payable at New Delhi

    6 VI Annual turnover of the Company withBalance sheet

    7 VIICA certificate for certifying the Annual turnover requirement.-Original shall be enclosed

    8 VIIIThe Applicant should have valid CST/Sate VAT/TINregistration certificate.

    9 IXLetter of authorization for the person representinghis Company, that he is authorized to discuss on allthe technical and commercial matters.

    10 XGeneral particulars of Applicant submitting the RFSas per Format-3

    11 XI

    Minimum project size of Grid connectedSystem/Roof Solar PV Top size executed should be25kW and aggregate capacity of executed projectsshould be 250kW (List of projects executed in pasttwo years with Commissioning certificate need to beenclosed)

    12 XIIDeclaration as per Format-4 Original with notarizedshould be enclosed. (To be sworn on a non-judicialstamp paper of Rs.100/- affidavit)

    13 XIII Signed and stamped copy of bid document

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    36/41

    36

    Format-8CHECK LIST OF ANNEXURES- DIFFERING DOCUMENTS

    (Project related)

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

    (Signature of Applicant)With Seal

    Sl.No.

    ANNEX-URES

    Particulars of Differing Documents

    *Documentsenclosed

    (yes/no) & Flagnumber

    1 IEarnest Money Deposit EMD in the form of BankGuarantee (BG) as per Format-5 Original should beenclosed

    2 II Agreement copy between the bidder and owner of the project (Original Notarised should be enclosed)

    (In case, project identified)

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    37/41

    37

    SECTION V

    FINANCIAL BID (PRICE SCHEDULE )

    Date: ___________

    1. RFS No: SECI/Cont/Ind./47/SRT/2012 for Selected City_________________

    2. Proposed Capacity in bid ______________________________________

    To,

    Manager (Contracts),Solar Energy Corporation of India,New delhi-110017

    Sub: Price bid for Roof Top Solar Power System in Cities/States in India includingSupply of All Equipments/Materials, Erection, Testing and Commissioning, Operationand maintenance for a period of 2 years against RFS No:

    SECI/Cont/Ind./47/SRT/2012

    Dear Sirs,

    1. In continuation of our Techno Commercial Bid (Part-I), we hereby submit the PriceBid (Part-2), both of which shall be read together and in conjunction with eachother, and shall be construed as an integral part of our Bid. We declare that wehave studied relevant clauses relating to mode of contracting for bidders and weare making this proposal with a stipulation that you shall sanction the projectsincluding supply of all equipment and materials, for providing all the services,transportation for delivery at site, insurance, unloading, storage, handling at site,installation, testing and commissioning including trail Operation in respect of all theequipment supplied including operation and maintenance of the system for 2 yearsas specified in the Contract Documents for each projects. We declare that thesanction of project will not in any way dilute our responsibility for successfuloperation of plant/ equipment and fulfilment of all obligations as per BiddingDocuments.

    2. We are aware that the Price Schedules do not generally give a full description of the Work to be performed under each item and we shall be deemed to have readthe Technical Specifications and other sections of the Bidding Documents to

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    38/41

    38

    ascertain the full scope of Work included in prices. We agree that the entered ratesand prices shall be deemed to include for the full scope as aforesaid.

    3. We confirm that the Bid Prices in this Price Bid (Part-2) include all taxes, duties,levies and charges as may be assessed on us, our Sub-Bidder/Sub-Vendor or their

    employees by all municipal, state or national government authorities in connectionwith the Facilities, in India.

    4. We confirm that for bought out items which shall be despatched directly by usunder the Contract to the project site, if any additional taxes, duties, leviesadditionally payable will be to our account and no separate claim on this behalf willbe entertained by the SECI.

    5. We, hereby, declare that only the persons or Companies interested in this proposalas principals are named here and that no other persons or firms other than thosementioned herein have any interest in this proposal or in the Contract to be enteredinto, if the sanction of project is made on us, that this proposal is made without anyconnection with any other person, Company or party likewise submitting a proposalis in all respects for and in good faith, without collusion or fraud.

    Sr.No Description

    Total amountinclusive of all as per

    bid document(Rs/Wp)

    1.

    Design, Manufacturing, Supply, Erection, Testing &Commissioning including trail Operation, Operation &maintenance for a period of 2 years including Power Evacuation System and cost of replacement of all theparts, covered under Guarantee period for a period of 2 years from the date of commissioning of Roof topSolar PV system in Cities/states in India

    Yours faithfully,

    Date: ** (Signature)...............................

    Place: (Printed Name)............................

    Business Address: (Designation)...............................

    Country of Incorporation: (Common Seal)...........................

    (State or Province to be indicated)

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    39/41

    39

    DISCLAIMER

    All information contained in this, Request for Selection (RFS) subsequently provided /clarified are in good interest and faith. This is an offer to enter into an agreement of

    any kind with any applicant.

    Each applicant should conduct its own investigation and analysis & should check theaccuracy, reliability and completeness of the information in this Request for Selection.

    Applicants should make their own independent investigation in relation to anyadditional information that may be required.

    Applicant should make their own due diligence of facilities while preparing this.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    40/41

    40

    Annexure-1

    Locations suggested by CREDA

    1. Trade centre (1, 2), CSIDC, Naya Raipur, village Tuta, Distt-Raipur.

    2. Capital complex NRDA, Village Kohera, Distt-Raipur.

    3. Education Park, Naya Raipur Village Tuta, district Raipur.

  • 7/28/2019 Adv Rfs Rooftop Pv Seci Jan2013

    41/41

    Annexure-2

    Documents required on Project allocation

    Following documents will be required to be submitted for project allocation:

    1. Project Report.2. Agreement between the bidder and the owner of the Project/Building (Notarised

    original agreement copy should be enclosed).3. No Objection Certificate from the concerned DISCOM for grid connectivity.