SlideShare uma empresa Scribd logo
1 de 48
Baixar para ler offline
e-Tender for Empanelment of Vendors under Rate Contract
for
Design, Supply, Installation & Commissioning of
Grid tied Rooftop Solar Photovoltaic Systems
in residential, institutional and social sectors,
aggregating to 125 MW,
including five years comprehensive maintenance contract
in the State of Gujarat
during
the Year 2018 - 19
Gujarat Energy Development Agency
4th Floor, Block No.11 and 12, Udyog Bhavan, Sector - 11
Gandhinagar – 382 017, Gujarat, India
Phone: +91 79 23257251/2/3
Fax: +91 79 23257255, 23247097
(Sign and Seal of the Bidder)
Page 2 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
I N D E X
Sr.
No.
Description Page No.
TABLE OF CONTENTS- for Part 1 of the tender
1 E - Tender Notice 3
2 Tender at a Glance 6
3
1.0 e Tendering (Online Tendering) Instruction to
Bidders
7
4 2.0 Check List 9
5
General Information about the Bidders
(Annexure – 1)
10
6 3.0 Instructions to the Bidder 12
7 4.0 General Terms & Conditions 15
8
5.0 SCOPE OF WORK, GUIDELINES and ELIGIBILITY
CRITERIA FOR BIDDERSS
17
9 6.0 Tender Evaluation Criteria 24
10
Annexure – 2: Details of Similar Work Experience in
last two years
25
11
Annexure – 3: Details of Technical Staff available for
Execution of the Work
26
12 Annexure – 4: Declaration 27
13 Annexure – 5: Deviation Sheet 28
14 Annexure – 6: List of Plant and Machinery 29
15
FORMAT FOR WARRANTY CARD TO BE SUPPLIED
WITH EACH SOLAR PV SYSTEM
30
16 Annexure 7: Work execution Capacity per month. 31
17 7.0 Technical Specifications 32
18 Format for Annual Turnover Certificate 44
19
Annexure-8: Example of discovering the lowest price
for each of the four SPV system range
45
20
Annexure-9: Example of Allotment of Capacity to the
successful Bidders at Lowest price Discovered
46
PART – II :
FINANCIAL OFFER
SCHEDULE OF RATES
47
48
(Sign and Seal of the Bidder)
Page 3 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Gujarat Energy Development Agency
4th floor, Block No. 11 and 12, Sector - 11
Gandhinagar – 382 017, Gujarat, India
Phone:+91 79 23257251/2/3, Fax: +91 79 23257255
URL:http://www.geda.gujarat.gov.in/
TENDER NO. : GEDA/SRT/2018-19/125MW
E - TENDER NOTICE
Gujarat Energy Development Agency invites e-Tender for Empanelment of Vendors under Rate
Contract for Supply, Installation & Commissioning of Grid tied Rooftop Solar Photovoltaic Systems in
residential, institutional and social sectors, aggregating to 125 MW, including five years
comprehensive maintenance contract in the State of Gujarat during the Year 2018 – 19
Tender Document can be downloaded from the Agencies website https://geda.nprocure.com or
www.nprocure.com.
Interested parties are required to fill in the requisite details and submit their Technical Bid and
Financial Bids along with a non-refundable Tender Fee of Rs. 15,000/- and EMD, as applicable to the
bidder according to the eligibility criterion.
The rates invited are for four ranges of solar system capacity i.e. 1 to 6 kW, >6kW <=10kW, >10kW
<=50 kW and > 51 kW. The eligibility of the bidder for quoting the rates for the various ratings shall
be as below:
TABLE -1
Sr.
No.
Type of
Bidder
Average
Annual Turn
Over during
last three
years, Rs. In
lacs
Experience of
SPV
installations
in last two
years in kW
Eligible for quoting rates for the
following range of Solar roof top
System capacity in kW
EMD,
(Rs.
Lacs)
Maximum
Work
allotment
per
successful
bidder, kW
a b c d e f G
1 Category A 330.00 700 1 to 6, >6 to 10, >10 to 50 & >51 kW 33.00 2000
2 Category B 165.00 350 1 to 6, >6 to 10, >10 to 50 & >51 kW 16.50 1000
3 Category C 66.00 140 1 to 6, and >6 to 10 kW 6.60 400
4 Category D Not required Not required 1 to 6 kW ONLY 2.475 150
The total capacity for which the tender is invited is 125 MW.
The bidders are required to ensure themselves before submitting their tender, as to for which range
of system as specified in column “e” of table -1 are they eligible for quoting the rates and which
type of bidder as specified in the column ‘b’ of table-1 they belong to. The bids of the Bidders
quoting the rates for the range of systems for which they are not eligible shall be out rightly
rejected.
(Sign and Seal of the Bidder)
Page 4 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
The procedure for allotment of the work to the bidders who are shortlisted on the basis of the
eligibility criteria shall be as follows:
TABLE-2
Sr.
No
Bidder Type Total
Capacity,
MW
Maximum
Capacity to
be allotted
to per
Bidder, kW
Maximum number
of Bidders to
whom the capacity
shall be allotted,
Numbers
System rating for which the bidder
type is ELIGIBLE to quote the rate in
the Price Bid
Mandatory range of
system for which RATE
MUST be quoted by
the bidder.
a b c d e f G
1 Category A 56.25 2000 28 1 to 6, >6 to 10, >10 to 50 & >51 kW >51 kW
2 Category B 37.50 1000 38 1 to 6, >6 to 10, >10 to 50 & >51 kW >10 kW to 50 kW
3 Category C 25.00 400 63 1 to 6, and >6 to 10 kW >6 kW to 10 kW
4 Category D 06.25 150 42 1 to 6 kW ONLY 1 to 6 kW ONLY
The rates quoted by the bidders in the Price bid of all the technically qualified bidders will be
opened and the financial offers will be arranged in the ascending order of their quoted rates i.e. L-
1, L-2, L-3, L-4, L-5....Ln for all range of system ratings separately. The Lowest Price shall be
discovered for each of the range of system capacity based on Universal lowest from the matrix of
the above rates.
All the eligible bidders will be offered to give their consent to match the lowest rates of the
system range for which they applied for and allotment of the capacity shall be done accordingly, if
the bidder agrees to match the lowest price discovered, subject to the upper cap of number of
bidders as specified in column “e” of the table-2 above.
Having discovered the lowest price in each of the four numbers of range of system ratings, for the
allotment of the capacity at the lowest price to the each type of the bidder, the original quoted
price for the bidder type A, B, C and D shall be as per the column “g” of the Table-2 above.
The example for discovering the lowest rate per capacity range and the procedure for allotment
of capacity is given in Annexure 8 & 9 respectively, only for the guidance to the bidders.
In the event that more than one bidder has quoted the same price within a capacity range in that
case the number of bidders eligible for allotment shall be more than specified in the respective
category, which shall thus decrease the allotment capacity per bidder. a
IIIIIIIIIIIs an example is given at Annexure 7 and Annexure 8.
The successful bidder shall be required to pay security deposit cum performance guarantee @ 10
% which shall be the product of the lowest discovered price and the quantum of capacity
allotment in kW as specified in table-2 above.
This security deposit cum performance guarantee shall be kept with GEDA for a period of five
years from the date of allotment of the capacity, and shall be released at the end of the
completion of five years and six months from the date of the installation and commissioning of
the last system by the bidder. No interest shall be paid on this deposit.
In case of availability of more than required vendors after matching L1 price under each
category as mentioned in above table, work will be allotted to those vendors whose quoted
prices were in ascending order from lowest quote.
(Sign and Seal of the Bidder)
Page 5 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
In case of non-availability of number of bidders as specified in each category, balance capacity shall
kept reserved for further allocation in future on the basis of the performance of the bidders to
whom allotment would have been made.
Separate tender fee and EMD as applicable according to the eligibility criterion shall be paid in the
form of Demand Draft drawn on any Nationalized Bank, ICICI Bank, IDBI Bank, AXIS Bank, HDFC
Bank, Kotak Mahindra Bank, Yes Bank, IndusInd Bank , Saurastra Gramin Bank, Baroda Gujarat
Gramin Bank, Dena Gujarat Gramin Bank, The Kalupur Commercial Co-operative Bank Ltd. , Rajkot
Nagrik Sahakari Bank Ltd. , The Ahmedabad Mercantile Co-operative Bank Ltd., The Mehsana Urban
Co-operative Bank Ltd. separately in favor of Gujarat Energy Development Agency payable at
Gandhinagar.
The Tender schedule is as follows:
A pre bid meeting shall be held at 11.30 a.m. on 12th June, 2018 at GEDA Conference room,
Gandhinagar for clarifications, if any, that may be required by the tenderers. Director, GEDA
reserves the right to reject any/all offers without assigning any reasons thereof.
Though adequate care has been taken while preparing the tender Documents, the Bidder shall
satisfy himself that the document is complete in all respects. Intimation of any discrepancy shall be
given to this office immediately. Queries/ Interpretation of the terms and conditions of the tender
shall be addressed by the tenderer to the Director, GEDA and send the same by e mail at
director@geda.org.in on or before 11th June, 2018. If no communication is received from any Bidder
by the aforesaid date, it shall be considered that the bid document is complete in all respects and
has been received by the Bidder. Any issues raised after the Pre bid meeting shall not be considered
whatsoever.
The comments received if any, on the tender document shall be examined by GEDA and its decision
communicated to all timely.
Director
Gujarat Energy Development Agency, Gandhinagar
Sr.
No.
Tender Schedule Date Time
1. Online Downloading Start Date 03/06/2018 12.00 p.m.
2. PRE BID Meeting 12/06/2018 11.30 a.m.
3. Online Downloading End Date 18/06/2018 12.00 p.m.
4. Last Date of Physical Submission in GEDA Office 18/06/2018 5.00 p.m.
5. Bid Opening in GEDA Office 19/06/2018 3.30 p.m.
(Sign and Seal of the Bidder)
Page 6 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Tender at a Glance
Unless otherwise mentioned all the requirements mentioned in this section of tender at a Glance
shall be fulfilled, even if not mentioned elsewhere in the tender document.
Sr.
No.
Parameter
Bidder category
A B C D
1 Quantity in kW per Successful Bidder 2000 1000 400 150
2 Category wise total capacity in MW 56.25 MW 37.50 MW 25.00 MW 06.25 MW
3
Maximum number of Bidders to whom the
capacity shall be allotted, Numbers
28 38 63 42
4
Eligible for quoting rates for Solar roof top
Systems
1 to > 51
kW
1 to > 51
kW
1 to 10 kW
1 to 6 kW
ONLY
5
Mandatory to quote the rate for the
system rating by the bidder.
>51 kW
>10 to 50
kW
>6 to 10
kW
1 to 6 kW
ONLY
6 Tender Fee, Rs. 15,000 15,000 15,000 15,000
7 Earnest Money Deposit, Rs. In lacs 33.000 16.500 6.600 2.475
8
Security Deposit cum Performance
Guarantee to be paid on allotment of
capacity, Rs. In lacs for five & half years
110.00 55.00 22.00 8.25
9
Average Annual Turn Over during last
three years, supported by a Certificate of
Chartered Accountant in prescribed
format, Rs. In lacs
330.00 165.00 66.00 Nil
10 Experience during last two years in kW 700 350 140 Nil
11
Single largest system executed in last two
years, kW
25 10 5 Nil
12
Time line for Registration, DISCOM
estimate payment for 50 % of Capacity
allotted, from date of allotment, in days
120 120 120 120
13
Time line for Commissioning from date of
allotment, in days.
180 180 180 180
14
Time line for installation and
commissioning of the balance 50 % of the
allotted capacity from date of allotment, in
days.
330 330 330 330
15
Failure of meeting the timeline shall result into cancellation of the allotment, and that capacity may
be allotted to other successful bidder.
16 The Bidder shall have the Electrical Contractor License issued by the Chief Electrical Inspector
17
If Bidder himself is not Manufacturer of either solar PV module or Invertor, shall submit at least ONE
letter of consent from the manufacturer either of SPV module or Invertor, mentioning to agree
supply of SPV modules / Invertor to the Bidder for the scope under this tender.
18
The Tender Document shall be spirally BOUND after attaching the additional information asked for at
the end of the tender document and shall be given PAGE NUMBERS and given in a separate Index in
the beginning of the tender attached with the covering letter which shall mention the number of
additional pages attached, other than the tender document itself.
(Sign and Seal of the Bidder)
Page 7 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
1.0 e Tendering (Online Tendering) Instruction to Bidders
1. Down loading of Tender Documents
1.1. Bid document will be available on web site up to date shown in the tender
advertisement.
1.2. Bidders who wishes to participate in this tender will have to get themselves
registered on web site www.nprocure.com or https://geda.nprocure.com
2. Digital Certificate
2.1. Bidders who wish to participate in on line tenders will have to procure / shall have
legally valid digital Certificate as per Information Technology act 2000 using which
they can sign their electronic bids.
Bidders can procure the same from any of the license certifying Authority of India or
can contact (n) code solutions- a division of GNFC Ltd, who are licensed certifying
Authority by Govt. Of India
2.2. All bids shall be digitally signed, for details regarding digital signature certificate and
related training involved the below mentioned address shall be contacted
2.3. (n) Code Solution-A division of GNFC Ltd.,
(n) procure cell
403, GNFC Infotower, S. G. Road, Bodakdev, Ahmedabad- 380 054
Tel: +91 79 26854511/12/13 (Ext. 501,512, 516,517,525) Fax: +91 79 26857321
E-mail: nprocure@ncode.in
Toll free number: 1-800-233-1010 (Ext. 501, 512,516, 517,525)
2.4. Bidders who already have a valid Digital certificate need not procure a new digital
certificate.
3. On line Submission of Technical and Price Bid
3.1. Bidders can prepare and edit their offers number of times before tender submission
date and time. After tender submission date and time, Bidders cannot edit their offer
submitted in any case. No written or online request in this regard shall be granted.
3.2. Bidders shall submit their offer, i. e. Technical bid as well as Price bid in Electronic
format on above mentioned website and date shown in the tender details after
Digitally signing the same. Physical submission of PRICE BID will disqualify the
Bidders.
3.3. Offers submitted without digitally signed will not be accepted.
3.4. Offers only in physical form will not be accepted in any case.
4. Contacting Officer
4.1. Further details / clarification , if any required, will be available from Director,
GUJARAT ENERGY DEVELOPMENT AGENCY, 4th floor, Block No. 11 and 12 Udyog
Bhavan, Sector -11 Gandhinagar, Gujarat, India Phone : +91-079-23257251,
23257252, 23257253, 23257254
4.2. In case Bidders needs any clarification /assistance or if training required for
(Sign and Seal of the Bidder)
Page 8 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
participating in online tender , they can contact at following office
4.3. (n) Code Solution-A division of GNFC Ltd.,
(n) procure cell
403, GNFC Infotower, S. G. Road, Bodakdev, Ahmedabad- 380 054
Tel: +91 79 26854511/12/13 (Ext. 501,512, 516,517,525) Fax: +91 79 26857321
E-mail: nprocure@ncode.in
Toll free number: 1-800-233-1010 (Ext. 501, 512,516, 517,525)
5. General Instructions:
5.1. The fees paid for on line tender document will not be refunded under any
circumstances
5.2. EMD in the form specified in tender document only shall be accepted.
5.3. Tenders without Tender document fees, earnest money deposit (EMD) and which do
not fulfils all or any of the condition or submitted in complete in any respect will be
rejected.
5.4. Bidders approved either by the Central/ State Govt. or Central / State Govt.
undertaking is not exempted by this Agency for paying EMD , SD etc.
5.5. Conditional tender shall not be accepted.
5.6. The Internet site address for E-Tender is www.nprocure.com or
https://geda.nprocure.com
5.7. The GEDA reserves the right to reject any or all the tenders or split the work between
more than one Bidder without assigning any reason thereof.
5.8. The attachments to the tender document shall be duly filed and page numbered,
with an index, specifying the document attached and its page number(s). Extra/
additional information not asked in the tender may not be attached in the tender.
(Sign and Seal of the Bidder)
Page 9 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
2.0 CHECK LIST
To ensure that your offer submitted to GEDA is complete in all respects, please go through the
following checklist and tick mark for the enclosures attached with your offer:
Sr. No Description Attached/
Not attached
Page No. if
Attached
1 Earnest Money Deposit in the prescribed form
2 Tender Document Fee in the prescribed form.
3 The original document duly signed and sealed on every page,
as a confirmation of acceptance of the terms and conditions
of the document.
4 A copy GST Number, Permanent Account Number (PAN)
5 Relevant IEC certificates for SPV panels, PCU and all the other
machineries valid for a period of one year form the date of
the tender. (to be uploaded online)
6 Details of similar work done in last two years along with
copies of the orders and certificates from the customers, as
per the Offer Evaluation Criteria and as per Annexure – 2 of
the tender document
7 Details of Technical staff available (Brief Bio-data of key
Personnel be given) as per Annexure – 3 of the tender
document
8 Name and address of service stations in Gujarat along with
copy of agreements.
9 Declaration of the Bidders about any relatives working with
GEDA as per Annexure – 4 of the tender document
10 Deviation, if any, from the specifications, terms and
conditions etc. (Annexure – 5)
11 List of Plant and Machinery (Annexure – 6)
12 For Turnover of company for last 3 years 2015-2016, 2016-17,
2017-18. Practicing CA/CS certificate attached & to be
uploaded online)
13 SPV instruction manual copy
14 All the pages of tender documents/ attachments numbered
and entire document spiral bound.
DETAILS OF EARNEST MONEY DEPOSIT AND TENDER FEE ATTACHED
S.No. Description
1 Earnest Money Deposit
Earnest Money Deposit of Rs. …………………………..submitted in the form of Demand Draft/
Banker’s Cheque, drawn on ______________________________________ Bank,
______________________ Branch, bearing DD/BC No. _________________ dated
________________is attached herewith.
2 Tender Document Fee
Tender Document Fee of Rs. ……………………………..submitted in the form of Demand Draft/
Banker’s Cheque, drawn on______________________________________Bank,
______________________ Branch, bearing DD/BC No. _________________ dated
____________________ is attached herewith.
(Sign and Seal of the Bidder)
Page 10 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure 1: GENERAL INFORMATION ABOUT THE BIDDERS
(To be submitted in online and physical mode)
1. Name of the Company
2. Postal Address of Registered
Office
3. Telephone nos.
Fax no.
4. e-mail address and URL
5. Type of Company
Attach Proof of Company
Registration alongwith a copy
of the Partnership Deed/
Article of Association and
Memorandum of
Understanding
Proprietorship/ Partnership/ Private Limited/ Public
Limited
(Pl. tick appropriately)
6. Name, designation, Mobile
Number and email id of
OWNER the Bidding entity
7. Name, Designation, mobile
number and email id of the key
person, other than the owner
of the bidding company
8. SSI / MSE/MSME Part-II /
Udyog Aadhaar Memorandum
No. AND CSPO/NSIC
Registration No.
(Document to be uploaded online and to be
submitted physically also)
9. If the Bidder is a manufacturer
of either SPV module or
Invertor, the brand name of
the Product and the IEC
Certificate of the product
issued by designated authority
be UPLOADED
(Document to be uploaded online and to be
submitted physically also)
10. Factory Telephone/Fax no.
11. Factory e-mail address
(Sign and Seal of the Bidder)
Page 11 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
12. Floor area of the factory
13. Manufacturing facilities
(a list of machinery be
attached as per annexure - VI)
14. Details of Technical Staff
available. Please furnish
information as per Enclosed
Annexure 3.
15. Details of workmen on muster
roll Skilled/ unskilled.
(attach copy of muster roll)
16. Address of the office in Gujarat,
in case of bidders not having
registered Office in Gujarat.
17. List of components
manufactured by the company
at their factory or MNRE
certification.
SPV panel/ PCU/ MNRE Channel Partner
(Pl. tick appropriately)
18. List of components sourced
from outside/ other agencies.
19. Has the company/firm to pay
arrear of income tax? If yes
upto what amount.
20. Turnover of company for last 3
years 2015-16, 2016-17, 2017-
18. Please attach practicing
CA/CS certificate. & upload the
same online in proforma given.
2015-16 Rs.
2016-17 Rs.
2017-18 Rs.
21. Has any Govt. Dept./ Under-
taking ever debarred the
company/ firm from executing
any work?
It is certified that the information provided above is true to the best of my knowledge and belief.
If any information found to be concealed, suppressed or incorrect at later date, our tender shall
be liable to rejected and our company debarred from executing any business with GEDA.
Date: Sign. and Stamp of the Bidders
(Sign and Seal of the Bidder)
Page 12 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
3.0 INSTRUCTIONS TO THE BIDDERS
A.1 Online offer shall be submitted complete in all respects with all schedules, documents etc. of
the tender document. Physical offers shall be received in GEDA office up to the date and
time as mentioned in the tender form.
A.2 GEDA reserves the rights to reject any or all the Offers or accept any Offer in total or in part
or may divide the work among various Bidders, without assigning any reason thereof.
A.3 Tenders shall be accompanied with requisite Earnest Money Deposit (EMD). Any Tender not
accompanied by adequate Earnest Money Deposit (EMD) shall be disqualified and no further
consideration shall be given to such Tender. Bidders may note that no relaxation in this
regard shall be made. The Micro and Small Entrepreneurs (manufacturing of solar PV Panel
and/or Solar Invertor ONLY) Units registered under Small Scale Industries of Gujarat State
and holding subsequent registration with CSPO / NSIC will be eligible for exemption from
payment of EMD on submission of duly notarized copies of their SSI (SSI/ MSE Part-II/Udyog
Aadhaar Memorandum) & CSPO/ NSIC Registration Certificates in EMD Cover.
Only those SSI/MSE AND CSPO/NSIC registered Bidders, who are themselves
manufacturers either of Solar Module or solar Invertor, with details of the Brand name of
the product, technical specifications, its manufacturing capacity etc. submitted will ONLY
be exempted from payment of tender fee and depositing the EMD. NSIC/ Entrepreneur
Memorandum Part 2 registration for other than tendered item will not be taken in to
consideration and in such case, Bidders will be required to submit requisite EMD with their
tender. Bidders who are not themselves manufacturer either of Solar Panel or Invertor and
still have a certificate of being a manufacturer shall not be entitled to be exempted from
payment of EMD and such offers without EMD shall be outright REJECTED unless
supported with IEC certificate of being a manufacturer.
A.4 GEDA reserves the right to verify a bidder if he claims to be manufacturer of solar module
and /or invertor, irrespective of the documents produced.
A.5 Earnest Money Deposit (EMD) of unsuccessful Bidders shall be returned back upon
finalization of tenders. Earnest Money Deposit of successful Bidder will be returned on the
submission of Security deposit cum performance guarantee @ 10 % of the total cost.
A.6 If any information provided by the Bidders is found to be concealed, suppressed or incorrect
at later date or during finalization of the tender or the Bidders withdraws their offer during
finalization of the tender, the tender shall be liable to be rejected and company shall be
debarred from executing any business with GEDA for the period of 3 years and the EMD of
such Bidders shall be forfeited.
A.7 Validity of the offer shall be for a period of one year form the date of the opening of the
financial bid.
A.8 Before submission of the Offer, Bidders are required to make themselves fully conversant
with the scope of the work, technical requirements and specifications, etc., so that no
ambiguity arises on a later date in this respect.
(Sign and Seal of the Bidder)
Page 13 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
A.9 All information in the Offer shall be in English. Information in any other language shall be
accompanied by its translation in English. Failure to comply with this may disqualify the
Bidders.
A.10 If the Bidders finds discrepancies in, or omissions from the specifications or other documents
or if he is in doubt as to their meaning, he shall at once intimate GEDA and obtain
clarification in writing before the prebid meeting. Any representation/ requests after the
pre bid meeting shall not be entertained.
A.11 Any approach from the Bidders, his representative or his agent to influence the decision on
the Offer, officially or otherwise, shall render the Offer liable to be summarily rejected.
A.12 Physical offer shall be submitted in sealed envelopes super scribed with as” Installation of
Roof Top Solar Photovoltaic System in the State of Gujarat 2018-19”. The Cover shall also
specify under which Category of BIDDER the Bid is being submitted i.e. Category A, or B or
C or D and also the name or Stamp of the Bidder. All the papers of Tender documents duly
signed shall be submitted in the envelope.
Requisite Earnest Money Deposit and Tender Document Fee shall be placed in a single cover
and put into the main cover referred above, in the form of Demand Draft drawn on a
nationalized bank, ICICI Bank, IDBI Bank, AXIS Bank, HDFC Bank, Kotak Mahindra Bank, Yes
Bank, IndusInd Bank , Saurastra Gramin Bank, Baroda Gujarat Gramin Bank, Dena Gujarat
Gramin Bank, The Kalupur Commercial Co-operative Bank Ltd. , Rajkot Nagrik Sahakari Bank
Ltd. , The Ahmedabad Mercantile Co-operative Bank Ltd., The Mehsana Urban Co-operative
Bank Ltd. pledged in the name of “Gujarat Energy Development Agency”, payable at
Gandhinagar shall be attached with this bid.
A.13 Erases and other changes shall be initialed by the person/persons signing the Offer.
A.14 Each page of the Offer document shall be signed and stamped by the Bidders as a token of
acceptance to terms and conditions mentioned herein.
A.15 Offers of only those firms or individuals, who are themselves technically capable and sound
for providing such services and who give satisfactory evidence of such experience shall
only be considered.
A.16 The general technical requirements mentioned are mainly for the guidance of the Bidders.
These requirements are not intended to preclude ingenuity of designs or other
improvements. If the Bidders proposes any deviation from these requirements those shall
be considered provided they are necessary either to improve the utility, performance and
efficiency or to secure overall economy. The Bidders shall give a separate list containing
points of deviations in his offer from the specifications asked for.
A.17 The Bidders shall declare the name of the employee of GEDA and his relationship with him in
case any employee of GEDA is a relative of the Bidders.
(Sign and Seal of the Bidder)
Page 14 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
A.18 In the event, the successful Bidders fails to accept the work order within specified time or
withdraws his offer within the validity period or fails to accept the order for any reason
whatsoever, then the earnest money deposited by the Bidders shall be forfeited by GEDA.
A.19 GEDA reserves the right to accept any offer based on its merits and GEDA is not bound to
place the order with the party having submitted the lowest offer. Thus party merely on the
ground that their financial offer is lowest, does not necessarily qualify them for receiving the
order.
A.20 Only Notarized copies of documents will be submitted in support of claims made by the
party and party shall bring the original copies of documents for verification by GEDA
officials. Details of similar work done ONLY in last two years alongwith copies of the orders
and certificates from the customers to be attached with the tender.
A.21 GEDA, at its discretion, may award the work to more than one party, if required.
(Sign and Seal of the Bidder)
Page 15 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
4.0 GENERAL TERMS AND CONDITIONS
B-1 Under this tender, unless the context otherwise requires:-
GEDA shall mean the Director or his/her representative of Gujarat Energy Development
Agency, with Head Office at 4th floor, Block No. 11 and 12, Udyog Bhavan, Sector - 11,
Gandhinagar – 382 011, and shall include his/her successors and assignees.
The Bidders shall mean the Bidders/ Associate whose Offer shall be accepted by GEDA and
shall include such Bidders/ Associate heirs, legal representatives, successors and assignees.
Associate shall mean the business associate authorized and having valid agreement with
Public Sector Enterprise having ten years experience in solar energy field with office in the
State of Gujarat. The offer shall be considered on behalf of the Public Sector Enterprise and
authority letter for submitting the tender shall be furnished. If the Public Sector Enterprise
directly participates in the tender, Associate’s offer shall not be considered. Consortium or
Joint Venture is not allowed in this tender.
B-2 The Bidders shall be deemed to have carefully examined all the papers, drawings, etc.
attached in the contract. If he has any doubt as to the meaning of any portion of any
condition/ specification, etc. he shall before signing the contract submit the particulars
thereof to GEDA in order that such doubts are removed.
B-3 The Bidders shall have to comply with all rules, regulations, laws and bylaws enforced by local
and State Govt. and also the organization in whose premises the work has to be done.
B-4 The Bidders shall not, without the consent in writing of GEDA, transfer, assign or sublet the
work under this contract or any substantial part thereof to any other party.
B-5 If the Bidders neglects to execute the work with due diligence and expedition or refuses or
neglect to comply with any reasonable orders within two days notice given in writing to the
Bidders and if he fails to comply with the notice, then in such a case GEDA shall be at liberty to
get the work or any part of it, executed through any other agency/Bidders in the manner and
on the terms it thinks proper. If the cost of executing the work as aforesaid shall exceed the
balance due to the Bidders, and the Bidders fails to make good the deficiency, GEDA may
recover it from the Bidders in any lawful manner.
B-6 GEDA shall have at all reasonable time access to the works being carried out by the Bidders
under this contract. All the works shall be carried out by the Bidders to the satisfaction of
GEDA.
B-7 Any question, dispute or difference whatsoever arises between GEDA and Bidders, in
connection with this tender except as to matters, the decision for which has been specifically
provided, either party may forthwith give to the other notice in writing of existence of such
questions, dispute, difference and the same shall be referred to the sole arbitration of a
person nominated by Director GEDA. This reference shall be governed by Indian Arbitration
Act prevailing at the time of dispute and the rules made there under. The award in such
(Sign and Seal of the Bidder)
Page 16 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
arbitration shall be final and binding on all the parties. Work under the order shall continue
during the arbitration proceedings unless the GEDA or the Arbitrator directs otherwise.
B-8 Prior to dispatch, the materials may be inspected and tested by GEDA at the Bidder's works.
Bidders shall inform GEDA for such inspection at least 7 days in advance before the probable
date of dispatch.
B-9 The system supplied or installed shall be guaranteed by the Bidders for a minimum period of
five years in regard to quality of material, workmanship, performance, efficiency, installation,
etc. Defects developed in the system within guarantee period, shall be rectified by the Bidders
at his own expense promptly.
B-10 Notices, Statements and other communications sent by GEDA through registered post or
telegram or telex or to the Bidders at his specified address shall be deemed to have been
delivered to the Bidders.
B-11 The work shall be carried out by the Bidders with prior approval of GEDA. Work carried out
without GEDA’s approval shall not be accepted and the GEDA shall have right to reject it.
B-12 The Bidders shall provide one copy of the instruction and operation & routine maintenance
manual in Gujarati with each system installed. These manuals shall contain all the relevant
details and drawings required for proper maintenance of the system.
B-13 The inspection as mentioned in clause No. B-10 by GEDA’s representative shall not relieve the
Bidders from full responsibility of completing the work confirming to the requirement of this
contract.
B-14 Conditional tenders shall not be accepted.
(Sign and Seal of the Bidder)
Page 17 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
5.0 SCOPE of WORK, GUIDELINES and ELIGIBILITY CRITERIA FOR BIDDERSS
1 SCOPE OF WORK: The work is to be carried out on ‘Turn Key Basis’ which includes
identification of beneficiary in the residential, institutional and social sector, survey of the site
for its feasibility considering the shadow free space, sanctioned load of the beneficiary by the
DISCOM, design, supply of grid connected solar photovoltaic system with all other accessories,
equipment and protection devises, and including bi-directional meter, its testing charges , its
housing (SMC box), installation, testing, commissioning and maintenance services for 5 years,
with free replacement warranty on spare parts against manufacturing defects for five years.
The technical specifications for the various components It also includes obtaining concerned
DISCOM and Chief Electrical Inspector (CEI) approvals. i.e.
a) Identification and Survey of prospective beneficiaries and registration of the SPV
project with GEDA.
b) Preparation of Detailed Project Report (DPR) of the proposed Proposal of SPV
Power Plant.
c) Obtaining No objection certificate/ net metering connectivity agreements from
concerned DISCOM for grid connectivity and CEI’s approval.
d) The work covers Design, supply, installation, commissioning and comprehensive
maintenance for FIVE years, including bidirectional meter charges, meter testing
charges and SMC box etc. Grid connectivity charges shall be borne by the
beneficiary.
e) Design, supply, civil work, erection, testing and commissioning of SPV grid
connected Power Plant as per schedule.
f) Installation of bi-directional meter. The existing meter of the DISCOM shall serve as
the Solar meter. Thus the supply of solar meter is NOT in the scope of the bidder.
g) As far as the Bi-directional meter is concerned, the Bidder has the Option to
procure the Bi-directional meter as per DISCOM’s approved specifications form
open market and getting it tested at the DISCOM Lab, ELSE he can opt for the
Bidirectional meter to be provided by the DISCOM. In either case the charges of the
Bi-directional meter are to be borne by the Bidder.
h) Installation of Remote Monitoring hardware / facility with necessary dongle etc.
The cost of the data pack and internet connectivity shall be the responsibility of the
beneficiary. The Bidder shall provide rights to GEDA to access the performance data
of the inverter by sharing the user id and the Password, as and when required, for
GEDA to monitor the performance any time.
i) The physical installation of the system at the user end shall commence only upon
receipt of the Technical Feasibility Report (TFR) and issuance of the estimate of the
charges to be paid to the DISCOM.
j) Collection of the cost of the supplies from the beneficiaries at the approved
discovered per kW LESS the eligible subsidy amount. The subsidy amount shall be
(Sign and Seal of the Bidder)
Page 18 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
released to the selected bidder upon submission of the claim alongwith relevant
documents specified in the Subsidy claims section and upon inspection by GEDA or
its appointed Agency.
 Claims shall be submitted in the bunch of minimum 25 claims once in a month i.e.
1 to 5th working day of every month.
 Claims other than residential shall be submitted once in a month i.e. 1 to 5th
working day of every month irrespective of quantity of claim.
k) Establishing “After Sales Service Centers” in concerned area to cater the
maintenance needs of beneficiaries.
2 INDICATIVE TARGETS: The indicative total capacity of Solar Roof Tops covering the residential,
institutional and social sectors under this tender shall 125 MW comprising of assorted ratings of
the solar system ranging from 1 kW to 500 kW. ONLY SUCCESFUL BIDDERS UNDER THIS TENDER
SHALL BE ALLOWED TO EXECUTE WORK IN RESDENTIAL, SOCIAL AND INSTITUTIONAL SECTOR
UNDER THE SUBSIDY PROGRAM. Director, GEDA reserves the right to increase or de crease the
quantity as per requirement.
3 ELIGIBLE SUBSIDY: Tender is invited for Supply Installation of grid connected Solar roof top
Photovoltaic System in the state of Gujarat under the State and MNRE subsidy scheme. The
State subsidy shall be limited to ONLY residential sector beneficiaries those are consumers of
the DISCOM. The State subsidy amount shall be RS.10,000 per kw subject to maximum of
Rs.20,000 per beneficiary. The State subsidy shall not be applicable for beneficiaries other than
residential category. The MNRE subsidy shall be 30 % of the lowest cost per kW discovered
under this tender or benchmark cost announced by MNRE, whichever is lower.
The minimum capacity of rooftop SPV Power Plant to be installed shall be not less than 1kW
for single site.
Note: (i) All provisions as amended by State/ MNRE, GoI from time to time in respect of
subsidy, norms of admissible beneficiary and allowable capacity of PV systems shall
be applicable to this scheme accordingly.
(ii) Remaining cost will be borne by beneficiary.
4 ELIGIBILITY: All the bidders should either be a body incorporated in India, under the Companies
Act, 1956 or Companies Act, 2013 including any amendment there to and engaged either in
manufacturing and or as an system integrator in the business of Solar Power/Renewable
Energy, OR under the Limited Liability Partnership Act 2008; A subset of Companies Act, 2003
and engaged in the business of Solar Power/Renewable Energy, OR, should be a Firm registered
under Partnership Act in India, OR should be a Firm registered as Sole Proprietor under Shop
Act. A certified copy of the registration certificate of the Bidder for any of the above and the
requisite tax payee number TIN etc. from competent government authority with whom the
bidder is registered shall be enclosed with the tender. In case of Category D Bidders, One of
the Director/Proprietor of bidder’s Firm should be necessarily either Engineering or
Management graduate i.e. either DE / BE or B.TECH or MBA. A certificate the concerned
University should be submitted along with the tender.
(Sign and Seal of the Bidder)
Page 19 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
4.1 Out state agency must be having one office registered in Gujarat.
4.2 It is mandatory to have valid IEC certificates for Solar panels, PCU as mentioned in the
specifications, valid till 31st March, 2019. Copies of such certificates shall be attached
/uploaded with the tender. Tenders received without test certificates as above will be
rejected out-right and no correspondence will be entertained in this regards.
4.3 If Bidder himself is not Manufacturer of either solar PV module or Invertor, shall submit at least ONE
letter of consent from the manufacturer either of SPV module or Invertor, mentioning to agree supply
of SPV modules / Invertor to the Bidder for the scope under this tender.
4.4 The Bidder Company should be approved licensed electrical contractor approved by Licensing
Board, Gandhinagar. The Bidder Company must have minimum two supervisors working with
the company who are approved by the licensing board and their names mentioned in the
license. Self-certified Copy of the license valid till March 2019 should be enclosed along with
offer. In case a bidder does not possess the certificate at the time of bidding, he shall be
required to do so, failing which capacity allotment shall not be done, until notarized copy of
the such certificate is submitted.
4.5 The PV modules must be tested and approved by one of the IEC authorized test centers. The
IEC test certificate of the modules to be used shall be submitted. ONLY INDIGENOUSLY
manufactured solar modules shall be eligible under this tender, i.e. IMPORTED modules shall
not be eligible.
4.6 Test certificates for the BoS items/ components can be from any of the NABL/ BIS Accredited
Testing-Calibration Laboratories/ MNRE approved test centers.
4.7 The Bidder shall have the following physical and financial strength for the respective system
they are bidding for:
Bidder
Category
Average Annual financial
turnover during last three
years, Rs. In lacs
Experience of having
successfully completed
Grid tied solar project in
last 2 years. **
Single largest solar system
installed during the last
two years. **
A 330.00 lacs 700 kW 25 kW
B 165.00 lacs 350 kW 10 kW
C 66.00 lacs 140 kW 05 kW
D Not required Not required Not required
** Relevant work order and commissioning certificate of at least two systems should be submitted
along with a certificate of the beneficiary of the system function satisfactorily. GEDA shall be free to
cross check/ verify the systems with beneficiaries and at site for its satisfactorily working. If found
contrary, the bidders credentials for such systems shall not be considered.
5 SPECIFICATIONS: The specifications of SPV systems, for which tenders are invited, are annexed.
The notarized Test Report(s) of each of the components/ systems mentioned shall be
uploaded/ attached with the tender. To ensure optimum performance of the solar installation
(Sign and Seal of the Bidder)
Page 20 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
and its related safety aspects, the provisions of the publication of GERMI on “Best Practices in
Operation and Maintenance of Roof Top Solar PV systems in India” published in May, 2018 be
followed.
6 AFTER SALES SERVICES: Bidders shall have well established network of service centers within
the state and shall have adequately trained staff available at service stations for repair and
maintenance of Solar PV Systems.
7 Bidders will ensure that necessary spares are always available with their service centers to
provide necessary after sales service to the customers during the warranty period.
8 LOA: Fax Letter of Allotment of Capacity (LOA) shall be issued to the shortlisted Bidders
indicating the quantity allocated to them and the security deposit cum performance guarantee
amount to be deposited by them with GEDA. Shortlisted Bidders will be required to deposit the
requisite security deposit cum performance guarantee within one week of issuance of Fax
Letter of Intent, failing which the letter of intent will stand as cancelled. The order will be issued
to the shortlisted Bidders only after receipt of requisite security deposit cum performance
guarantee. The successful bidder who fails to accept the LOA within a week shall be barred
from participating in the tenders invited by GEDA for minimum three years, and the EMD paid
by such bidders shall be forfeited.
9 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE: Bidders, to whom order is awarded, will
be required to deposit security deposit cum performance guarantee of 10 % which shall be
equivalent to the product of the lowest discovered price and the quantum of capacity
allotment in kW. The Security deposit cum performance guarantee will be accepted in the form
of Demand Draft issued by Nationalized Bank, ICICI Bank, IDBI Bank, UTI Bank, HDFC Bank in
favour of Gujarat Energy Development Agency payable at Gandhinagar. The Security deposit
cum performance guarantee can also be submitted in the form of Performance Bank
Guarantee issued by Nationalized Bank, ICICI Bank, IDBI Bank, AXIS Bank, HDFC Bank, Kotak
Mahindra Bank, Yes Bank, IndusInd Bank , Saurastra Gramin Bank, Baroda Gujarat Gramin Bank,
Dena Gujarat Gramin Bank, The Kalupur Commercial Co-operative Bank Ltd. , Rajkot Nagrik
Sahakari Bank Ltd. , The Ahmedabad Mercantile Co-operative Bank Ltd., The Mehsana Urban
Co-operative Bank Ltd. as per GEDA’s format with validity of 5 and half years. No interest will
be paid on the Security deposit cum performance guarantee. The Earnest Money Deposit of
the successful Bidders shall be returned in exchange of the security cum performance
guarantee equivalent to 10 % of the order value, on work allotment order.
10 ADDITIONAL ORDER: In the event of awarding the order of additional quantity, the Bidders will
be required to deposit additional Security deposit cum performance guarantee on prorata basis
within one week of the issuance of Fax LOA for the additional order quantity.
11 TIME SCHEDULE: It is very critical to complete the work as per the order given by the agency; so
as to complete the work within scheduled time. In the event of failure to supply no. of systems
as per order, will lead to forfeiter of the Security deposit cum performance guarantee up to
100% and will lead to disqualification of the Bidders for transacting business with GEDA for at
least three years or the time duration as may be decided by the Director, GEDA.
12 The Bidders shall arrange to provide to each beneficiary, a SPV instruction manual. The Bidders
shall also arrange to instruct each beneficiary about routine maintenance procedure. Copy of
the same be submitted to GEDA with the physical documents.
(Sign and Seal of the Bidder)
Page 21 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
13 IDENTIFICATION MARK: Serial Number (identification mark) must be permanently marked on
all major components (PCU, Module, etc.) of the SPV systems. Metallic number plates with
serial numbers duly riveted or fixed with strong adhesive for non-metallic body, as approved by
GEDA, shall be fixed on each lot.
14 INSPECTION OF MATERIAL: The Bidders will offer Solar PV Systems for inspection at their works
by GEDA or its authorized quality inspection agency. Inspection can also be offered at one place
in Gujarat, where equivalent inspection facilities are available. GEDA may carry out random
testing of SPV systems at Bidder’s factory for various parameters as per the specifications laid
by GEDA. Visual inspection shall be carried for 100% of SPV systems. Bidders will intimate to
GEDA in writing in advance for such inspections. If during the inspection the percentage of
rejections exceeds 10% then the whole lot would be rejected. The rejected material is to be
replaced with new material as per the specifications. The systems shall be offered for
inspection again after necessary rectification. Expenses for such re-inspection shall be borne by
the Bidders.
GEDA at its discretion may also pick up samples from the systems supplied & Installed at
beneficiaries’ site at random for quality check only. The samples picked up will be tested for
acceptance test as decided by GEDA at MNRE/ Government approved laboratory in presence of
representatives of supplier and GEDA as per relevant IEC/ISS/BIS/ GEDA specifications. The test
results will be binding on the suppliers and GEDA, in general will not allow re-sampling. If the
material fails in any of the acceptance tests carried out, those components that fail the test
shall be rejected, and the Bidder shall have to supply and install the new component as per the
specifications. The loss of generation during such time when the system is taken away for
testing shall be at the cost of the Bidder, who shall compensate the Beneficiary for such loss of
generation as per the prorata CUF as specified elsewhere in this tender, at the retail tariff of the
DISCOM.
GEDA reserves the right to inspect any number of SPV systems, any number of times at the
addresses of the beneficiaries given by the Bidders.
15 Project Registration with GEDA:
Upon identification of the beneficiary by the bidder, the bidder shall register the project with
GEDA in the prescribed application form. Bidder shall ensure that the installation work should be
completed within scheduled time. The project shall NOT be registered in absence of the
following:
a) UTM coordinates of location where system to be installed.
b) Make of the SPV module, its I-V curve signed by the beneficiary, rating of the module,
number of modules to be deployed and the total system capacity.
c) Make of the Invertor, its test certificate, rating of the Invertor and number of
Invertors.
d) Copy of the last electricity bill.
e) ID proof of the Beneficiary
f) Proof of Residence and its ownership
g) Prescribed Registration fee with GST ( Only in case of Non-residential beneficiary)
h) Certificate of having applicant registered under society registration Act -1959 or Trust
Registration certificate as specified by MNRE, in case of applicants other than
residential sector.
(Sign and Seal of the Bidder)
Page 22 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Note: 1. Any project registered on temporary connection will be automatically stands as
cancelled.
2. The Bidder if seeks any advance payment against the non-subsidized portion of the
project cost, such advance should be taken only by the Bidder in his name and the
receipt shall be issued in the name of the Bidder to the beneficiary.
16 SUBSIDY CLAIMS:
The subsidy claims of the systems installed and commissioned shall be processed in a lot of NOT
less than 25 number of systems, with following documents:
a. Dated Claim letter from the bidder on its letter head certifying that the SPV modules
deployed in the systems installed are of INDIAN make, and all the technical specifications of
the components supplied and installed are in accordance with the specifications given in the
tender document and all the information / documents provided along with the claim letter
are is correct and factual.
b. GEDA Registration letter.
c. Copy of the ID proof of user.
d. Permission of CEI / EI to energize Solar PV System (for more than 10KW) and Self
Certification for Solar Roof Top Installations (for up to 10 KW) duly signed and sealed by
authorized person of the Cannel Partner having electrical contractor license issued by the
CEI.
e. Invoice of the System billed to the beneficiary.
f. MOU signed between Channel Partner and Beneficiary as per format prescribed by GEDA.
g. Copy of Checking Sheet or Meter replacement Performa filled by DISCOM at time of
providing bidirectional meter at beneficiary’s premises, which must be duly signed by
authorized person of DISCOM and beneficiary.
h. Certificate of Bi-directional meter installation (IN ORIGINAL COPY ONLY) jointly signed by
representative of DISCOM, Channel Partner and Beneficiary.
i. Photograph of the system with placard held by the beneficiary and representative of
channel partner or GEDA or DISCOM representative showing the name of the beneficiary,
GEDA registration number and system capacity.
j. System details in prescribed format giving the details of the system capacity in kW, make
rating and number of SPV modules, make, rating and number of Invertors etc.
k. Correct mobile no. of beneficiary shall be mentioned in the claim letter.
l. Invertor login ID and password of each beneficiary shall be shared by the channel partner
with GEDA and the same shall be mentioned in claim form.
m. Certificate of the beneficiary that the system is installed and commissioned in all respect
with the date of commissioning, system and invertor capacity, etc. and that ha has been
provided the FIVE year Warranty Card and the O & Manual.
n. Overwritten certificates/ documents shall be outrightly rejected and not processed for
subsidy payment.
17 OTHER TERMS & CONDITIONS: GEDA, at its discretion, may award work to more than one
Bidders and will decide the quantity to be allocated to them. Decision of GEDA in this matter,
will be binding to all the Bidders.
(Sign and Seal of the Bidder)
Page 23 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
18 In case of any type of misappropriations, cheating or intention of cheating, frauds, irregularities,
malpractice, etc. the Director GEDA reserves the right to cancel the order without giving
reasons thereof and forfeit the security deposit cum performance guarantee.
19 Rates quoted by the Bidders will be inclusive of taxes, levies, duties, packing, forwarding,
freight, insurance, loading unloading, supply, installation, commissioning, warranties and any/
all charges for successful Supply and Installation of the system at any locations in the State of
Gujarat and all expenses of marketing, etc.
20 The rates quoted by the Bidders will be inclusive of GST, Work Contract Tax, or any other taxes
applicable for such work. Any escalation in such taxes/ levies during the tenure of the offer/
order will not be paid by GEDA and Bidders are advised to take in to consideration any such
escalations in the prevailing taxes/levies/duties.
21 During site inspection by GEDA staff/ authorized representative, if the systems are found
uninstalled and false report of installation and commissioning is submitted to GEDA for
claiming payment, Director, GEDA is empowered to forfeit Security deposit cum performance
guarantee up to 100% & to terminate the contract.
22 Bidders are required to quote rates inclusive of Comprehensive Maintenance Contact (CMC) for
the period of five years for the system. The rates quoted shall be inclusive of charges for
providing Routine Maintenance services at the beneficiary’s end as per site requirements to
ensure smooth and satisfactory performance of the system. Replacement of any components of
the system is included in the scope of work of CMC.
23 The Performance Ratio of Grid Connected Systems shall be more than 0.70 throughout the five
year maintenance period, and necessary efforts shall be made to achieve it by the bidder. In
case the system fails to attain the required Performance Ratio, the system shall be deemed to
non-performing and GEDA may invoke the entire Performance Bank Guarantees.
24 The successful bidder shall be require to meet minimum guaranteed generation with
Performance Ratio (PR) at the time of commissioning and related Capacity Utilization Factor
(CUF) as per the DNI level for the location during the O&M period. PR should be shown
minimum of 75% at the time of inspection for initial commissioning acceptance to qualify for
release of subsidy. Minimum CUF of 15% upto 6 kW and CUF of 18 % for system above 6 kW,
should be maintained for a period of 5 years for release of security deposit cum performance
guarantee. For CUF less than as specified, penalty can be imposed for the loss of energy
generation at the retail tariff of the particular consumer of the DISCOM subject to force
majeure conditions. The bidder should send the periodic plant output details to GEDA
for ensuring the CUF. The PR will be measured at Inverter output level during peak radiation
conditions. The PR and CUF will be evaluated considering 100% grid availability.
25 Training of representative of the beneficiary on the aspect of primary trouble shooting and Do’s
& Don’ts of the SPV systems, including general operation and maintenance, including lodging
complaints & primary reporting.
(Sign and Seal of the Bidder)
Page 24 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
6.0 TENDER EVALUATION CRITERIA
Offers of only those parties who are found qualifying based of following Tender Evaluation Criteria
will be taken in to further consideration and prices of only those parties qualifying based of these
criterion will be opened.
COMMERCIAL
1) Earnest Money Deposit and Tender Document Fee in the prescribed form shall be submitted
along with the tender.
TECHNICAL
1) The Bidders shall have valid test certificates as per required specifications for supply under
tender and submit the copy of test reports.
2) Offers received from only those parties having adequate infrastructure to Market and provide
after sales services in the state will be taken in to consideration and offers received from others
will be summarily rejected. Documentary evidences in support of the same shall be enclosed
with the offer. GEDA may visit manufacturing facilities to ascertain the claims made by the
Bidders.
3) Details of similar work done in last two years along with copies of the orders and certificates
from the user agencies shall be submitted along with the Technical Offer as per Annexure – 2 of
the Offer Document.
4) The party shall have sufficient technically qualified and well-experienced manpower for
Marketing, and Installation and after sales service of the systems. Brief bio-data of the key
personnel be enclosed with the offers as per Annexure-3 of the Document.
GENERAL
1) The party shall have declared, if any relatives working with GEDA in Annexure – 4.
2) As an acceptance of terms and conditions, the document duly signed and sealed on every page
shall be returned along with the offer. Offers not satisfying any of the above mentioned criteria
will be liable for rejection.
(Sign and Seal of the Bidder)
Page 25 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure 2: Details of similar work experience ONLY in last two years as per clause 5.6
(Information to be attached with the Technical Offer)
(To be submitted in online and physical mode)
Year Name of
the USER
Agency for
whom the
system is
installed
with full
address,
phone, fax
and name
of contact
person
Work
Description
(Solar PV
Rooftop
systems)
Ref. and
date of
the order
placed
on the
bidder by
the
Client.
Work Order Value,
segregated Year-
wise ONLY for past
2 years
Details of order
and its configuration
(Quantity in nos. and
capacity in kWp)
2016-17
2017-18
 Copies of Work orders along with Work completion certificates shall be attached with this
information.
 If necessary, separate sheet may be used to submit the information.
(Sign and Seal of the Bidder)
Page 26 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure 3: Details of Technical Staff available with the company for execution of work
(Information to be attached with the Technical Offer)
Sr.
No
.
Name Qualification Additional
Certificati
on, if any
Total
Experience
, no. of
years
Remarks
 Copies of Resumes and appropriate certifications shall be attached with this information.
 If necessary, separate sheet may be used to submit the information.
(Sign and Seal of the Bidder)
Page 27 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure 4: DECLARATION
(Strike off whichever is not applicable)
This is to declare that Mr/Ms. __________________________________, employee of GEDA at
_____________________(place), is related to our ___________________________
_______________________(designation and name).
OR
This is to declare that none of the Proprietors/ Partners/ Directors are having any relatives
employed or working with Gujarat Energy Development Agency at any of its offices or its parent
Department i.e. Energy and Petrochemicals Dept., Govt. of Gujarat.
Date: Sign. and Stamp of the Bidders
(Sign and Seal of the Bidder)
Page 28 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure 5: DEVIATION SHEET
(To be submitted in online and physical mode)
Any deviations offered from the terms and conditions of the Offer shall be clearly specified below in
this sheet. If there are no deviations offered, it shall be clearly mentioned on this page.
Deviation offered to
Chapter No, Clause No. of
the tender document
Deviation offered
(Sign and Seal of the Bidder)
Page 29 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure 6: List of Plant and Machinery for Bidders those are manufacturers
(To be completely filled by the Bidders)
For manufacturing of Solar PV panels (as applicable)
S. No. Name of equipment Date of purchase Date of calibration Utility
For manufacturing of Invertor ( if applicable)
S. No. Name of equipment Date of purchase Date of calibration Utility
(Sign and Seal of the Bidder)
Page 30 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Appendix I
FORMAT FOR WARRANTY CARD TO BE SUPPLIED WITH EACH SOLAR PV SYSTEM
1. Name & Address of
The Bidders/Bidders of the System
2. Name & Address of Purchasing Agency
3. Date of supply of the system
4. Details of PV Module (s) supplied in the
System Make (Name of the Bidders)
Model
Serial No(s)
Wattage of the PV Module (s) under STC
Warranty valid up to
5 Details of PCU/ Electronics & other BOS items/ cables.
System Make (Name of the Bidders)
Model
Serial No(s)
Warranty valid up to
6 Designation & Address of the person to be
Contacted for claiming Warranty obligations.
The grid tied solar system is warranted for its performance for a period of five years and the
supplier (undersigned) undertakes to replace the components which do not perform as per
specifications, due to manufacturing defect, at no cost to the user.
(Signature)
Name & Designation
Name & Address of the Bidders/Bidders
(SEAL)
Place & Date:
(During the warranty period State Agencies/users reserves the right to cross check the
performance of the systems with the minimum performance levels specified in the
specifications).
(Sign and Seal of the Bidder)
Page 31 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure 7: Work execution Capacity per month
Supply, Installation, testing and commissioning of Grid connected Solar Rooftop
Project at site on beneficiaries’ premises
(To be submitted in online and physical mode)
Sr. No. Project Capacity Number of system per
month
1 1kW to 6 kW
2 >6kW to 10 kW
3 >10kW to 50 kW
4 >50kW
(Sign and Seal of the Bidder)
Page 32 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
7.0 TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS FOR
GRID CONNECTED SPV SYSTEMS
The proposed projects shall be commissioned as per the technical specifications given below. Any short
comings will lead to cancelation of order in full or part as decided by GEDA. The specifications, in the
GERC Regulation on Net Metering shall also be applicable.
1. DEFINITION:
A Grid Tied Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV array, Module Mounting
Structure, Power Conditioning Unit (PCU) consisting of Maximum Power Point Tracker (MPPT), Inverter,
and Controls & Protections, interconnect cables, solar meter, bi-directional energy meter and switches.
PV Array is mounted on a suitable structure. Grid tied SPV system is without battery and should be
designed with necessary features to supplement the grid power during daytime. Components and parts
used in the SPV power plants including the PV modules, metallic structures, cables, junction box,
switches, PCUs etc., should confirm to the BIS or IEC or international specifications, wherever such
specifications are available and applicable.
Solar PV system shall consist of following equipment/components.
• Solar PV modules consisting of required number of Crystalline PV modules.
• Grid interactive Power Conditioning Unit with Remote Monitoring System.
• Mounting structures.
• Junction Boxes.
• Earthing and lightening protections.
• IR/UV protected PVC Cables, pipes and accessories.
• Solar Meter and Bi-directional Energy Meter
a. SOLAR PHOTOVOLTAIC MODULES:
1.1.1 The PV modules used should be made in India, as per MNRE requirements. Necessary documents
in this regards must be provided to GEDA. Violation of norms of Domestic Content Requirement
(DCR) UNDER Solar PV projects will lead to penalties as mentioned in office memorandum of
MNRE GOI vide letter no. 283/2018-GRID SOLAR dated 20th February, 2018.
1.1.2. The PV modules used must qualify to the latest edition of IEC PV module qualification test or
equivalent BIS standards Crystalline Silicon Solar Cell Modules IEC 61215/IS14286, IEC 61853-Part
I, IS 16170-Part I for Photovoltaic (PV) module performance testing and energy rating, Irradiance
and temperature performance measurements, and power rating, In addition, the modules must
conform to IEC61730 Part-2- requirements for construction & Part 2 – requirements for testing,
for safety qualification or equivalent IS.
a) For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime, they
must qualify to IEC 61701/IS 61701
(Sign and Seal of the Bidder)
Page 33 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
b) The total solar PV array capacity should not be less than allocated capacity (kWp) and should
comprise of solar crystalline modules of minimum 200 Wp and above wattage. Module capacity
less than minimum 200 watts shall not be accepted.
c) Protective devices against surges at the PV module shall be provided. Low voltage drop bypass
diodes shall be provided.
d) PV modules must be tested and approved by one of the IEC authorized test centers.
e) The module frame shall be made of corrosion resistant materials, preferably having anodized
aluminum.
f) The bidder shall carefully design & accommodate requisite numbers of the modules to achieve the
rated power in his bid.
g) Other general requirement for the PV modules and sub systems shall be the following:
I. The rated output power of any supplied module can have tolerance of +/-3%.
II. The peak-power point voltage and the peak-power point current of any supplied module
and/or any module string (series connected modules) shall not vary by more than 2 (two)
per cent from the respective arithmetic means for all modules and/or for all module
strings, as the case may be.
III. The module shall be provided with a junction box with either provision of external screw
terminal connection or sealed type and with arrangement for provision of by-pass diode.
The box shall have hinged, weather proof lid with captive screws and cable gland entry
points or may be of sealed type and IP-65 rated.
IV. I-V curves at STC should be provided by bidder.
1.1.3. 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).
a) Name of the manufacturer of the PV module
b) Name of the manufacturer of Solar Cells.
c) Month & year of the manufacture (separate for solar cells and modules)
d) Country of origin (separately for solar cells and module)
e) I-V curve for the module Wattage, Im, Vm and FF for the module
f) Unique Serial No and Model No of the module
g) Date and year of obtaining IEC PV module qualification certificate.
h) Name of the test lab issuing IEC certificate.
i) Other relevant information on traceability of solar cells and module as per ISO 9001 and
ISO 14001
1.1.4. Warranties:
a) Material Warranty:
i. Material Warranty is defined as: The manufacturer should warrant the Solar Module(s) to
be free from the defects and/or failures specified below for a period not less than five (05)
years from the date of sale to the original customer ("Customer")
(Sign and Seal of the Bidder)
Page 34 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
ii. Defects and/or failures due to manufacturing
iii. Defects and/or failures due to quality of materials
iv. Non conformity to specifications due to faulty manufacturing and/or inspection processes.
If the solar Module(s) fails to conform to this warranty, the manufacturer will repair or
replace the solar module(s), at the Owners sole option.
b) Performance Warranty:
i. The predicted electrical degradation of power generated not exceeding 20% of the
minimum rated power over the 25 year period and not more than 10% after ten years
period of the full rated original output.
2. ARRAY STRUCTURE:
a) Hot dip galvanized MS mounting structures shall be used for mounting the modules/
panels/arrays. Each structure should have angle of inclination as per the site conditions to take
maximum insolation. However to accommodate more capacity the angle inclination may be
reduced until the plant meets the specified performance ratio requirements.
b) The Mounting structure shall be so designed to withstand the speed for the wind zone of the
location where a PV system is proposed to be installed in Gujarat (150 km/hr). It may be ensured
that the design has been certified by a recognized Lab/ Institution in this regard. Suitable fastening
arrangement such as grouting and calming should be provided to secure the installation against
the specific wind speed.
c) The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the
mounting structure shall be in compliance of latest IS4759, material thickness should be minimum
2.5 mm.
d) Structural material shall be corrosion resistant and electrolytically compatible with the materials
used in the module frame, its fasteners, nuts and bolts. Aluminum structures also can be used
which can withstand the wind speed of respective wind zone. Necessary protection towards
rusting need to be provided either by coating or anodization.
e) The fasteners used should be made up of stainless steel. The structures shall be designed to allow
easy replacement of any module. The array structure shall be so designed that it will occupy
minimum space without sacrificing the output from the SPV panels
f) Regarding civil structures the bidder need to take care of the load bearing capacity of the roof and
need arrange suitable structures based on the quality of roof.
g) The total load of the structure (when installed with PV modules) on the terrace should be less than
60 kg/m2.
h) The minimum clearance of the structure from the roof level should be 300 mm.
i) The module mounting structure shall be made of GI medium class pipe/ GI channel. The grouting
of the structure shall be done by PCC 1:2:3, which shall withstand the wind speed of 150 km/hr.
3. JUNCTION BOXES (JBs):
a) The junction boxes are to be provided in the PV array for termination of connecting cables. The J.
Boxes (JBs) shall be made of GRP/FRP/Powder Coated aluminum /cast aluminum alloy with full
(Sign and Seal of the Bidder)
Page 35 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs.
The JBs shall be such that input & output termination can be made through suitable cable glands.
b) Copper bus bars/terminal blocks housed in the junction box with suitable termination threads
Conforming to IP65 standard and IEC 62208 Hinged door with EPDM rubber gasket to prevent
water entry. Single /double compression cable glands. Provision of earthings; it should be placed
at 5 feet height or above for ease of accessibility.
c) Each Junction Box shall have High quality Suitable capacity Metal Oxide Varistors (MOVs) / SPDs,
suitable Reverse Blocking Diodes. The Junction Boxes shall have suitable arrangement monitoring
and disconnection for each of the groups.
d) Suitable markings shall be provided on the bus bar for easy identification and the cable ferrules
must be fitted at the cable termination points for identification
4. DC DISTRIBUTION BOARD:
a) DC Distribution panel to receive the DC output from the array field.
b) DC DPBs shall have sheet from enclosure of dust & vermin proof conform to IP 65 protection. The
bus bars are made of copper of desired size. Suitable capacity MCBs/MCCB shall be provided for
controlling the DC power output to the PCU along with necessary surge arrestors.
5. AC DISTRIBUTION PANEL BOARD:
a) AC Distribution Panel Board (DPB) shall control the AC power from PCU/inverter, and should have
necessary surge arrestors. Interconnection from ACDB to mains at LT Bus bar while in grid tied
mode.
b) All switches and the circuit breakers, connectors should conform to IEC60947, part I, II and III/
IS60947 part I, II and III.
c) The changeover switches, cabling work should be undertaken by the bidder as part of the project.
d) All the Panel’s shall be metal clad, totally enclosed, rigid, floor mounted, air -insulated, cubical
type suitable for operation on three phase / single phase,415 or 230 volts, 50 Hz
e) The panels shall be designed for minimum expected ambient temperature of 45 degree Celsius, 80
percent humidity and dusty weather.
f) All indoor panels will have protection of IP54 or better. All outdoor panels will have protection of
IP65 or better.
g) Should conform to Indian Electricity Act and rules (till last amendment).
h) All the 415 AC or 230 volts devices / equipment like bus support insulators, circuit breakers, SPDs,
VTs etc., mounted inside the switchgear shall be suitable for continuous operation and satisfactory
performance under the following supply conditions.
Variation in supply voltage : +/- 10 %
Variation in supply frequency : +/- 3 Hz
6. PCU/ARRAY SIZE RATIO:
a) The combined wattage of all inverters should not be less than rated capacity of power plant under
STC.
(Sign and Seal of the Bidder)
Page 36 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
b) Maximum power point tracker shall be integrated in the PCU/inverter to maximize energy drawn
from the array.
7. PCU/ Inverter:
As SPV array produce direct current electricity, it is necessary to convert this direct current into
alternating current and adjust the voltage levels to match the grid voltage. Conversion shall be achieved
using an electronic Inverter and the associated control and protection devices. All these components of
the system are termed the “Power Conditioning Unit (PCU)”. In addition, the PCU shall also house MPPT
(Maximum Power Point Tracker), an interface between Solar PV array & the Inverter, to the power
conditioning unit. Inverter output should be compatible with the grid frequency. Typical technical
features of the inverter shall be as follows:
o Allowable invertor capacity will be equal to module capacity (± 10% tolerance will be allowed)
o Switching devices : IGBT/MOSFET
o Control : Microprocessor /DSP
o Nominal AC output voltage and frequency: 415V, 3 Phase, 50 Hz (In case single phase inverters are
offered, suitable arrangement for balancing the phases must be made.) or Single phase as per
consumer requirements.
o Output frequency : 50 Hz
o Grid Frequency Synchronization range: + 3 Hz or more
o Ambient temperature considered: -20 °C to 50 °C
o Humidity: 95 % Non-condensing
o Protection of Enclosure : IP-20 (Minimum) for indoor.
: IP-65 (Minimum) for outdoor.
o Grid Frequency Tolerance range: + 3 or more
o Grid Voltage tolerance : - 20 % & + 15 %
o No-load losses: Less than 1% of rated power
o Inverter efficiency (minimum): >95%
o THD: < 3%
o PF: > 0.9
a) Three phase / single phase PCU / inverter shall be used with each power plant system depending
on customer’s requirement.
b) PCU/inverter shall be capable of complete automatic operation including wake-up,
synchronization & shutdown.
c) The output of power factor of PCU inverter is suitable for all voltage ranges or sink of reactive
power, inverter should have internal protection arrangement against any sustainable fault in
feeder line and against the lightning on feeder.
d) Built-in meter and data logger to monitor plant performance through external computer shall be
provided.
e) The power conditioning units / inverters should comply with applicable IEC/equivalent BIS
standard for efficiency measurements and environmental tests as per standard codes IEC 61683/IS
61683 and IEC 60068-2 (1,2,14,30) /Equivalent BIS Std.
(Sign and Seal of the Bidder)
Page 37 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
f) The charge controller (if any) / MPPT units environmental testing should qualify IEC 60068-2(1, 2,
14, 30) / Equivalent BIS Std. The junction boxes/enclosures should be IP 65(for outdoor)/ IP 54
(indoor) and as per IEC 529 specifications.
g) The PCU/ inverters should be tested from the MNRE approved test centers /NABL /BIS /IEC
accredited testing- calibration laboratories. In case of imported power conditioning units, these
should be approved by international test houses.
8. INTEGRATION OF PV POWER WITH GRID:
The output power from SPV would be fed to the inverters which converts DC produced by SPV array to AC
and feeds it into the main electricity grid after synchronization. In case of grid failure, or low or high
voltage, solar PV system shall be out of synchronization and shall be disconnected from the grid. Once the
grid comes into service PV system shall again be synchronized with grid supply and load requirement
would be met to the extent of availability of power. 4 pole isolation of inverter output with respect to the
grid power connection need to be provided, as per regulation.
9. DATA ACQUISITION SYSTEM / PLANT MONITORING
i. Data Acquisition System shall be provided for each of the solar PV plant.
ii. Remote Monitoring and data acquisition through Remote Monitoring System software at the
owner /GEDA location with latest software/hardware configuration and service connectivity for
online / real time data monitoring/control complete to be supplied and operation and
maintenance/control to be ensured by the CP. Provision for interfacing these data on GEDA server
and portal in future shall be kept.
10. METERING:
a) The bi-directional electronic energy meter (0.5 S class) shall be installed for the measurement of
import/Export of energy as per guidance of DISCOM.
b) The bidder must take approval/NOC from the Concerned DISCOM for the connectivity, technical
feasibility, and synchronization of SPV plant with distribution network and submit the same to
GEDA before commissioning of SPV plant.
c) Reverse power relay shall be provided by bidder (if necessary), as per the local DISCOM
requirement.
11. POWER CONSUMPTION:
a) Regarding the generated power consumption, priority need to give for internal consumption first
and thereafter any excess power can be exported to grid at APPC.
12. PROTECTIONS
The system should be provided with all necessary protections like earthing, Lightning, and grid islanding
as follows:
(Sign and Seal of the Bidder)
Page 38 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
12.1. LIGHTNING PROTECTION:
The SPV power plants shall be provided with lightning & over voltage protection. The main aim in this
protection shall be to reduce the over voltage to a tolerable value before it reaches the PV or other sub
system components. The source of over voltage can be lightning, atmosphere disturbances etc. The entire
space occupying the SPV array shall be suitably protected against Lightning by deploying required number
of Lightning Arrestors. Lightning protection should be provided as per IEC62305 standard. The protection
against induced high-voltages shall be provided by the use of metal oxide varistors (MOVs) and suitable
earthing such that induced transients find an alternate route to earth.
12.2. SURGE PROTECTION
Internal surge protection shall consist of three MOV type surge-arrestors connected from +ve and –ve
terminals to earth (via Y arrangement).
12.3. EARTHING PROTECTION
i. 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 earthed inside the array field.
ii. Earth resistance shall not be more than 0.5 ohms. It shall be ensured that all the earthing points
are bonded together to make them at the same potential.
12.4. GRID ISLANDING:
i. In the event of a power failure on the electric grid, it is required that any independent power-
producing inverters attached to the grid turn off immediately. This prevents the DC-to-AC
inverters from continuing to feed power into small sections of the grid, known as “islands.”
Powered islands present a risk to workers who may expect the area to be unpowered, and they
may also damage grid-tied equipment. The Rooftop PV system shall be equipped with islanding
protection. In addition to disconnection from the grid (due to islanding protection) disconnection
due to under and over voltage conditions shall also be provided.
ii. A manual disconnect 4 / 2 pole isolation switch (RCCB) beside automatic disconnection to grid
would have to be provided at utility end to isolate the grid connection by the utility personnel to
carry out any maintenance.
13. CABLES
Cables of appropriate size to be used in the system shall have the following characteristics:
i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards
ii. Temp. Range: –10°C to +80°C.
iii. Voltage rating 660/1000V
iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation
v. Flexible
(Sign and Seal of the Bidder)
Page 39 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
vi. 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 solar system to the
minimum. The cables (as per IS) should be insulated with a special grade PVC compound
formulated for outdoor use.
vii. Cable Routing/ Marking: All cable/wires are to be routed in a RPVC pipe/ GI cable tray and
suitably tagged and marked with proper manner by good quality ferule or by other means so that
the cable easily identified.
viii. The Cable should be so selected that it should be compatible up to the life of the solar PV panels
i.e. 25 years.
ix. The ratings given are approximate. All the cables required for the plant are to be provided by the
bidder. Any change in cabling sizes if desired by the bidder/approved after citing appropriate
reasons.
x. Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded
insulation or XLPE insulation. Overall PVC/XLPE insulation for UV protection Armoured cable for
underground laying. All cable trays including covers to be provided. All cables conform to latest
edition of IEC/equivalent BIS Standards as specified below: BoS item / component Standard
Description Standard Number Cables General Test and Measuring Methods, PVC/XLPE insulated
cables for working Voltage up to and including 1100 V, UV resistant for outdoor installation IS /IEC
69947.
xi. The size of each type of DC cable selected shall be based on minimum voltage drop however; the
maximum drop shall be limited to 1%.
xii. The size of each type of AC cable selected shall be based on minimum voltage drop however; the
maximum drop shall be limited to 2 %.
14. CONNECTIVITY
The maximum capacity for interconnection with the grid at a specific voltage level shall be as specified in
the GERC regulation for Grid connectivity and norms of DISCOM and amended from time to time.
15. DRAWINGS & MANUALS:
i. Two sets of Engineering, electrical drawings and Installation and O&M manuals are to be supplied.
Bidders shall provide complete technical datasheets for each equipment giving details of the
specifications along with make / makes in their bid along with basic design of the power plant and
power evacuation, synchronization along with protection equipment.
ii. Approved ISI and reputed makes for equipment be used.
16. SOLAR PV SYSTEM ON THE ROOFTOP FOR MEETING THE ANNUAL ENERGY REQUIREMENT
The Solar PV system on the rooftop of the selected buildings will be installed for meeting the
annual energy requirements of PV capacity permissible by DISCOM as per regulation issued by
GERC.
(Sign and Seal of the Bidder)
Page 40 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
17. SAFETY MEASURES:
The bidder 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.
DOCUMENTATION:
Operation & Maintenance manual / user manual shall be supplied along with the each power plant. The
manual shall include complete system details such as array lay out, schematic of the system, inverter
details, working principle etc. Step by step maintenance and troubleshooting procedures shall be given in
the manuals.
SHADOW ANALYSIS:
The shadow analysis of each site has to be carried out by Bidder and shall be his responsibility to educate
the user to install the system only in shadow free space. Lower performance of the system due to shadow
effect shall be the responsibility of the bidder and shall be liable for penalty for lower performance.
PERFORMACE RATIO:
The Performance Ratio (PR) is a measure of the quality of a PV plant that is independent of location and
insolation (power in solar radiation) and therefore often described as a quality factor. The PR is stated as
percent and describes the relationship between the actual and theoretical energy outputs of the PV plant.
It thus shows the proportion of the energy that is actually available for export to the grid after deduction
of energy loss. The procedure for performance monitoring is based on the standard IEC 61724 – PV
system performance monitoring: Guidelines for measurement, data exchange and analysis.
The PR shall be calculated as the ratio of
(a) Measured, actual power evacuated in the grid at the evacuation point at a particular
instant.
AND
(b) Calculated, Nominal Power Output of the plant at that instant. Wherein, the Nominal
Power Output of the plant is calculated as the product of ‘in-plane’ solar insolation reading
from the pyranometer (in kW/m2) and the net capacity of all the PV modules in (kW).
(Sign and Seal of the Bidder)
Page 41 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
QUALITY CERTIFICATION, STANDARDS AND TESTING FOR GRID-CONNECTED ROOFTOP
SOLAR PV SYSTEMS/POWER PLANTS
Quality certification and standards for grid-connected rooftop solar PV systems are essential for the
successful mass-scale implementation of this technology. It is also imperative to put in place an efficient
and rigorous monitoring mechanism, adherence to these standards. Hence, all components of grid-
connected rooftop solar PV system/ plant must conform to the relevant standards and certifications given
below:
Solar PV Modules/Panels
IEC 61215/ IS 14286
Design Qualification and Type Approval for Crystalline Silicon Terrestrial
Photovoltaic (PV) Modules
IEC 61701 Salt Mist Corrosion Testing of Photovoltaic (PV) Modules
IEC 61853- Part 1/ IS Photovoltaic (PV) module performance testing and energy rating –:
16170: Part 1 Irradiance and temperature performance measurements, and power rating
IEC 62716 Photovoltaic (PV) Modules – Ammonia (NH3) Corrosion Testing
(As per the site condition like dairies, toilets)
IEC 61730-1,2 Photovoltaic (PV) Module Safety Qualification – Part 1: Requirements for
Construction, Part 2: Requirements for Testing
Solar PV Inverters
IEC 62109-1, IEC Safety of power converters for use in photovoltaic power systems –
Part 1: General requirements, and Safety of power converters for use in
photovoltaic power systems
Part 2: Particular requirements for inverters. Safety compliance (Protection
degree IP 65 for outdoor mounting, IP 54 for indoor mounting)
62109-2
IEC/IS 61683
Photovoltaic Systems – Power conditioners: Procedure for Measuring
Efficiency (10%, 25%, 50%, 75% & 90-100% Loading Conditions)
(as applicable)
IEC 62116/ UL 1741/
Utility-interconnected Photovoltaic Inverters - Test Procedure of Islanding
Prevention Measures
IEEE 1547
(as applicable)
IEC 60255-27
Measuring relays and protection equipment – Part 27: Product safety
Requirements
IEC 60068-2 / IEC
62093
(as applicable)
Environmental Testing of PV System – Power Conditioners and Inverters
Fuses
IS/IEC 60947 (Part General safety requirements for connectors, switches, circuit breakers
1, 2 & 3), EN (AC/DC):
50521 a) Low-voltage Switchgear and Control-gear, Part 1: General rules
b) Low-Voltage Switchgear and Control-gear, Part 2: Circuit
(Sign and Seal of the Bidder)
Page 42 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Breakers
c) Low-voltage switchgear and Control-gear, Part 3: Switches, disconnectors,
switch-disconnectors and fuse-combination units
d) EN 50521: Connectors for photovoltaic systems – Safety requirements
and tests
IEC 60269-6 Low-voltage fuses - Part 6: Supplementary requirements for fuse-links for the
protection of solar photovoltaic energy systems
Solar PV Roof Mounting Structure
IS 2062/IS 4759 Material for the structure mounting
Surge Arrestors
BFC 17-102:2011 Lightening Protection Standard
IEC 60364-5-53/ IS
15086-5 (SPD)
IEC 61643-
11:2011
Electrical installations of buildings - Part 5-53: Selection and erection of
electrical equipment - Isolation, switching and control
Low-voltage surge protective devices - Part 11: Surge protective devices
connected to low-voltage power systems - Requirements and test methods
Cables
IEC 60227/IS 694, IEC
60502/IS 1554 (Part 1
& 2)/ IEC69947 (as
applicable)
General test and measuring method for PVC (Polyvinyl chloride) insulated
cables (for working voltages up to and including 1100 V, and UV resistant for
outdoor installation)
BS EN 50618
Electric cables for photovoltaic systems (BT(DE/NOT)258), mainly for DC
Cables
Earthing /Lightning
IEC 62561 Series
(Chemical earthing)
(as applicable)
IEC 62561-1
Lightning protection system components (LPSC) - Part 1: Requirements for
connection components
IEC 62561-2
Lightning protection system components (LPSC) - Part 2: Requirements for
conductors and earth electrodes
IEC 62561-7
Lightning protection system components (LPSC) - Part 7: Requirements for
earthing enhancing compounds
(Sign and Seal of the Bidder)
Page 43 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Junction Boxes
IEC 60529
Junction boxes and solar panel terminal boxes shall be of the thermo-plastic type
with IP 65 protection for outdoor use, and IP 54 protection for indoor use
Energy Meter
IS 16444 or as
specified by the
CSPDCLs
A.C. Static direct connected watt-hour Smart Meter Class 1 and 2 —
Specification (with Import & Export/Net energy measurements)
(Sign and Seal of the Bidder)
Page 44 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Format for Annual Turnover certificate
To be submitted on letter head of Chartered Accountant
TO WHOMSOEVER IT MAY CONCERN
We have verified the books of accounts and related record of Ms. ______________>
situated at <Address of the factory/firm> _ and on verififcation of the records we certify
that total Turnover of the above mentioned entity during the last three financial years are
as under:
Sr. No. Financial Year Total Turnover Rs. In lacs
1 2015-16
2 2016-17
3 2017-18
Total
Average Annual Turn Over of last
three years
Place: Sign and seal of Chartered Accountant
Date:
(Sign and Seal of the Bidder)
Page 45 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure: 8
Example of discovering the lowest price for each of the four SPV system range
Rates in Rs/Watt
Category A Category B Category C Category D
Max. Qty. per Bidder: 2000 kW Max. Qty. per Bidder: 1000 kW Max. Qty. per Bidder: 400 kW Max. Qty. per Bidder: 150 kW
Max. Nos. of Vendors: 28 Max. Nos. of Vendors: 38 Max. Nos. of Vendors: 63 Max. Nos. of Vendors: 42
Total Capacity: 56.25 MW Total Capacity: 37.5 MW Total Capacity: 25 MW Total Capacity: 6.25 MW
Bidder 1-6 kW
6-10
kW
10-50
kW
51+
kW
Bidder 1-6 kW
6-10
kW
10-50
kW
51+
kW
Bidder
1-6
kW
6-10 kW Bidder 1-6 kW
A1 63.5 61 57.2 44 B1 63 61 57.2 45 C1 63.5 56 D1 66
A2 67.5 59 58 46 B2 61 59 58 47 C2 67.5 59.1 D2 64.5
A3 64 58 51 41 B3 65 58 51 48.5 C3 64 52 D3 64.7
A4 60 56 53 39 B4 68 56 53 46 C4 60 59 D4 65
A5 66 55 54 45 B5 69 55 54 42 C5 66 58 D5 65.1
A6 65.5 53 52 49 B6 70 53 52 49 C6 65.5 53 D6 65.5
A7 66 52
Not
Quoted
42 B7
Not
Quoted
52 55 55 C7 66 54 D7 65.8
A8
Not
Quoted
59 49 47 B8 61.5
Not
Quoted
56
Not
Quoted
C8 69 64 D8 64.2
A9 68.5 52 51 41 B9 74 52 51 41 C9 68.5 61 D9 66.4
A10 59
Not
Quoted
56 43 B10
Not
Quoted
52.5 56 43 C10 67 56 D10 66.5
A11 65 53.5 55 43.5 B11 73.5 53.5 55 43.5 C11 65 57 D11 66.5
A12 61 58.5
Not
Quoted
48 B12 72 58.5 53 48 C12 65 59 D12 66.8
A13 68 57.6 56 50.1 B13 71
Not
Quoted
56 50.1 C13 68 51 D13 66.9
A14 61 61 52.5 49.5 B14 62 61 52.5 49.5 C14 61 60 D14 67.1
A15 61 54 53 48 B15 63 54 53 48 C15 61 62 D15 67.3
Lowest 59 52 49 39 61 52 51 41 60 51 64.2
LOWEST RATES TO BE ACCEPTED in Rs./kW Note:
Capacity Range Lowest Bidder Rs/kW Bidders A8, B7, B10 will not be offered to match the price for System Range of 1 to 6 kW as NOT QUOTED
1-6 kW A10 59 Bidders A10, B8, B13 will not be offered to match the price for System range of >6 to 10 kW as NOT QUOTED
>6-10 kW C13 51 Bidders A7, A12 will not be offered to match the price for System range of >10 to 50 kW as NOT QUOTED
>10-50 kW A8 49 Bidder B8 will not be offered to match the price for System range of >51 kW as NOT QUOTED
>51 kW A4 39
(Sign and Seal of the Bidder)
Page 46 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Annexure – 9
Example of Allotment of Capacity to the successful Bidders at Lowest price Discovered.
Rates in Rs/Watt
Category A Category B Category C Category D
Max. Qty. per Bidder: 2000 kW Max. Qty. per Bidder: 1000 kW Max. Qty. per Bidder: 400 kW Max. Qty. per Bidder: 150 kW
Max. Nos. of Vendors: 28 Max. Nos. of Vendors: 38 Max. Nos. of Vendors: 63 Max. Nos. of Vendors: 42
Total Capacity: 56.25 MW Total Capacity: 37.5 MW Total Capacity: 25 MW Total Capacity: 6.25 MW
Bidder 1-6 kW
6-10
kW
10-50
kW
51+
kW
Bidder 1-6 kW
6-10
kW
10-50
kW
51+
kW
Bidder 1-6 kW 6-10 kW Bidder 1-6 kW
A4 60 56 53 39 B3 65 58 51 48.5 C13 68 51 D8 64.2
A3 64 58 51 41 B9 74 52 51 41 C3 64 52 D2 64.5
A9 68.5 52 51 41 B6 70 53 52 49 C6 65.5 53 D3 64.7
A7 66 52
Not
Quoted
42 B14 62 61 52.5 49.5 C7 66 54 D4 65
A10 59
Not
Quoted
56 43 B4 68 56 53 46 C1 63.5 56 D5 65.1
A11 65 53.5 55 43.5 B12 72 58.5 53 48 C10 67 56 D6 65.5
A1 63.5 61 57.2 44 B15 63 54 53 48 C11 65 57 D7 65.8
A5 66 55 54 45 B5 69 55 54 42 C5 66 58 D1 66
A2 67.5 59 58 46 B7
Not
Quoted
52 55 55 C4 60 59 D9 66.4
A8
Not
Quoted
59 49 47 B11 73.5 53.5 55 43.5 C12 65 59 D10 66.5
A12 61 58.5
Not
Quoted
48 B8 61.5
Not
Quoted
56
Not
Quoted
C2 67.5 59.1 D11 66.5
A15 61 54 53 48 B10
Not
Quoted
52.5 56 43 C14 61 60 D12 66.8
A6 65.5 53 52 49 B13 71
Not
Quoted
56 50.1 C9 68.5 61 D13 66.9
A14 61 61 52.5 49.5 B1 63 61 57.2 45 C15 61 62 D14 67.1
A13 68 57.6 56 50.1 B2 61 59 58 47 C8 69 64 D15 67.3
Lowest 59 52 49 39 61 52 51 41 60 51 64.2
NOTE: The work shall be allotted to the Bidders who agree to match the lowest Price discovered for the respective system range, as given in
Annexure-8, until the capacity specified for respective Bidder Category gets exhausted, on the basis of their ranking in the price bid. In the event
that sufficient number of bidders are not available, the surplus capacity shall be reserved for allotment later to the Bidders who perform timely.
(Sign and Seal of the Bidder)
Page 47 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
FINANCIAL BID GUIDELINES
 Rates quoted by Bidder will be FOR destination prices inclusive of taxes, levies, duties, packing,
forwarding, freight, insurance, loading unloading, supply, installation, commissioning, meter
charges etc. and any/ all charges for successful Supply and Installation of the systems at any
locations in the State of Gujarat and all other miscellaneous expenses of marketing, commissions
etc. if any. The Grid connectivity chares shall be bared by the beneficiary.
 The rates quoted by the Bidder will be inclusive of GST, Work Contract Tax, or any other taxes
applicable to such work. Any escalation in such taxes/ levies during the tenure of the offer/ order
will not be paid by GEDA and Bidders are advised to take in to consideration any such escalations
in the prevailing taxes/levies/duties.
 In no circumstances, escalation in the prices will be entertained.
 Your rates are to be submitted as per the enclosed Performa of schedule of rates (online only).
Physical submission of price bid will disqualify the Bidder.
 The Rates shall be quoted in Rs. Per Watt and NOT in Rs per Kilo Watt
(Sign and Seal of the Bidder)
Page 48 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat
Price Bid (online only)
The rates mentioned are per Watt of system capacity
System range in kW Unit Rate in Rs. Per Watt
In figures In Words
Category D Bidders
1 to 6 kW Solar System
Category C Bidders
1 to 6 kW Solar System
>6 kW to 10 kW Solar system
Category B Bidders
1 to 6 kW Solar system
>6 kW to 10 kW Solar system
>10 kW to 50 kW Solar system
>51 kW Solar system
Category A Bidders
1 to 6 kW Solar system
>6 kW to 10 kW Solar system
>10 kW to 50 kW Solar system
>51 kW Solar System

Mais conteúdo relacionado

Semelhante a Gujarat energy development agency 125 mw

Bid document for Solar Plant in Jharkhand
Bid document for Solar Plant in JharkhandBid document for Solar Plant in Jharkhand
Bid document for Solar Plant in JharkhandHeadway Solar
 
Tendernotice_1 (1).pdf
Tendernotice_1 (1).pdfTendernotice_1 (1).pdf
Tendernotice_1 (1).pdfssusera91051
 
Tendernotice_1.pdf
Tendernotice_1.pdfTendernotice_1.pdf
Tendernotice_1.pdfssusera91051
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxswarnavet05
 
1324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-13654943321324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-1365494332Dayanand Sonawane
 
Ipds volume i.35-39
Ipds volume i.35-39Ipds volume i.35-39
Ipds volume i.35-39Sanjay Kumar
 
Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...
Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...
Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...Harish Sharma
 
Summary of SECI Tranche III - 1200 MW Hybrid Wind Solar
Summary of SECI Tranche III - 1200 MW Hybrid Wind SolarSummary of SECI Tranche III - 1200 MW Hybrid Wind Solar
Summary of SECI Tranche III - 1200 MW Hybrid Wind SolarPratap Malempati
 
Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)
Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)
Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)Gensol Engineering Limited
 
Andhra bank fire safety and energy audit new delhi zone
Andhra bank fire safety and energy audit new delhi zoneAndhra bank fire safety and energy audit new delhi zone
Andhra bank fire safety and energy audit new delhi zoneKumar Ramaiah
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Headway Solar
 
RFP Document for solar PV Project Rajasthan
RFP Document for solar PV Project RajasthanRFP Document for solar PV Project Rajasthan
RFP Document for solar PV Project RajasthanHeadway Solar
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdfHARIWAYLINES
 
Tender summary for SECI 2500 MW Wind-Solar Hybrid Tender
Tender summary for SECI 2500 MW Wind-Solar Hybrid TenderTender summary for SECI 2500 MW Wind-Solar Hybrid Tender
Tender summary for SECI 2500 MW Wind-Solar Hybrid TenderGensol Engineering Limited
 
Session 18 tender preparation & evaluation
Session 18   tender preparation & evaluationSession 18   tender preparation & evaluation
Session 18 tender preparation & evaluationChirag Jain
 
Transmission Sector & Project Management of Transmission Lines
Transmission Sector & Project Management of Transmission LinesTransmission Sector & Project Management of Transmission Lines
Transmission Sector & Project Management of Transmission LinesMANTHAN CHAUHAN
 
HYDRO_POLICY_UK_2015
HYDRO_POLICY_UK_2015HYDRO_POLICY_UK_2015
HYDRO_POLICY_UK_2015Anil Khadka
 

Semelhante a Gujarat energy development agency 125 mw (20)

Bid document for Solar Plant in Jharkhand
Bid document for Solar Plant in JharkhandBid document for Solar Plant in Jharkhand
Bid document for Solar Plant in Jharkhand
 
Tendernotice_1 (1).pdf
Tendernotice_1 (1).pdfTendernotice_1 (1).pdf
Tendernotice_1 (1).pdf
 
Tendernotice_1.pdf
Tendernotice_1.pdfTendernotice_1.pdf
Tendernotice_1.pdf
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docx
 
1324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-13654943321324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-1365494332
 
Ipds volume i.35-39
Ipds volume i.35-39Ipds volume i.35-39
Ipds volume i.35-39
 
Bid document reverse tendering
Bid document reverse tenderingBid document reverse tendering
Bid document reverse tendering
 
Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...
Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...
Illustration ppt for 2000 mw Tariff based competitive bidding of solar power ...
 
Summary of SECI Tranche III - 1200 MW Hybrid Wind Solar
Summary of SECI Tranche III - 1200 MW Hybrid Wind SolarSummary of SECI Tranche III - 1200 MW Hybrid Wind Solar
Summary of SECI Tranche III - 1200 MW Hybrid Wind Solar
 
Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)
Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)
Notice for Energy Storage Project by Neyveli Lignite Corporation (NLC)
 
Andhra bank fire safety and energy audit new delhi zone
Andhra bank fire safety and energy audit new delhi zoneAndhra bank fire safety and energy audit new delhi zone
Andhra bank fire safety and energy audit new delhi zone
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015
 
RFP Document for solar PV Project Rajasthan
RFP Document for solar PV Project RajasthanRFP Document for solar PV Project Rajasthan
RFP Document for solar PV Project Rajasthan
 
Final tender chp
Final tender chpFinal tender chp
Final tender chp
 
Prebid-Part-1-C.pdf
Prebid-Part-1-C.pdfPrebid-Part-1-C.pdf
Prebid-Part-1-C.pdf
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdf
 
Tender summary for SECI 2500 MW Wind-Solar Hybrid Tender
Tender summary for SECI 2500 MW Wind-Solar Hybrid TenderTender summary for SECI 2500 MW Wind-Solar Hybrid Tender
Tender summary for SECI 2500 MW Wind-Solar Hybrid Tender
 
Session 18 tender preparation & evaluation
Session 18   tender preparation & evaluationSession 18   tender preparation & evaluation
Session 18 tender preparation & evaluation
 
Transmission Sector & Project Management of Transmission Lines
Transmission Sector & Project Management of Transmission LinesTransmission Sector & Project Management of Transmission Lines
Transmission Sector & Project Management of Transmission Lines
 
HYDRO_POLICY_UK_2015
HYDRO_POLICY_UK_2015HYDRO_POLICY_UK_2015
HYDRO_POLICY_UK_2015
 

Mais de Jay Ranvir

Solar net metering policy
Solar net metering policySolar net metering policy
Solar net metering policyJay Ranvir
 
Open access mp
Open access mpOpen access mp
Open access mpJay Ranvir
 
Profile on the production retreaded tyre
Profile on the production retreaded tyreProfile on the production retreaded tyre
Profile on the production retreaded tyreJay Ranvir
 
Tyre Retreading by Hot Retreading Process
Tyre Retreading by Hot Retreading ProcessTyre Retreading by Hot Retreading Process
Tyre Retreading by Hot Retreading ProcessJay Ranvir
 
Open Access Charges Rajasthan
Open Access Charges RajasthanOpen Access Charges Rajasthan
Open Access Charges RajasthanJay Ranvir
 
Response to msedcl demands
Response to msedcl demandsResponse to msedcl demands
Response to msedcl demandsJay Ranvir
 
Practice directions rts net metering regulations 2015
Practice directions  rts  net metering regulations 2015Practice directions  rts  net metering regulations 2015
Practice directions rts net metering regulations 2015Jay Ranvir
 
Ppa agreement draft
Ppa agreement draftPpa agreement draft
Ppa agreement draftJay Ranvir
 
Notified f &amp;s regulations 2018
Notified f &amp;s  regulations 2018Notified f &amp;s  regulations 2018
Notified f &amp;s regulations 2018Jay Ranvir
 
Detailed comparison of capex vs opex
Detailed comparison of capex vs opexDetailed comparison of capex vs opex
Detailed comparison of capex vs opexJay Ranvir
 
Plastics to oil report
Plastics to oil reportPlastics to oil report
Plastics to oil reportJay Ranvir
 
Detail information of 5 t pyrolysis plant
Detail information of 5 t pyrolysis plantDetail information of 5 t pyrolysis plant
Detail information of 5 t pyrolysis plantJay Ranvir
 
Model ppa for renewable energy sources
Model ppa for renewable energy sourcesModel ppa for renewable energy sources
Model ppa for renewable energy sourcesJay Ranvir
 
Verification of compliance of renewable purchase obligation
Verification of compliance of renewable purchase obligationVerification of compliance of renewable purchase obligation
Verification of compliance of renewable purchase obligationJay Ranvir
 
Short term open access status for march 17
Short term open access status for march 17Short term open access status for march 17
Short term open access status for march 17Jay Ranvir
 
The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)Jay Ranvir
 
The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)Jay Ranvir
 
Forecasting, scheduling and imbalance handling for Solar Wind Energy
Forecasting, scheduling and imbalance handling for Solar Wind EnergyForecasting, scheduling and imbalance handling for Solar Wind Energy
Forecasting, scheduling and imbalance handling for Solar Wind EnergyJay Ranvir
 
Ppa model presentation
Ppa model presentationPpa model presentation
Ppa model presentationJay Ranvir
 

Mais de Jay Ranvir (20)

Solar net metering policy
Solar net metering policySolar net metering policy
Solar net metering policy
 
Open access mp
Open access mpOpen access mp
Open access mp
 
Profile on the production retreaded tyre
Profile on the production retreaded tyreProfile on the production retreaded tyre
Profile on the production retreaded tyre
 
Tyre Retreading by Hot Retreading Process
Tyre Retreading by Hot Retreading ProcessTyre Retreading by Hot Retreading Process
Tyre Retreading by Hot Retreading Process
 
Ch21
Ch21Ch21
Ch21
 
Open Access Charges Rajasthan
Open Access Charges RajasthanOpen Access Charges Rajasthan
Open Access Charges Rajasthan
 
Response to msedcl demands
Response to msedcl demandsResponse to msedcl demands
Response to msedcl demands
 
Practice directions rts net metering regulations 2015
Practice directions  rts  net metering regulations 2015Practice directions  rts  net metering regulations 2015
Practice directions rts net metering regulations 2015
 
Ppa agreement draft
Ppa agreement draftPpa agreement draft
Ppa agreement draft
 
Notified f &amp;s regulations 2018
Notified f &amp;s  regulations 2018Notified f &amp;s  regulations 2018
Notified f &amp;s regulations 2018
 
Detailed comparison of capex vs opex
Detailed comparison of capex vs opexDetailed comparison of capex vs opex
Detailed comparison of capex vs opex
 
Plastics to oil report
Plastics to oil reportPlastics to oil report
Plastics to oil report
 
Detail information of 5 t pyrolysis plant
Detail information of 5 t pyrolysis plantDetail information of 5 t pyrolysis plant
Detail information of 5 t pyrolysis plant
 
Model ppa for renewable energy sources
Model ppa for renewable energy sourcesModel ppa for renewable energy sources
Model ppa for renewable energy sources
 
Verification of compliance of renewable purchase obligation
Verification of compliance of renewable purchase obligationVerification of compliance of renewable purchase obligation
Verification of compliance of renewable purchase obligation
 
Short term open access status for march 17
Short term open access status for march 17Short term open access status for march 17
Short term open access status for march 17
 
The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)
 
The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)The indian-sunshine-the-solar-energy-landscape-in-india (1)
The indian-sunshine-the-solar-energy-landscape-in-india (1)
 
Forecasting, scheduling and imbalance handling for Solar Wind Energy
Forecasting, scheduling and imbalance handling for Solar Wind EnergyForecasting, scheduling and imbalance handling for Solar Wind Energy
Forecasting, scheduling and imbalance handling for Solar Wind Energy
 
Ppa model presentation
Ppa model presentationPpa model presentation
Ppa model presentation
 

Último

Gravity concentration_MI20612MI_________
Gravity concentration_MI20612MI_________Gravity concentration_MI20612MI_________
Gravity concentration_MI20612MI_________Romil Mishra
 
Javier_Fernandez_CARS_workshop_presentation.pptx
Javier_Fernandez_CARS_workshop_presentation.pptxJavier_Fernandez_CARS_workshop_presentation.pptx
Javier_Fernandez_CARS_workshop_presentation.pptxJavier Fernández Muñoz
 
Theory of Machine Notes / Lecture Material .pdf
Theory of Machine Notes / Lecture Material .pdfTheory of Machine Notes / Lecture Material .pdf
Theory of Machine Notes / Lecture Material .pdfShreyas Pandit
 
11. Properties of Liquid Fuels in Energy Engineering.pdf
11. Properties of Liquid Fuels in Energy Engineering.pdf11. Properties of Liquid Fuels in Energy Engineering.pdf
11. Properties of Liquid Fuels in Energy Engineering.pdfHafizMudaserAhmad
 
Stork Webinar | APM Transformational planning, Tool Selection & Performance T...
Stork Webinar | APM Transformational planning, Tool Selection & Performance T...Stork Webinar | APM Transformational planning, Tool Selection & Performance T...
Stork Webinar | APM Transformational planning, Tool Selection & Performance T...Stork
 
Cost estimation approach: FP to COCOMO scenario based question
Cost estimation approach: FP to COCOMO scenario based questionCost estimation approach: FP to COCOMO scenario based question
Cost estimation approach: FP to COCOMO scenario based questionSneha Padhiar
 
Turn leadership mistakes into a better future.pptx
Turn leadership mistakes into a better future.pptxTurn leadership mistakes into a better future.pptx
Turn leadership mistakes into a better future.pptxStephen Sitton
 
Energy Awareness training ppt for manufacturing process.pptx
Energy Awareness training ppt for manufacturing process.pptxEnergy Awareness training ppt for manufacturing process.pptx
Energy Awareness training ppt for manufacturing process.pptxsiddharthjain2303
 
"Exploring the Essential Functions and Design Considerations of Spillways in ...
"Exploring the Essential Functions and Design Considerations of Spillways in ..."Exploring the Essential Functions and Design Considerations of Spillways in ...
"Exploring the Essential Functions and Design Considerations of Spillways in ...Erbil Polytechnic University
 
THE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTION
THE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTIONTHE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTION
THE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTIONjhunlian
 
CS 3251 Programming in c all unit notes pdf
CS 3251 Programming in c all unit notes pdfCS 3251 Programming in c all unit notes pdf
CS 3251 Programming in c all unit notes pdfBalamuruganV28
 
priority interrupt computer organization
priority interrupt computer organizationpriority interrupt computer organization
priority interrupt computer organizationchnrketan
 
A brief look at visionOS - How to develop app on Apple's Vision Pro
A brief look at visionOS - How to develop app on Apple's Vision ProA brief look at visionOS - How to develop app on Apple's Vision Pro
A brief look at visionOS - How to develop app on Apple's Vision ProRay Yuan Liu
 
Katarzyna Lipka-Sidor - BIM School Course
Katarzyna Lipka-Sidor - BIM School CourseKatarzyna Lipka-Sidor - BIM School Course
Katarzyna Lipka-Sidor - BIM School Coursebim.edu.pl
 
2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.
2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.
2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.elesangwon
 
Computer Graphics Introduction, Open GL, Line and Circle drawing algorithm
Computer Graphics Introduction, Open GL, Line and Circle drawing algorithmComputer Graphics Introduction, Open GL, Line and Circle drawing algorithm
Computer Graphics Introduction, Open GL, Line and Circle drawing algorithmDeepika Walanjkar
 
Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...
Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...
Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...Sumanth A
 
List of Accredited Concrete Batching Plant.pdf
List of Accredited Concrete Batching Plant.pdfList of Accredited Concrete Batching Plant.pdf
List of Accredited Concrete Batching Plant.pdfisabel213075
 
Artificial Intelligence in Power System overview
Artificial Intelligence in Power System overviewArtificial Intelligence in Power System overview
Artificial Intelligence in Power System overviewsandhya757531
 

Último (20)

Gravity concentration_MI20612MI_________
Gravity concentration_MI20612MI_________Gravity concentration_MI20612MI_________
Gravity concentration_MI20612MI_________
 
Javier_Fernandez_CARS_workshop_presentation.pptx
Javier_Fernandez_CARS_workshop_presentation.pptxJavier_Fernandez_CARS_workshop_presentation.pptx
Javier_Fernandez_CARS_workshop_presentation.pptx
 
Theory of Machine Notes / Lecture Material .pdf
Theory of Machine Notes / Lecture Material .pdfTheory of Machine Notes / Lecture Material .pdf
Theory of Machine Notes / Lecture Material .pdf
 
11. Properties of Liquid Fuels in Energy Engineering.pdf
11. Properties of Liquid Fuels in Energy Engineering.pdf11. Properties of Liquid Fuels in Energy Engineering.pdf
11. Properties of Liquid Fuels in Energy Engineering.pdf
 
Designing pile caps according to ACI 318-19.pptx
Designing pile caps according to ACI 318-19.pptxDesigning pile caps according to ACI 318-19.pptx
Designing pile caps according to ACI 318-19.pptx
 
Stork Webinar | APM Transformational planning, Tool Selection & Performance T...
Stork Webinar | APM Transformational planning, Tool Selection & Performance T...Stork Webinar | APM Transformational planning, Tool Selection & Performance T...
Stork Webinar | APM Transformational planning, Tool Selection & Performance T...
 
Cost estimation approach: FP to COCOMO scenario based question
Cost estimation approach: FP to COCOMO scenario based questionCost estimation approach: FP to COCOMO scenario based question
Cost estimation approach: FP to COCOMO scenario based question
 
Turn leadership mistakes into a better future.pptx
Turn leadership mistakes into a better future.pptxTurn leadership mistakes into a better future.pptx
Turn leadership mistakes into a better future.pptx
 
Energy Awareness training ppt for manufacturing process.pptx
Energy Awareness training ppt for manufacturing process.pptxEnergy Awareness training ppt for manufacturing process.pptx
Energy Awareness training ppt for manufacturing process.pptx
 
"Exploring the Essential Functions and Design Considerations of Spillways in ...
"Exploring the Essential Functions and Design Considerations of Spillways in ..."Exploring the Essential Functions and Design Considerations of Spillways in ...
"Exploring the Essential Functions and Design Considerations of Spillways in ...
 
THE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTION
THE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTIONTHE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTION
THE SENDAI FRAMEWORK FOR DISASTER RISK REDUCTION
 
CS 3251 Programming in c all unit notes pdf
CS 3251 Programming in c all unit notes pdfCS 3251 Programming in c all unit notes pdf
CS 3251 Programming in c all unit notes pdf
 
priority interrupt computer organization
priority interrupt computer organizationpriority interrupt computer organization
priority interrupt computer organization
 
A brief look at visionOS - How to develop app on Apple's Vision Pro
A brief look at visionOS - How to develop app on Apple's Vision ProA brief look at visionOS - How to develop app on Apple's Vision Pro
A brief look at visionOS - How to develop app on Apple's Vision Pro
 
Katarzyna Lipka-Sidor - BIM School Course
Katarzyna Lipka-Sidor - BIM School CourseKatarzyna Lipka-Sidor - BIM School Course
Katarzyna Lipka-Sidor - BIM School Course
 
2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.
2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.
2022 AWS DNA Hackathon 장애 대응 솔루션 jarvis.
 
Computer Graphics Introduction, Open GL, Line and Circle drawing algorithm
Computer Graphics Introduction, Open GL, Line and Circle drawing algorithmComputer Graphics Introduction, Open GL, Line and Circle drawing algorithm
Computer Graphics Introduction, Open GL, Line and Circle drawing algorithm
 
Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...
Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...
Robotics-Asimov's Laws, Mechanical Subsystems, Robot Kinematics, Robot Dynami...
 
List of Accredited Concrete Batching Plant.pdf
List of Accredited Concrete Batching Plant.pdfList of Accredited Concrete Batching Plant.pdf
List of Accredited Concrete Batching Plant.pdf
 
Artificial Intelligence in Power System overview
Artificial Intelligence in Power System overviewArtificial Intelligence in Power System overview
Artificial Intelligence in Power System overview
 

Gujarat energy development agency 125 mw

  • 1. e-Tender for Empanelment of Vendors under Rate Contract for Design, Supply, Installation & Commissioning of Grid tied Rooftop Solar Photovoltaic Systems in residential, institutional and social sectors, aggregating to 125 MW, including five years comprehensive maintenance contract in the State of Gujarat during the Year 2018 - 19 Gujarat Energy Development Agency 4th Floor, Block No.11 and 12, Udyog Bhavan, Sector - 11 Gandhinagar – 382 017, Gujarat, India Phone: +91 79 23257251/2/3 Fax: +91 79 23257255, 23247097
  • 2. (Sign and Seal of the Bidder) Page 2 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat I N D E X Sr. No. Description Page No. TABLE OF CONTENTS- for Part 1 of the tender 1 E - Tender Notice 3 2 Tender at a Glance 6 3 1.0 e Tendering (Online Tendering) Instruction to Bidders 7 4 2.0 Check List 9 5 General Information about the Bidders (Annexure – 1) 10 6 3.0 Instructions to the Bidder 12 7 4.0 General Terms & Conditions 15 8 5.0 SCOPE OF WORK, GUIDELINES and ELIGIBILITY CRITERIA FOR BIDDERSS 17 9 6.0 Tender Evaluation Criteria 24 10 Annexure – 2: Details of Similar Work Experience in last two years 25 11 Annexure – 3: Details of Technical Staff available for Execution of the Work 26 12 Annexure – 4: Declaration 27 13 Annexure – 5: Deviation Sheet 28 14 Annexure – 6: List of Plant and Machinery 29 15 FORMAT FOR WARRANTY CARD TO BE SUPPLIED WITH EACH SOLAR PV SYSTEM 30 16 Annexure 7: Work execution Capacity per month. 31 17 7.0 Technical Specifications 32 18 Format for Annual Turnover Certificate 44 19 Annexure-8: Example of discovering the lowest price for each of the four SPV system range 45 20 Annexure-9: Example of Allotment of Capacity to the successful Bidders at Lowest price Discovered 46 PART – II : FINANCIAL OFFER SCHEDULE OF RATES 47 48
  • 3. (Sign and Seal of the Bidder) Page 3 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Gujarat Energy Development Agency 4th floor, Block No. 11 and 12, Sector - 11 Gandhinagar – 382 017, Gujarat, India Phone:+91 79 23257251/2/3, Fax: +91 79 23257255 URL:http://www.geda.gujarat.gov.in/ TENDER NO. : GEDA/SRT/2018-19/125MW E - TENDER NOTICE Gujarat Energy Development Agency invites e-Tender for Empanelment of Vendors under Rate Contract for Supply, Installation & Commissioning of Grid tied Rooftop Solar Photovoltaic Systems in residential, institutional and social sectors, aggregating to 125 MW, including five years comprehensive maintenance contract in the State of Gujarat during the Year 2018 – 19 Tender Document can be downloaded from the Agencies website https://geda.nprocure.com or www.nprocure.com. Interested parties are required to fill in the requisite details and submit their Technical Bid and Financial Bids along with a non-refundable Tender Fee of Rs. 15,000/- and EMD, as applicable to the bidder according to the eligibility criterion. The rates invited are for four ranges of solar system capacity i.e. 1 to 6 kW, >6kW <=10kW, >10kW <=50 kW and > 51 kW. The eligibility of the bidder for quoting the rates for the various ratings shall be as below: TABLE -1 Sr. No. Type of Bidder Average Annual Turn Over during last three years, Rs. In lacs Experience of SPV installations in last two years in kW Eligible for quoting rates for the following range of Solar roof top System capacity in kW EMD, (Rs. Lacs) Maximum Work allotment per successful bidder, kW a b c d e f G 1 Category A 330.00 700 1 to 6, >6 to 10, >10 to 50 & >51 kW 33.00 2000 2 Category B 165.00 350 1 to 6, >6 to 10, >10 to 50 & >51 kW 16.50 1000 3 Category C 66.00 140 1 to 6, and >6 to 10 kW 6.60 400 4 Category D Not required Not required 1 to 6 kW ONLY 2.475 150 The total capacity for which the tender is invited is 125 MW. The bidders are required to ensure themselves before submitting their tender, as to for which range of system as specified in column “e” of table -1 are they eligible for quoting the rates and which type of bidder as specified in the column ‘b’ of table-1 they belong to. The bids of the Bidders quoting the rates for the range of systems for which they are not eligible shall be out rightly rejected.
  • 4. (Sign and Seal of the Bidder) Page 4 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat The procedure for allotment of the work to the bidders who are shortlisted on the basis of the eligibility criteria shall be as follows: TABLE-2 Sr. No Bidder Type Total Capacity, MW Maximum Capacity to be allotted to per Bidder, kW Maximum number of Bidders to whom the capacity shall be allotted, Numbers System rating for which the bidder type is ELIGIBLE to quote the rate in the Price Bid Mandatory range of system for which RATE MUST be quoted by the bidder. a b c d e f G 1 Category A 56.25 2000 28 1 to 6, >6 to 10, >10 to 50 & >51 kW >51 kW 2 Category B 37.50 1000 38 1 to 6, >6 to 10, >10 to 50 & >51 kW >10 kW to 50 kW 3 Category C 25.00 400 63 1 to 6, and >6 to 10 kW >6 kW to 10 kW 4 Category D 06.25 150 42 1 to 6 kW ONLY 1 to 6 kW ONLY The rates quoted by the bidders in the Price bid of all the technically qualified bidders will be opened and the financial offers will be arranged in the ascending order of their quoted rates i.e. L- 1, L-2, L-3, L-4, L-5....Ln for all range of system ratings separately. The Lowest Price shall be discovered for each of the range of system capacity based on Universal lowest from the matrix of the above rates. All the eligible bidders will be offered to give their consent to match the lowest rates of the system range for which they applied for and allotment of the capacity shall be done accordingly, if the bidder agrees to match the lowest price discovered, subject to the upper cap of number of bidders as specified in column “e” of the table-2 above. Having discovered the lowest price in each of the four numbers of range of system ratings, for the allotment of the capacity at the lowest price to the each type of the bidder, the original quoted price for the bidder type A, B, C and D shall be as per the column “g” of the Table-2 above. The example for discovering the lowest rate per capacity range and the procedure for allotment of capacity is given in Annexure 8 & 9 respectively, only for the guidance to the bidders. In the event that more than one bidder has quoted the same price within a capacity range in that case the number of bidders eligible for allotment shall be more than specified in the respective category, which shall thus decrease the allotment capacity per bidder. a IIIIIIIIIIIs an example is given at Annexure 7 and Annexure 8. The successful bidder shall be required to pay security deposit cum performance guarantee @ 10 % which shall be the product of the lowest discovered price and the quantum of capacity allotment in kW as specified in table-2 above. This security deposit cum performance guarantee shall be kept with GEDA for a period of five years from the date of allotment of the capacity, and shall be released at the end of the completion of five years and six months from the date of the installation and commissioning of the last system by the bidder. No interest shall be paid on this deposit. In case of availability of more than required vendors after matching L1 price under each category as mentioned in above table, work will be allotted to those vendors whose quoted prices were in ascending order from lowest quote.
  • 5. (Sign and Seal of the Bidder) Page 5 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat In case of non-availability of number of bidders as specified in each category, balance capacity shall kept reserved for further allocation in future on the basis of the performance of the bidders to whom allotment would have been made. Separate tender fee and EMD as applicable according to the eligibility criterion shall be paid in the form of Demand Draft drawn on any Nationalized Bank, ICICI Bank, IDBI Bank, AXIS Bank, HDFC Bank, Kotak Mahindra Bank, Yes Bank, IndusInd Bank , Saurastra Gramin Bank, Baroda Gujarat Gramin Bank, Dena Gujarat Gramin Bank, The Kalupur Commercial Co-operative Bank Ltd. , Rajkot Nagrik Sahakari Bank Ltd. , The Ahmedabad Mercantile Co-operative Bank Ltd., The Mehsana Urban Co-operative Bank Ltd. separately in favor of Gujarat Energy Development Agency payable at Gandhinagar. The Tender schedule is as follows: A pre bid meeting shall be held at 11.30 a.m. on 12th June, 2018 at GEDA Conference room, Gandhinagar for clarifications, if any, that may be required by the tenderers. Director, GEDA reserves the right to reject any/all offers without assigning any reasons thereof. Though adequate care has been taken while preparing the tender Documents, the Bidder shall satisfy himself that the document is complete in all respects. Intimation of any discrepancy shall be given to this office immediately. Queries/ Interpretation of the terms and conditions of the tender shall be addressed by the tenderer to the Director, GEDA and send the same by e mail at director@geda.org.in on or before 11th June, 2018. If no communication is received from any Bidder by the aforesaid date, it shall be considered that the bid document is complete in all respects and has been received by the Bidder. Any issues raised after the Pre bid meeting shall not be considered whatsoever. The comments received if any, on the tender document shall be examined by GEDA and its decision communicated to all timely. Director Gujarat Energy Development Agency, Gandhinagar Sr. No. Tender Schedule Date Time 1. Online Downloading Start Date 03/06/2018 12.00 p.m. 2. PRE BID Meeting 12/06/2018 11.30 a.m. 3. Online Downloading End Date 18/06/2018 12.00 p.m. 4. Last Date of Physical Submission in GEDA Office 18/06/2018 5.00 p.m. 5. Bid Opening in GEDA Office 19/06/2018 3.30 p.m.
  • 6. (Sign and Seal of the Bidder) Page 6 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Tender at a Glance Unless otherwise mentioned all the requirements mentioned in this section of tender at a Glance shall be fulfilled, even if not mentioned elsewhere in the tender document. Sr. No. Parameter Bidder category A B C D 1 Quantity in kW per Successful Bidder 2000 1000 400 150 2 Category wise total capacity in MW 56.25 MW 37.50 MW 25.00 MW 06.25 MW 3 Maximum number of Bidders to whom the capacity shall be allotted, Numbers 28 38 63 42 4 Eligible for quoting rates for Solar roof top Systems 1 to > 51 kW 1 to > 51 kW 1 to 10 kW 1 to 6 kW ONLY 5 Mandatory to quote the rate for the system rating by the bidder. >51 kW >10 to 50 kW >6 to 10 kW 1 to 6 kW ONLY 6 Tender Fee, Rs. 15,000 15,000 15,000 15,000 7 Earnest Money Deposit, Rs. In lacs 33.000 16.500 6.600 2.475 8 Security Deposit cum Performance Guarantee to be paid on allotment of capacity, Rs. In lacs for five & half years 110.00 55.00 22.00 8.25 9 Average Annual Turn Over during last three years, supported by a Certificate of Chartered Accountant in prescribed format, Rs. In lacs 330.00 165.00 66.00 Nil 10 Experience during last two years in kW 700 350 140 Nil 11 Single largest system executed in last two years, kW 25 10 5 Nil 12 Time line for Registration, DISCOM estimate payment for 50 % of Capacity allotted, from date of allotment, in days 120 120 120 120 13 Time line for Commissioning from date of allotment, in days. 180 180 180 180 14 Time line for installation and commissioning of the balance 50 % of the allotted capacity from date of allotment, in days. 330 330 330 330 15 Failure of meeting the timeline shall result into cancellation of the allotment, and that capacity may be allotted to other successful bidder. 16 The Bidder shall have the Electrical Contractor License issued by the Chief Electrical Inspector 17 If Bidder himself is not Manufacturer of either solar PV module or Invertor, shall submit at least ONE letter of consent from the manufacturer either of SPV module or Invertor, mentioning to agree supply of SPV modules / Invertor to the Bidder for the scope under this tender. 18 The Tender Document shall be spirally BOUND after attaching the additional information asked for at the end of the tender document and shall be given PAGE NUMBERS and given in a separate Index in the beginning of the tender attached with the covering letter which shall mention the number of additional pages attached, other than the tender document itself.
  • 7. (Sign and Seal of the Bidder) Page 7 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 1.0 e Tendering (Online Tendering) Instruction to Bidders 1. Down loading of Tender Documents 1.1. Bid document will be available on web site up to date shown in the tender advertisement. 1.2. Bidders who wishes to participate in this tender will have to get themselves registered on web site www.nprocure.com or https://geda.nprocure.com 2. Digital Certificate 2.1. Bidders who wish to participate in on line tenders will have to procure / shall have legally valid digital Certificate as per Information Technology act 2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contact (n) code solutions- a division of GNFC Ltd, who are licensed certifying Authority by Govt. Of India 2.2. All bids shall be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address shall be contacted 2.3. (n) Code Solution-A division of GNFC Ltd., (n) procure cell 403, GNFC Infotower, S. G. Road, Bodakdev, Ahmedabad- 380 054 Tel: +91 79 26854511/12/13 (Ext. 501,512, 516,517,525) Fax: +91 79 26857321 E-mail: nprocure@ncode.in Toll free number: 1-800-233-1010 (Ext. 501, 512,516, 517,525) 2.4. Bidders who already have a valid Digital certificate need not procure a new digital certificate. 3. On line Submission of Technical and Price Bid 3.1. Bidders can prepare and edit their offers number of times before tender submission date and time. After tender submission date and time, Bidders cannot edit their offer submitted in any case. No written or online request in this regard shall be granted. 3.2. Bidders shall submit their offer, i. e. Technical bid as well as Price bid in Electronic format on above mentioned website and date shown in the tender details after Digitally signing the same. Physical submission of PRICE BID will disqualify the Bidders. 3.3. Offers submitted without digitally signed will not be accepted. 3.4. Offers only in physical form will not be accepted in any case. 4. Contacting Officer 4.1. Further details / clarification , if any required, will be available from Director, GUJARAT ENERGY DEVELOPMENT AGENCY, 4th floor, Block No. 11 and 12 Udyog Bhavan, Sector -11 Gandhinagar, Gujarat, India Phone : +91-079-23257251, 23257252, 23257253, 23257254 4.2. In case Bidders needs any clarification /assistance or if training required for
  • 8. (Sign and Seal of the Bidder) Page 8 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat participating in online tender , they can contact at following office 4.3. (n) Code Solution-A division of GNFC Ltd., (n) procure cell 403, GNFC Infotower, S. G. Road, Bodakdev, Ahmedabad- 380 054 Tel: +91 79 26854511/12/13 (Ext. 501,512, 516,517,525) Fax: +91 79 26857321 E-mail: nprocure@ncode.in Toll free number: 1-800-233-1010 (Ext. 501, 512,516, 517,525) 5. General Instructions: 5.1. The fees paid for on line tender document will not be refunded under any circumstances 5.2. EMD in the form specified in tender document only shall be accepted. 5.3. Tenders without Tender document fees, earnest money deposit (EMD) and which do not fulfils all or any of the condition or submitted in complete in any respect will be rejected. 5.4. Bidders approved either by the Central/ State Govt. or Central / State Govt. undertaking is not exempted by this Agency for paying EMD , SD etc. 5.5. Conditional tender shall not be accepted. 5.6. The Internet site address for E-Tender is www.nprocure.com or https://geda.nprocure.com 5.7. The GEDA reserves the right to reject any or all the tenders or split the work between more than one Bidder without assigning any reason thereof. 5.8. The attachments to the tender document shall be duly filed and page numbered, with an index, specifying the document attached and its page number(s). Extra/ additional information not asked in the tender may not be attached in the tender.
  • 9. (Sign and Seal of the Bidder) Page 9 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 2.0 CHECK LIST To ensure that your offer submitted to GEDA is complete in all respects, please go through the following checklist and tick mark for the enclosures attached with your offer: Sr. No Description Attached/ Not attached Page No. if Attached 1 Earnest Money Deposit in the prescribed form 2 Tender Document Fee in the prescribed form. 3 The original document duly signed and sealed on every page, as a confirmation of acceptance of the terms and conditions of the document. 4 A copy GST Number, Permanent Account Number (PAN) 5 Relevant IEC certificates for SPV panels, PCU and all the other machineries valid for a period of one year form the date of the tender. (to be uploaded online) 6 Details of similar work done in last two years along with copies of the orders and certificates from the customers, as per the Offer Evaluation Criteria and as per Annexure – 2 of the tender document 7 Details of Technical staff available (Brief Bio-data of key Personnel be given) as per Annexure – 3 of the tender document 8 Name and address of service stations in Gujarat along with copy of agreements. 9 Declaration of the Bidders about any relatives working with GEDA as per Annexure – 4 of the tender document 10 Deviation, if any, from the specifications, terms and conditions etc. (Annexure – 5) 11 List of Plant and Machinery (Annexure – 6) 12 For Turnover of company for last 3 years 2015-2016, 2016-17, 2017-18. Practicing CA/CS certificate attached & to be uploaded online) 13 SPV instruction manual copy 14 All the pages of tender documents/ attachments numbered and entire document spiral bound. DETAILS OF EARNEST MONEY DEPOSIT AND TENDER FEE ATTACHED S.No. Description 1 Earnest Money Deposit Earnest Money Deposit of Rs. …………………………..submitted in the form of Demand Draft/ Banker’s Cheque, drawn on ______________________________________ Bank, ______________________ Branch, bearing DD/BC No. _________________ dated ________________is attached herewith. 2 Tender Document Fee Tender Document Fee of Rs. ……………………………..submitted in the form of Demand Draft/ Banker’s Cheque, drawn on______________________________________Bank, ______________________ Branch, bearing DD/BC No. _________________ dated ____________________ is attached herewith.
  • 10. (Sign and Seal of the Bidder) Page 10 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure 1: GENERAL INFORMATION ABOUT THE BIDDERS (To be submitted in online and physical mode) 1. Name of the Company 2. Postal Address of Registered Office 3. Telephone nos. Fax no. 4. e-mail address and URL 5. Type of Company Attach Proof of Company Registration alongwith a copy of the Partnership Deed/ Article of Association and Memorandum of Understanding Proprietorship/ Partnership/ Private Limited/ Public Limited (Pl. tick appropriately) 6. Name, designation, Mobile Number and email id of OWNER the Bidding entity 7. Name, Designation, mobile number and email id of the key person, other than the owner of the bidding company 8. SSI / MSE/MSME Part-II / Udyog Aadhaar Memorandum No. AND CSPO/NSIC Registration No. (Document to be uploaded online and to be submitted physically also) 9. If the Bidder is a manufacturer of either SPV module or Invertor, the brand name of the Product and the IEC Certificate of the product issued by designated authority be UPLOADED (Document to be uploaded online and to be submitted physically also) 10. Factory Telephone/Fax no. 11. Factory e-mail address
  • 11. (Sign and Seal of the Bidder) Page 11 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 12. Floor area of the factory 13. Manufacturing facilities (a list of machinery be attached as per annexure - VI) 14. Details of Technical Staff available. Please furnish information as per Enclosed Annexure 3. 15. Details of workmen on muster roll Skilled/ unskilled. (attach copy of muster roll) 16. Address of the office in Gujarat, in case of bidders not having registered Office in Gujarat. 17. List of components manufactured by the company at their factory or MNRE certification. SPV panel/ PCU/ MNRE Channel Partner (Pl. tick appropriately) 18. List of components sourced from outside/ other agencies. 19. Has the company/firm to pay arrear of income tax? If yes upto what amount. 20. Turnover of company for last 3 years 2015-16, 2016-17, 2017- 18. Please attach practicing CA/CS certificate. & upload the same online in proforma given. 2015-16 Rs. 2016-17 Rs. 2017-18 Rs. 21. Has any Govt. Dept./ Under- taking ever debarred the company/ firm from executing any work? It is certified that the information provided above is true to the best of my knowledge and belief. If any information found to be concealed, suppressed or incorrect at later date, our tender shall be liable to rejected and our company debarred from executing any business with GEDA. Date: Sign. and Stamp of the Bidders
  • 12. (Sign and Seal of the Bidder) Page 12 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 3.0 INSTRUCTIONS TO THE BIDDERS A.1 Online offer shall be submitted complete in all respects with all schedules, documents etc. of the tender document. Physical offers shall be received in GEDA office up to the date and time as mentioned in the tender form. A.2 GEDA reserves the rights to reject any or all the Offers or accept any Offer in total or in part or may divide the work among various Bidders, without assigning any reason thereof. A.3 Tenders shall be accompanied with requisite Earnest Money Deposit (EMD). Any Tender not accompanied by adequate Earnest Money Deposit (EMD) shall be disqualified and no further consideration shall be given to such Tender. Bidders may note that no relaxation in this regard shall be made. The Micro and Small Entrepreneurs (manufacturing of solar PV Panel and/or Solar Invertor ONLY) Units registered under Small Scale Industries of Gujarat State and holding subsequent registration with CSPO / NSIC will be eligible for exemption from payment of EMD on submission of duly notarized copies of their SSI (SSI/ MSE Part-II/Udyog Aadhaar Memorandum) & CSPO/ NSIC Registration Certificates in EMD Cover. Only those SSI/MSE AND CSPO/NSIC registered Bidders, who are themselves manufacturers either of Solar Module or solar Invertor, with details of the Brand name of the product, technical specifications, its manufacturing capacity etc. submitted will ONLY be exempted from payment of tender fee and depositing the EMD. NSIC/ Entrepreneur Memorandum Part 2 registration for other than tendered item will not be taken in to consideration and in such case, Bidders will be required to submit requisite EMD with their tender. Bidders who are not themselves manufacturer either of Solar Panel or Invertor and still have a certificate of being a manufacturer shall not be entitled to be exempted from payment of EMD and such offers without EMD shall be outright REJECTED unless supported with IEC certificate of being a manufacturer. A.4 GEDA reserves the right to verify a bidder if he claims to be manufacturer of solar module and /or invertor, irrespective of the documents produced. A.5 Earnest Money Deposit (EMD) of unsuccessful Bidders shall be returned back upon finalization of tenders. Earnest Money Deposit of successful Bidder will be returned on the submission of Security deposit cum performance guarantee @ 10 % of the total cost. A.6 If any information provided by the Bidders is found to be concealed, suppressed or incorrect at later date or during finalization of the tender or the Bidders withdraws their offer during finalization of the tender, the tender shall be liable to be rejected and company shall be debarred from executing any business with GEDA for the period of 3 years and the EMD of such Bidders shall be forfeited. A.7 Validity of the offer shall be for a period of one year form the date of the opening of the financial bid. A.8 Before submission of the Offer, Bidders are required to make themselves fully conversant with the scope of the work, technical requirements and specifications, etc., so that no ambiguity arises on a later date in this respect.
  • 13. (Sign and Seal of the Bidder) Page 13 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat A.9 All information in the Offer shall be in English. Information in any other language shall be accompanied by its translation in English. Failure to comply with this may disqualify the Bidders. A.10 If the Bidders finds discrepancies in, or omissions from the specifications or other documents or if he is in doubt as to their meaning, he shall at once intimate GEDA and obtain clarification in writing before the prebid meeting. Any representation/ requests after the pre bid meeting shall not be entertained. A.11 Any approach from the Bidders, his representative or his agent to influence the decision on the Offer, officially or otherwise, shall render the Offer liable to be summarily rejected. A.12 Physical offer shall be submitted in sealed envelopes super scribed with as” Installation of Roof Top Solar Photovoltaic System in the State of Gujarat 2018-19”. The Cover shall also specify under which Category of BIDDER the Bid is being submitted i.e. Category A, or B or C or D and also the name or Stamp of the Bidder. All the papers of Tender documents duly signed shall be submitted in the envelope. Requisite Earnest Money Deposit and Tender Document Fee shall be placed in a single cover and put into the main cover referred above, in the form of Demand Draft drawn on a nationalized bank, ICICI Bank, IDBI Bank, AXIS Bank, HDFC Bank, Kotak Mahindra Bank, Yes Bank, IndusInd Bank , Saurastra Gramin Bank, Baroda Gujarat Gramin Bank, Dena Gujarat Gramin Bank, The Kalupur Commercial Co-operative Bank Ltd. , Rajkot Nagrik Sahakari Bank Ltd. , The Ahmedabad Mercantile Co-operative Bank Ltd., The Mehsana Urban Co-operative Bank Ltd. pledged in the name of “Gujarat Energy Development Agency”, payable at Gandhinagar shall be attached with this bid. A.13 Erases and other changes shall be initialed by the person/persons signing the Offer. A.14 Each page of the Offer document shall be signed and stamped by the Bidders as a token of acceptance to terms and conditions mentioned herein. A.15 Offers of only those firms or individuals, who are themselves technically capable and sound for providing such services and who give satisfactory evidence of such experience shall only be considered. A.16 The general technical requirements mentioned are mainly for the guidance of the Bidders. These requirements are not intended to preclude ingenuity of designs or other improvements. If the Bidders proposes any deviation from these requirements those shall be considered provided they are necessary either to improve the utility, performance and efficiency or to secure overall economy. The Bidders shall give a separate list containing points of deviations in his offer from the specifications asked for. A.17 The Bidders shall declare the name of the employee of GEDA and his relationship with him in case any employee of GEDA is a relative of the Bidders.
  • 14. (Sign and Seal of the Bidder) Page 14 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat A.18 In the event, the successful Bidders fails to accept the work order within specified time or withdraws his offer within the validity period or fails to accept the order for any reason whatsoever, then the earnest money deposited by the Bidders shall be forfeited by GEDA. A.19 GEDA reserves the right to accept any offer based on its merits and GEDA is not bound to place the order with the party having submitted the lowest offer. Thus party merely on the ground that their financial offer is lowest, does not necessarily qualify them for receiving the order. A.20 Only Notarized copies of documents will be submitted in support of claims made by the party and party shall bring the original copies of documents for verification by GEDA officials. Details of similar work done ONLY in last two years alongwith copies of the orders and certificates from the customers to be attached with the tender. A.21 GEDA, at its discretion, may award the work to more than one party, if required.
  • 15. (Sign and Seal of the Bidder) Page 15 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 4.0 GENERAL TERMS AND CONDITIONS B-1 Under this tender, unless the context otherwise requires:- GEDA shall mean the Director or his/her representative of Gujarat Energy Development Agency, with Head Office at 4th floor, Block No. 11 and 12, Udyog Bhavan, Sector - 11, Gandhinagar – 382 011, and shall include his/her successors and assignees. The Bidders shall mean the Bidders/ Associate whose Offer shall be accepted by GEDA and shall include such Bidders/ Associate heirs, legal representatives, successors and assignees. Associate shall mean the business associate authorized and having valid agreement with Public Sector Enterprise having ten years experience in solar energy field with office in the State of Gujarat. The offer shall be considered on behalf of the Public Sector Enterprise and authority letter for submitting the tender shall be furnished. If the Public Sector Enterprise directly participates in the tender, Associate’s offer shall not be considered. Consortium or Joint Venture is not allowed in this tender. B-2 The Bidders shall be deemed to have carefully examined all the papers, drawings, etc. attached in the contract. If he has any doubt as to the meaning of any portion of any condition/ specification, etc. he shall before signing the contract submit the particulars thereof to GEDA in order that such doubts are removed. B-3 The Bidders shall have to comply with all rules, regulations, laws and bylaws enforced by local and State Govt. and also the organization in whose premises the work has to be done. B-4 The Bidders shall not, without the consent in writing of GEDA, transfer, assign or sublet the work under this contract or any substantial part thereof to any other party. B-5 If the Bidders neglects to execute the work with due diligence and expedition or refuses or neglect to comply with any reasonable orders within two days notice given in writing to the Bidders and if he fails to comply with the notice, then in such a case GEDA shall be at liberty to get the work or any part of it, executed through any other agency/Bidders in the manner and on the terms it thinks proper. If the cost of executing the work as aforesaid shall exceed the balance due to the Bidders, and the Bidders fails to make good the deficiency, GEDA may recover it from the Bidders in any lawful manner. B-6 GEDA shall have at all reasonable time access to the works being carried out by the Bidders under this contract. All the works shall be carried out by the Bidders to the satisfaction of GEDA. B-7 Any question, dispute or difference whatsoever arises between GEDA and Bidders, in connection with this tender except as to matters, the decision for which has been specifically provided, either party may forthwith give to the other notice in writing of existence of such questions, dispute, difference and the same shall be referred to the sole arbitration of a person nominated by Director GEDA. This reference shall be governed by Indian Arbitration Act prevailing at the time of dispute and the rules made there under. The award in such
  • 16. (Sign and Seal of the Bidder) Page 16 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat arbitration shall be final and binding on all the parties. Work under the order shall continue during the arbitration proceedings unless the GEDA or the Arbitrator directs otherwise. B-8 Prior to dispatch, the materials may be inspected and tested by GEDA at the Bidder's works. Bidders shall inform GEDA for such inspection at least 7 days in advance before the probable date of dispatch. B-9 The system supplied or installed shall be guaranteed by the Bidders for a minimum period of five years in regard to quality of material, workmanship, performance, efficiency, installation, etc. Defects developed in the system within guarantee period, shall be rectified by the Bidders at his own expense promptly. B-10 Notices, Statements and other communications sent by GEDA through registered post or telegram or telex or to the Bidders at his specified address shall be deemed to have been delivered to the Bidders. B-11 The work shall be carried out by the Bidders with prior approval of GEDA. Work carried out without GEDA’s approval shall not be accepted and the GEDA shall have right to reject it. B-12 The Bidders shall provide one copy of the instruction and operation & routine maintenance manual in Gujarati with each system installed. These manuals shall contain all the relevant details and drawings required for proper maintenance of the system. B-13 The inspection as mentioned in clause No. B-10 by GEDA’s representative shall not relieve the Bidders from full responsibility of completing the work confirming to the requirement of this contract. B-14 Conditional tenders shall not be accepted.
  • 17. (Sign and Seal of the Bidder) Page 17 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 5.0 SCOPE of WORK, GUIDELINES and ELIGIBILITY CRITERIA FOR BIDDERSS 1 SCOPE OF WORK: The work is to be carried out on ‘Turn Key Basis’ which includes identification of beneficiary in the residential, institutional and social sector, survey of the site for its feasibility considering the shadow free space, sanctioned load of the beneficiary by the DISCOM, design, supply of grid connected solar photovoltaic system with all other accessories, equipment and protection devises, and including bi-directional meter, its testing charges , its housing (SMC box), installation, testing, commissioning and maintenance services for 5 years, with free replacement warranty on spare parts against manufacturing defects for five years. The technical specifications for the various components It also includes obtaining concerned DISCOM and Chief Electrical Inspector (CEI) approvals. i.e. a) Identification and Survey of prospective beneficiaries and registration of the SPV project with GEDA. b) Preparation of Detailed Project Report (DPR) of the proposed Proposal of SPV Power Plant. c) Obtaining No objection certificate/ net metering connectivity agreements from concerned DISCOM for grid connectivity and CEI’s approval. d) The work covers Design, supply, installation, commissioning and comprehensive maintenance for FIVE years, including bidirectional meter charges, meter testing charges and SMC box etc. Grid connectivity charges shall be borne by the beneficiary. e) Design, supply, civil work, erection, testing and commissioning of SPV grid connected Power Plant as per schedule. f) Installation of bi-directional meter. The existing meter of the DISCOM shall serve as the Solar meter. Thus the supply of solar meter is NOT in the scope of the bidder. g) As far as the Bi-directional meter is concerned, the Bidder has the Option to procure the Bi-directional meter as per DISCOM’s approved specifications form open market and getting it tested at the DISCOM Lab, ELSE he can opt for the Bidirectional meter to be provided by the DISCOM. In either case the charges of the Bi-directional meter are to be borne by the Bidder. h) Installation of Remote Monitoring hardware / facility with necessary dongle etc. The cost of the data pack and internet connectivity shall be the responsibility of the beneficiary. The Bidder shall provide rights to GEDA to access the performance data of the inverter by sharing the user id and the Password, as and when required, for GEDA to monitor the performance any time. i) The physical installation of the system at the user end shall commence only upon receipt of the Technical Feasibility Report (TFR) and issuance of the estimate of the charges to be paid to the DISCOM. j) Collection of the cost of the supplies from the beneficiaries at the approved discovered per kW LESS the eligible subsidy amount. The subsidy amount shall be
  • 18. (Sign and Seal of the Bidder) Page 18 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat released to the selected bidder upon submission of the claim alongwith relevant documents specified in the Subsidy claims section and upon inspection by GEDA or its appointed Agency.  Claims shall be submitted in the bunch of minimum 25 claims once in a month i.e. 1 to 5th working day of every month.  Claims other than residential shall be submitted once in a month i.e. 1 to 5th working day of every month irrespective of quantity of claim. k) Establishing “After Sales Service Centers” in concerned area to cater the maintenance needs of beneficiaries. 2 INDICATIVE TARGETS: The indicative total capacity of Solar Roof Tops covering the residential, institutional and social sectors under this tender shall 125 MW comprising of assorted ratings of the solar system ranging from 1 kW to 500 kW. ONLY SUCCESFUL BIDDERS UNDER THIS TENDER SHALL BE ALLOWED TO EXECUTE WORK IN RESDENTIAL, SOCIAL AND INSTITUTIONAL SECTOR UNDER THE SUBSIDY PROGRAM. Director, GEDA reserves the right to increase or de crease the quantity as per requirement. 3 ELIGIBLE SUBSIDY: Tender is invited for Supply Installation of grid connected Solar roof top Photovoltaic System in the state of Gujarat under the State and MNRE subsidy scheme. The State subsidy shall be limited to ONLY residential sector beneficiaries those are consumers of the DISCOM. The State subsidy amount shall be RS.10,000 per kw subject to maximum of Rs.20,000 per beneficiary. The State subsidy shall not be applicable for beneficiaries other than residential category. The MNRE subsidy shall be 30 % of the lowest cost per kW discovered under this tender or benchmark cost announced by MNRE, whichever is lower. The minimum capacity of rooftop SPV Power Plant to be installed shall be not less than 1kW for single site. Note: (i) All provisions as amended by State/ MNRE, GoI from time to time in respect of subsidy, norms of admissible beneficiary and allowable capacity of PV systems shall be applicable to this scheme accordingly. (ii) Remaining cost will be borne by beneficiary. 4 ELIGIBILITY: All the bidders should either be a body incorporated in India, under the Companies Act, 1956 or Companies Act, 2013 including any amendment there to and engaged either in manufacturing and or as an system integrator in the business of Solar Power/Renewable Energy, OR under the Limited Liability Partnership Act 2008; A subset of Companies Act, 2003 and engaged in the business of Solar Power/Renewable Energy, OR, should be a Firm registered under Partnership Act in India, OR should be a Firm registered as Sole Proprietor under Shop Act. A certified copy of the registration certificate of the Bidder for any of the above and the requisite tax payee number TIN etc. from competent government authority with whom the bidder is registered shall be enclosed with the tender. In case of Category D Bidders, One of the Director/Proprietor of bidder’s Firm should be necessarily either Engineering or Management graduate i.e. either DE / BE or B.TECH or MBA. A certificate the concerned University should be submitted along with the tender.
  • 19. (Sign and Seal of the Bidder) Page 19 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 4.1 Out state agency must be having one office registered in Gujarat. 4.2 It is mandatory to have valid IEC certificates for Solar panels, PCU as mentioned in the specifications, valid till 31st March, 2019. Copies of such certificates shall be attached /uploaded with the tender. Tenders received without test certificates as above will be rejected out-right and no correspondence will be entertained in this regards. 4.3 If Bidder himself is not Manufacturer of either solar PV module or Invertor, shall submit at least ONE letter of consent from the manufacturer either of SPV module or Invertor, mentioning to agree supply of SPV modules / Invertor to the Bidder for the scope under this tender. 4.4 The Bidder Company should be approved licensed electrical contractor approved by Licensing Board, Gandhinagar. The Bidder Company must have minimum two supervisors working with the company who are approved by the licensing board and their names mentioned in the license. Self-certified Copy of the license valid till March 2019 should be enclosed along with offer. In case a bidder does not possess the certificate at the time of bidding, he shall be required to do so, failing which capacity allotment shall not be done, until notarized copy of the such certificate is submitted. 4.5 The PV modules must be tested and approved by one of the IEC authorized test centers. The IEC test certificate of the modules to be used shall be submitted. ONLY INDIGENOUSLY manufactured solar modules shall be eligible under this tender, i.e. IMPORTED modules shall not be eligible. 4.6 Test certificates for the BoS items/ components can be from any of the NABL/ BIS Accredited Testing-Calibration Laboratories/ MNRE approved test centers. 4.7 The Bidder shall have the following physical and financial strength for the respective system they are bidding for: Bidder Category Average Annual financial turnover during last three years, Rs. In lacs Experience of having successfully completed Grid tied solar project in last 2 years. ** Single largest solar system installed during the last two years. ** A 330.00 lacs 700 kW 25 kW B 165.00 lacs 350 kW 10 kW C 66.00 lacs 140 kW 05 kW D Not required Not required Not required ** Relevant work order and commissioning certificate of at least two systems should be submitted along with a certificate of the beneficiary of the system function satisfactorily. GEDA shall be free to cross check/ verify the systems with beneficiaries and at site for its satisfactorily working. If found contrary, the bidders credentials for such systems shall not be considered. 5 SPECIFICATIONS: The specifications of SPV systems, for which tenders are invited, are annexed. The notarized Test Report(s) of each of the components/ systems mentioned shall be uploaded/ attached with the tender. To ensure optimum performance of the solar installation
  • 20. (Sign and Seal of the Bidder) Page 20 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat and its related safety aspects, the provisions of the publication of GERMI on “Best Practices in Operation and Maintenance of Roof Top Solar PV systems in India” published in May, 2018 be followed. 6 AFTER SALES SERVICES: Bidders shall have well established network of service centers within the state and shall have adequately trained staff available at service stations for repair and maintenance of Solar PV Systems. 7 Bidders will ensure that necessary spares are always available with their service centers to provide necessary after sales service to the customers during the warranty period. 8 LOA: Fax Letter of Allotment of Capacity (LOA) shall be issued to the shortlisted Bidders indicating the quantity allocated to them and the security deposit cum performance guarantee amount to be deposited by them with GEDA. Shortlisted Bidders will be required to deposit the requisite security deposit cum performance guarantee within one week of issuance of Fax Letter of Intent, failing which the letter of intent will stand as cancelled. The order will be issued to the shortlisted Bidders only after receipt of requisite security deposit cum performance guarantee. The successful bidder who fails to accept the LOA within a week shall be barred from participating in the tenders invited by GEDA for minimum three years, and the EMD paid by such bidders shall be forfeited. 9 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE: Bidders, to whom order is awarded, will be required to deposit security deposit cum performance guarantee of 10 % which shall be equivalent to the product of the lowest discovered price and the quantum of capacity allotment in kW. The Security deposit cum performance guarantee will be accepted in the form of Demand Draft issued by Nationalized Bank, ICICI Bank, IDBI Bank, UTI Bank, HDFC Bank in favour of Gujarat Energy Development Agency payable at Gandhinagar. The Security deposit cum performance guarantee can also be submitted in the form of Performance Bank Guarantee issued by Nationalized Bank, ICICI Bank, IDBI Bank, AXIS Bank, HDFC Bank, Kotak Mahindra Bank, Yes Bank, IndusInd Bank , Saurastra Gramin Bank, Baroda Gujarat Gramin Bank, Dena Gujarat Gramin Bank, The Kalupur Commercial Co-operative Bank Ltd. , Rajkot Nagrik Sahakari Bank Ltd. , The Ahmedabad Mercantile Co-operative Bank Ltd., The Mehsana Urban Co-operative Bank Ltd. as per GEDA’s format with validity of 5 and half years. No interest will be paid on the Security deposit cum performance guarantee. The Earnest Money Deposit of the successful Bidders shall be returned in exchange of the security cum performance guarantee equivalent to 10 % of the order value, on work allotment order. 10 ADDITIONAL ORDER: In the event of awarding the order of additional quantity, the Bidders will be required to deposit additional Security deposit cum performance guarantee on prorata basis within one week of the issuance of Fax LOA for the additional order quantity. 11 TIME SCHEDULE: It is very critical to complete the work as per the order given by the agency; so as to complete the work within scheduled time. In the event of failure to supply no. of systems as per order, will lead to forfeiter of the Security deposit cum performance guarantee up to 100% and will lead to disqualification of the Bidders for transacting business with GEDA for at least three years or the time duration as may be decided by the Director, GEDA. 12 The Bidders shall arrange to provide to each beneficiary, a SPV instruction manual. The Bidders shall also arrange to instruct each beneficiary about routine maintenance procedure. Copy of the same be submitted to GEDA with the physical documents.
  • 21. (Sign and Seal of the Bidder) Page 21 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 13 IDENTIFICATION MARK: Serial Number (identification mark) must be permanently marked on all major components (PCU, Module, etc.) of the SPV systems. Metallic number plates with serial numbers duly riveted or fixed with strong adhesive for non-metallic body, as approved by GEDA, shall be fixed on each lot. 14 INSPECTION OF MATERIAL: The Bidders will offer Solar PV Systems for inspection at their works by GEDA or its authorized quality inspection agency. Inspection can also be offered at one place in Gujarat, where equivalent inspection facilities are available. GEDA may carry out random testing of SPV systems at Bidder’s factory for various parameters as per the specifications laid by GEDA. Visual inspection shall be carried for 100% of SPV systems. Bidders will intimate to GEDA in writing in advance for such inspections. If during the inspection the percentage of rejections exceeds 10% then the whole lot would be rejected. The rejected material is to be replaced with new material as per the specifications. The systems shall be offered for inspection again after necessary rectification. Expenses for such re-inspection shall be borne by the Bidders. GEDA at its discretion may also pick up samples from the systems supplied & Installed at beneficiaries’ site at random for quality check only. The samples picked up will be tested for acceptance test as decided by GEDA at MNRE/ Government approved laboratory in presence of representatives of supplier and GEDA as per relevant IEC/ISS/BIS/ GEDA specifications. The test results will be binding on the suppliers and GEDA, in general will not allow re-sampling. If the material fails in any of the acceptance tests carried out, those components that fail the test shall be rejected, and the Bidder shall have to supply and install the new component as per the specifications. The loss of generation during such time when the system is taken away for testing shall be at the cost of the Bidder, who shall compensate the Beneficiary for such loss of generation as per the prorata CUF as specified elsewhere in this tender, at the retail tariff of the DISCOM. GEDA reserves the right to inspect any number of SPV systems, any number of times at the addresses of the beneficiaries given by the Bidders. 15 Project Registration with GEDA: Upon identification of the beneficiary by the bidder, the bidder shall register the project with GEDA in the prescribed application form. Bidder shall ensure that the installation work should be completed within scheduled time. The project shall NOT be registered in absence of the following: a) UTM coordinates of location where system to be installed. b) Make of the SPV module, its I-V curve signed by the beneficiary, rating of the module, number of modules to be deployed and the total system capacity. c) Make of the Invertor, its test certificate, rating of the Invertor and number of Invertors. d) Copy of the last electricity bill. e) ID proof of the Beneficiary f) Proof of Residence and its ownership g) Prescribed Registration fee with GST ( Only in case of Non-residential beneficiary) h) Certificate of having applicant registered under society registration Act -1959 or Trust Registration certificate as specified by MNRE, in case of applicants other than residential sector.
  • 22. (Sign and Seal of the Bidder) Page 22 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Note: 1. Any project registered on temporary connection will be automatically stands as cancelled. 2. The Bidder if seeks any advance payment against the non-subsidized portion of the project cost, such advance should be taken only by the Bidder in his name and the receipt shall be issued in the name of the Bidder to the beneficiary. 16 SUBSIDY CLAIMS: The subsidy claims of the systems installed and commissioned shall be processed in a lot of NOT less than 25 number of systems, with following documents: a. Dated Claim letter from the bidder on its letter head certifying that the SPV modules deployed in the systems installed are of INDIAN make, and all the technical specifications of the components supplied and installed are in accordance with the specifications given in the tender document and all the information / documents provided along with the claim letter are is correct and factual. b. GEDA Registration letter. c. Copy of the ID proof of user. d. Permission of CEI / EI to energize Solar PV System (for more than 10KW) and Self Certification for Solar Roof Top Installations (for up to 10 KW) duly signed and sealed by authorized person of the Cannel Partner having electrical contractor license issued by the CEI. e. Invoice of the System billed to the beneficiary. f. MOU signed between Channel Partner and Beneficiary as per format prescribed by GEDA. g. Copy of Checking Sheet or Meter replacement Performa filled by DISCOM at time of providing bidirectional meter at beneficiary’s premises, which must be duly signed by authorized person of DISCOM and beneficiary. h. Certificate of Bi-directional meter installation (IN ORIGINAL COPY ONLY) jointly signed by representative of DISCOM, Channel Partner and Beneficiary. i. Photograph of the system with placard held by the beneficiary and representative of channel partner or GEDA or DISCOM representative showing the name of the beneficiary, GEDA registration number and system capacity. j. System details in prescribed format giving the details of the system capacity in kW, make rating and number of SPV modules, make, rating and number of Invertors etc. k. Correct mobile no. of beneficiary shall be mentioned in the claim letter. l. Invertor login ID and password of each beneficiary shall be shared by the channel partner with GEDA and the same shall be mentioned in claim form. m. Certificate of the beneficiary that the system is installed and commissioned in all respect with the date of commissioning, system and invertor capacity, etc. and that ha has been provided the FIVE year Warranty Card and the O & Manual. n. Overwritten certificates/ documents shall be outrightly rejected and not processed for subsidy payment. 17 OTHER TERMS & CONDITIONS: GEDA, at its discretion, may award work to more than one Bidders and will decide the quantity to be allocated to them. Decision of GEDA in this matter, will be binding to all the Bidders.
  • 23. (Sign and Seal of the Bidder) Page 23 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 18 In case of any type of misappropriations, cheating or intention of cheating, frauds, irregularities, malpractice, etc. the Director GEDA reserves the right to cancel the order without giving reasons thereof and forfeit the security deposit cum performance guarantee. 19 Rates quoted by the Bidders will be inclusive of taxes, levies, duties, packing, forwarding, freight, insurance, loading unloading, supply, installation, commissioning, warranties and any/ all charges for successful Supply and Installation of the system at any locations in the State of Gujarat and all expenses of marketing, etc. 20 The rates quoted by the Bidders will be inclusive of GST, Work Contract Tax, or any other taxes applicable for such work. Any escalation in such taxes/ levies during the tenure of the offer/ order will not be paid by GEDA and Bidders are advised to take in to consideration any such escalations in the prevailing taxes/levies/duties. 21 During site inspection by GEDA staff/ authorized representative, if the systems are found uninstalled and false report of installation and commissioning is submitted to GEDA for claiming payment, Director, GEDA is empowered to forfeit Security deposit cum performance guarantee up to 100% & to terminate the contract. 22 Bidders are required to quote rates inclusive of Comprehensive Maintenance Contact (CMC) for the period of five years for the system. The rates quoted shall be inclusive of charges for providing Routine Maintenance services at the beneficiary’s end as per site requirements to ensure smooth and satisfactory performance of the system. Replacement of any components of the system is included in the scope of work of CMC. 23 The Performance Ratio of Grid Connected Systems shall be more than 0.70 throughout the five year maintenance period, and necessary efforts shall be made to achieve it by the bidder. In case the system fails to attain the required Performance Ratio, the system shall be deemed to non-performing and GEDA may invoke the entire Performance Bank Guarantees. 24 The successful bidder shall be require to meet minimum guaranteed generation with Performance Ratio (PR) at the time of commissioning and related Capacity Utilization Factor (CUF) as per the DNI level for the location during the O&M period. PR should be shown minimum of 75% at the time of inspection for initial commissioning acceptance to qualify for release of subsidy. Minimum CUF of 15% upto 6 kW and CUF of 18 % for system above 6 kW, should be maintained for a period of 5 years for release of security deposit cum performance guarantee. For CUF less than as specified, penalty can be imposed for the loss of energy generation at the retail tariff of the particular consumer of the DISCOM subject to force majeure conditions. The bidder should send the periodic plant output details to GEDA for ensuring the CUF. The PR will be measured at Inverter output level during peak radiation conditions. The PR and CUF will be evaluated considering 100% grid availability. 25 Training of representative of the beneficiary on the aspect of primary trouble shooting and Do’s & Don’ts of the SPV systems, including general operation and maintenance, including lodging complaints & primary reporting.
  • 24. (Sign and Seal of the Bidder) Page 24 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 6.0 TENDER EVALUATION CRITERIA Offers of only those parties who are found qualifying based of following Tender Evaluation Criteria will be taken in to further consideration and prices of only those parties qualifying based of these criterion will be opened. COMMERCIAL 1) Earnest Money Deposit and Tender Document Fee in the prescribed form shall be submitted along with the tender. TECHNICAL 1) The Bidders shall have valid test certificates as per required specifications for supply under tender and submit the copy of test reports. 2) Offers received from only those parties having adequate infrastructure to Market and provide after sales services in the state will be taken in to consideration and offers received from others will be summarily rejected. Documentary evidences in support of the same shall be enclosed with the offer. GEDA may visit manufacturing facilities to ascertain the claims made by the Bidders. 3) Details of similar work done in last two years along with copies of the orders and certificates from the user agencies shall be submitted along with the Technical Offer as per Annexure – 2 of the Offer Document. 4) The party shall have sufficient technically qualified and well-experienced manpower for Marketing, and Installation and after sales service of the systems. Brief bio-data of the key personnel be enclosed with the offers as per Annexure-3 of the Document. GENERAL 1) The party shall have declared, if any relatives working with GEDA in Annexure – 4. 2) As an acceptance of terms and conditions, the document duly signed and sealed on every page shall be returned along with the offer. Offers not satisfying any of the above mentioned criteria will be liable for rejection.
  • 25. (Sign and Seal of the Bidder) Page 25 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure 2: Details of similar work experience ONLY in last two years as per clause 5.6 (Information to be attached with the Technical Offer) (To be submitted in online and physical mode) Year Name of the USER Agency for whom the system is installed with full address, phone, fax and name of contact person Work Description (Solar PV Rooftop systems) Ref. and date of the order placed on the bidder by the Client. Work Order Value, segregated Year- wise ONLY for past 2 years Details of order and its configuration (Quantity in nos. and capacity in kWp) 2016-17 2017-18  Copies of Work orders along with Work completion certificates shall be attached with this information.  If necessary, separate sheet may be used to submit the information.
  • 26. (Sign and Seal of the Bidder) Page 26 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure 3: Details of Technical Staff available with the company for execution of work (Information to be attached with the Technical Offer) Sr. No . Name Qualification Additional Certificati on, if any Total Experience , no. of years Remarks  Copies of Resumes and appropriate certifications shall be attached with this information.  If necessary, separate sheet may be used to submit the information.
  • 27. (Sign and Seal of the Bidder) Page 27 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure 4: DECLARATION (Strike off whichever is not applicable) This is to declare that Mr/Ms. __________________________________, employee of GEDA at _____________________(place), is related to our ___________________________ _______________________(designation and name). OR This is to declare that none of the Proprietors/ Partners/ Directors are having any relatives employed or working with Gujarat Energy Development Agency at any of its offices or its parent Department i.e. Energy and Petrochemicals Dept., Govt. of Gujarat. Date: Sign. and Stamp of the Bidders
  • 28. (Sign and Seal of the Bidder) Page 28 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure 5: DEVIATION SHEET (To be submitted in online and physical mode) Any deviations offered from the terms and conditions of the Offer shall be clearly specified below in this sheet. If there are no deviations offered, it shall be clearly mentioned on this page. Deviation offered to Chapter No, Clause No. of the tender document Deviation offered
  • 29. (Sign and Seal of the Bidder) Page 29 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure 6: List of Plant and Machinery for Bidders those are manufacturers (To be completely filled by the Bidders) For manufacturing of Solar PV panels (as applicable) S. No. Name of equipment Date of purchase Date of calibration Utility For manufacturing of Invertor ( if applicable) S. No. Name of equipment Date of purchase Date of calibration Utility
  • 30. (Sign and Seal of the Bidder) Page 30 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Appendix I FORMAT FOR WARRANTY CARD TO BE SUPPLIED WITH EACH SOLAR PV SYSTEM 1. Name & Address of The Bidders/Bidders of the System 2. Name & Address of Purchasing Agency 3. Date of supply of the system 4. Details of PV Module (s) supplied in the System Make (Name of the Bidders) Model Serial No(s) Wattage of the PV Module (s) under STC Warranty valid up to 5 Details of PCU/ Electronics & other BOS items/ cables. System Make (Name of the Bidders) Model Serial No(s) Warranty valid up to 6 Designation & Address of the person to be Contacted for claiming Warranty obligations. The grid tied solar system is warranted for its performance for a period of five years and the supplier (undersigned) undertakes to replace the components which do not perform as per specifications, due to manufacturing defect, at no cost to the user. (Signature) Name & Designation Name & Address of the Bidders/Bidders (SEAL) Place & Date: (During the warranty period State Agencies/users reserves the right to cross check the performance of the systems with the minimum performance levels specified in the specifications).
  • 31. (Sign and Seal of the Bidder) Page 31 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure 7: Work execution Capacity per month Supply, Installation, testing and commissioning of Grid connected Solar Rooftop Project at site on beneficiaries’ premises (To be submitted in online and physical mode) Sr. No. Project Capacity Number of system per month 1 1kW to 6 kW 2 >6kW to 10 kW 3 >10kW to 50 kW 4 >50kW
  • 32. (Sign and Seal of the Bidder) Page 32 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 7.0 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS FOR GRID CONNECTED SPV SYSTEMS The proposed projects shall be commissioned as per the technical specifications given below. Any short comings will lead to cancelation of order in full or part as decided by GEDA. The specifications, in the GERC Regulation on Net Metering shall also be applicable. 1. DEFINITION: A Grid Tied Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV array, Module Mounting Structure, Power Conditioning Unit (PCU) consisting of Maximum Power Point Tracker (MPPT), Inverter, and Controls & Protections, interconnect cables, solar meter, bi-directional energy meter and switches. PV Array is mounted on a suitable structure. Grid tied SPV system is without battery and should be designed with necessary features to supplement the grid power during daytime. Components and parts used in the SPV power plants including the PV modules, metallic structures, cables, junction box, switches, PCUs etc., should confirm to the BIS or IEC or international specifications, wherever such specifications are available and applicable. Solar PV system shall consist of following equipment/components. • Solar PV modules consisting of required number of Crystalline PV modules. • Grid interactive Power Conditioning Unit with Remote Monitoring System. • Mounting structures. • Junction Boxes. • Earthing and lightening protections. • IR/UV protected PVC Cables, pipes and accessories. • Solar Meter and Bi-directional Energy Meter a. SOLAR PHOTOVOLTAIC MODULES: 1.1.1 The PV modules used should be made in India, as per MNRE requirements. Necessary documents in this regards must be provided to GEDA. Violation of norms of Domestic Content Requirement (DCR) UNDER Solar PV projects will lead to penalties as mentioned in office memorandum of MNRE GOI vide letter no. 283/2018-GRID SOLAR dated 20th February, 2018. 1.1.2. The PV modules used must qualify to the latest edition of IEC PV module qualification test or equivalent BIS standards Crystalline Silicon Solar Cell Modules IEC 61215/IS14286, IEC 61853-Part I, IS 16170-Part I for Photovoltaic (PV) module performance testing and energy rating, Irradiance and temperature performance measurements, and power rating, In addition, the modules must conform to IEC61730 Part-2- requirements for construction & Part 2 – requirements for testing, for safety qualification or equivalent IS. a) For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime, they must qualify to IEC 61701/IS 61701
  • 33. (Sign and Seal of the Bidder) Page 33 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat b) The total solar PV array capacity should not be less than allocated capacity (kWp) and should comprise of solar crystalline modules of minimum 200 Wp and above wattage. Module capacity less than minimum 200 watts shall not be accepted. c) Protective devices against surges at the PV module shall be provided. Low voltage drop bypass diodes shall be provided. d) PV modules must be tested and approved by one of the IEC authorized test centers. e) The module frame shall be made of corrosion resistant materials, preferably having anodized aluminum. f) The bidder shall carefully design & accommodate requisite numbers of the modules to achieve the rated power in his bid. g) Other general requirement for the PV modules and sub systems shall be the following: I. The rated output power of any supplied module can have tolerance of +/-3%. II. The peak-power point voltage and the peak-power point current of any supplied module and/or any module string (series connected modules) shall not vary by more than 2 (two) per cent from the respective arithmetic means for all modules and/or for all module strings, as the case may be. III. The module shall be provided with a junction box with either provision of external screw terminal connection or sealed type and with arrangement for provision of by-pass diode. The box shall have hinged, weather proof lid with captive screws and cable gland entry points or may be of sealed type and IP-65 rated. IV. I-V curves at STC should be provided by bidder. 1.1.3. 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). a) Name of the manufacturer of the PV module b) Name of the manufacturer of Solar Cells. c) Month & year of the manufacture (separate for solar cells and modules) d) Country of origin (separately for solar cells and module) e) I-V curve for the module Wattage, Im, Vm and FF for the module f) Unique Serial No and Model No of the module g) Date and year of obtaining IEC PV module qualification certificate. h) Name of the test lab issuing IEC certificate. i) Other relevant information on traceability of solar cells and module as per ISO 9001 and ISO 14001 1.1.4. Warranties: a) Material Warranty: i. Material Warranty is defined as: The manufacturer should warrant the Solar Module(s) to be free from the defects and/or failures specified below for a period not less than five (05) years from the date of sale to the original customer ("Customer")
  • 34. (Sign and Seal of the Bidder) Page 34 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat ii. Defects and/or failures due to manufacturing iii. Defects and/or failures due to quality of materials iv. Non conformity to specifications due to faulty manufacturing and/or inspection processes. If the solar Module(s) fails to conform to this warranty, the manufacturer will repair or replace the solar module(s), at the Owners sole option. b) Performance Warranty: i. The predicted electrical degradation of power generated not exceeding 20% of the minimum rated power over the 25 year period and not more than 10% after ten years period of the full rated original output. 2. ARRAY STRUCTURE: a) Hot dip galvanized MS mounting structures shall be used for mounting the modules/ panels/arrays. Each structure should have angle of inclination as per the site conditions to take maximum insolation. However to accommodate more capacity the angle inclination may be reduced until the plant meets the specified performance ratio requirements. b) The Mounting structure shall be so designed to withstand the speed for the wind zone of the location where a PV system is proposed to be installed in Gujarat (150 km/hr). It may be ensured that the design has been certified by a recognized Lab/ Institution in this regard. Suitable fastening arrangement such as grouting and calming should be provided to secure the installation against the specific wind speed. c) The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the mounting structure shall be in compliance of latest IS4759, material thickness should be minimum 2.5 mm. d) Structural material shall be corrosion resistant and electrolytically compatible with the materials used in the module frame, its fasteners, nuts and bolts. Aluminum structures also can be used which can withstand the wind speed of respective wind zone. Necessary protection towards rusting need to be provided either by coating or anodization. e) The fasteners used should be made up of stainless steel. The structures shall be designed to allow easy replacement of any module. The array structure shall be so designed that it will occupy minimum space without sacrificing the output from the SPV panels f) Regarding civil structures the bidder need to take care of the load bearing capacity of the roof and need arrange suitable structures based on the quality of roof. g) The total load of the structure (when installed with PV modules) on the terrace should be less than 60 kg/m2. h) The minimum clearance of the structure from the roof level should be 300 mm. i) The module mounting structure shall be made of GI medium class pipe/ GI channel. The grouting of the structure shall be done by PCC 1:2:3, which shall withstand the wind speed of 150 km/hr. 3. JUNCTION BOXES (JBs): a) The junction boxes are to be provided in the PV array for termination of connecting cables. The J. Boxes (JBs) shall be made of GRP/FRP/Powder Coated aluminum /cast aluminum alloy with full
  • 35. (Sign and Seal of the Bidder) Page 35 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs. The JBs shall be such that input & output termination can be made through suitable cable glands. b) Copper bus bars/terminal blocks housed in the junction box with suitable termination threads Conforming to IP65 standard and IEC 62208 Hinged door with EPDM rubber gasket to prevent water entry. Single /double compression cable glands. Provision of earthings; it should be placed at 5 feet height or above for ease of accessibility. c) Each Junction Box shall have High quality Suitable capacity Metal Oxide Varistors (MOVs) / SPDs, suitable Reverse Blocking Diodes. The Junction Boxes shall have suitable arrangement monitoring and disconnection for each of the groups. d) Suitable markings shall be provided on the bus bar for easy identification and the cable ferrules must be fitted at the cable termination points for identification 4. DC DISTRIBUTION BOARD: a) DC Distribution panel to receive the DC output from the array field. b) DC DPBs shall have sheet from enclosure of dust & vermin proof conform to IP 65 protection. The bus bars are made of copper of desired size. Suitable capacity MCBs/MCCB shall be provided for controlling the DC power output to the PCU along with necessary surge arrestors. 5. AC DISTRIBUTION PANEL BOARD: a) AC Distribution Panel Board (DPB) shall control the AC power from PCU/inverter, and should have necessary surge arrestors. Interconnection from ACDB to mains at LT Bus bar while in grid tied mode. b) All switches and the circuit breakers, connectors should conform to IEC60947, part I, II and III/ IS60947 part I, II and III. c) The changeover switches, cabling work should be undertaken by the bidder as part of the project. d) All the Panel’s shall be metal clad, totally enclosed, rigid, floor mounted, air -insulated, cubical type suitable for operation on three phase / single phase,415 or 230 volts, 50 Hz e) The panels shall be designed for minimum expected ambient temperature of 45 degree Celsius, 80 percent humidity and dusty weather. f) All indoor panels will have protection of IP54 or better. All outdoor panels will have protection of IP65 or better. g) Should conform to Indian Electricity Act and rules (till last amendment). h) All the 415 AC or 230 volts devices / equipment like bus support insulators, circuit breakers, SPDs, VTs etc., mounted inside the switchgear shall be suitable for continuous operation and satisfactory performance under the following supply conditions. Variation in supply voltage : +/- 10 % Variation in supply frequency : +/- 3 Hz 6. PCU/ARRAY SIZE RATIO: a) The combined wattage of all inverters should not be less than rated capacity of power plant under STC.
  • 36. (Sign and Seal of the Bidder) Page 36 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat b) Maximum power point tracker shall be integrated in the PCU/inverter to maximize energy drawn from the array. 7. PCU/ Inverter: As SPV array produce direct current electricity, it is necessary to convert this direct current into alternating current and adjust the voltage levels to match the grid voltage. Conversion shall be achieved using an electronic Inverter and the associated control and protection devices. All these components of the system are termed the “Power Conditioning Unit (PCU)”. In addition, the PCU shall also house MPPT (Maximum Power Point Tracker), an interface between Solar PV array & the Inverter, to the power conditioning unit. Inverter output should be compatible with the grid frequency. Typical technical features of the inverter shall be as follows: o Allowable invertor capacity will be equal to module capacity (± 10% tolerance will be allowed) o Switching devices : IGBT/MOSFET o Control : Microprocessor /DSP o Nominal AC output voltage and frequency: 415V, 3 Phase, 50 Hz (In case single phase inverters are offered, suitable arrangement for balancing the phases must be made.) or Single phase as per consumer requirements. o Output frequency : 50 Hz o Grid Frequency Synchronization range: + 3 Hz or more o Ambient temperature considered: -20 °C to 50 °C o Humidity: 95 % Non-condensing o Protection of Enclosure : IP-20 (Minimum) for indoor. : IP-65 (Minimum) for outdoor. o Grid Frequency Tolerance range: + 3 or more o Grid Voltage tolerance : - 20 % & + 15 % o No-load losses: Less than 1% of rated power o Inverter efficiency (minimum): >95% o THD: < 3% o PF: > 0.9 a) Three phase / single phase PCU / inverter shall be used with each power plant system depending on customer’s requirement. b) PCU/inverter shall be capable of complete automatic operation including wake-up, synchronization & shutdown. c) The output of power factor of PCU inverter is suitable for all voltage ranges or sink of reactive power, inverter should have internal protection arrangement against any sustainable fault in feeder line and against the lightning on feeder. d) Built-in meter and data logger to monitor plant performance through external computer shall be provided. e) The power conditioning units / inverters should comply with applicable IEC/equivalent BIS standard for efficiency measurements and environmental tests as per standard codes IEC 61683/IS 61683 and IEC 60068-2 (1,2,14,30) /Equivalent BIS Std.
  • 37. (Sign and Seal of the Bidder) Page 37 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat f) The charge controller (if any) / MPPT units environmental testing should qualify IEC 60068-2(1, 2, 14, 30) / Equivalent BIS Std. The junction boxes/enclosures should be IP 65(for outdoor)/ IP 54 (indoor) and as per IEC 529 specifications. g) The PCU/ inverters should be tested from the MNRE approved test centers /NABL /BIS /IEC accredited testing- calibration laboratories. In case of imported power conditioning units, these should be approved by international test houses. 8. INTEGRATION OF PV POWER WITH GRID: The output power from SPV would be fed to the inverters which converts DC produced by SPV array to AC and feeds it into the main electricity grid after synchronization. In case of grid failure, or low or high voltage, solar PV system shall be out of synchronization and shall be disconnected from the grid. Once the grid comes into service PV system shall again be synchronized with grid supply and load requirement would be met to the extent of availability of power. 4 pole isolation of inverter output with respect to the grid power connection need to be provided, as per regulation. 9. DATA ACQUISITION SYSTEM / PLANT MONITORING i. Data Acquisition System shall be provided for each of the solar PV plant. ii. Remote Monitoring and data acquisition through Remote Monitoring System software at the owner /GEDA location with latest software/hardware configuration and service connectivity for online / real time data monitoring/control complete to be supplied and operation and maintenance/control to be ensured by the CP. Provision for interfacing these data on GEDA server and portal in future shall be kept. 10. METERING: a) The bi-directional electronic energy meter (0.5 S class) shall be installed for the measurement of import/Export of energy as per guidance of DISCOM. b) The bidder must take approval/NOC from the Concerned DISCOM for the connectivity, technical feasibility, and synchronization of SPV plant with distribution network and submit the same to GEDA before commissioning of SPV plant. c) Reverse power relay shall be provided by bidder (if necessary), as per the local DISCOM requirement. 11. POWER CONSUMPTION: a) Regarding the generated power consumption, priority need to give for internal consumption first and thereafter any excess power can be exported to grid at APPC. 12. PROTECTIONS The system should be provided with all necessary protections like earthing, Lightning, and grid islanding as follows:
  • 38. (Sign and Seal of the Bidder) Page 38 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 12.1. LIGHTNING PROTECTION: The SPV power plants shall be provided with lightning & over voltage protection. The main aim in this protection shall be to reduce the over voltage to a tolerable value before it reaches the PV or other sub system components. The source of over voltage can be lightning, atmosphere disturbances etc. The entire space occupying the SPV array shall be suitably protected against Lightning by deploying required number of Lightning Arrestors. Lightning protection should be provided as per IEC62305 standard. The protection against induced high-voltages shall be provided by the use of metal oxide varistors (MOVs) and suitable earthing such that induced transients find an alternate route to earth. 12.2. SURGE PROTECTION Internal surge protection shall consist of three MOV type surge-arrestors connected from +ve and –ve terminals to earth (via Y arrangement). 12.3. EARTHING PROTECTION i. 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 earthed inside the array field. ii. Earth resistance shall not be more than 0.5 ohms. It shall be ensured that all the earthing points are bonded together to make them at the same potential. 12.4. GRID ISLANDING: i. In the event of a power failure on the electric grid, it is required that any independent power- producing inverters attached to the grid turn off immediately. This prevents the DC-to-AC inverters from continuing to feed power into small sections of the grid, known as “islands.” Powered islands present a risk to workers who may expect the area to be unpowered, and they may also damage grid-tied equipment. The Rooftop PV system shall be equipped with islanding protection. In addition to disconnection from the grid (due to islanding protection) disconnection due to under and over voltage conditions shall also be provided. ii. A manual disconnect 4 / 2 pole isolation switch (RCCB) beside automatic disconnection to grid would have to be provided at utility end to isolate the grid connection by the utility personnel to carry out any maintenance. 13. CABLES Cables of appropriate size to be used in the system shall have the following characteristics: i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards ii. Temp. Range: –10°C to +80°C. iii. Voltage rating 660/1000V iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation v. Flexible
  • 39. (Sign and Seal of the Bidder) Page 39 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat vi. 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 solar system to the minimum. The cables (as per IS) should be insulated with a special grade PVC compound formulated for outdoor use. vii. Cable Routing/ Marking: All cable/wires are to be routed in a RPVC pipe/ GI cable tray and suitably tagged and marked with proper manner by good quality ferule or by other means so that the cable easily identified. viii. The Cable should be so selected that it should be compatible up to the life of the solar PV panels i.e. 25 years. ix. The ratings given are approximate. All the cables required for the plant are to be provided by the bidder. Any change in cabling sizes if desired by the bidder/approved after citing appropriate reasons. x. Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded insulation or XLPE insulation. Overall PVC/XLPE insulation for UV protection Armoured cable for underground laying. All cable trays including covers to be provided. All cables conform to latest edition of IEC/equivalent BIS Standards as specified below: BoS item / component Standard Description Standard Number Cables General Test and Measuring Methods, PVC/XLPE insulated cables for working Voltage up to and including 1100 V, UV resistant for outdoor installation IS /IEC 69947. xi. The size of each type of DC cable selected shall be based on minimum voltage drop however; the maximum drop shall be limited to 1%. xii. The size of each type of AC cable selected shall be based on minimum voltage drop however; the maximum drop shall be limited to 2 %. 14. CONNECTIVITY The maximum capacity for interconnection with the grid at a specific voltage level shall be as specified in the GERC regulation for Grid connectivity and norms of DISCOM and amended from time to time. 15. DRAWINGS & MANUALS: i. Two sets of Engineering, electrical drawings and Installation and O&M manuals are to be supplied. Bidders shall provide complete technical datasheets for each equipment giving details of the specifications along with make / makes in their bid along with basic design of the power plant and power evacuation, synchronization along with protection equipment. ii. Approved ISI and reputed makes for equipment be used. 16. SOLAR PV SYSTEM ON THE ROOFTOP FOR MEETING THE ANNUAL ENERGY REQUIREMENT The Solar PV system on the rooftop of the selected buildings will be installed for meeting the annual energy requirements of PV capacity permissible by DISCOM as per regulation issued by GERC.
  • 40. (Sign and Seal of the Bidder) Page 40 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat 17. SAFETY MEASURES: The bidder 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. DOCUMENTATION: Operation & Maintenance manual / user manual shall be supplied along with the each power plant. The manual shall include complete system details such as array lay out, schematic of the system, inverter details, working principle etc. Step by step maintenance and troubleshooting procedures shall be given in the manuals. SHADOW ANALYSIS: The shadow analysis of each site has to be carried out by Bidder and shall be his responsibility to educate the user to install the system only in shadow free space. Lower performance of the system due to shadow effect shall be the responsibility of the bidder and shall be liable for penalty for lower performance. PERFORMACE RATIO: The Performance Ratio (PR) is a measure of the quality of a PV plant that is independent of location and insolation (power in solar radiation) and therefore often described as a quality factor. The PR is stated as percent and describes the relationship between the actual and theoretical energy outputs of the PV plant. It thus shows the proportion of the energy that is actually available for export to the grid after deduction of energy loss. The procedure for performance monitoring is based on the standard IEC 61724 – PV system performance monitoring: Guidelines for measurement, data exchange and analysis. The PR shall be calculated as the ratio of (a) Measured, actual power evacuated in the grid at the evacuation point at a particular instant. AND (b) Calculated, Nominal Power Output of the plant at that instant. Wherein, the Nominal Power Output of the plant is calculated as the product of ‘in-plane’ solar insolation reading from the pyranometer (in kW/m2) and the net capacity of all the PV modules in (kW).
  • 41. (Sign and Seal of the Bidder) Page 41 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat QUALITY CERTIFICATION, STANDARDS AND TESTING FOR GRID-CONNECTED ROOFTOP SOLAR PV SYSTEMS/POWER PLANTS Quality certification and standards for grid-connected rooftop solar PV systems are essential for the successful mass-scale implementation of this technology. It is also imperative to put in place an efficient and rigorous monitoring mechanism, adherence to these standards. Hence, all components of grid- connected rooftop solar PV system/ plant must conform to the relevant standards and certifications given below: Solar PV Modules/Panels IEC 61215/ IS 14286 Design Qualification and Type Approval for Crystalline Silicon Terrestrial Photovoltaic (PV) Modules IEC 61701 Salt Mist Corrosion Testing of Photovoltaic (PV) Modules IEC 61853- Part 1/ IS Photovoltaic (PV) module performance testing and energy rating –: 16170: Part 1 Irradiance and temperature performance measurements, and power rating IEC 62716 Photovoltaic (PV) Modules – Ammonia (NH3) Corrosion Testing (As per the site condition like dairies, toilets) IEC 61730-1,2 Photovoltaic (PV) Module Safety Qualification – Part 1: Requirements for Construction, Part 2: Requirements for Testing Solar PV Inverters IEC 62109-1, IEC Safety of power converters for use in photovoltaic power systems – Part 1: General requirements, and Safety of power converters for use in photovoltaic power systems Part 2: Particular requirements for inverters. Safety compliance (Protection degree IP 65 for outdoor mounting, IP 54 for indoor mounting) 62109-2 IEC/IS 61683 Photovoltaic Systems – Power conditioners: Procedure for Measuring Efficiency (10%, 25%, 50%, 75% & 90-100% Loading Conditions) (as applicable) IEC 62116/ UL 1741/ Utility-interconnected Photovoltaic Inverters - Test Procedure of Islanding Prevention Measures IEEE 1547 (as applicable) IEC 60255-27 Measuring relays and protection equipment – Part 27: Product safety Requirements IEC 60068-2 / IEC 62093 (as applicable) Environmental Testing of PV System – Power Conditioners and Inverters Fuses IS/IEC 60947 (Part General safety requirements for connectors, switches, circuit breakers 1, 2 & 3), EN (AC/DC): 50521 a) Low-voltage Switchgear and Control-gear, Part 1: General rules b) Low-Voltage Switchgear and Control-gear, Part 2: Circuit
  • 42. (Sign and Seal of the Bidder) Page 42 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Breakers c) Low-voltage switchgear and Control-gear, Part 3: Switches, disconnectors, switch-disconnectors and fuse-combination units d) EN 50521: Connectors for photovoltaic systems – Safety requirements and tests IEC 60269-6 Low-voltage fuses - Part 6: Supplementary requirements for fuse-links for the protection of solar photovoltaic energy systems Solar PV Roof Mounting Structure IS 2062/IS 4759 Material for the structure mounting Surge Arrestors BFC 17-102:2011 Lightening Protection Standard IEC 60364-5-53/ IS 15086-5 (SPD) IEC 61643- 11:2011 Electrical installations of buildings - Part 5-53: Selection and erection of electrical equipment - Isolation, switching and control Low-voltage surge protective devices - Part 11: Surge protective devices connected to low-voltage power systems - Requirements and test methods Cables IEC 60227/IS 694, IEC 60502/IS 1554 (Part 1 & 2)/ IEC69947 (as applicable) General test and measuring method for PVC (Polyvinyl chloride) insulated cables (for working voltages up to and including 1100 V, and UV resistant for outdoor installation) BS EN 50618 Electric cables for photovoltaic systems (BT(DE/NOT)258), mainly for DC Cables Earthing /Lightning IEC 62561 Series (Chemical earthing) (as applicable) IEC 62561-1 Lightning protection system components (LPSC) - Part 1: Requirements for connection components IEC 62561-2 Lightning protection system components (LPSC) - Part 2: Requirements for conductors and earth electrodes IEC 62561-7 Lightning protection system components (LPSC) - Part 7: Requirements for earthing enhancing compounds
  • 43. (Sign and Seal of the Bidder) Page 43 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Junction Boxes IEC 60529 Junction boxes and solar panel terminal boxes shall be of the thermo-plastic type with IP 65 protection for outdoor use, and IP 54 protection for indoor use Energy Meter IS 16444 or as specified by the CSPDCLs A.C. Static direct connected watt-hour Smart Meter Class 1 and 2 — Specification (with Import & Export/Net energy measurements)
  • 44. (Sign and Seal of the Bidder) Page 44 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Format for Annual Turnover certificate To be submitted on letter head of Chartered Accountant TO WHOMSOEVER IT MAY CONCERN We have verified the books of accounts and related record of Ms. ______________> situated at <Address of the factory/firm> _ and on verififcation of the records we certify that total Turnover of the above mentioned entity during the last three financial years are as under: Sr. No. Financial Year Total Turnover Rs. In lacs 1 2015-16 2 2016-17 3 2017-18 Total Average Annual Turn Over of last three years Place: Sign and seal of Chartered Accountant Date:
  • 45. (Sign and Seal of the Bidder) Page 45 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure: 8 Example of discovering the lowest price for each of the four SPV system range Rates in Rs/Watt Category A Category B Category C Category D Max. Qty. per Bidder: 2000 kW Max. Qty. per Bidder: 1000 kW Max. Qty. per Bidder: 400 kW Max. Qty. per Bidder: 150 kW Max. Nos. of Vendors: 28 Max. Nos. of Vendors: 38 Max. Nos. of Vendors: 63 Max. Nos. of Vendors: 42 Total Capacity: 56.25 MW Total Capacity: 37.5 MW Total Capacity: 25 MW Total Capacity: 6.25 MW Bidder 1-6 kW 6-10 kW 10-50 kW 51+ kW Bidder 1-6 kW 6-10 kW 10-50 kW 51+ kW Bidder 1-6 kW 6-10 kW Bidder 1-6 kW A1 63.5 61 57.2 44 B1 63 61 57.2 45 C1 63.5 56 D1 66 A2 67.5 59 58 46 B2 61 59 58 47 C2 67.5 59.1 D2 64.5 A3 64 58 51 41 B3 65 58 51 48.5 C3 64 52 D3 64.7 A4 60 56 53 39 B4 68 56 53 46 C4 60 59 D4 65 A5 66 55 54 45 B5 69 55 54 42 C5 66 58 D5 65.1 A6 65.5 53 52 49 B6 70 53 52 49 C6 65.5 53 D6 65.5 A7 66 52 Not Quoted 42 B7 Not Quoted 52 55 55 C7 66 54 D7 65.8 A8 Not Quoted 59 49 47 B8 61.5 Not Quoted 56 Not Quoted C8 69 64 D8 64.2 A9 68.5 52 51 41 B9 74 52 51 41 C9 68.5 61 D9 66.4 A10 59 Not Quoted 56 43 B10 Not Quoted 52.5 56 43 C10 67 56 D10 66.5 A11 65 53.5 55 43.5 B11 73.5 53.5 55 43.5 C11 65 57 D11 66.5 A12 61 58.5 Not Quoted 48 B12 72 58.5 53 48 C12 65 59 D12 66.8 A13 68 57.6 56 50.1 B13 71 Not Quoted 56 50.1 C13 68 51 D13 66.9 A14 61 61 52.5 49.5 B14 62 61 52.5 49.5 C14 61 60 D14 67.1 A15 61 54 53 48 B15 63 54 53 48 C15 61 62 D15 67.3 Lowest 59 52 49 39 61 52 51 41 60 51 64.2 LOWEST RATES TO BE ACCEPTED in Rs./kW Note: Capacity Range Lowest Bidder Rs/kW Bidders A8, B7, B10 will not be offered to match the price for System Range of 1 to 6 kW as NOT QUOTED 1-6 kW A10 59 Bidders A10, B8, B13 will not be offered to match the price for System range of >6 to 10 kW as NOT QUOTED >6-10 kW C13 51 Bidders A7, A12 will not be offered to match the price for System range of >10 to 50 kW as NOT QUOTED >10-50 kW A8 49 Bidder B8 will not be offered to match the price for System range of >51 kW as NOT QUOTED >51 kW A4 39
  • 46. (Sign and Seal of the Bidder) Page 46 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Annexure – 9 Example of Allotment of Capacity to the successful Bidders at Lowest price Discovered. Rates in Rs/Watt Category A Category B Category C Category D Max. Qty. per Bidder: 2000 kW Max. Qty. per Bidder: 1000 kW Max. Qty. per Bidder: 400 kW Max. Qty. per Bidder: 150 kW Max. Nos. of Vendors: 28 Max. Nos. of Vendors: 38 Max. Nos. of Vendors: 63 Max. Nos. of Vendors: 42 Total Capacity: 56.25 MW Total Capacity: 37.5 MW Total Capacity: 25 MW Total Capacity: 6.25 MW Bidder 1-6 kW 6-10 kW 10-50 kW 51+ kW Bidder 1-6 kW 6-10 kW 10-50 kW 51+ kW Bidder 1-6 kW 6-10 kW Bidder 1-6 kW A4 60 56 53 39 B3 65 58 51 48.5 C13 68 51 D8 64.2 A3 64 58 51 41 B9 74 52 51 41 C3 64 52 D2 64.5 A9 68.5 52 51 41 B6 70 53 52 49 C6 65.5 53 D3 64.7 A7 66 52 Not Quoted 42 B14 62 61 52.5 49.5 C7 66 54 D4 65 A10 59 Not Quoted 56 43 B4 68 56 53 46 C1 63.5 56 D5 65.1 A11 65 53.5 55 43.5 B12 72 58.5 53 48 C10 67 56 D6 65.5 A1 63.5 61 57.2 44 B15 63 54 53 48 C11 65 57 D7 65.8 A5 66 55 54 45 B5 69 55 54 42 C5 66 58 D1 66 A2 67.5 59 58 46 B7 Not Quoted 52 55 55 C4 60 59 D9 66.4 A8 Not Quoted 59 49 47 B11 73.5 53.5 55 43.5 C12 65 59 D10 66.5 A12 61 58.5 Not Quoted 48 B8 61.5 Not Quoted 56 Not Quoted C2 67.5 59.1 D11 66.5 A15 61 54 53 48 B10 Not Quoted 52.5 56 43 C14 61 60 D12 66.8 A6 65.5 53 52 49 B13 71 Not Quoted 56 50.1 C9 68.5 61 D13 66.9 A14 61 61 52.5 49.5 B1 63 61 57.2 45 C15 61 62 D14 67.1 A13 68 57.6 56 50.1 B2 61 59 58 47 C8 69 64 D15 67.3 Lowest 59 52 49 39 61 52 51 41 60 51 64.2 NOTE: The work shall be allotted to the Bidders who agree to match the lowest Price discovered for the respective system range, as given in Annexure-8, until the capacity specified for respective Bidder Category gets exhausted, on the basis of their ranking in the price bid. In the event that sufficient number of bidders are not available, the surplus capacity shall be reserved for allotment later to the Bidders who perform timely.
  • 47. (Sign and Seal of the Bidder) Page 47 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat FINANCIAL BID GUIDELINES  Rates quoted by Bidder will be FOR destination prices inclusive of taxes, levies, duties, packing, forwarding, freight, insurance, loading unloading, supply, installation, commissioning, meter charges etc. and any/ all charges for successful Supply and Installation of the systems at any locations in the State of Gujarat and all other miscellaneous expenses of marketing, commissions etc. if any. The Grid connectivity chares shall be bared by the beneficiary.  The rates quoted by the Bidder will be inclusive of GST, Work Contract Tax, or any other taxes applicable to such work. Any escalation in such taxes/ levies during the tenure of the offer/ order will not be paid by GEDA and Bidders are advised to take in to consideration any such escalations in the prevailing taxes/levies/duties.  In no circumstances, escalation in the prices will be entertained.  Your rates are to be submitted as per the enclosed Performa of schedule of rates (online only). Physical submission of price bid will disqualify the Bidder.  The Rates shall be quoted in Rs. Per Watt and NOT in Rs per Kilo Watt
  • 48. (Sign and Seal of the Bidder) Page 48 of 48 Tender for Installation of Solar Photovoltaic Systems in the State of Gujarat Price Bid (online only) The rates mentioned are per Watt of system capacity System range in kW Unit Rate in Rs. Per Watt In figures In Words Category D Bidders 1 to 6 kW Solar System Category C Bidders 1 to 6 kW Solar System >6 kW to 10 kW Solar system Category B Bidders 1 to 6 kW Solar system >6 kW to 10 kW Solar system >10 kW to 50 kW Solar system >51 kW Solar system Category A Bidders 1 to 6 kW Solar system >6 kW to 10 kW Solar system >10 kW to 50 kW Solar system >51 kW Solar System