Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
LIMITED
TENDER DOCUMENT NO : NREDCAP/GM/CANAL TOP/2015
BID DOCUMENTS
FOR THE WORK OF
Design, manufacture, testing at manufacturers works, supply, storage at site,
erection, testing, commissioning and maintenance for ten years of 1MWp grid
connected canal top Solar PV Crystalline power project on the canal top of
Losari main Canal distributor, Gollavanitippa, Bhimavaram Rural Mandal, West
Godavari District in Andhra Pradesh along with grid connecting equipment
including associated Civil Works on EPC Basis.
CONTENTS
Sl.No.
Part I
Description
Page No.
3
8
17
Section I General
19
Section II Financial
27
44
PART-III
Technical Specification
46
79
93
94
95
97
PART-I
SECTION-I
NEW & RENEWABLE ENERGY DEVELOPMENT CORPORATION OF A.P. LIMITED
5-8-207/2, Pisgah Complex, Nampally,HYDERABAD 500 001
NOTICE INVITING TENDER
NO. NREDCAP/GM/CANAL TOP/2015
(THIS IS A TWO PART BID)
1.
2.
3.
Name of Work
4.
5.
Rs. 10 Crores
6.
Period of Contract
7.
Form of Contract
LS
8.
Tender Type
Open Tenders
9.
Tender Category
EPC
11.
13.
28.02.2015 Onwards
17.03.2015 15.00 Hrs.
10.03.2015 11:00 Hrs
18.03.2015 15.00 Hrs.
180 days from the date of opening of Pre-qualification
Bid
23.
Eligibility Criteria
2)
3)
N.B:
1. The dealers or agencies are not allowed to participate in the tender.
2. The consortiums/Joint Ventures of manufacturers and EPC contractors can
participate in the bid to meet the eligibility criteria, provided all the parties of the
consortium jointly and severally take the responsibility of fulfilling the contractual
obligations. The consortium/JVs, shall fulfill the eligibility criteria mentioned at
para-1(b). They shall have to submit the agreement/ deed fulfilling the relevant
conditions of the eligibility criteria and responsibilities.
3. The bidders are required to quote for full capacity of the project and not allowed
to quote for the part capacity.
4. In case, the bidder is a consortium/JV, and in case of award of contract to
them, the consortium/JV has to furnish additional performance bank guarantee
for 5% value of the contract over and above 10% of the contract value stipulated
for others.
24.
25.
26.
27.
28.
Contact Details
Procedure for bid
submission
29.
Statutory Requirements
30.
31
Superscription on Tender
Cover ( Hard Copy)
The
bidders
shall
mention
superscriptions on the tender cover:
i) Tender No
ii) Name of the Work
iii) Due Date and Time of Opening
iv) EMD Particulars.
v) Validity of the Tender
the
following
IMPORTANT INSTRUCTIONS
A) PRELIMINARY EXAMINATION:
The Bid received before the due date and time will be opened to assess
whether the Bidder qualifies and whether his offer is technically acceptable and
substantially responsive. The Purchaser will examine the Bids to determine
whether they are complete, whether required sureties have been furnished,
whether the documents have been properly signed, and whether the Bids are
generally in order. The bids of only such Bidders whose bids are technically and
commercially in accordance with the specification and who have submitted the
necessary Bid Security in the form required will be considered for opening of
price bid.
A responsive Bid is the one which accepts and fulfils all the terms and
conditions of this specification and documents, supported by the necessary
sureties, and are complete in respect of details as asked for in the Bid
document.
The responsive Bids received will be evaluated by the Purchaser to ascertain the
lowest evaluated Bid for complete works covered under these specifications and
documents.
Bidder shall quote for full quantity against all items. Part bids are liable for
rejection.
The purchaser is the final authority in deciding the above and his decision
cannot be contended.
PART-I
SECTION II: INSTRUCTIONS TO BIDDERS
1.2.1
I.
General Information
Location of site
16o 52 26 N
Note: The above information is general and indicative only. However the Bidder
is advised to visit the site to gather first hand information to assess the
basic Parameters required for design of the Solar PV Plants and then
quote.
1.2.2 The Bidder shall furnish the following documents along with his bid: Attested
copies of documents relating to the Registration of the firm, Partnership deed,
Articles of Association, Commercial Tax Registration, Latest Income Tax
Clearance certificate /latest IT return and copy of PAN card issued by the IT
Department etc.
N.B:
1. The dealers or agencies are not allowed to participate in the tender.
2. The consortiums/Joint Ventures of manufacturers and EPC contractors can
participate in the bid to meet the eligibility criteria, provided all the parties
of the consortium jointly and severally take the responsibility of fulfilling the
contractual obligations. The consortium/JVs, shall fulfill the eligibility
criteria mentioned at para-1(b). They shall have to submit the agreement/
deed fulfilling the relevant conditions of the eligibility criteria and
responsibilities.
3.The bidders are required to quote for full capacity of the project and not
allowed to quote for the part capacity.
4. In case, the bidder is a consortium/JV, and in case of award of contract to
them, the consortium/JV has to furnish additional performance bank
guarantee for 5% value of the contract over and above 10% of the contract
value stipulated for others.
=
:
:
:
:
The bidder shall furnish the relevant documents fulfilling the qualifying
criteria along with his bid, otherwise the bid is liable for rejection.
Therefore, the bidder is advised to study all terms and conditions of the
tender including technical specifications for submitting complete and
comprehensive tender. Failure to comply with any of the terms and
conditions or instructions of the offer with insufficient particulars which
are likely to render fair comparison of tender as a whole impossible may
lead to rejection even if otherwise it is a competitive offer/ tender.
1.2.4 COST OF BIDDING: The Bidders shall bear all costs associated with the
preparation and submission of his bid and NREDCAP will in no case be responsible
or liable for those costs, regardless of the contract or outcome of the bidding
process.
1.2.5 AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the due date &
time for submission of bids, the NREDCAP may, for any reason, whether on its own
initiative or in response to a clarification requested by a prospective Bidder, modify
the bidding documents, bidding process, terms and conditions, specification, etc.
The NREDCAP may, at his discretion, extend the due date & time for submission of
bids.
1.2.6 LANGUAGE OF BIDS: The Bid prepared by the Bidder and all correspondence and
documents relating to the bid exchanged by the Bidder and the Purchaser, shall be
written in English language only.
1.2.7
SCOPE OF THE CONTRACT: The scope of the contract shall be on the basis of a
single
bidder's
responsibility
completely
covering
all
the
Equipment/components/material and services specified under the accompanying
technical specifications (Part-III of specification). The contract shall be signed with
the successful bidder alone who would be referred to as the contractor. The scope of
the contract generally includes the following:
a. Detailed design of the entire plant
b. Arranging complete manufacture of all the equipment/ material/
components required for plant including their shop testing, supply
including packing, loading and transportation from the manufacturer's
works to the sites/stores and intra-site transport with unloading, loading
and stacking /storage at site as specified or required duly obtaining
insurance cover for transit, storage cum erection.
c. All associated Civil Engineering works like tree/bush clearance/ site
levelling, fabrication of structures, construction of foundations for
mounting structures for SPV panels, construction of control room cum
office room, water pipe line required for washing/cleaning of panels.
d. The cable trenches within and outside the control room i.e., SPV module,
area transformer & outdoor yard, etc.
10
e. Supply of Tools & Plants required for erection, testing and commissioning
and Maintenance of Plant.
f. Installation/Erection, Testing and Commissioning of the equipment in coordination with the other contractors, if any, as per the scope of the
contract.
g. Furnishing of design calculations, drawings, data, test reports,
instruction manuals, operation manuals etc., for purchaser's approval,
and on approval, submission of specified quantities.
h. Training to the purchasers operating personnel at Manufacturers works,
operating power stations and at site.
i. Extending guarantee to the supplied material for the period specified i.e.,
during maintenance period and also after taking over by the Purchaser.
j. Comprehensive Maintenance (routine, preventive and break down etc) of
Plant for specified period including required men, spares and
consumables etc.
k. The equipment/Solar Power Plant offered shall complete with all
components necessary for its effective and trouble free operation. Such
components shall deemed to be within the scope of Bidders supply
irrespective of whether those are specifically mentioned in the
specification, his bid and/or the commercial order or not.
1.2.8.
SUBMISSION OF DOCUMENTS:
The documents to be submitted shall be signed, stamped and sent to reach the
tender inviting authority on or before the specified time and date.
The tender must be completed in all technical and commercial respect and
should contain requisite certificates, drawings, informative literature etc.
as required in the tender document.
In Technical bid( sealed envelope) (Envelope-A), the following documents are
to be inserted:- 1) Total tender document duly signed on every page and
stamped. 2) Schedules 1 to 12. 2)Tender Fee 3) EMD 4) Other
documents as per the tender conditions. If necessary, additional
papers may be attached by the tenderer to furnish/ submit the
required information.
It should be superscripted with Tender for 1 MW Canal Top Solar PV
Power Project in West Godavari district- Earnest Money and Technical
Bid
Second sealed envelope (Envelope- B) should contain financial bid only
(Schedule 13).
It should be superscribed with Tender for 1 MW Canal Top Solar PV
Power Project in West Godavari district - Financial
bid. The
tenderer should submit his duly signed and stamped financial bid on
the financial bid format attached (Schedule13) with this tender document,
after writing the prices only.
Both the above sealed envelopes i.e. closely marked as Envelope-A
(Technical Bid) and Envelope-B (Financial Bid) will be sealed in another one
envelope, subscribed with TENDER notice : NREDCAP/GM/CANAL
TOP/2015 and Name of Work: Tender for 1 MW Canal Top Solar PV
Power Project in West Godavari district. This envelope shall be addressed
to VC & Managing Director, NREDCAP, HYDERABAD (AP)
11
1.2.9.
PRICE:
The bidders shall quote in their proposals a firm lump sum price for the entire
scope of supplying and erecting the equipment (covered under the Technical
Specification) including maintenance period.
1.2.10.
The above lump sum price shall be as on the date of opening of the bid and
shall include all taxes and duties like excise duty, sales tax, service tax/VAT,
works contract tax, Income Tax, surcharge on Income Tax and other corporate
taxes.
ARTICLES OF ASSOCIATION:
All Bids must be accompanied with duly authenticated copies of the documents
defining the constitution of the company, power of attorney and other relevant
documents, and any bid submitted by a partnership firm must be accompanied
by duly authenticated extracts from the partnership deed or other documents,
so as to show by which person and in what manner contracts may be entered
into, by or on behalf of the company, partnership for the due execution of such
contracts and responsibilities.
The said documents must be legalized by the local authorities at the place of
issue. Such documents should indicate current address of the firm and full
name and current address of all partners of the firm.
Any Bid not containing these documents, or if such documents are incomplete,
or do not conform to the aforesaid forms, may at the discretion of the Purchaser
be excluded.
1.2.11.
1.2.12.
Validity of offers:
The offers shall be valid for a period specified in the NIT, counted from the
date of opening of Pre-qualification bids. The period of validity cannot be
counted from any other date other than the date of opening the Prequalification bids.
During this period the bidder shall not be permitted to withdraw or vary their
offers, once made and if they do so, the EMD shall be forfeited.
12
1.2.15.
Past Experience:
The comprehensive list of past projects implemented by the bidder in India
and abroad indicating clients, dates, size of the projects and any other
relevant information along with P.O. details and performance reports from the
Customers, shall be furnished along with offer.
1.2.16.
1.2.17.
UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND
SPECIFICATIONS.
The Bidder is required to carefully examine the specifications and documents
and fully inform himself as to all the conditions of matters which may in any
way affect the works or the cost thereof. If any Bidder finds discrepancies or
the omissions in the specifications and documents or is in doubt as to the
true meaning of any part, he shall at once request in writing for an
interpretation/ clarification, to the Purchaser in duplicate. Such clarifications
shall be submitted before due date preferably before pre-bid meeting. The
clarifications found necessary will be furnished in the form of corrigendum/
Addendum to all the Bidders, which will form part of the Bid documents.
Verbal clarifications and information given by the Purchasers or his
employee(s) or his representative (s) shall not in any way be binding on the
Purchaser.
1.2.18
LOCAL CONDITIONS
It will be imperative on each Bidder to fully inform himself of all local
conditions and factors which may have any effect on the execution of the
works covered under these documents and specifications. The Purchaser will
not entertain any request for clarifications from the Bidders, regarding such
local conditions.
It must be understood and agreed that such factors have properly been
investigated and considered while submitting the proposals. No claim for
financial adjustment to the contract awarded under these specifications and
documents will be entertained by the purchaser neither any change in the
time schedule of the contract nor any financial adjustment arising thereof
which are based on the lack of such clear information, its affect on the cost of
the works to the Bidder shall be permitted by the Purchaser.
1.2.19
PRICED QUOTATIONS
All priced quotations should be in Indian Rupees only.
The tenderer should quote his lowest firm prices valid for the duration and
13
1.2.20
1.2.21.
1.2.22.
COMPLETION PERIOD:
Completion period is the essence of the Contract. In case of delay in
implementation of the project, NREDCAP has to incur heavy penalties /financial
loss including cancellation of the PPA, etc. Therefore, the project shall be
completed in all respects including synchronization of Plant with Grid within
eight months from the date of issue of LOI or Purchase order whichever is
earlier. In order to meet the stipulated completion period, all the equipment
/materials shall be delivered within 120 days and meet the following milestones:
Sl.
No
Period
of
Completion (from
the date of issue
of LOI)
30 days
90 Days
150 Days
210 Days
240 days
180 Days
The Offers not complying with the delivery schedule shall be considered nonresponsive and shall not be evaluated.
In case, the supply of all the material required for the project are not
completed within 150 days, the NREDCAP may resort to purchase the
materials/equipment from elsewhere at the risk and cost of the supplier and
14
recover all such extra cost incurred by the NREDCAP in procuring the
material by above procedure.
Alternatively, the NREDCAP may cancel the Purchase Order completely or
partly without prejudice to its right under the alternative mentioned above.
In case of recourse to alternatives above, the NREDCAP shall have the right to
purchase the materials to meet the urgency of requirements caused by
suppliers failure to comply with the scheduled delivery period irrespective of
the fact whether the materials /equipment are similar or not.
1.2.23.
1.2 24.
1.2.25.
GUARANTEE:
The contractor shall guarantee that the equipment being supplied under this
contract shall be new and of best quality, workmanship and shall have no
defects in manufacture, shall meet the requirements of the specifications, and
shall be in all aspects suited for the purpose intended.
The bidder shall guarantee the satisfactory performance of entire plant for ten
(10) years from the date of taking over the Plant after commissioning as the
O&M is also within the scope of the bidder for 10 years. Further, the bidder
shall extend material guarantee of 25 years for PV modules, 10 years for
inverters, transformers, switchgear, etc.
If during the said guarantee period, the buyer finds any materials to be
containing manufacturing defects or defect in workmanship or otherwise, the
contractor would be required to promptly repair/supply /replace such
defective equipment free of charge to purchaser.
The contractor shall bear all the expenses incurred in connection with the
repair or replacement against such defective equipment inclusive of all freight
and insurance, Taxes & Duties levies forwarding and clearing and demurrages
and other incidental charges involved in delivering the said equipment to the
buyers specified destination. The charges for erection and supervision of such
replacement shall not be paid by the buyer. The decision whether correction of
the defects should be by the repair or replacement shall be the sole discretion
of the buyer.
The buyer and contractor shall mutually agree to a programme of
replacement, renewal or repair which will minimize any interruption in the
commercial use of the equipment.
In the event, the contractor fails to undertake necessary steps to repair or
replace defective materials as stipulated above after receiving notice from the
Buyer of any defect in the material, or failure of any material to conform with
the specifications, the buyer may proceed to undertake the repair or
replacement of such defective equipment at bidders risk and expense but
without prejudice to any other rights with the purchaser may have against the
bidder in respect of such defects.
15
1.2.26
CHECK LIST
The Bidders are requested to duly verify the checklist enclosed in the
Annexure. This checklist gives only some of the important items. The
Bidders are, however, advised to carefully go through the Bid documents and
furnish the necessary information/documents etc., as required. The checklist
shall be attached to the letter of Transmittal.
1.2 27
It is not binding on NREDCAP to accept the lowest or any other bid. The
NREDCAP reserves the right to place orders for individual items with different
bidders and to revise the quantities at the time of placing the order. The order
for the materials may also be split up between different bidders to facilitate
quick delivery of critically required materials. NREDCAP further reserves the
right to accept or reject any/ all bids without assigning any reasons thereof
1.2.28.
The bidders are requested to refer to the General Purchase Conditions (PartII) of NREDCAP. Bidders are requested to refer to these conditions and
confirm acceptance in their offer.
1.2.29.
Make/Brand of items offered shall be specified failing which offers are liable to
be rejected. It shall be appreciated if one copy of detailed descriptive
literature/ pamphlets shall be enclosed along with the offer, which may help
technical evaluation.
1.2.30.
16
PART-I
SECTION-III
1.3.1. ELIGIBILITY CRITERIA AND PROOF OF DOCUMENTS TO BE SUBMITTED
Sl.
No
1
Eligibility Criteria
(a) (i) The bidder shall be a
manufacturer of solar modules of
crystalline silicon technology for
at least 5 years and the manufactured
modules must have been in successful
operation for at least one year as on the
date of submission of bid,
and
(ii) The bidder should have designed,
supplied, erected and commissioned
grid connected solar PV projects for an
aggregate capacity of at least 5 MWp
at a single or multiple locations,
and
(iii) The bidder shall have executed
one grid connected solar project with
capacity of at least 2MWp, running
successfully
without
any
major
problem for a minimum period of one
year as on the date of submission of
the Bid.
Proof
of
documents
to
be
submitted by the bidder
The supporting documents from the
licensing
authorities
i.e.,
departments of industries, excise,
customs, etc along with production
capacities achieved in the previous
years shall be submitted. Further,
the supporting documents having
designed and executed the solar
power plants shall also be submitted.
The copies of orders, commissioning/
completion reports or certificates, etc
received from the customers shall be
submitted. The bidders are advised
to furnish the contact persons of the
respective projects for ascertaining
the performance of those plants
directly by NREDCAP.
(b) Alternatively,
(i) The bidder may be an experienced EPC
contractor having executed turnkey solar
PV projects. He should have executed
solar PV projects in India for an
aggregate capacity of at least 10 MWp at
a single or multiple locations,
and
(ii) The bidder shall have executed one
grid connected solar project with
capacity of at least 5MWp, running
successfully without any major problem
for a minimum period of TWO years as
on the date of submission of the Bid.
3
The bidder should have an annual The audited results of financial years
turnover of Rs. 30 Cr. The bidder shall 2009-10 to 2013-14 shall be
exhibit the turnover for at least three submitted.
financial years during the last five years.
N.B:
1. The dealers or agencies are not allowed to participate in the tender.
17
v.
vi.
Cost of funds
:
12.5%
Life of the project
:
25 years
Loan repayment period
:
12 years
O&M expenditure
:
a) the bidder has to quote the O&M charges for 1st year and
escalation factor for next 10 years.
b)The 10th year value of O&M charges of the bidder will be
escalated @ 5.72% for 11th to 25th year of operation by
NREDCAP for evaluation purpose.
Discount factor
:
10.62%
IDC
:
2.8% of EPC value
The bids will be evaluated based on the above parameters and the quoted values of
EPC price, O&M charges and its escalation and guaranteed energy of the bidders.
The total EPC price offered by the bidder and NPV of discounted O&M expenses for
25 years O&M and thus arrived value will be considered as the project cost. The
project cost and guaranteed energy by the bidder with the financial parameters
mentioned above will be utilized for evaluation of levellised tariff and thus the lowest
bidder.
A sample calculation sheet is enclosed as ANNEXURE-C in these bid documents for
guidance of the bidders.
18
PART II
GENERAL TERMS & CONDITIONS
SECTION I
2.1.1.
GENERAL
New
&
19
CONTRACT
A formal agreement shall be entered into between the bidder and the
purchaser for the proper fulfillment of the contract.
2.1.3
2.1.4.
2.1.5.
Waiver
Any waiver by the authority of any breach of the conditions of the purchase
order shall not constitute any right for subsequent waiver of any other terms
and conditions.
2.1.6.
2.1.7.
2.1.8.
20
RATING PLATE:
Each main and auxiliary item of plant shall have permanently attached
to it a rating plate in a conspicuous position. This shall be of a noncorrodible material preferably chromium plated steel to stand the prevalent
atmospheric conditions as indicated. The inscription shall be engraved in
black on the plate.
The size of the rating plate shall depend upon space availability and
inscriptions shall be approved by the purchaser. The plates shall be
reasonably sized for clarity and clear inscription. The plates shall be attached
to the body of the equipment by screws.
NAME PLATE:
Each item of plant shall be provided with a name plate or label designating
the service of the particular equipment. The shape and size of the plate
and inscriptions shall be approved by the purchaser.
Such name plates shall be of non-corrodible material preferably chromium
plated steel having engraved black lettering or otherwise as specified.
In case of indoor equipment, the plate shall be of transparent plastic material
with black lettering engraved on the back. The name plates shall be screwed
to the body of the equipment.
2.1.9.
Interchangeability:
All similar materials and removable parts of similar equipment shall be
interchangeable with each other. A specific confirmation of this should be
furnished along with the invoices for the supplies.
2.1.10.
2.1.11.
2.1.12.
Suppliers liability:
Supplier accepts full responsibility and indemnifies the Corporation and shall
hold the Corporation harmless from all acts of omission and commission on
the part of the supplier, his agents, his subcontractors and employees in
execution of the contract. The supplier also agrees to defend and undertakes
to indemnify the Corporation and also hold it harmless from any and all
claims for injury to or death of any and all persons including but not limited
to employees and for damage to the property arising out of or in connection
with the performance of the work under the contract.
2.1.13.
2.1.14.
Inspection/checking/ testing:
All materials/ equipment to be supplied shall be subject to
inspection/checking/ testing by the Corporation or its authorized
representative at all stages and places, before, during and after the
21
22
Loose material, e.g. bolts, nuts etc., shall be packed in gunny bags and
sealed in polythene bags with proper tagging.
Components containing glass shall be carefully covered with shock
absorbing protective material such as expanded polystyrene ('Thermo
Cole').
All openings in the equipment shall be tightly covered, plugged or
capped to prevent foreign material from entering.
In the case of large and bulky equipment, the contractor shall be
responsible for ascertaining transport limitations and supply the
equipment in the minimum number of components or sub-assemblies,
within the framework of transport limitations.
Wherever necessary, proper arrangements for attaching slings for lifting
shall be provided.
The contents of the packages shall be sealed in thick polythene sheets
and all the inside walls of the packages shall be lined with
waterproof paper to protect the equipment from damage due to dust
and moisture.
All equipment shall be protected for the entire period of dispatch,
storage and erection against corrosion, incidental damage due to
vermin, sunlight, rain, high temperature, humid atmosphere, rough
handling in transit and storage in the open including possible delays
in transit. Material and equipment shipped across the sea shall be
packed to withstand without damage, the effects of salt spray. All
machined and plated parts shall be protected with anti-rust grease. At
such points, wrapping impregnated with anti-rust composition or vapor
phase inhibitors shall be used. These shall have sufficient strength to
resist chafing and indentation due to the movement which is likely to
occur in transit. The protective wrappings and impregnation shall last
for a minimum period of three months.
Silica-gel or approved equivalent moisture absorbing material in small
cotton bags shall be placed and tied at various points on the
equipment, wherever necessary.
Adequate provision of skids or pallets shall be made to keep the
packages above the collecting drainage. Crates and other large
containers should have drain holes in the bottom to prevent collection
of water within the packing. This is especially important where the
cargo itself is subject to condensation (cargo sweat).
All cases shall be provided with suitable cutouts, closed by bolted
wooden planks to facilitate inspection by customs authorities.
Waterproof transparent papers shall be provided at the cutout locations
to prevent water ingress into the casing through the cutout.
Each crate or package shall contain a packing list in a waterproof
envelope. Copies of the packing list, in triplicate, shall be
forwarded to the NREDCAP prior to dispatch. All items of material
shall be clearly marked for easy identification against the packing list.
All spare parts shall be packed and treated for long storage conditions
at site.
Any material found short inside the packing cases shall be supplied by
the contractor at no extra cost to the purchaser.
All packing cover and packing material shall become the property of the
purchaser.
23
2.1.16. MARKING
All packages shall be clearly, legibly and durably marked with uniform
block letters (preferably with waterproof paint) on at least three sides with :
2.1.17.
The equipment covered under this Specification shall be stored in the type of
storage as recommended by the manufacturer/owner.
2.1.20. STORAGE:
NREDCAP will make available the place at site for storing the material, if
available on chargeable basis. The contractor shall arrange construction of
storage sheds, etc for proper storage of materials and to minimize wasteful
handling during retrieval of items required for erection. The outdoor storage
areas as well as semi-closed stores shall be provided with adequate drainage
facilities to prevent water logging.
The stores sheds shall be built in conformity with fire safety requirements and
with adequate lighting and fire extinguishers. No smoking signs shall be
placed at strategic locations. Safety precautions shall be strictly enforced.
Adequate lighting facility shall be provided by the contractor in storage areas
and storage sheds and security personnel positioned to ensure enforcement of
security measures to prevent theft and loss of materials. The contractor shall
carry out regular inventory of materials received, issued and erected and
notify the purchaser of any loss when noticed.
24
b).
c).
For the manufacture of each main item of Plant and Materials, the
name of the manufacturer, manufacture location, percentage progress,
and the actual or expected dates of:
d).
Commencement of manufacture,
Contractors inspections, tests, and
Dispatch and arrival at the Site;
the details of Contractor's Personnel and Equipment;
e).
f).
g).
h).
25
2.1.24.
DOCUMENTATION
The contractors store keeping function will include maintaining various
records. These records shall include but not limited to
Supplier-wise record of equipment/material received, stored and issued for
erection as well as stock position.
Record of inspection and repairs carried out, protective measures and
lubrication equipment in storage as well as erected until the same is taken
over by the owner.
2.1.25.
Dispatch of materials:
The supplier is responsible for the safe delivery of the goods in good condition
at destination stores. The supplier should acquaint himself of the conditions
for handling and transport of the goods to destination and shall include and
provide for security and protective packing of the goods so as to avoid damage
in transit. Packing of the materials / equipment shall be strictly as per the
provision of the contract or standards or as required. All formalities related to
allotment of wagons, loading permission from railways shall be completed by
the supplier. The supplier shall communicate immediately the dispatch details
to the consignee as specified in the contract. The original dispatch documents
shall be forwarded immediately either directly or through bank, failing which
the supplier shall be responsible for any delay in payment and consequential
payments of demurrages and wharfages to the transporter.
2.1.26.
Demurrage/wharfage:
Supplier shall also be responsible for all payments due to late receipt of
RR/LR and other documents.
26
PART II
SECTION II
FINANCIAL
2.2.1.
Prices:
i.
Price(s) shall be firm and not subject to escalation on any account, till the
contract is executed in full and its subsequent amendments accepted by
the supplier even though the completion/execution of order may take
longer time than delivery period incorporated and accepted in contract.
ii. The bidder shall quote their prices for Supply, Erection &
Commissioning and Maintenance portion separately as per schedule of
prices indicated in the schedules.
iii. The prices quoted shall be lump sum and on FOR Destination basis
inclusive of all taxes and duties. The prices shall be FIRM through out and
until Supply, Delivery, Erection, Testing and commissioning and
maintenance of the equipment/system Maintenance period covered under
the contract is completed.
.
iv. All applicable taxes/duties/levies such as Excise duty, CST, APVAT, Works
Contract Tax, Octroi, Cess, Entry Tax etc., and any other taxes and duties
that are applicable for such contracts in the State of Andhra Pradersh as
on the date of Opening of bid shall be considered. The Percentage rates of
duties and taxes, etc., so considered in the above lump sum and firm price
shall be clearly indicated in the price bid without fail.
2.2.2.
2.2.3.
All royalties for patent or charges for the use or infringement thereof that may
be involved in the construction or use of any equipment shall be included in
the bid price. The bidder /supplier shall protect the Corporation against any
and all claims arising on account of the use thereof. The Corporation agrees to
furnish the supplier any appropriate information or assistance.
2.2.4.
27
d) Contract Performance Security shall be returned to the contractor after two years of
successful commercial operation of the solar plant provided,
i. the contractor has fulfilled all contractual obligations,
ii. the contractor has proven the satisfactory performance of the
plant as per the terms and conditions set out in the contract,
iii. the contractor has submitted the contract performance security
deposit for O&M period set out herein below,
iv. and there is nothing outstanding either against the contract or
any other purchase orders/contracts placed by the corporation
on the Contractor.
Contract performance Security For O&M contract:
a). The successful bidder shall furnish within one month from the date of
taking over of the plant after successful commissioning, the contract
performance security for O&M, equivalent to 15 % of the net present value
of the O&M charges for 10 years payable to the contractor.
The amount of Contract Performance Security shall be forfeited to the
extent of financial loss suffered by the Corporation, if supplier fails to
operate and maintain the plant properly and fulfill terms and conditions.
b) Contract performance Security shall be furnished in the shape of Demand
Draft drawn on any nationalized bank in favour of, NREDCAP payable at
Hyderabad or in the form of bank guarantee from any nationalized bank in
the prescribed proforma.
c) The Bank guarantee should be valid for a period of ten years initially and
shall be extended from time to time as per requirement.
d) Contract Performance Security shall be returned to the contractor after ten years of
successful operation & maintenance of the solar plant provided,
i.
ii.
iii.
2.2.5.
Terms of payment:
A. EPC contract:
i) Within the Contractual delivery period:
a) 60% of the EPC value will be paid within 30 days on receipt and
acceptance of the material in good condition at site and furnishing of
Contract Performance Security for 10% value of the EPC value for the
specified period;
b) 30% of the EPC value will be paid within 30 days on successful
Erection and Commissioning of the plant;
c) 10% of the EPC value will be paid after three months from the taking
over of the plant;
28
If the supplier has received any over payments by mistake or if any amounts
are due to the Corporation due to any other reasons, when it is not possible to
recover such amount under the contract the Corporation reserves the right to
collect the same from any other amounts and/or Bank Guarantee given by
the supplier due to or with the Corporation.
When the supplier does not at any time fulfill his obligations in replacing/
rectifying, etc., of the damages/defective materials in part or whole, promptly
to the satisfaction of the corporations officers, the corporation reserves the
right not to accept the bills against subsequent dispatches made by the
supplier and under these circumstances, the supplier only will be responsible
for any demurrage, wharfage or damages occurring to the consignments so
dispatched.
2.2.7.
Delivery Period: The bidder has to submit a detailed PERT confirming to the
delivery schedules for material and completion of erection, testing and
commissioning of the plant stipulated in the bid documents.
2.2.8.
Liquidated Damages:
In case the contractor fails to achieve the successful commissioning of the
plant within the due date for completion as indicated in these bid documents,
then the Corporation shall levy the liquidated damages on the contractor at
the rate of 1% (one percent) of the contract price per week of delay or part
thereof subject to a maximum of 10% of total contract price. Liquidated
Damages so levied will be recovered from the supply/erection bills of the
Contractor .
29
2.2.9.
Timely Completion:
The solar projects are proposed by NREDCAP under promotional policies and
time bound programme outlined by the Government of AP and thus the
completion period is essence of the contract and the successful bidder shall
take all necessary measures to execute the project in the least possible period
preferably before scheduled completion period.
2.2.10.
b)
2.2.11.
c)
d)
2.2. 11.1
The following shall supplement the conditions already contained in the other
parts of these specifications and documents and shall govern the scope of
contract related to the erection, testing and commissioning.
Scope of services:- The scope of the work and duties and responsibilities of
the contractor shall broadly include the following:
1.
2.
3.
4.
5.
6.
30
ii.
iii.
iv.
2.2. 11.3.
The contractor shall furnish the list of special erection tools. Special
tools which in the opinion of the contractor would be required for
erection work during maintenance should be indicated in schedule for
special tools and plants.
The contractor may elect to bring with him certain personal tools
required for erection which are remain his property at all times. Use of
such personal tools for erection work shall not entitle the contractor to
any additional payment. Any assistance required by the contractor in
securing entry and exit permits for such tools shall be rendered by the
buyer.
Checking for necessary positions, levels and dimension of foundation
shall be done by the contractor.
Cleaning and Servicing: The contractor shall ensure that inside of all
tubes, pipes, valves fittings and actuators shall be free from dirt and
loose scales by thoroughly blowing and / or flushing of service before
being erected by them.
FIELD ENGINEERING CLARIFICATIONS
31
2.2. 11.4
It will be the responsibility of the Contractor to ensure that the erection of the
equipment is carried out according to the quality plans and standard
manufacturing practices / instructions as given by the manufacturer without
any deviations in performing the erection in accordance with such quality
plans, etc. The contractor shall further identify specific hold points beyond
which work will not proceed without Buyers consent so as to further ensure
that he performs the above quality functions effectively.
2.2. 11.5.
1.
2.
2.2. 11 .6.
COMMISSIONING REPORT
The buyer and contractor shall properly maintain in the agreed formats their
respective records of all observations and measurements taken in respect of
all tests and operations. Joint protocol shall be signed on completion of each
and every test / check till the trail operation. During trail operations all
readings shall be jointly maintained and signed. On successful completion of
trail operations, a report shall be jointly prepared and signed indicating
results of all the tests / checks and trail operation readings.
2.2. 11.7.
RELEASE OF CLAIMS
After completion of work and prior to final payment, contractor shall furnish a
release of claims against the NREDCAP arising out of the contract other than
the claims specifically identified, evaluated and accepted.
2.2. 11.8.
TAKING OVER
The contractor shall, to the extent relevant and applicable, comply with all the
rules and regulations of local authorities, during the performance of his field
activities. He shall also comply with the minimum wage Act: 1948 and any
modifications thereof and the payment of wages Act (both of the Government
of India) and the rules made there under, in respect of employees or workmen
employed or engaged by him. The contractor shall also supply the equipment
in conformity with the electricity laws, rules, etc and obtain all permissions
and approvals from the competent authorities such as CEIG, etc before
charging the equipment for testing and commissioning.
32
The field activities of different contractors working at site, will be coordinated by the NREDCAP and the NREDCAPs decision shall be final
in resolving any disputes or conflicts between the Contractor and other
Contractors and regarding scheduling and co-ordination of work.
2.2.11.11.
CONTRACTORS
OPERATION
ASSISTANCE
IN
WORK
PLAN
FOR
FIELD
The Contractor shall also intimate the programme of the visit of his
personnel to site and departure from site. NREDCAP will have the right
to review the list of such personnel and ask for increase in the strength
or reschedule the visits of such personnel, if in the opinion of
NREDCAP, the list of personnel furnished by the Contractor is not
sufficient for effective performance of the Contract.
The Contractor shall have the complete responsibility for the safety of
all persons employed by him, and all the properties under his custody
during the Contract. This requirement shall apply continuously till the
completion of the contract and shall not be limited to normal working
hours.
During the execution of the work, no persons other than the contractor,
or his duly appointed representative, sub-contractors and workmen
33
2.2.11.16.
DISCIPLINE OF WORKMEN
The Contractor shall adhere to the disciplinary procedure set by
NREDCAP in respect of his employees and workmen, if any, at site.
The NREDCAP shall be at liberty to object to the presence of any
representative or employee of the Contractor at the site, if in the
opinion of NREDCAP, such employee has misconduct, or is
incompetent or negligent or otherwise undesirable, and then the
Contractor, after mutual agreement, shall replace such a person
objected to.
34
B.
C.
35
WORKING HOURS
The personnel shall work normally 8 hours per day in one shift during the
hours in between 6.00AM to 8.00PM including one hour rest and six days
working per week.
The works can be allowed to be carried out during night, Sundays or
authorized holidays in order to meet the schedule targets keeping in view;
1. The provisions of labour laws are adhering to:
2. Adequate lighting, supervision and safety measures are
established,
3. The construction program given by the contractor and agree for
working during Sundays or authorized holidays.
2.2.11.23.
The bidder shall be responsible for all loss, damage or depreciation to the
plant until the plant is taken over or extended period as agreed.
The bidder shall, during the progress of the work, properly cover up and
protect the plant from injury by exposure to the weather, and shall take every
reasonable, proper, timely, and useful precaution against accident or injury to
the same from any cause and shall remain answerable and liable for all
accidents or injuries thereto which until the same or be deemed to be taken
over, may arise or be occasioned by the acts or omissions of the bidder or his
workmen or sub-bidder, and all losses and damages arising from such
accidents or injuries as aforesaid shall be made good in the most complete
and substantial manner by and at the sole cost of the bidder to the reasonable
satisfaction of the buyer.
Until the plant shall be or be deemed to be taken over as aforesaid the bidder
shall also be liable for and shall be deemed to have indemnified the purchaser
in respect of all damage or injury to any person or property of the purchaser
or of other occasioned by the negligence of the bidder or his workmen or subbidders or by defective design, work or material, but not otherwise provided
that the bidder shall not be liable under the contracts for any loss of profit or
loss of contracts or any claims made against the purchaser not already
provided for in the contract, nor for any damage or injury caused by or arising
from the acts of the purchaser or of others, or (save as to damage by fire as
hereinafter provided) due to circumstances over which the bidder has no
36
control, nor shall his total liability for loss, damage or injury exceed the total
value of the contract.
The bidders shall be deemed to have indemnified and saved harmless the
purchaser against mal actions, suits, claims, costs or expenses arising, in
connection with injuries suffered prior to the date when the plant shall have
been taken over and during maintenance period by persons employed by the
bidder or his sub-bidders on the works whether under the General law or
under the Workmens Compensation Act, 1923, or any other statute in force
at the date of the contract dealing with the question of the liability of
employers for injuries suffered by employees and to have taken steps properly
to insure against any claims hereunder.
On the occurrence of an accident which results in the death of any of the
workmen employed by the bidder or which is so serious as to be likely to
result in the death of any such workmen, the bidder shall within 24 hours of
the happening of such accident, intimate in writing to the NREDCAP, the fact
of such accident. The bidder shall indemnify NREDCAP against all loss or
damage sustained by NREDCAP resulting directly or indirectly from his failure
to give intimation in the manner aforesaid including the penalties or fines if
any payable by NREDCAP as a consequence of NREDCAPs failure to give
notice under the Workmen Compensation Act or otherwise, to conform to the
provision of the said Act in regard to such accident.
In the event of any claim made, or action brought against the purchaser
involving the bidder and arising out of the matter referred to and in respect of
which bidder is liable under this clause, the bidder shall immediately notify,
and he shall, with the assistance, if he so required, of the purchaser, but at
the sole expense of the bidder conduct all negotiations for the settlement of
the same or of any litigation that may arise there from. In such case the
purchaser shall, at the expense of the bidder, afford all available assistance
for any such purpose.
In the event of an accident in respect of which compensation may become
payable under workmens Compensation Act VIII of 1923, weather by the
bidder or by the NREDCAP as principal, it shall be lawful for NREDCAP to
retain out of moneys due and payable to the bidder such sums of money as
may be in the opinion of the said Engineer be sufficient to meet such liability.
The decision of NREDCAP shall be final in regard to all matters arising under
this clause.
2.2.11.25.
Except as herein after provided the bidder shall, unless otherwise specified, be
responsible for the proper fencing, guarding, lighting, and watching of all
works comprised in the contract and for the proper provision of temporary
roadway, footways, guards, and fences as far as the same may be rendered
necessary by reason of the work for the accommodation and protection of foot
passengers or other traffic and of the owners and occupiers of adjacent
property and of the public.
2.2.11.26.
All materials, tools, and tackle brought to and delivered upon the site for the
purpose of the work shall, from the time of their being so brought, vest and be
the property of the purchaser but may be used for the purpose of the work
but for that purpose only and shall not on any account be removed or taken
away by the bidder or any other person without the express permission in
writing of the Engineer but the bidder shall nevertheless be solely liable and
responsible for any loss or destruction thereof or damage there to unless
resulting from causes beyond the bidders control not being causes insurance
against destruction or damage.
37
2.2.11.27.
ENGINEERS SUPERVISION
All the works shall be carried out under the direction and to the reasonable
satisfaction of the Engineer of NREDCAP. The bidder shall be responsible for
the correctness of the positions, levels, and dimensions of the works according
to the drawings notwithstanding that he may have been assisted by the
Engineer in setting out the same.
2.2.12.
2.2.13.
TESTS ON COMPLETION
Whenever possible all tests shall be carried out before shipment should,
however, it be necessary for the final tests as to performance and guarantees
to be held over until the plant is erected at site they shall be carried out in the
presence of the bidders representative within one month of the completion of
erection.
38
NEGLIGENCE
If the bidder neglects to execute the work with due diligence and expedition or
shall refuse or neglect to comply with any reasonable orders given to him in
writing by the Engineer in connection with the work, or shall contravene the
provisions of the contract, the purchaser may give seven days notice, in
writing, to the bidder, to make good the failure, neglect, or contravention
complained of and should the bidder fail to comply with the notice within a
reasonable time from the date of service there of in the case of failure, neglect
or contravention capable of being made good within that time or, otherwise
within such time as may be reasonably necessary for making good, and in
such case, the purchaser shall be at liberty to employ other workmen, and
forthwith perform such work as the bidder may have neglected to do or if the
purchaser shall think fit, it shall be lawful for him to take the work wholly, or
in part, out of the bidders hands and re-contract at a reasonable price with
any other person or persons, or provide any other materials, tools, tackle or
labour for the purpose of completing the work or any part there of and in that
event the purchaser shall, without being responsible to the bidder for fair
wear and tear of the same to have the free use of all the materials, tools,
construction plant or other things which may be on the site, for use at any
39
time in connection with the work, to the exclusion of any right of bidder over
the same, and the purchaser shall be entitled to retain and apply any balance
which may be otherwise due on the contract by him to the bidder or such part
thereof as may be necessary to the payment of cost of executing such work as
aforesaid.
If the cost of executing the work as aforesaid shall exceed the balance due to
the bidder and the bidder fail to make good the deficit, the said materials,
tackle, construction plant or other things, the property of the bidder may be
sold by the purchaser, and the proceeds applied towards the payment of such
difference and the cost of an incidental to such sale. Any outstanding balance
existing after crediting the proceeds of such sale shall be paid by the bidder
on the certificate of the Engineer, but when all expenses, costs and charges
incurred in the completion of the work are paid by the bidder, all such
materials, tools, tackles, construction plant or other things remaining unsold
shall be removed by the bidder.
2.2.17.
2.2.18.
40
Bidder shall guarantee that before going out of production the spare parts, he
will give adequate notice to the Buyer so that the latter will have adequate
time to order for future requirement of spares.
Seller shall further guarantee that if he goes out of production of spare parts,
then he will make available the blue prints, drawings of the spare parts and
specification of material at no cost to the Buyer if and when required.
2.2.19.
TRAINING OF PERSONNEL
The contractor shall under take to train Engineers of NREDCAP free of cost in
installation, operation and maintenance of Plant and associated auxiliary
equipment at the works of the contractor or at installations using similar
equipment. The period and nature of training for the individual personnel
shall be agreed upon mutually between the contractor and the Buyer. These
Engineering personnel shall be given special training in the shops, where the
equipment will be manufactured and/ or in their collaborators works and
where possible, in any other plant where equipment manufactured by the
contractor or his collaborator is under installation or test, to enable these
personnel to become familiar with the equipment, being supplied by the
contractor.
2.2.20.
2.2.21.
41
2.2.22.
RELEASE OF INFORMATION
The contractor shall not communicate or use in advertising, publicity, sales
releases or in any other medium photographs or other reproduction of the
works under this contract, or description of the site, dimensions, quality or
other information, concerning the work unless prior written permission has
been obtained from the Purchaser.
2.2.23
COMPLETION OF CONTRACT
Unless otherwise terminated under the provisions of any other relevant
clause, this contract shall be deemed to have been completed at the expiration
of the guarantee period, completion of maintenance contract period, and
fulfillment of all contractual terms and conditions.
2.2.24
LIMIT OF CONTRACT
Equipment supplied shall be complete in every respect with all mountings,
fittings, fixtures and standard accessories normally provided with such
equipments and / or needed for erection, completion and safe operation of
the equipments as required by applicable codes though they may not have
been specifically detailed in the respective specifications unless included in
the list of exclusions. All similar standard equipments provided, shall be
interchangeable with one another.
2.2.25
GENERAL:
The Bidder shall be responsible for provision of health and sanitary
arrangement more particularly described in contract labour (regulation and
abolition Act), safety precautions, etc. as may be required for safe and
satisfactory execution of the contract.
The Bidder shall fulfill all his obligations in respect of accommodation
including proper facilities for the personnel employed by him.
The bidder shall be responsible for the proper behavior at site and observance
of all regulations by the staff employed by him.
2.2.26.
Insurance for the labour engaged shall be the responsibility of the bidder till
the equipment is taken over after completion of works in full shape and
completion of maintenance period, as per applicability, by the NREDCAP. The
insurance of the labour engaged for maintenance of the plant by the
contractor shall also be the responsibility of the contractor and responsibility
of those personnel engaged by NREDCAP shall be taken care by NREDCAP.
The bidder shall be responsible for settlement of insurance claims arising out
of accident/injury to staff employed by him.
Force Majeure:
i.
The supplier shall not be liable for any delay or failure to supply the
materials /equipment for reasons of Force Majeure such as Acts of
God, Acts of War, Act of Public Enemy, Natural calamities, Fires,
Floods, Frost, Strikes, Lockouts etc. Only those causes which have
duration of more than 7 days shall be considered for force majeure.
ii.
The contractor shall within 10 days from the beginning of such delay
notify to the Corporation in writing the cause of delay. The corporation
shall verify the facts and grant such extension of time as facts justify.
iii.
iv.
42
2.2.27.
Cancellation of Order:
The Corporation reserves the right to cancel the contract in part or in full by
giving two weeks notice there by, if
The contractor fails to comply with any of the terms of the contract.
The contractor becomes bankrupt or goes into liquidation.
The contractor make general assignment for the benefit of the creditors
and
Any Receiver is appointed for the property owned by the contractor.
2.2.28.
Jurisdiction: All and any dispute or difference arising out of or touching the
contract shall be decided only by the courts or Tribunals situated in
Hyderabad/ Secunderabad.
43
PART III
TECHNICAL SPECIFICATION
Section - I: Scope of Contract- Abstract
3.1.1.
Plant requirements and general specification for supply and erection &
commissioning :
S.No.
1.
2.
3.
4.
5.
6.
Description
Capacity of Solar PV plant
Type of SPV Module
Rating of SPV Module
Power Conditioning Units (Inverters)
SCADA System
Step up Power Transformers
:
:
:
:
:
:
7.
Switchgear
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xi.
xii.
xiii.
xiv.
3.1.2.
3.1.3
3.1.4.
The land required for the project will be provided by NREDCAP. The bidder is
advised to visit the site to acquaint the site conditions, before submission of his
bid.
The plant civil works, evacuation line and termination at transmission network
of APTRANSCO/AP DISCOMS Sub Stations are in the scope of Contractor.
The bidder shall clearly specify the guaranteed output (DC Input at PCU and
AC output at HV side of the Transformer), both minimum and maximum for
the site conditions and all other technical parameters, expected electricity
generation from the plant, overall performance ratio of the plant, the applicable
correction factors/curves, model calculations for performance testing, etc along
with their bid. The bidder shall also indicate the estimated generation from the
plant month wise and basis for arriving such assessment viz., solar insolation,
correction factors, etc. In case of non-submission of the data, it is the
discretion of the NREDCAP whether to consider the least values of all the other
bids for comparison or total rejection of the bid. NREDCAP will not entertain
post-tender correspondence with any bidder.
44
3.1.5.
3.1.6 a) Total Solar Plant shall be Guaranteed for satisfactory performance of 10 Years.
b) Further the bidder shall guarantee the
(*>*)
The bidder shall provide supporting documents i.e., model test reports,
etc for arriving to the stated guaranteed energy at the HV side of the
transformer.
45
PART III
SECTION II : Detailed Scope of the Contract and Technical Specification of
the Equipment
(Equipment to be Supplied and Work to be Done)
3.2.1.
The main objective of narrating the detailed scope of supply and work involved
is to ensure high availability and reliability of the plant. In order to achieve
the main objective, the following principles shall be adopted while designing
system: Optimum availability of power from the modules during the day time.
Ensuring module layout to prevent shading.
Selection of high efficiency PCUs of reputed manufacturer with good track
record of better performance and ready availability of requisite spares.
The designing of PV strings and array should be explained in detail in the Bid,
with relevant to the test conditions, site conditions and as per relevant
standards.
Month wise Power generation and plant performance ratio for the next twenty
five (25) years should be submitted in relevance to the site related radiation
and other meteorological data.
Continuous logging of Events & Alarms, operation data / historical
information from the Data Monitoring Systems and periodically trending it.
Microprocessor based Directional and Reverse power flow protection should
be provided for proper isolation of the solar power plant from the grid at the
time of any fault or/and any additional suitable protection.
The equipment shall meet all requirements of relevant standards, technical
requirements of AP TRASNSCO and AP Discoms.
3.2.2.
General
The AC Power output from 250 KW capacity Inverter (or as decided during
design stage) at 630V level (or as decided during design stage) shall be
stepped up to 11kV by a step-up Transformer and then fed to the grid feeder
of AP Discom.
The respective digital outputs are to be taken to a Supervisory Controller
located in the control room. LT & HT switch gears such as CBs, CTs, and PTs
are required for HT & LT isolation & protection.
Each array system shall have an independent Data Acquisition System (DAS)
which would produce the real time Data as well as event logs indicating all the
supervisory faults also. An integrated SCADA system is to be incorporated to
have data logs of entire Plant.
Inverters are to be connected in parallel to the common Utility Bus.
Depending on the magnitude of the Solar power generated which depends on
Solar Radiation; Inverters are switched ON sequentially in Auto Mode. If the
solar power generation ceases, the system shall gets into Stand By Mode
where only monitoring logic will be active. The system is not to be switched
ON until the Solar Array generates sufficient power, which is a set point
control.
The Maximum Power Point Tracking controller continuously searches for the
Max. Power point thus operates at the proper MPP voltage to ensure
maximum energy utilization on real time basis.
The Inverters shall have all the necessary Synchronization equipment
installed.
46
a.
b.
c.
d.
e.
f.
g.
h.
Standard Description
Standard Reference
Crystalline Silicon Solar Cell IEC 61215 Edition II
Modules
Safety Qualification Testing
IEC 61730 Part I & II
Salt Mist Corrosion Testing
IEC 61701
(for the plants located nearer
to the sea)
Modules shall be of crystalline type.
SPV modules to be supplied should have minimum declared output of
at least 250 watt peak capacity under standard test conditions. The
number of modules to be supplied shall be worked out accordingly.
The module efficiency shall be more than 13% under standard test
conditions and should have minimum fill factor of 0.75.
Factory test for all modules and third party testing of random sample of
the modules at ETDC Bangalore, Solar Energy Centre or any other
MNRE approved test centre or NABL certified laboratory is mandatory.
The cost of this testing should be borne by the bidder. The modules
selected on random basis shall also be tested in those laboratories at
the end of 2 year operation period for assessing their performance and
degradation factor and to discharge bank guarantee of the contractor
available with NREDCAP.
The SPV Module must be provided with acceptable Test & Certified
documents. The bidder shall specify the tests and limits specified there
under.
Each solar PV module shall be warranted by the manufacturer for
output wattage, which should not be less than 92.5% at the end of 15
years and 82.5% at the end of 25 years. If the module(s) fail(s) to
exhibit such power output in prescribed life span, the contractor shall
provide additional PV module(s) to compensate the loss of power
output, in addition to the compensation of financial loss suffered by the
corporation.
All materials used shall have a proven history of reliability and stable
operation in external conditions. It shall perform satisfactorily in
relative humidity up to 100% with temperatures between 0C and
+50C and should have the lowest temperature coefficient and shall
withstand winds up to 150 Km/h on the surface of the panel. Each and
every SPV module shall be checked for conformity with relevant
standard and no negative tolerance shall be accepted. These
stipulations (temp, wind speed, etc) shall be extended upwards as per
the site conditions.
The bidder shall provide the solar PV module electrical characteristics
including current-voltage (I-V) performance curves and temperature
coefficients of power, voltage and current.
47
i.
3.2.5.
a.
b.
Module mounting structure shall be made up of GI. The frames and leg
assemblies of the array structures shall be made MS hot dip galvanized
as per ASTM A123. Minimum thickness of galvanization should be 120
microns. All nuts & bolts, Fasteners shall be made of high quality
stainless steel of SS304 grade and shall be protected against adverse
climatic conditions. The minimum clearance between the lower edge of
the modules and the developed ground level shall be 1000 mm and
conform to standards.
c.
d.
e.
Junction Boxes:
a.
b.
c.
The
Provide a test point for each sub-group for quick fault location.
48
3.2.6.
The efficiency of the PCU shall be more than 95 % at full load. The
bidder shall specify the conversion efficiency of the inverter at full load
and also at part loads viz., 30%, 40%, 50%, 60%, 70%, 80% and 90%,
in their offer.
b.
c.
The PCU shall have the required protection arrangements against earth
leakage faults.
d.
e.
The PCU shall have provision for galvanic isolation. Each solid state
electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the Inverter.
f.
The PCU must have the feature to work in tandem with other similar
PCUs and be able to be successively switched ON and OFF
automatically based on variations in the Solar radiation during the day.
All sensors and hardware required for measurement and monitoring of
Solar Radiation is to be provided by the bidder.
g.
Outdoor
:
:
:
:
:
:
:
:
:
:
300 KWp
430 800 V
:
:
:
49
250 KW
300 V, 3 Phase , 50 Hz
50 Hz +/- 3 Hz
Less than 4 %
95% and above
IP 64 ( Outdoor rated )
630 Volts (in case of TL PCUs),
3 phase , 50Hz
+/- 3 Hz
-20 % and + 10 %
<1% of rated power.
h.
The inverter output should be pure sine wave and always follow the
grid in terms of voltage and frequency, which shall be achieved by
sensing the Grid voltage and frequency and feeding this information to
the feedback loop of the Inverter. Control variable shall control the
output voltage and frequency of the Inverter for synchronization with
the Grid.
i.
The PCU manufacturer must provide with the acceptable Test &
Certified documents. The bidder shall specify the tests and limits
specified there under.
j.
The Power Conditioning Units shall comply with IEEE standard 929300, IEEE 1547, UL 1741 or any other equivalent certifications shall be
preferred. PCU shall confirm to IEC 60068-2 standards for
environmental testing.
k.
The PCU front panel shall be provided with a display (LCD) to monitor
the following (typically)
l.
m.
n.
50
iii)
Sleep Mode:
Automatic sleep mode shall be provided so that unnecessary
losses are minimized at night. The power conditioner must also
automatically re-enter standby mode when the threshold of
standby mode is reached.
IV)
Maximum Power Point Tracking (MPPT).
MPPT control algorithm shall adjust the voltage of the SPV array
to optimize solar energy fed into the grid. Maximum power point
tracker shall be integrated in the power conditioner unit to
maximize energy drawn from the solar PV array. The MPPT
should be microprocessor based to minimize power losses. The
details of working mechanism of MPPT shall be mentioned by the
bidder in the offer. The MPPT must have provision for constant
voltage operation.
o.
Protection of PCU:
i. Internal Protection
Inverter overload
System
short circuit protection
Over/under voltage protection
Over current protection
Over temperature
ii. Grid Interface
All line outputs have suitably rated MOVs to
Protection
earth to provide surge and transient voltage
protection on the utility connection
Active anti islanding using field proven power
shift techniques and rate of change in operating
frequency are utilised to disconnect the PCU in
the event the grid supply is lost.
iii. DC Input Protection Lightning protection using suitably rated MOVs
to earth from the positive and negative inputs.
The DC input should be monitored for excessive
leakage current to ground
3.2.7.
51
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
52
The monitoring system shall provide a Monitoring Servers (Local & Remote)
for collecting data from all data loggers at the plant and store in a secure
database with two copies Local Monitoring Server at plant location (with
short term storage for 60 days) and Remote Monitoring Server at NREDCAPs
Head office/ Data centre (with long term storage).
The Local Monitoring Server, to be supplied, is deployed, in the Plant MCC,
with the following server hardware with minimum requirements:
1. Server hardware shall be based on quad-core Xeon CPU or equivalent
with minimum of 4 GB RAM, 2 X 500GB SATA hard disc in RAID
configuration (typical Server 1U from HP/Dell), 500GB external USB
53
54
55
SCADA Panel for connecting MFMs and on HT Panels, and Weather station
at MCR
d. Supply, Laying & Terminations of flexible cable on SCADA Panel for
connecting IO signals from HT Panels, Heat, Smoke and other sensors in
MCR.
e. Supply, Laying & Terminations of Power cables for SCADA panel, Local
Server and networking equipment (from ACDB panel) in Inverter rooms and
MCR.
7. UPS: adequate Capacity of UPS shall be provided with necessary (Min. 2Hrs)
Battery backup.
8. Installation & Commissioning: Installation, Testing and Commissioning of
Plant SCADA including configuration of local server, central server and plant
network.
3.2.15 Cable Specifications:
Following is the recommended specifications for RS485 & IO Cables
For Outdoor RS485: 0.5sq.mm ATC multi-strand (class-5), insulated core,
two twisted pair, overall screened with ATC drain wire, GI wire Armored,
PVC sheathed, DIN47100 color standard, FRSL
For Indoor RS485: 0.5sq.mm ATC multi-strand (class-5), insulated core, two
twisted pair, overall screened with ATC drainwire, shielded, PVC sheathed,
DIN47100 color standard, FRSL
For IO cabling (between HT/RMU panels and SCADA panel) 0. 5sq.mm
multi-strand, 2/12/24 core screened flexible, FRSL cable.
For Optical Cabling: 6F, Armored, Single-Mode
Any other feature required for the plant operation / maintenance shall also be
provided in SCADA. The bidder shall supply necessary hardware for ensuring
the above functionalities for power plant.
3.2.16.
Protection Features:
The Solar PV System and the associated Power evacuation system shall be
protected as per Indian Standards. Over Current relays, Reverse Power
Relays, Differential Protection Relays and Earth fault relays have to be
provided.
Detailed design calculations shall be provided on fault power calculations and
the philosophy of protective relaying with respect to short circuit KVA
calculations. Design & Drawing of protection relay should be approved by
NREDCAP.
Relays:
a.
All Relays shall be draw out type conforming to all requirements as per
IS: 3231 and shall be suitable for operation from CT and VT secondary
as required. All Relays shall be Numerical type and conform to IS:
8686.
b.
The protective Relays, except for lock-out Relays shall have Self - Reset
contacts, and shall be suitable for efficient and reliable operation of the
protective schemes.
c.
d.
56
3.2.17.
e.
The Relays and Timer shall operate under extreme conditions of control
voltage variation.
f.
They shall not have any inbuilt batteries, and shall operate on available
DC supply. They shall be provided with hand-Reset operation
Indicators (flags) or LEDs with pushbuttons for resetting for analyzing
the cause of Breaker operation.
g.
Shall have built-in test facilities, or can be provided with necessary Test
Blocks and test switches. One testing plug shall be provided for each
switch board.
h.
The SPV Power plant should be provided with Lightning and Over
voltage protection connected to proper Earth mats. The main aim of
over voltage protection is to reduce the over voltage to a tolerable level
before it reaches the PV or other sub-system components. The source
of over voltage can be lightning or other atmospheric disturbance.
b.
c.
d.
e.
f.
b.
c.
The earthing for the power plant equipment shall be made with
as per provisions of IS. Necessary provision shall be made for
bolted isolating joints of each earthing pit for periodic checking
57
of earth resistance.
d.
e.
f.
g.
h.
i.
3.2.19.
3.2.20.
The Panel shall have adequate inputs to take in, from individual
PCUs & adequate outputs to, Transformer with adequate
number of spare terminals.
b.
The Panel shall be floor mounted type and equipped with all
measuring instruments such as voltmeter, ammeter, frequency
meter, Electronic Energy Meter (for measuring the deliverable
units (kwh), selector switches, Mimic front panel.
c.
d.
The Panel shall be fitted with suitable rating & size copper bus,
HRC fuses/circuit breaker/isolator indicators for all incomer
and outgoing Feeders, Voltmeter & Ammeter with suitable
selector switches to monitor & measure the power to be
evacuated.
e.
f.
Cables:
a.
b.
c.
58
d.
e.
f.
g.
h.
i.
The HT & LT cables should comply with the following standards. LT side
Zebra conductor and HT side Panther conductor is preferable.
IS: 694 (Part-I)
:
Specification for PVC insulated cables(For voltages
up to 1100V) with copper Conductors.
IS.1554 (Part I)
IS.8130
IS.5831
IS.3961
IS.10418
IS.10810
ASTM.D 2843
IEC. 331
ASTM.D 2863
59
I.
HT Cables:
The 33KV Cables shall be unearthed grade suitable for use in medium
resistance earthed system, with stranded & compacted Copper
conductors, extruded semi-conducting compound screen, extruded
XLPE insulated, extruded semi-conducting compound with a layer of
non-magnetic metallic tape for insulation screen, extruded PVC (Type
ST-2) FRLS inner sheath, Aluminum / galvanized steel round wire
armored extruded PVC (Type ST-2) FRLS outer sheathed, single / multi
Core conforming to IS 7098 (Part II) IEC-60502 for constructional
details and tests.
3 Core XLPE Cable of 35 sq. mm. or suitable higher size Copper
armored cable conforming to IS 7098 of required length shall be
provided for power evacuation from Power Transformer to Double/Four
Pole Structure through HT Switchgear. The double pole structure will
be at a suitable location within the premises of Solar Plant.
II.
III.
LT Power Cables:
LT Power Cable shall be 1100V grade, single Core, 300 Sq.mm or
suitable higher size of Multi-stranded Copper conductor, XLPE
insulated with PVC inner sheath and outer sheath made on FRLS PVC
compound. The armoring shall be of Aluminum / galvanized steel
round wire.
The cable used for DC system shall be of Two core, 16 Sqmm or Higher
size Multi-stranded Copper conductor type.
The cable used for 24V Battery Charger shall be of Two core, 6 Sqmm
or Higher size Multi-stranded Copper conductor type.
Minimum conductor cross section of power cables shall be 4 Sq.mm for
lighting, Ventilation Blowers, Jet pump and other auxiliaries.
Control cables:
Control cables shall be 1100V Grade, multi core, minimum 2.5 sq.mm
cross section, stranded Copper conductor having 7 strands, XLPE
insulated, inner PVC sheathed / galvanized steel wire armored and
outer sheath made of FRLS PVC compound. In situations where
accuracy of measurement or voltage drop in control circuit warrant,
higher cross sections as required will be used. 4 sq.mm Copper
conductor cables shall be used for CT circuits.
Note**
Bidders must confirm that the current ratings and rating
factors for the cables they have offered shall be as per those
given in I.S. 3961.
The cables shall be tested in accordance with IS;1554 of
1976 and other relevant IS of the latest issue. The tests
shall include all type tests and routine tests listed in the
above standards.
60
IS-3639
IS-335
IS-2099
IS-2705
Current Transformers
IS-325
IS-375
IS-3737
IS-1886
IS-2147
IS-5
IS-6272
IS-6600
IS-3347
IS-2629
Recommended practice for Hot- dip galvanizing for Iron and steel.
IS-2633
IEC-185
IEC-34
IS-1271
IS
Indian Standard,
Bureau of Indian Standards, Manak Bhavan, 9,
Bahadur Shah Zafar Marg,
New Delhi - 110 002.
INDIA.
BS
British Standards,
British Standards Institution,
101, Pentonnvilla Road,
N - 19 - ND - UK.
NEMA
Associate,
61
In case of conflict the order of precedence shall be (i) IS, (ii) IEC, (iii) Other standards.
In case of any difference between provisions of these standards and provisions of this
specification, the provisions contained in this specification shall prevail.
The electrical installation shall meet requirements of Indian Electricity Rules, 1956 and
IS-1886, "Code of practice for installation & maintenance of Transformers" as amended
till date.
Electrical Characteristics of the Transformer shall be as follows:
Type of Transformer
No. of Phases
Frequency
Type of Cooling
HV Winding Rated Voltage
LV Winding Rated Voltage
Type of Tap changing
Temp. Rise of Oil by TSD
Temp. Rise of Winding by RTD
33KV side Power Freq withstand Voltage
33KV side Lightning Impulse Voltage
LV side Power Freq withstand Voltage
Vector Group
Neutral Terminal to be Broughtout
Type of Installation
Duty
Overload Capacity
Colour Shade of Final Painting as per IS5
Percentage Impedance
I.
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
II.
Tanks:
The exterior of tank and other steel surfaces exposed to the weather shall be
thoroughly cleaned and have a priming coat of zinc chromate applied. The
second coat shall be of an oil and weather-resistant nature, preferably of
distinct colour from the prime and finish coats. The final coat shall be of a
glossy, oil and weather resistant non-fading paint of specified shade. The
interior of the tank shall be cleaned by sand blasting and painted with two
coats of heat resistant and oil insoluble paint. Steel bolts and nuts exposed to
atmosphere shall be galvanized. Unless otherwise stated, the tank together
with radiators, conservator, bushings and other fittings shall be designed to
withstand without permanent distortion in the following conditions: Full
Vacuum of 760 mm of Hg, for filling with oil by vacuum. Internal gas pressure
62
of 0.35 Kg/cm2 (5 lbs/sq.in) with oil at operating level. The tank cover shall
be suitably sloped so that it does not retain rain water. The material used for
gaskets shall be cork neoprene or approved equivalent.
III.
Core:
The magnetic circuit shall be constructed from high grade cold-rolled nonageing grain oriented silicon steel laminations and shall be of core type. The
insulation structure for the core to bolts and core to clamp plates shall be
such as to withstand a voltage of 2000V for one minute.
IV.
Windings:
Windings shall be of copper only. Windings shall be subjected to a shrinking
and seasoning process, so that no further shrinkage occurs during service.
The completed core and coil assembly shall be dried in vacuum and shall be
immediately impregnated with oil after the drying process to ensure
elimination of air and moisture within the insulation.
V.
Internal Earthing:
The frame work and clamping arrangements of core and coil shall be securely
earthed inside the tank by copper strip connection to the tank.
VI.
VII.
IX.
X.
Termination:
The HV and LV Terminals of the Transformer shall be suitable for Cable
terminations with a box of suitable size. The neutral of the star-connected
winding shall be brought out to a separate bushing terminal. The neutral
bushing shall be provided on the tank side to facilitate lead to earth conductor
down to the ground level. Tank-mounted pin type support insulators shall be
provided for supporting the neutral earthing bar of specified section, along its
run from the neutral bushing to ground level.
Bushings:
Bushings shall be designed with an inbuilt CTs and tested to comply with the
applicable standards of IS. If type test certificates are not available, these
tests shall also be carried out in addition to the Routine tests. Bushings rated
for 400A and above shall have non ferrous flanges and hardware. Fittings
made of steel or malleable iron shall be galvanized. Bushings shall be
supplied with terminal connector clamp suitable for connecting the bushing to
the Purchasers specified conductor.
VIII. Marshalling Box:
Supplier shall provide a marshalling box and marshal to it all the Contacts /
Terminals of electrical devices mounted on the Transformer.
Marshalling
box shall be tank mounted, outdoor, weather-proof, sheet-steel (2mm thick)
enclosed, with hinged door having padlocking facility and painted. All doors,
covers and plates shall be fitted with neoprene gaskets. Bottom shall be at
least 600 mm from floor level and provided with gland plate and cable glands
as required. Top surface shall be sloped.
Electrical and Performance Requirements:
Transformers shall operate without injurious heating at the rated KVA at any
voltage within 10% of the rated voltage of that particular tap. Transformers
shall be designed for 110% continuous overloading withstands capability.
Overloads shall be allowed within the conditions defined in the loading guide
of the applicable standards. Under these conditions, no limitations by
Terminal Bushings, Tap Changers or other Auxiliary Equipment shall apply.
The Neutral terminal of windings with star connection shall be designed for
highest over current that can flow through this winding. Every care shall be
taken to ensure that the design and manufacture of the Transformer shall be
such as to reduce noise and vibration to the level obtained in good modern
practice. The supplier shall ensure that the noise level shall not be more than
80db. For Transformer with tapings, full power tapings shall be provided.
Oil:
63
Type Tests:
i) Lightning Impulse Voltage withstand test.
ii) Temperature rise test
64
C.
D.
XV.
XVI.
Special Tests
a) Short Circuit withstand test.
b) Measurement of Zero Sequence Impedance for Three Phase Transformer.
c) Measurement of acoustic Sound level.
d) Measurement of Harmonics of No Load Current.
e) Measurement of Capacitance and Tan Delta between Windings to Earth
and between windings.
f) Measurement of Transient voltage transfer characteristics.
g) Magnetic Balance test on Three Phase Transformer.
h) Sweep Frequency Response Analysis
Field Tests:
a) Measurement of Winding Resistance.
b) Verification of Polarity, Voltage Ratio and Voltage Vector relationship.
c) Measurement of magnetizing current.
d) Measurement of Insulation Resistance.
Tools & Spare Parts:
The Transformer shall be supplied with:
A full outfit of tools, Spanners, Jacks, Special tools for assembling and
dismantling of the Transformer with a rack for holding.
Spare parts recommended by the tenderer for the normal operating of the
Transformer along with item wised prices shall be indicated in the offer.
Losses:
a. Load losses and No-load losses should be admissible as per IS and within
tolerance limits.
b. Should the losses as measured on the transformer after manufacture are
found in excess of the values of the guaranteed losses with plus tolerance
indicated in the proposal, contractor shall compensate the Purchaser.
XVII. Rejection:
Purchaser may reject Transformer if during tests or guarantee period any of
the following conditions arise:
a) No load loss exceeds the guaranteed value by more than 15%.
b) Load loss exceeds the guaranteed value by more than 15%.
c) Impedance value differs the guaranteed value by more than 10%.
d) Oil or winding temperature rise exceeds the specified value by 5C.
e) Transformer fails on impulse test.
f) Transformer fails on power frequency voltage withstand test
g) Transformer is provided to have been manufactured not in accordance
with the agreed specifications.
h) The Purchaser reserves the right to retain the rejected Transformer and
take it into service until the SUPPLIER replaces the defective Transformer
by a new acceptable Transformer at no extra cost to Purchaser. The
BIDDER shall repair or replace the Transformer within a reasonable period
to the Purchasers satisfaction at no extra cost to the Purchaser.
If bidder is offering equipments conforming to the standards other than
those stipulated above, he should establish in the bid that standards
adopted by him are comparable with relevant Indian Standards or IEC
Standards. Further a comparative statement in respect of only those
provisions in standards adopted by him, which are different from those
provisions in standards, shall be furnished with bid. Also, the bidder must
supply copies in English language of the standards and codes adopted by
him (If these are in different languages, copies translated in English may
be furnished).
3.2.22.
33 KV Switchgear:
33KV switchgear system comprises of protection / interlocking /
annunciation / inter-tripping / automatic / manual operation schemes for
the purpose of satisfactory and efficient operation of the equipment covered
under this scope.
The specification also includes cable terminations,
65
Type
Voltage Class
Current Rating
Short Circuit Current rating
i.
ii.
iii.
iv.
v.
vi.
vii.
:
:
:
:
Vacuum CB
36KV
200 A
40KA/1Sec
The Control & Relay panel for the Vacuum Circuit Breaker
Indicating
LEDs
for
ON/OFF/Auto
Trip/Test/Service/Spring
Charged/Trip Coil1 Healthy/ Trip Coil2 Healthy .
Push buttons for ON/OFF/RESET /Lamp Test and 1 No. Breaker
control switch Trip / Normal / Close Switch. (spring return type).
1 No. Switch for Local / Remote selection.
1 No. DC supply on/off control switch.
1 No. Ammeter with suitable scale along with selector switch for
indicating the incomer current.
1 No. Microprocessor based ABT & Trivector meter suitable for 3 Phase,
4 wire System and secondary ratings of 1 Amp and 110V for current
and voltage respectively.
1 No. Voltmeter of range 0-36 KV along with selector switch.
Lightning Arrestors:
66
67
c.
i.
ii.
d.
Continuity Test
A point to point check shall be made to ensure the compliance of the
complete wiring as per the approved electrical schematic diagram.
e.
Test for Vaccum Circuit Breaker
i. Checking alignment of Breaker trucks for free movement and for
correct operations of shutters.
68
69
3.2.23. DC Supply
I. Batteries: DC Battery of suitable Capacity with suitable Voltage rating.
The Contractor shall take the prior approval of the purchaser for all design
and make of the Batteries and the supporting system equipments.
DC system will be used for electrical control of equipment and indications on
the control panel, communication system, DC lighting, etc.
The battery is sized considering the following:
(i) Momentary load for 1 minute
(ii) Emergency load for 2 hours
(iii) Continuous load for 10 hours
II.
Location
Lighting Level
MCR
250 Lux
150 Lux
Transformer Bay
100 Lux
70
Proof, which are to be recessed at the base of Yard Lighting poles. The
connector box shall have suitable brass or copper made connector
terminal.
e. Emergency Lighting: Emergency Lighting shall be provided with 230V
AC, LED type fixtures on UPS system. The UPS Lighting wiring shall be
laid in independent conduit system.
III.
Earth wire for three pin socket point to the common earth all metal
blocks, board & boxes sunk type including those required for mounting
fan regulator bus excluding those under the DB and control switch.
Indoor point wiring will be casing capping type with 1.1 kV PVC
insulated 2 x 1.5mm2 Copper wire including Wooden switch Board
covered with Bakelite Cover, Ceiling Rose supply of wire, casingcapping, appropriate size bare copper earth wire, screw & and other
accessories etc., as such where required. The work includes supply of
all requisite materials. Standard ISI marked Anchor or equivalent good
make materials are to be used for point wiring.
PVC casing capping and all accessories shall be of Heavy gauge
Polyphone with all accessories and white in colour. Conduit / buses
through wall shall be flash after cutting wall and including mending
well the damages. Casing capping on wall shall be fixed with suitable
screws at an interval not less than 300mm.
All out door point wiring will be with hard PVC conduits of approved
make. Suitable hard PVC bends, saddles, Tees etc., are to be used for
outdoor wiring.
71
Sand Buckets:
The bucket should be wall mounted made from at least 24 SWG sheet with
bracket fixing on wall conforming to IS 2546.
iii)
Danger Notice Boards:
Danger notice plates shall be provided wherever necessary. Suitable size of
each Danger Notice plates shall be provided as per statutory requirement ,
made of mild steel sheet and at least 2mm thick, and vitreous enameled white
on both sides, and with inscription in signal red colours on front side as
required. The inscriptions shall be in Telugu and English language.
iv)
Safety Requirements: The switchgears shall be designed to offer
adequate level of safety to operating / maintenance personnel. Means shall be
provided to prevent access to the live part to avoid accidents during service as
well as maintenance period. Bidder shall bring out the safety means provided
to achieve above. A detailed instruction plate suitable for wall mounting shall
be provided for each switch gear room describing various safe operating
procedure / safety precautions for safe operation and maintenance of
switchgear. Rubber mats shall be provided in front of each panel.
3.2.26.
3.2.27.
Completeness of Equipment:
All the fittings/Accessories/equipments that might not have been mentioned
specifically in the specification but are necessary for satisfactory performance
of the plant shall be deemed to be included in the specification and shall be
supplied and installed by the Contractor without any extra charge.
3.2.28.
Civil Works: The following are the scope of civil works included in the
contractors scope:
72
The plant civil works including topography survey, soil test, and site
development, construction of control room, foundations for PV array and
other equipments are in the scope of Contractor and the civil works are
carried out as per the design requirements of the solar PV plant.
The contractor shall submit designs for the foundation requirements for
equipment to be supplied and for control room.
The Contractor shall take up all civil works required for laying of cables i.e.,
cable trenches, etc within the control room and the cable trenches outside the
control room viz., SPV module area, transformer and outdoor yard, etc shall
be arranged by the contractor.
The Contractor shall provide water distribution system in the plant area
required for module cleaning. The contractor shall provide layout of water
distribution system. The necessary booster pumps and hoses for drawl of
water from the nearest points are within the scope of the contractor.
iv.
73
74
75
d.
a.
b.
c.
purposes of taking over until such instructions and drawings have been
supplied to the Owner/ Purchaser.
A separate section of the manuals shall be devoted to each size/ type of
Equipment and shall contain a detailed description of construction and
operation, together with all relevant pamphlets, drawings and a list of
parts with procedure for ordering spares. Maintenance instructions shall
include checking, testing and replacement procedures to be carried out
daily, weekly, monthly and at longer intervals to ensure trouble-free
operation. Where applicable, fault location charts shall be
included
to facilitate finding the cause of mal-operation or breakdown. A collection
of the Manufacturer's standard leaflets will not be accepted, to mean
compliance of this clause. The manual shall be specifically compiled for
the concerned Project. Unless otherwise specified, three (3) copies of the
final manual shall be mailed at the time of dispatch of Equipment and
remaining shall accompany the Equipment.
III. Test Certificates:
Type Test Certificates for all the tests specified for the factory built SPV
Plant Modules, component parts and for all the equipment shall be
submitted by the Contractor. Available Type test certificates for component
parts shall be submitted within 15 days.
Routine test certificates for all the tests specified for the factory and the
component parts shall be submitted by the Contractor.
Equipment shall not be dispatched unless the test certificates are duly
approved by the Purchaser/Engineer.
3.2.31.
b.
76
c.
d.
e.
f.
g.
3.2.33.
3.2.34.
3.2.35.
SPARE PARTS
All spares shall be supplied by the bidder along with various equipment
(required for satisfactory operation) and such spares shall be new and free
from defects in design, material and workmanship and shall be guaranteed. In
case of any failure in original/ component of equipment and if such failures
are due to bad quality, design, materials and workmanship, spare parts if
any, supplied for such components/ parts, shall also be replaced without any
extra cost(including Taxes & Duties etc) to the purchaser. If it is, however,
proved, that the failure is due to defective quality, design, etc then those spare
parts not manufactured along with the original equipment shall also be
replaced at no extra cost (including Taxes &Duties etc.) to the purchaser.
Such replaced spare parts shall have the same Guarantee as applicable to the
replacement made for the defective original parts/ components. The replaced
parts will become the property of the bidder.
If any damage occur to any other equipment covered under the contract
against this specification or due to defective part supplied under the contract,
the supplier shall be responsible for making good the said damage.
Losses:
The equipment to be installed and connectors shall be high quality and High
efficient so that losses should be barest minimum.
The following T&P shall also be included in the scope of the supply:
a. Tool Box with draw out type Racks
b. DE Open type Spanners of all sizes starting from 6-7 to max size required
for Plant.
i)
Ring type Spanners of all sizes starting from 6-7 to max
size required for Plant.
ii)
Screw Driver Set
iii)
Ratchet (Wrench) Box with all Handles & Bits- 1Set
iv)
Hammers Light, Medium & Heavy duty Each 1No.
v)
Cutting Pliers- Small, Medium & Heavy duty Each 1No.
vi)
Nose Pliers- Small, Medium & Heavy duty Each 1No.
77
vii)
viii)
ix)
x)
xi)
xii)
78
for
PART-IV
SCHEDULE 1
LIST OF PREVIOUS INSTALLATIONS/CONTRACTORS EXPERIENCE
------------------------------------------------------------------------------------------------------------------Sl.No
Particulars
Description
------------------------------------------------------------------------------------------------------------------1.
2.
3.
4.
(a)
(b)
5.
6.
Value of the contract
-------------------------------------------------------------------------------------------------------------------
Signature, Designation
And address of the Tenderer.
NOTE:
1.
The above information should be furnished contract wise
2.
Necessary performance certificates obtained from the executing agency
shall be furnished by the contractor.
79
SCHEDULE 2
DETAILS OF MANUFACTURER
BIDDER shall furnish the following particulars for SPV Modules, PCUs, SCADA,
UPS, Transformers, Batteries etc being offered.
1.
2.
Address
3.
4.
5.
Type of Organization
6.
8.
9.
7.
:
Property/Partnership/Pvt.Ltd./
Public Ltd./Government
YES/NO
YES/NO
:
:
Seal of the
Tenderer
Signature, Designation
and address of the
Tenderer
80
SCHEDULE-3
Proforma of letter of transmittal
(To be furnished on Principals Letterhead)
To
The V.C & Managing Director,
New & renewable Energy Development Corporation of A.P. Limited (NREDCAP),
5-8-207/2,Nampally,
Hyderabad 500 001.
Andhra Pradesh.
Sir,
Sub:Ref:-
1.
2.
Accordingly we hereby submit this Application for assessment of our qualification duly
accompanied by an Earnest Money Deposit of Rs ________________ in the form of
___________________
3. We further confirm that our bid contains no deviation from your tender
conditions and specifications except those mentioned in the schedule of
deviations.
4. Besides furnishing the information in the schedules, we submit additional
data/certificates as indicated in the list of Enclosures.
5. We hereby certify that all the statements made and information supplied in the
Schedules and additional data etc. furnished are true and correct.
6. We have furnished all information and details necessary for demonstrating our
qualification and have no further pertinent information to supply.
7. We also hereby declare that we have not been blacklisted/ debarred/ disqualified
by any government entity or any international agency for non delivery or non
compliance or corrupt/ fraudulent practices.
Seal of the
Tenderer
Signature, Designation
and address of the
Tenderer
81
SCHEDULE 4
PROFORMA FOR THE CERTIFICATE TO BE GIVEN BY THE TENDERER
I _______________________________________________________certify that all the above
typed
in
data
and
information
on
Sheets
_______________________
_____________________ ____________________________are
representation
of
the
Equipment
covered
by
Proposal
through
a true
Number
Suppliers Name.
Authorized Representative's Name.
82
SCHEDULE 5
FINANCIAL, BUSINESS AND TECHNICAL CAPABILITY
(To be enclosed in prequalification bid)
Name and address the tenderer:
Telephone No.:
1. Latest Balance sheet filed with ______________________________ (Copy attached)
_______ ____________________________________________________
2. Latest profit and loss statement
_________________________( Copy attached)
3.
4.
b.
c.
from
_____________to________
on
Financial Position:
a.
b.
c.
d.
e.
Total
a.
Cash
Current assets
Current Liabilities
Working capital
Current Liabilities
liabilities
Current ratio
Current assets to
Current Liabilities
Test Ratio
:
Cash, temporary investment held in lieu of cash and current receivable to
current Liabilities
Total liability to Net worth
Capital
Authorized
Issued
Annual value ( Turn over) of erection/work undertaken for each of the last five years
and projected for current year :
-------------------------------------------------------------------------------------------------------Year
Last
2nd last
3rd last
4th last
5th last
-------------------------------------------------------------------------------------------------------Home
Aboard
-------------------------------------------------------------------------------------------------------1.
Net Profit before tax;
a. Current period
b. During last financial year
c. During the year last financial year.
The profit and loss statements have been certified through _____________ by
______________
2.
Financial arrangements( Check appropriate item)
a.
Own resource
b.
Bank Credits
c.
Others (Specify)
3.
4.
The copies of Annual Report: of the company for last five years may be
attached
Seal of the Tenderer
Signature, Designation
and address of the Tenderer.
83
SCHEDULE-6
Proforma for General terms and conditions
(To be enclosed in the Part-I Pre-qualification bid)
Bidders are requested to fill in the blank space and send the same along with
offer in duplicate otherwise their offer will be either treated as non-responsive or
suitable cost compensated for deficiencies as deemed fit by the Corporation.
01.
02.
03.
04.
Central/State
Sales
___________________________________
Tax
05.
06.
Registration
No.:
07.
08.
Discount, if any
___________________________________
09.
10.
11.
Included/Excluded
%
12.
Included/Excluded and %
13.
Included/Excluded and %
14.
15.
Bank charges
To be borne by seller.
16.
Delivery Period
: Within _________days/weeks
From the date of receipt of Purchase
order.
17.
18.
Mode of dispatch
___________________________________
84
(copy
of
certificate
to
be
Included/Excluded
%
19.
21.
Transit Insurance
: Provided/Not provided
22.
23.
20.
from the
:
85
SCHEDULE-7
SCHEDULE OF TESTS
Signature, Designation
And address of the Tenderer.
86
SCHEDULE 8
SCHEDULE OF DEVIATIONS FROM THE SPECIFICATION
Tenderer shall carefully state below all points which are not in accordance
with the enclosed specification
------------------------------------------------------------------------------------------------------Sl.No
Chapter
Section
Deviation
--------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------The tenderer hereby certifies that the above mentioned are the only deviations
from the specification No.
Signature, Designation
And address of the Tenderer.
87
SCHEDULE-9
FINANCIAL STATEMENTS FOR THE LAST FIVE YEARS
Signature, Designation
And address of the Tenderer.
88
SCHEDULE - 10
PROFORMA OF GUARANTEE FOR EQUIPMENT PERFORMANCE
The tenderer hereby guarantees the requirements of this specification.
If any of the requirements of the guarantees given are not fulfilled, the
purchaser has the right to reject the equipment, and if capacity, performance and
efficiency obtained during acceptance tests falls short of that guaranteed by the
tenderer, the tenderer hereby affirms that such deficiency will be made good by
rectifying/replacing the defective parts. All the replaced parts shall be removed from
the side. While the facility for making good the deficiency will be normally given
once, the purchaser is entitled to reject the equipment in case of repeated failure to
meet the guarantee as per the specification.
Seal of the Company
______________________________
_____________________________
Designation
_____________________________
Date
_____________________________
89
SCHEDULE -11
SCHEDULE OF PLACES OF TEST AND INSPECTION
The BIDDER shall indicate the item of equipment of supply, name of the
MANUFACTURER or SUB-CONTRACTOR and place of test and inspection as shown
below:
Item of Equipment
MANUFACTURER OR
SUB-CONTRACTOR
SIGNATURE
___________________
DESIGNATION
___________________
COMPANY
___________________
COMPANY SEAL
___________________
DATE
___________________
90
SCHEDULE -12
SCHEDULE OF WEIGHT AND DIMENSIONS
Description
Weight
(In Tonnes)
Dimensions
We, the undersigned hereby undertake to meet above time schedule from the
date of order.
SIGNATURE
____________________
DESIGNATION
___________________
COMPANY
___________________
COMPANY SEAL
___________________
DATE
:
___________________
91
SCHEDULE 13
Proforma of Summary price proposal
(To be submitted separately in sealed cover in Envelop -B only)
Name & Address of Bidder:
______________________
______________________
To
M/s NREDCAP Limited,5-8207/2, Pisgah Complex,
Nampally, Hyderabad- 500 001
Dear Sirs,
Sub: Our offer No ________dated _________against tender enquiry No.
NREDCAP/GM/CANAL TOP/2015
***
We declare that following are our prices for Design, manufacture, testing at
manufacturers works, supply, storage at site, erection, testing, commissioning and
maintenance for the specified period of grid connected canal top solar PV plant
(crystalline technology) as per the bid documents along with grid connecting
equipment and associated Civil works on EPC Basis. These prices are for the entire
scope of work as indicated in your specification and documents, terms and
conditions mentioned in Bid Documents except deviation incorporated in Statement
of Deviations.
EPC:
Sl.
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Rates in Rupees
In Figures
In Words
Item Description
Ex-works Price
Excise Duty%
Sales Tax
CST (%)
VAT(%)
LST(%)
Service Tax %
Packing and forwarding charges
Transit and Storage cum Erection
insurance charges inclusive of Service
tax
Third party inspection charges inclusive
of Service tax
Freight charges inclusive of Service tax
Any other Taxes and duties
Total
O&M:
Sl.
Item Description
No.
1. O&M Charges for 1st Year
2,
Sl.
No.
In Figures
Rs.
In Words
Rupees.
. percent
of
92
ANNEXURE A
NEW&RNEWABLE ENERGY DEVELOPMENTCORPORATION OF A.P. LIMITED
(NREDCAP)
Article I.
BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT
This agreement has to be executed on a Non-Judicial stamped paper worth Rs.100/Whereas the ______________________here-in-after called (The Bidder) has submitted
their bid dated________________________for the Design, manufacture, testing at
manufacturers works , supply, storage at site, erection, testing ,commissioning and
maintenance for ten years of grid connected canal top solar PV plant (crystalline
technology) of 1MWp capacity at location Gollavanitippa, Bhimavaram Rural mandal,
West Godavari district in Andhra Pradesh, along with grid connecting equipment and
associated Civil works on EPC Basis (Here-in-after called the Bid).
Know
all
men
by
these
presents
that
we
____________________________________________(Hereinafter called the Bank) are
bound unto V.C& managing Director, NREDCAP, 5-8-207/2, Pisgah Complex,
Nampalli, Hyderabad.(hereinafter called the purchaser) in the sum of
Rs__________________________for which payment will and truly to be made to the said
purchaser, the bank binds itself, its successors and assigns by these presents. Sealed
with
the
common
Seal
of
the
said
Bank
this
______________
_________________________day of_______________________200
THE CONDITIONS OF THIS OBLIGATION ARE:
1.
2.
3.
4.
When the successful tenderer does not accept the order after issue of preliminary
acceptance letter/letter of intent/purchase order.
When the successful tenderer fails to furnish the B.G. for contract performance
security within 30 days from the date of issue of preliminary acceptance letter or
the letter of intent or Purchase Order.
When tender is disqualified.
When tenderer alters his prices or withdraws his offer during the validity period.
We undertake to pay to the purchaser the above amount within one week upon
receipt of its first written demand without the purchaser having to substantiate his
demand, without referring to the supplier and without questioning the right of
NREDCAP to make such demand or the propriety or legality of the demand
provided that in its demand the purchaser will note that the amount claimed by it
is due to it owing to any of the occurrence of the above mentioned conditions,
specifying the occurred condition or conditions.
Notwithstanding anything contained in the foregoing our liability under this
guarantee
is
restricted
to
Rs._____________
(Rupees____________________________________ only). Our guarantee shall remain in
force until __________. Unless a claim is made within the date, all rights of the
purchaser under this guarantee shall be forfeited and we shall be relieved and
discharged from all liability hereunder.
Furthermore, We______________-Bank Limited accept that,
(i) This Bank Guarantee is unconditional and absolute
(ii)Claim against this Bank Guarantee will be honored without any delay or
demur: and
(iii)This Bank Guarantee covers all the losses, claims, damages and costs
suffered by the purchaser against the said tender.
Designation:
Seal:
Note:-The Bank Guarantee shall be valid for a period of 270 days from the
scheduled date of opening of pre-qualification with a claim period of 3
months thereafter.
93
ANNEXURE-B
CHECK LIST for the documents
S.No.
Description of documents
Part-I: Pre-qualification(Technical Bid)
10
11
12
Schedule 11&12
13
14
15
Drawings:
a. General Arrangement and Dimensional Layout of SPV
Plant.
b. Drawing showing the layout of SPV panel, Transformers,
Mounting etc.
c. Drawing showing the Terminal connection between the
SPV Modules, Transformer, 33KV Switchgear, Lines etc.
d. Single Line Diagram of the system
e. Detailed design calculation on expected electrical energy
generation
f. General arrangement of Control room
g. Any other relevant drawings/documents as may be
required for clear understanding of Equipment/ System
94
Annexure No
ANNEXURE-C
NREDCAP 1 MWp Solar Power Plant at Gollavanitippa (V), West Godavari
District
Assumptions
Capacity
Total estimated project cost
Plus : IDC @2 .8% of the project
cost
Total Project Cost
Loan Repayment
Cost of Funds
O&M Charges
O&M escalation
Estimated Energy Generation in 1st
year
Solar Module Degradation factor for
first 15 years
Solar Module Degradation factor for
th
th
first 15 years for 16 to 25 year
Return on Equity
Discounting Factor
Interest on Working Capital
1
1000
MW
Rs. Lakhs
28
1028
12
12.5
10.00
5.72
Rs. Lakhs
Rs. Lakhs
Years
%
Lakhs/MW
%
1.50
MU
0.50
1.00
12.5
10.62
12.5
%
%
%
%
LEVELLISED TARIFF CALCULATION
Year
Cost of Funds
Principal Repayment
O&M Charges
Land Lease charges
IWC
Total
Generation
Sale Price Required
PV Factor
NPV Factor
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
MU
` per Kwh
1
128.50
85.67
10.00
15.00
1.99
241.16
1.50
2
117.79
85.67
10.00
15.00
1.99
230.45
1.49
3
107.08
85.67
10.57
15.00
2.01
220.33
1.49
4
96.37
85.67
11.18
15.00
2.02
210.24
1.48
5
85.67
85.67
11.82
15.00
2.03
200.18
1.47
6
74.96
85.67
12.49
15.75
2.05
190.91
1.46
7
64.25
85.67
13.21
15.75
2.06
180.93
1.46
8
53.54
85.67
13.96
15.75
2.08
171.00
1.45
9
42.83
85.67
14.76
15.75
2.09
161.10
1.44
10
32.12
85.67
15.60
15.75
2.11
151.26
1.43
11
21.41
85.67
16.50
16.54
2.13
142.25
1.43
12
10.70
85.67
17.44
16.54
2.15
132.50
1.42
13
0.00
0.00
18.44
16.54
0.38
35.36
1.41
16.08
1.00
16.08
15.44
0.90
13.96
14.84
0.82
12.12
14.23
0.74
10.51
13.62
0.67
9.09
13.05
0.60
7.88
12.43
0.55
6.78
11.81
0.49
5.83
11.18
0.45
4.99
10.55
0.40
4.25
9.97
0.36
3.63
9.33
0.33
3.08
2.50
0.30
0.75
95
Year
Cost of Funds
Principle Repayment
O&M Charges
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
0.00
0.00
19.49
0.00
0.00
20.61
0.00
0.00
21.79
0.00
0.00
23.03
0.00
0.00
24.35
0.00
0.00
25.74
0.00
0.00
27.22
21
0.00
0.00
28.77
Rs. Lakhs
Rs. Lakhs
Rs. Lakhs
MU
16.54
0.41
36.43
1.41
16.54
0.43
37.57
1.40
17.36
0.45
39.60
1.38
17.36
0.48
40.87
1.37
17.36
0.51
42.22
1.36
17.36
0.54
43.64
1.34
17.36
0.57
45.14
1.33
18.23
0.60
47.60
1.32
18.23
0.63
49.28
1.30
18.23
0.67
51.06
1.29
18.23
0.71
52.93
1.28
18.23
0.75
54.92
1.26
` per Kwh
2.59
0.27
0.70
11.42
2.69
0.24
0.65
2.86
0.22
0.63
2.98
0.20
0.59
3.11
0.18
0.56
3.25
0.16
0.53
3.39
0.15
0.50
3.62
0.13
0.48
3.78
0.12
0.45
3.96
0.11
0.43
4.14
0.10
0.41
4.34
0.09
0.39
` per Kwh
14
15
16
17
96
18
19
20
22
0.00
0.00
30.42
23
0.00
0.00
32.16
24
0.00
0.00
34.00
25
0.00
0.00
35.94
ANNEXURE-D
Solar
Modules
Solar
Modules
PCU 01
250 KW
Solar
Modules
PCU 02
250 KW
ACB
T/F 1.25MVA
600V / 33KV
VCB
Solar
Modules
PCU 03
250 KW
PCU 04
250 KW
ACB
ACB
T/F 1.25MVA
600V / 33K
T/F 1.25MV
600V /33KV
VCB
VCB
ACB
T/F 1.25MVA
600V / 33KV
VCB
33 KV BUS
VCB
ACDB
VCB
Isolator
33KV/415V
Aux T/F 250 KVA
Energy Metering
Arrangements at
Discom
GRID
97
MCCB