56
0 Tender No.: PEDA/2021-22/52 E-BIDDING DOCUMENTS For Design, Manufacture, Supply, Erection, Testing and Commissioning of different capacities of Hybrid Solar Power Plants including complete system warranty and its AMC for 5 Years under MNRE scheme AT VARIOUS HOUSES IN DISTT BATHINDA PUNJAB BY PUNJAB ENERGY DEVELOPMENT AGENCY PLOT NO. 1&2 SECTOR 33-D, CHANDIGARH 160 034, PB., INDIA TELEPHONES: (91) 0172-2663382, 2663328, FAX: (91) 0172-2664502

Tender No.: PEDA/2021-22/52

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender No.: PEDA/2021-22/52

0

Tender No.: PEDA/2021-22/52

E-BIDDING DOCUMENTS

For

Design, Manufacture, Supply, Erection, Testing and

Commissioning of different capacities of Hybrid Solar Power

Plants including complete system warranty and its AMC for 5

Years under MNRE scheme

AT

VARIOUS HOUSES IN DISTT BATHINDA PUNJAB

BY

PUNJAB ENERGY DEVELOPMENT AGENCY

PLOT NO. 1&2 SECTOR 33-D, CHANDIGARH 160 034, PB., INDIA

TELEPHONES: (91) 0172-2663382, 2663328, FAX: (91) 0172-2664502

Page 2: Tender No.: PEDA/2021-22/52

1

CONTENTS

Sr. No.

Descriptions Page No.

I. SECTION-I: INVITATION FOR BIDS 3

Notice Inviting E-Tender (NIT) 4

Scope of Work 5

II. SECTION-II: INSTRUCTIONS TO BIDDERS 6

Introduction 7

Source of Funds 7

Terms & Conditions 7

Eligible Bidders 8

Eligibility Criteria 8

Submission of Bids 9

Earnest Money Deposit 9

Deadline for submission of Bids 10

Late Bids 10

Modification and withdrawal of Bids 10

Opening of Bids by Purchaser 10

Evaluation of Financial Bids 10

Award of Contract 11

Selection of Bidder 11

Purchaser's right to accept any Bid and to reject any or all Bids 12

Notification of Award 12

Issue of Work Order 12

Performance Bank Guarantee (PBG) 12

Signing of Contract 13

Inspections and Tests 13

For the system & other software 15

Acceptance certificates cum commissioning certificate 15

Warranty 15

Payments 16

Prices 16

Annual Maintenance Contract 17

Liquidated Damages 17

Resolution of Disputes 17

Plant Installation 18

Termination for default 18

Force Majeure 19

Termination for Insolvency 19

Termination for Convenience 19

Settlement of Disputes 20

Limitation of Liability 20

Governing Language 20

III. SECTION-III: SCHEDULE OF REQUIREMENTS 21

0.5 KWp Hybrid SPV Power Plant 22

1 KWp Hybrid SPV Power Plant 23

1.5 KWp Hybrid SPV Power Plant 24

Delivery Schedule 25

IV. SECTION-IV: TECHNICAL SPECIFICATIONS 26

General Description 27

Solar Photovoltaic Modules 27

Array Structure 28

Page 3: Tender No.: PEDA/2021-22/52

2

PCU/ Array Size ratio 30

Power Consumption 30

Hybrid SPV Power Plants 30

Other Salient features & brief technical Specifications (PCU) 30

Battery Bank 31

Protections 32

Lightning Protection 32

Surge Protection 32

Earthing Protection 32

Grid Islanding 32

Cables 32

Danger Boards and Signages 33

Drawings & Manuals 33

Drawings to be furnished by Bidder after Award of Contract 33

Safety Measures 34

Quality and adaptability of the Equipment 34

V. SECTION-V: FORMATS 35

Annexure-I (List of documents to be enclosed with the bid) 36

PERFORMA-I (Format for forwarding letter) 37

PERFORMA 2 (Contract form) 38

PERFORMA-3 (Performance Bank Guarantee form) 39

PERFORMA-4 (Bank Guarantee for Advance Payment) 40

PERFORMA-5 (SPV Module manufacturers’ authorization form) 41

PERFORMA-5 (A) (Power Conditioning Unit manufacturers’ authorization form)

42

PERFORMA-5 (B) (Battery manufacturers’ authorization form) 43

PERFORMA-6 (Proforma for Performance Statement) 44

PERFORMA-7 (Proforma for Joint Commissioning Report) 45

PERFORMA-8 (Service support details) 46

PERFORMA-9 (Technical detail form) 47

PERFORMA-10 (Technical details) 48-49

PERFORMA-11 (Turnover Record form) 50

PERFORMA-12 (Format for Bank Guarantee against Annual Maintenance)

51

VI. SECTION-VI: SCOPE OF MAINTENACE OF POWER PLANT 52-55

VII. TECHNICAL BID FORMAT 56-57

VIII. PRICE BID FORMAT 58-63

Page 4: Tender No.: PEDA/2021-22/52

3

SECTION-I

INVITATION FOR BIDS

Page 5: Tender No.: PEDA/2021-22/52

4

PUNJAB ENERGY DEVELOPMENT AGENCY

Solar Passive Complex

Plot No. 1 & 2, Sector 33-D, Chandigarh

Notice Inviting E-Tender

E-tender notice no. PEDA/2021-22/52

Punjab Energy Development Agency (PEDA), invites e-tender for Design, Manufacture, Supply,

Erection, Testing and Commissioning including warranty for 5 years of different capacities of

Hybrid SPV Power Plants at various Houses of Bathinda city in Punjab:

Sr. No

Name of work EMD (Rs.)

Date of start of downloading e-tender document

Last Date & time for submission of e-bids

Date & time of opening of Techno-commercial e-bids

1. Design, Manufacture, Supply, Erection, Testing and Commissioning including Warranty and Maintenance for 5 years of different capacities Hybrid SPV Power Plants at various Houses of Bathinda city in Punjab

1 Crore

(Rs. One

Crore)

29.07.2021 17.08.2021

upto 3.30 PM 18.08.2021 at 12.30 PM

1. Eligibility criteria and other terms & conditions for the works are given in the Tender

Document which can be downloaded from www.eproc.punjab.gov.in.

2. Bidders shall have to get themselves registered with eproc.punjab.gov.in and get user ID

and Password. Class- 2/3 Digital Signature, mandatory to participate in the e-tendering

process. For any clarification on the tender document clauses, please contact at 0172-

2663328, 0172-2663382. For any clarification/difficulty regarding e-tendering process flow,

please contact at 0172-2791326, 2791226.

3. Corrigendum / Addendum / Corrections, if any will be published on the e-tender website and

no separate notices shall be issued

4. PEDA reserve the right to accept or reject any or all the tenders without assigning any reason

thereof.

Chief Executive

Pre-Bid Meeting 11.08.2021 at 11.30 AM at PEDA office Chandigarh

Cost of Tender Document

Non-refundable Tender Document fee Rs. 20,000/- through online Mode only

E-Processing Fee Non-refundable e-processing fee as applicable through online mode only

Earnest Money Deposit

Earnest Money as mentioned above shall be deposited through online mode or in the form of Bank Guarantee. The Original Bank Guarantee must reach PEDA Office on or before the day of opening of the technical bids.

Page 6: Tender No.: PEDA/2021-22/52

5

SCOPE OF WORK

BID-SUBJECT- Design, Manufacture, Supply, Erection, Testing and Commissioning

of 12935 nos. Hybrid Solar Power Plants (0.5KWp, 1KWp &1.5KWp

Capacity each) at various houses of Bathinda city including five

years warranty and AMC of Rooftop Solar Photovoltaic Power Plant

include wear, tear, overhauling, machine breakdown, and

replacement of defective Modules, Invertors / Power Conditioning

Unit (PCU), Battery Bank spares, consumables & other parts for a

period of 5 years

1. A complete set of bidding documents in English may be purchased from

www.eproc.punjab.gov.in through IPG Mode payment of a non-refundable fee of

Rs.20,000/-. Bids must be submitted through e-tender upto 3.30 PM. on dt. 17.08.2021.

All bids must be accompanied by an Earnest Money Deposit of Rs. 1 Crore.

2. Conditional bids will be rejected. Bids will be opened in the presence of bidder’s

representative who choose to attend at the address below on dated 18.08.2021 at 12:30

PM. The details are given below:

(a) Name of office : Punjab Energy Development Agency

(b) Name of person : Director, PEDA

(c) Postal Address : Plot no. 1 & 2 Sector 33D

Chandigarh 160 022, India

(d) Telephone nos. : (91) 0172 , 2663328, 2663382

(e) E-mail Address : [email protected]

(f) Pre Bid Meeting : 11.08.2021 at 11.30 AM

(g) Last date & time for receipt of bids : 17.08.2021 upto 3.30 PM

(i) Time and date of opening of

technical Bids

: 18.08.2021 at 12.30 PM.

(j) Time and date opening of price bid : Inform to Techno-commercial qualified

bidders after evaluation of Techno

Commercial E-Bids:

3. The bidding shall be in two parts patterns. Technical Bid and Financial Bid:

Technical bid will contain the qualifying requirement and the financial offer will contain the

offered prices.

Page 7: Tender No.: PEDA/2021-22/52

6

SECTION-II

INSTRUCTIONS TO BIDDERS (ITB)

Page 8: Tender No.: PEDA/2021-22/52

7

A. INTRODUCTION

Scope of work: Design, Manufacture, Supply, Erection, Testing and Commissioning of

12935 nos. Hybrid Solar Power Plants (0.5KWp, 1KWp &1.5KWp Capacity each) at

various houses of Bathinda city including five years warranty and AMC of Rooftop Solar

Photovoltaic Power Plant include wear, tear, overhauling, machine breakdown, and

replacement of defective Modules, Invertors/ Power Conditioning Unit (PCU), Battery

Bank spares, consumables & other parts for a period of 5 years. The generated solar

power shall be utilized for captive application. The scheme aims to reduce the fossil fuel-

based electricity and make buildings self-sustainable from the point of electricity, to the

extent possible.

B. SOURCE OF FUNDS

Punjab Govt. has accorded sanction for installation of Domestic Solar Rooftop Power

Plants in Bathinda city. The funds are to be provided by the Punjab Govt., if the state

Govt. is not provided the required funds, then there shall be no financially liability of

PEDA in any case.

1. TERMS & CONDITIONS:

1.1 E-tenders shall be submitted on www.eproc.punjab.gov.in. Conditional tenders and

tenders without EMD shall be rejected.

1.2 The Rates to be quoted in Financial Bid Format should be FOR at site inclusive of all

applicable taxes/ octoroi, installation, commissioning, maintaining & warrantee for 5

years. The rates shall be valid for 120 days from the date of opening of Financial Bid. The

bidder should fill the cost break up in the Performa attached with financial bid, in case of

mismatch of rates between financial bid and cost break up the rates of financial bid will be

final.

1.3 Supply, installation and commissioning of the project should be completed within 120

days from the date of place of work order.

1.4 The supporting documents to be submitted as proof with the bid should be in sequence

order and page marked. The bids found not in order and conditional bids with addition/

omission to original DNIT are liable to be rejected.

1.5 No additional documents will be accepted after opening of the technical bid on due date.

The sole criteria of qualification / disqualification will depend on the documents uploaded

by the bidders. However, the Evaluation committee of PEDA can sought any information

regarding the papers/installation of the plant.

1.6 The bidder shall upload the bids as per formats on or before the date and time notified in

this document/ NIT.

1.7 Bidder can apply for minimum aggregate capacity of 4000 KWp.

1.8 The bidder shall quote Makes of Solar PV Modules, Inverter and Battery Bank in the

Performa 9 & 10.

1.9 The bidder shall quote the price bid in price bid formats.

1.10 Chief Executive PEDA reserves the right to accept or reject any or all the tenders without

assigning any reason in the interest of user and Punjab Energy Development Agency.

1.11 Correspondence for enquiries and clarifications:

All correspondence, clarifications in respect of the bid document shall be addressed to:

Director,

Punjab Energy Development Agency,

Plot No. 1 & 2, Sector 33-D, Chandigarh,

Page 9: Tender No.: PEDA/2021-22/52

8

Tel: 0172 - 2663328 / 2663382

Fax: 0172 –2662865

and should reach one day prior to pre bid meeting in PEDA office or through email:

[email protected]. After pre-bid meeting any enquiry shall not be considered.

2. ELIGIBLE BIDDERS

• Bidder must meet the eligibility criteria independently as a Bidding Company

• Bidder will be declared as a Qualified Bidder based on meeting the eligibility criteria and

as demonstrated based on documentary evidence submitted by the Bidder in the Bid.

• The Successful Bidder shall be required to establish at least one Service Centre in

Bathinda city with sufficient spares along with required trained manpower.

3. ELIGIBILITY CRITERIA

3.1

a) The Bidder should be a body incorporated in India under the Companies Act, or 2013

including any amendment thereto, Government owned Enterprises who are registered

and incorporated in India and engaged in the business of Power/ Infrastructure, Limited

Liability Partnership Firms registered as per LLP Act 2008. The EPC companies,

manufacturers, suppliers & system integrators of Solar PV Power Projects who have not

been debarred/black listed by any Govt. organization for design, manufacture, supply,

installation and commissioning of different capacity Solar Power Projects are eligible for

this tender.

b) A copy of certificate of incorporation shall be furnished along with the bid in support of

above.

c) This invitation for bids is open to all eligible Manufacturers or their authorized supplier or

system integrator, who otherwise have not been debarred/blacklisted by any Govt.

Deptt.’s / organization/ PSU’s / institutions/ agencies/ autonomous Organizations. In this

connection the bidders shall be required to submit a self-authorized certificate on non-

judicial stamp paper of Rs.100/-.

d) The bidder should have not involved in any litigation. Self-attested undertaking be

submitted.

3.2 Average Annual Financial turnover of the bidder company during the last three years from

F.Y. 2018-19 onward ending 31.03.2021 should be 8 crore per MW. Bidders shall furnish

documentary evidence as per the Performa-11, duly certified by Authorized Signatory and

the Statutory Auditor/ Practicing Chartered Accountant of the Bidder in support of their

financial capability. Bidder is also required to submit the documentary proof like duly

audited Balance sheet along with CA certificate of Turnover. Turnover of bidder company

will be accepted only.

i) The bidder must have satisfactory installed & commissioned rooftop SPV systems of

cumulative capacity 3000 kWp during last three financial years i.e. 2018-19, 2019-20 &

2020-21 any Govt. agencies/ State Nodal Agencies/ Govt. Public Sector/ private sector or

the similar work satisfactory installed & commissioned as empaneled party of Govt.

agencies/ State Nodal Agencies/ Govt. Public Sector and commissioning certificate being

issued by Govt. agencies/ State Nodal Agencies/ Govt. Public Sector or the similar work

successfully installed & commissioned under private sector in India and commissioning

certificate issued by Govt. agencies/ State Nodal Agencies/ Govt. Public Sector/ private

Page 10: Tender No.: PEDA/2021-22/52

9

sector and the same should be working satisfactorily. Party will submit this certificate

along with tender bid. The list of projects commissioned indicating the roof top solar

power plants/systems, along with a copy of the Commissioning certificate and Work order

/ Contract/ Agreement/ from the Client/Owner shall be submitted. The plant/plants should

be in successful operation for a minimum period of six months on the date of publishing

of NIT and certificate duly issued by SNA/ Govt. Department/ private client shall be

submitted along with bid. The performance certificate issued by SNA/Govt. Deptt.

should not be older than Ten months from the date of publishing of NIT.

ii) Experience should have successfully completed during last three financial years i.e. up

F.Y 2018-19,2019-20 and 2020-21 (up to 31.03.2021).

4. SUBMISSION OF BIDS

4.1 The bidder shall upload the bids as per formats on or before the date and time notified in

this document/ NIT.

4.2 Bids shall be uploaded in two parts.

Part-I Techno Commercial Bid

Part -II Price Bid.

4.3 It should be clearly noted that Part-I should not contain any price bid.

4.4 Part-I containing of those bidders who satisfy the requirement of bid security deposit will

only be opened at the time & date notified for opening. If any bidder indicates the price in

Part-I i.e techno commercial bid, the bid will not be read out and bid would stand rejected.

Part II containing will not be opened at the time of opening Part-I. The bidders who do not

qualify in Part-I, their bid of Part-II (Price Bid) shall not be opened.

4.5 The Bidder shall submit complete e-bid through e-tender at website: www.eproc.punjab.gov.in

4.6 Bids shall remain valid for the period 120 days after the date of bid opening prescribed by

the Purchaser for the purpose of evaluation. A bid valid for a shorter period shall be

rejected by the Purchaser as non-responsive

4.7 Annual maintenance charges for 5 years should have minimum 10% of the total cost of

each power plant otherwise bid shall be rejected.

5. EARNEST MONEY DEPOSIT

• The Earnest Money Deposit is required to protect the Purchaser against risk of Bidder's

conduct which would warrant the security's forfeiture.

The Earnest Money Deposit of Rs.1,00,00,000/- (Rs. One Crore only) shall be deposited

through IPG mode / Bank Guarantee, the original bank Guarantee equal to EMD amount

must reach in PEDA office on or before the day of opening of technical bids. A bank

guarantee towards Earnest Money Deposit (EMD) issued by a bank located in the

purchaser’s country should be valid for 180 days.

• Any bid not secured in accordance with above EMD will be rejected by the Purchaser as

non-responsive.

• Unsuccessful Bidder's Earnest Money Deposit will be discharged/returned as promptly as

possible but not later than thirty (30) days after the expiration of the period of bid validity

prescribed by the purchaser.

Page 11: Tender No.: PEDA/2021-22/52

10

• The successful Bidder's will be discharged upon the Bidders executing the Contract and

furnishing the performance security.

• The Earnest Money Deposit may be forfeited:

a) if a Bidder:

i. withdraws its bid during the period of bid validity specified by the Bidder

ii. does not accept the correction of errors

b) in case of a successful Bidder, if the Bidder fails

i. to sign the Contract in accordance or

ii. to furnish performance security.

6. DEADLINE FOR SUBMISSION OF BIDS

• Bids must be submitted through e-tendering process in time and date as mentioned in

NIT.

• The Purchaser may, at its discretion, extend this deadline for submission of bids by

amending the Bid Documents, in which case all rights and obligations of the Purchaser

and Bidders previously subject to the deadline will thereafter be subject to the deadline as

extended.

7. LATE BIDS

After the deadline for submission of bids as mentioned in NIT, any bid shall not be

received by the e-tender system and no physical bids will be accepted.

8. MODIFICATION AND WITHDRAWAL OF BIDS

• No bid can be modified subsequent to the deadline for submission of bids.

• No bid may be withdrawn in the interval between the deadline for submission of bids and

the expiration of the period of bid validity specified by the Bidder on the Bid Form.

Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its EMD.

9. OPENING OF BIDS BY PURCHASER

9.1 The Purchaser will open e-Technical bids, in the presence of Bidders' representatives

who choose to attend, at the time, on the date, and at the place specified in DNIT.

9.2 Bids that are not opened and read out at bid opening shall not be considered further for

evaluation, irrespective of the circumstances.

9.3 The technical e-bids shall be evaluated by the purchaser for assessing responsiveness,

bidder’s qualification and technical confirmation.

9.4 The bidders whose technical bids are declared as technically responsive and qualified

shall be informed accordingly and their Price Bids shall be opened.

9.5 The bidders whose technical bids do not qualify, there Price Bids shall not be opened.

9.6 Price Bids opening date shall be conveyed subsequently on e-tendering website.

10. EVALUATION OF FINANCIAL BIDS

The evaluation of Price Bid shall be carried out based on the information furnished in the

uploaded E-Price Bid. The Price Bid submitted by the Bidders shall be scrutinized to

ensure conformity with the DNIT. Any Bid not meeting any of the requirements of this

Page 12: Tender No.: PEDA/2021-22/52

11

DNIT may cause the Bid to be considered “non-responsive” at the sole decision of the

PEDA. The cost break up is for reference only.

11. AWARD OF CONTRACT

a) Post Qualification

11.1 In the absence of pre qualification, the Purchaser will determine to its satisfaction whether

the Bidder selected as having submitted the lowest evaluated responsive bid is qualified

to perform the contract satisfactorily.

11.2 The determination will take into account the Bidder's financial, technical and production

capabilities. It will be based upon an examination of the documentary evidence of the

Bidder's qualifications submitted by the Bidder, as well as such other information as the

Purchaser deems necessary and appropriate.

11.3 An affirmative determination will be a prerequisite for award of the contract to the bidder.

A negative determination will result in rejection of the bidder’s bid, in which event the

purchaser will proceed to the next lowest evaluated bid to make a similar determination of

that bidder’s capabilities to perform satisfactorily.

11.4 The Rates quoted should be on the basis of FOR destinations anywhere in the State of

Punjab. Prices along with all applicable taxes/GST, octroi etc. to be indicated in Financial

Bid Format. Quoted rates shall be valid upto 120 days from the date of opening of

Financial Bid.

11.5 The tenderer shall acquaint with the work and working conditions at site and locality. No

claim shall be entertained on this issue after the offer has been submitted. Once the firm

has submitted the bid, it shall be presumed that they have inspected the site and work

conditions.

11.6 The unit rate of the equipment and accessories must be listed in the Cost Break Up form.

The tenderer must quote for each item contained in the financial bid Performa.

12. SELECTION OF BIDDER

The Project Cost quoted in Price Bids of Qualified Bidders shall be ranked from the

lowest to the highest.

12.1 The lowest bidder with total plant cost i.e., Including AMC cost will be declared as the

successful bidder i.e. L1. The other bidders i.e. L 2 and so on to complete the total bid

capacity will be asked to match the price quoted by the L1 bidder. The bidder who

matches the L1 price will also be declared Successful bidder. The bidders except the L1

bidder will be given 5 days from the date of notification of L1 price through email to bidder

to give their consent to execute the work at L1 price failing which it will be assumed that

they are not interested to match L1 price and their capacity shall be offered to the next

successful bidder who wish to match the same. In case, two or more Bidders offering

same rate, then the selection of Bidders shall be by draw of lots and the Bidder who wins

the draw shall be ranked higher, than the second Bidder. In case the total capacity to

be allocated remains unallocated due to the fact that the next shortlisted bidder is

offering more bid capacity than the balance capacity available, then the next bidder to be

selected will be allocated the balance project capacity available after splitting his offered

bid capacity subject to the bidder’s prior acceptance.

Page 13: Tender No.: PEDA/2021-22/52

12

12.2 As per Punjab Govt. Notification no. CHD0092/2018-2020 dated 04.09.2019. The allocation preference to make in Punjab will be given as under: -

i) Among all the qualified bids the lowest bids will termed as L1 if L1 is from a local Manufacturer (Punjab only) the contract for full bidder quoting capacity will be awarded (subject to capacity).

ii) Minimum local content as per the above notification should be at least 40%.

iii) The prescribed margin of the purchase preference shall be 15%.

iv) other terms and conditions are as per Punjab Govt. notification dated 04.09.2019 which is

available on PEDA website.

13. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

The Purchaser reserves the right to accept or reject any bid, and to annul the bidding

process and reject all bids at any time prior to award of Contract, without thereby

incurring any liability to the affected Bidder or Bidders or any obligation to inform the

affected Bidder or Bidders.

14. NOTIFICATION OF AWARD

14.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the successful

Bidder in writing by registered letter of Intent, that its bid has been accepted.

14.2 The notification of award will constitute the formation of the Contract

15. ISSUE OF WORK ORDER

15.1 The work order/ orders shall be placed within the validity period of rates and work shall

be allotted on L1 rates during the validity of bid subject to discretion of PEDA. However,

PEDA shall have no financially liability in any case if no work is allotted during rate validity

period.

15.2 The decision of PEDA regarding allocation of quantity will be final and binding on selected

bidders in this case to complete the works timely.

15.3 The quantity of SPV Power Plants shall be specified in the work order/ orders. The

tentative quantity is 12935 systems which will be procured under this contract. However,

the figure is tentative which may be increased or decreased by PEDA. The PEDA

reserves the rights to increase or decrease the quantum of work and there shall be no

financially liability in any case if the quantum of work is less than the tentative quantities

given in the tender.

16. PERFORMANCE BANK GUARANTEE (PBG)

16.1 Within fifteen (15) days from the date of issue of notification of award for approval of rates

from the Purchaser, the successful Bidder shall furnish the PBG to the amount equal to

10% of the work order value valid for 12 months from the date of issue of notification of

Award.

16.2 Failure of the successful Bidder to comply with the above within the stated time periods

shall constitute sufficient grounds for the annulment of the award and forfeiture of the

EMD.

16.3 The PBG shall be denominated in the currency of the Contract, and shall be in one of the

following forms:

(a) A Bank guarantee, issued by a reputed bank located in the purchaser’s country,

acceptable to the Purchaser, in the form provided in the Bidding Documents; or

Page 14: Tender No.: PEDA/2021-22/52

13

(b) A Demand draft favoring Punjab Energy Development Agency.

16.4 The PBG shall be forfeited without prejudice to the Bidder being liable for any further

consequential loss or damage incurred to PEDA: -

• If the Bidder/Company is not able to commission the projects to the satisfaction

of PEDA,

• If the bidder company not accepted the work order during rate approval period.

16.5 The performance security will be discharged by the Purchaser and returned to the

Supplier not later than thirty (30) days following the date of completion of the Supplier's

performance obligations, under the Contract, including any warranty obligations

17. SIGNING OF CONTRACT

17.1 At the same time as the Purchaser notifies the successful Bidder that its bid has been

accepted, the Purchaser will send to Bidder the work order/orders and the Contract Form

provided in the Bidding Documents, incorporating all agreements between the parties.

17.2 Within fifteen (15) days from the date of issue of the Contract Form, the successful Bidder

shall sign the Contract and return it to the Purchaser. The signing of the work order cum

contract agreement shall evidence the final acceptance of all terms and conditions and

their due compliance by the successful bidder.

18. INSPECTIONS AND TESTS

18.1 The Purchaser or its representative shall have the right to inspect and/or to test the

Goods to confirm their conformity to the Contract specification at no extra cost to the

purchaser. Technical Specifications shall specify what inspections and tests the

Purchaser requires and where they are to be conducted. The Purchaser shall notify the

Supplier in writing of the identity of any representatives retained for these purposes.

18.2 The inspection and tests of the plant may be conducted on the premises of the Supplier

and its subcontractor(s) at point of delivery and/or at the Goods final destination. If

conducted on the premises of the supplier or its subcontractor(s) all reasonable facilities

and assistance, including access to drawing and production data - shall be furnished to

the inspectors at no charge to the Purchaser.

18.3 Should any inspected or tested Goods fail to conform to the specifications, the

Specifications, the Purchaser may reject the Goods, and the Supplier shall either replace

the rejected Goods or make all alterations necessary to meet specification requirements

free of cost to the Purchaser.

18.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the

Goods' arrival in the purchaser’s country shall in no way be limited or waived by reason of

the Goods having previously been inspected, tested and passed by the Purchaser or its

representative prior to the Goods shipment from the country of origin.

18.5 The complete charges for inspection & tests including equipment simulation at the works

Supplier and its subcontractor(s) including to & fro airfare, boarding & lodging for

purchaser’s engineers shall be borne by the supplier. The purchaser has every right to

inspect the complete material himself or through third party.

19.

a) INSPECTION AT WORKS:

The Purchaser, his duly authorized representative and/or outside inspection agency

acting on behalf of the Purchaser shall have at all reasonable times access to the

Page 15: Tender No.: PEDA/2021-22/52

14

Contractor's premises or works and shall have the power at all reasonable times in

inspect and examine the materials and workmanship of the works during its manufacture

or erection and if part of the works is being manufactured at the sub-contractor's works or

assembled in their premises or works, the contractor shall obtain for the Purchaser and

for his duly authorized representative, permission to inspect as if the works were

manufactured or assembled in the Contractor's own premises or works.

The Contractor shall give the Purchaser/Inspector 10 days written notice of any material

being ready for testing. Such test shall be to the Contractor's account. The

Purchaser/Inspector, unless witnessing of the test is virtually waived, will attend such test

within 7(seven) days of the date on which the equipment is notified as being ready for

test/inspection, failing which the Contractor may proceed with the test which shall be

deemed to have been made in the Inspector's presence and he shall forthwith forward to

the Inspector duly certified copies of tests in triplicate.

The Purchaser or Inspector shall within 7(seven) days from the date of inspection as

defined herein give notice in writing to the Contractor, or any objection to any drawings

and all or any equipment and workmanship which in his opinion is not in accordance with

the Contract. The Contractor shall give due consideration to such objections and shall

either make the modifications that may necessary to meet the said objections or shall

confirm in writing that no modifications are necessary to comply with Completion of these

tests or the issue of the certificate shall not bind the Purchaser to accept the equipment

should it, on further tests after erection be found not to comply with the Contract.

In all cases where the contract provide for tests whether at the premises or works of the

Contractor or of any Sub-contractor, the contractor, except where otherwise specified,

shall provide free of charge such items as labour, materials, electricity, apparatus and

instruments as may be reasonably demanded by the Purchaser/Inspector or his

authorized representative to carry out effectively such tests of the equipment in

accordance with the contract and shall give facilities to the Purchaser/Inspector or to his

authorized representative to accomplish testing.

The inspection by Purchaser/Inspector and issue of Inspection Certificate thereon shall in

no way limit the liabilities and responsibilities of the Contractor in respect of the agreed

quality assurance programme forming a part of the Contract.

b) PRE-COMMISSIONING AND TRIAL OPERATION TEST

On completion of erection of the equipment and before start up, each item of the

equipment shall be thoroughly cleaned and then inspected jointly by the purchaser or his

authorized representative and the Contractor for correctness and completeness of

installation and acceptability for start-up, leading to initial pre-commissioning tests at site.

The Plant shall then be on Trial Operation during which period all necessary adjustments

shall be made while operating over the full load-range enabling the plant to be made

ready for performance and guarantee tests.

The Contractor's commissioning/start-up engineers specifically identified as far as

possible shall be responsible for carrying out all the pre-commissioning tests. On

completion of inspection, checking and after the pre commissioning tests are satisfactorily

over, the complete equipment shall be ready for trial operation.

Page 16: Tender No.: PEDA/2021-22/52

15

During the trial run the operator shall be under the supervision of the Contractor but the

schedule of operations shall be agreed to be the Purchaser and the Contractor During the

pre-commissioning, commissioning and performance guarantee tests the operator will be

under the supervision of the Contractor if the tests are being carried out by him. In case

the tests are being carried out by a third party the operator will be under the control of the

Purchaser. In both cases all aspects of the tests shall be agreed to by the Purchaser and

the contractor and the safety of the equipment shall be the responsibility of the

Contractor.

c) PERFORMANCE AND GUARANTEE TEST

The final test as to the performance and guarantees shall be conducted at site, by the

purchaser. Such tests will be commenced after successful completion of Trial Operations.

These tests shall be binding on both the parties of the Contract to determine compliance

of the equipment with the performance guarantees.

Any special equipment, load, tool and tackles required for the successful completion of

the performance and guarantee tests shall be provided by the Contractor.

The guaranteed performance figures of the equipment, shall be proved by the Contractor

during these performances and guarantees tests. Should the results of these tests show

any decrease from the guaranteed values, the Contractor shall modify the equipment as

required to enable it to meet the guarantees. In such case, performance and guarantee

tests shall be repeated within one month, from the date the equipment is ready for retest

and all cost for modification including labour, materials and the cost of additional testing

to prove that the equipment meet the guarantees, shall be borne by the Contractor

20. FOR THE SYSTEM & OTHER SOFTWARE THE FOLLOWING WILL APPLY:

The Supplier shall provide complete and legal documentation of hardware, all

subsystems, operating systems, compiler, system software and the other software. The

Supplier shall also provide licensed software for all software products, whether developed

by it or acquired from others. The supplier shall also indemnify the purchaser against any

levies/penalties on account of any default in this regard.

21. ACCEPTANCE CERTIFICATES CUM COMMISSIONING CERTIFICATE:

On successful completion of acceptability test, receipt of deliverables etc, and after the

purchaser is satisfied with the working on the plant, the commissioning certificate/Joint

commissioning report signed by the supplier and the representative of the purchaser will

be issued.

22. WARRANTY

22.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of

the most recent or current models and incorporate all recent improvements in design and

materials unless provided otherwise in the Contract. The Supplier further warrants that

the Goods supplied under this Contract shall have no defect arising from design,

materials or workmanship (except when the design and/or is required by the Purchaser's

Specifications) or from any act or omission of the Supplier, that may develop under

normal use of the supplied Goods in conditions prevailing in the country of final

destination.

22.2 This warranty shall remain valid for Sixty Months 60 months after the Goods or any

Page 17: Tender No.: PEDA/2021-22/52

16

portion thereof as the case may be, have been delivered and installed to and accepted at

the final destination indicated in the Contract, or for 72 seventy-two months after the date

of shipment from the port of loading in the source country, whichever period concluded

earlier.

22.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this

warranty.

22.4 Upon receipt of such notice, the Supplier shall, within the period 3 days and with all

reasonable speed, repair or replace the defective Goods or parts thereof, without cost to

the Purchaser other than, where applicable, the cost of inland delivery of the repaired or

replaced Goods or parts from the port of entry to the final destination.

22.5 If the Supplier, having been notified, fails to remedy the defect(s) within the period

specified above, the Purchaser may proceed to take such remedial action as may be

necessary, at the Supplier's risk and expense and without prejudice to any other rights

which the Purchaser may have against the Supplier under the Contract.

23. PAYMENTS

1. Payment shall be made in the following manner:

(i) Advance Payment: Ten (10) percent of the contract price shall be paid within thirty (30)

days of signing of the contract and upon submission of claim against a simple receipt and

a bank guarantee for the 110% amount valid until the goods are delivered and, in the

form, provided in the bidding documents or another form acceptable to be purchaser.

(ii) On delivery: Sixty (60) percent of the contract price shall be paid within 30 days upon

submission of required documents and conditions of the contract have been complied

with. Partial payment will be allowed.

(iii) On Final Acceptance: the remaining twenty (20) % of the contract price of the goods

shall be paid within thirty (30) days after the date of the Acceptance cum Joint

commissioning Certificate issued by the Purchaser’s representative in the Performa given

in Performa- 7.

(iv) Balance 10% payment of work order value shall be released after the five-year AMC

period; however, this amount can be released against equal amount of Bank Guarantee

valid for five years from the actual date of commissioning. On receipt of Bank guarantee

in the favour of PEDA Chandigarh for 10% equivalent value of the contract in the

Performa-12 provided in the bidding document.

2.

(i) For all the payments to be made, against Bank guarantees, the bank guarantee shall be

issued by a Scheduled Indian Bank located in India in the format enclosed at Section VIII.

the guarantees issued by other banks should be confirmed by a scheduled Indian Bank

operating in India.

(ii) Bank guarantees for advance payment shall be released not later than 30 days after the

date of completion of installation of the of the goods at their final destination.

24. PRICES

Prices payable to the Supplier as stated in the Contract shall be firm and not subject to

adjustment during performance of the Contract.

Page 18: Tender No.: PEDA/2021-22/52

17

25. ANNUAL MAINTENANCE CONTRACT

25.1 Maintenance services shall be provided by the supplier during the period of warranty.

Annual maintenance and repairs of the entire system including supply of spares etc. for

next 60 months will be done by the supplier from the date of commissioning of the plant at

their own cost.

25.2 The maximum response time for a maintenance complaint from any of the destination

specified in the schedule of requirements (i.e., time required for supplier’s maintenance

engineers to report to the installations after a request call/telegram/fax is made or letter is

written) shall not exceed 72 hours.

25.3 It is expected that the average downtime of an item will be less than half the maximum

downtime (i.e., defined as number of days for which an item of equipment is not usable

because of inability of the supplier to repair it) as mentioned by the bidder in the form of

technical details. In case an item is not usable beyond the stipulated maximum downtime

the supplier will be required to arrange for an immediate replacement of the same till it is

repaired. Failure to arrange for the immediate repair/replacement i.e within 72 hours will

be liable for penalty of Rs. 200 /- per day per plant. In case of any part to be imported the

maximum period for repair should not be more than 7 days. However, under Force

Majure circumstances penalty can be waived off. The amount of penalty will be recovered

from bank guarantee during warranty or to deposit in PEDA office as the case may be. If

the supplier failed to maintain/repair the plant during 5 years maintenance period within

stipulated time period then PEDA shall have every right to encash their 10% amount or

forfeit the BG lying with PEDA.

26. LIQUIDATED DAMAGES

(i) Failure to complete work order in time shall attract penalty @ 1 % of the delayed goods

for every week of delay or part thereof subject to a maximum of 10% value of delayed

goods and services including project commissioning. However, on reaching of Maximum

penalty the work order cum contract agreement may be cancelled and performance

security may also be forfeited by PEDA. The penalty will be calculated plant wise.

(ii) Relaxation in completion period for the purpose of penalty can be allowed if the delay is

beyond the control of contractor or due to force majeure conditions. The proper

documentation establishing the reasons for delay in this regard will be required to be

given by the supplier to PEDA. The decision in this regard shall be given by Chief

Executive, PEDA.

27. RESOLUTION OF DISPUTES

The dispute resolution shall be as follows:

a) In case of Dispute or difference arising between the Purchaser and a domestic supplier

relating to any matter arising out of or connected with this agreement, such disputes or

difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996.

The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Purchaser

and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed

by the Parties and shall act as Presiding arbitrator. In case of failure of the two arbitrators

appointed by the parties to reach upon a consensus within a period of 30 days from the

appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be

Page 19: Tender No.: PEDA/2021-22/52

18

appointed by the *Indian Council of Arbitration/President of the Institution of Engineers

(India)/ The International Centre for Alternative Dispute Resolution (India).

b) In the case of a dispute with a Foreign Supplier, the dispute shall be settled in accordance

with provisions of UNCITRAL (United Nations Commission on International Trade Law)

Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be

appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the

two Arbitrators so appointed by the Parties, and shall act as presiding arbitrator. In case of

failure of the two arbitrators appointed by the parties to reach upon a consensus within a

period of 30 days from the appointment of the arbitrator appointed subsequently, the

Presiding Arbitrator shall be appointed by the *Indian Council of Arbitration/President of the

Institution of Engineers (India)/The International Centre of Alternative Dispute Resolution

(India).

c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b)

above, within 30 days after receipt of the notice of the appointment of its arbitrator by the

other party, then the *Indian Council of Arbitration/President of the Institution of Engineers

(India)/The International Centre for Alternative dispute Resolution (India), both in cases of

the foreign supplier as well as Indian supplier, shall appoint the arbitrator. A certified copy

of the order of the *Indian Council of Arbitration/President of the Institution of Engineers

(India)/ The International Centre for Alternative Disputes Resolution (India), making such an

appointment shall be furnished to each of the parties.

d) Arbitration proceedings shall be held at Chandigarh, India, and the language of the

arbitration proceedings and that of all documents and communications between the parties

shall be English.

e) The decision of the majority of arbitrators shall be final and binding upon both parties. The

cost and expenses of Arbitration proceedings will be paid as determined by the arbitral

tribunal. However, the expenses incurred by each party in connection with the preparation,

presentation etc. of its proceedings as also the fees and expenses paid to the arbitrator

appointed by such party or on its behalf shall be borne by each party itself.

f) Where the value of the contract is Rs. 10 million and below, the disputes or differences

arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by

agreement between the parties; failing such agreement, by the appointing authority namely

the *Indian Council of Arbitration/President of the Institution of Engineers (India)/The

International Centre for Alternative Dispute Resolution (India).

28. PLANT INSTALLATION:

The Supplier is responsible for all unpacking, assemblies, wiring, installations, cabling

between solar modules and connecting to power supplies & INVERTER. The Supplier will

test all equipment operations and accomplish all adjustments necessary for successful

and continues operation of the plant at the installation site.

29. TERMINATION FOR DEFAULT

29.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by

written notice of default sent to the Supplier, terminate the Contract in whole or in part:

a. if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the

Contract, or within any extension thereof granted by the Purchaser or

Page 20: Tender No.: PEDA/2021-22/52

19

b. if the Supplier fails to perform any other obligation(s) under the Contract.

c. If the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent

practices in competing for or in executing the contract.

For the purpose of this clause:

“Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract

execution.

“Fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution or a contract to the detriment of the borrower, and

includes collusive practice among bidders (prior to or after bid submission) designed to

establish bid prices at artificial non-competitive levels and to deprive the borrower of the

benefits of free and open competition.

29.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to, the

Purchaser may procure, upon such terms and in such manner as it deems appropriate,

Goods or services similar to those undelivered, and the Supplier shall be liable to the

Purchaser for any excess costs for such similar Goods or services. However, the Supplier

shall continue the performance of the Contract to the extent not terminated.

30. FORCE MAJEURE

30.1 The Supplier shall not be liable for forfeiture of its performance security, liquidated

damages or termination for default, if and to the extent that, its delay in performance or

other failure to perform its obligations under the Contract is the result of an event of Force

Majeure.

30.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the

Supplier and not involving the Supplier's fault or negligence and not foreseeable. Such

events may include, but are not restricted to, acts of the Purchaser in its sovereign

capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight

embargoes.

30.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing of such conditions and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative means

for performance not prevented by the Force Majeure event.

31. TERMINATION FOR INSOLVENCY

31.1 The Purchaser may at any time terminate the Contract by giving written notice to the

Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event,

termination will be without compensation to the supplier, provided that such termination

will not prejudice or affect any right of action or remedy which has accrued or will accrue

thereafter to the Purchaser.

32. TERMINATION FOR CONVENIENCE

32.1 The Purchaser, may by written notice sent to the Supplier, may terminate the Contract, in

whole or in part, at any time for its convenience. The notice of termination shall specify

that termination is for the Purchaser's convenience, the extent to which performance of

Page 21: Tender No.: PEDA/2021-22/52

20

the supplier under the Contract is terminated, and the date upon which such termination

becomes effective.

32.2 The Goods that are complete and ready for shipment within 30 days after the Supplier's

receipt of notice of termination shall be accepted by the Purchaser at the Contract terms

and prices. For the remaining Goods, the Purchaser may elect:

a) to have any portion completed and delivered at the Contract terms and prices; and/or

b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed

Goods and services for materials and parts previously procured by the Supplier.

33. SETTLEMENT OF DISPUTES

33.1 If any dispute or difference of any kind whatsoever shall arise between the Purchaser and

the supplier in connection with or arising out of the contract, the parties shall make every

effort to resolve amicably such dispute or difference by mutual consultation.

33.2. If, after thirty (30) days the parties have failed to resolve their dispute or difference by

such mutual consultation, then either the purchaser of the supplier may give notice to the

other party of its intention to commence arbitration, as hereinafter provided, as to the

matter in dispute, and no arbitration in respect of this matter may be commenced unless

such notice is given.

33.2.1 Any dispute or difference in respect of which a notice of intention to commence arbitration

has been given in accordance with this clause shall be finally settled by arbitration.

Arbitration may be commenced prior to or after delivery of the Goods under the contract.

33.2.2 Arbitration proceedings shall be conducted in accordance with the rules of procedure

specified above.

33.3 Notwithstanding any reference to arbitration herein,

(a) the parties shall continue to perform their respective obligations under the contract unless

they otherwise agree; and

(b) the purchaser shall pay the supplier any monies due the supplier.

34. LIMITATION OF LIABILITY

34.1 Except in cases of criminal negligence or willful misconduct, and in the case of

infringement pursuant to Clause,

(a) the supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, for

any indirect or consequential loss or damage, loss of use, loss of production, or loss of

profits or interest costs, provided that this exclusion shall not apply to any obligation of the

supplier to pay liquidated damages to the purchaser and

(b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tort

or otherwise, shall not exceed the total contract price, provided that this limitation shall

not apply to the cost of repairing or replacing defective equipment.

35. Bidder should furnish performance Statement in Performa-6, Service Centre Detail in

Performa-8, technical details of its offer in Performa 9 & 10.

36. GOVERNING LANGUAGE

The governing language shall be English.

Page 22: Tender No.: PEDA/2021-22/52

21

SECTION-III

SCHEDULE OF REQUIREMENTS (SOR)

Page 23: Tender No.: PEDA/2021-22/52

22

HYBRID SPV POWER PLANT The general scope under this contract includes design, manufacture, shop testing, inspection, packing & forwarding, transportation up to project site loading & unloading, storage in safe custody, erection, carrying out preliminary tests at site, commissioning, performance testing & handing over to the purchaser all the equipment installed for the concept to commissioning period including 5 years maintenance as under: -

The illustrative Schedule of requirements is in accordance with the specifications contained in this document

0.5 KWP HYBRID SPV POWER PLANT Sr. No.

Brief Description Units Make

1 SPV modules for each system (Each Module not less than 250 wp)

1 Set totaling 500Wp Indigenous PV Module with IEC 61215:2005/ BIS and as per ALMM approved list.

2 SPV module mounting structure suitable for accommodating SPV modules including foundation as per specifications.

1 Set Hot Dipped GI

3 500-Watt Hybrid Power Conditioning Units (Inverter) as per specifications (Single Phase) Efficiency > 85%

1 No. As per bid document specification and certificate issued by the of MNRE’s approved test centers

4 DC Distribution Switchgear units as per specifications

1 set ABB/ SIEMENS/ Schnieder Electric

5 AC Distribution Switchgear units as per specifications

1 Set L&T/ ABB/ Schnieder Electric

6 Battery bank with suitable Box as per specifications Lithium Ferro Phosphate Battery (Life 04) Capacity 12.8V-100AH (Cycles>2000,DOD 90%)

1 No. BIS approved

7 DC Cable requirement as per design

Meters As required at site for full plant commissioning

Havells/ Finolex/ CCI/ Siechem/ Polycab/ Leoni/ KEI

8 AC Cable requirement as per design

Meters As required at site for full plant commissioning

Havells/ Finolex/ CCI/ Siechem/ Polycab/ Leoni/ KEI

9 Lightning arrester complete set as per specification

1 Set As per BIS standard

10 Earthing complete 3 numbers as per specification

1 Set As per BIS standard

11 Maintenance of the SPV Power Plant for a period of 5 years from date of commissioning of the power plant as per scope.

12 Engineering, electrical drawings and installations and O&M manuals

3 Sets

13 Any other equipment required to complete the installation

14 Civil work and array structures: complete design, construction of array support structures on the roof top.

As per design submitted by supplier and approved by purchaser

Note:

1. The requirements for the plant and machinery are indicated in the schedule of

requirements. The items mentioned in the schedules are only indicative and the suppliers

are required to include any other item left out in the schedule in this scope. Complete

details and quantity of mandatory spare parts shall be furnished by the supplier in their bid.

Suppliers shall offer their complete design along with drawings for the plant in their bids.

The make of the equipment/items offered should be got approved from the purchaser,

during detailed engineering.

2. All items mentioned above must be conforming to latest MNRE specifications.

Page 24: Tender No.: PEDA/2021-22/52

23

1 KWP HYBRID SPV POWER PLANT

Sr. No.

Brief Description Units Make

1 SPV modules for each system (Each Module not less than 335 wp)

1 Set totaling 1000Wp Indigenous PV Module with IEC 61215:2005/ BIS and as per ALMM approved list.

2 SPV module mounting structure suitable for accommodating SPV modules including foundation as per specifications.

1 Set Hot Dipped GI

3 1KW Hybrid Power Conditioning Units (Inverter) as per specifications (Single Phase) Efficiency > 85%

1 No. As per bid document specification and certificate issued by the of MNRE’s approved test centers

4 DC Distribution Switchgear units as per specifications

1 set ABB/ SIEMENS/ Schnieder Electric

5 AC Distribution Switchgear units as per specifications

1 Set L&T/ ABB/ Schnieder Electric

6 Battery bank with suitable Box as per specifications Lithium Ferro Phosphate Battery (Life 04) Capacity 48V-50 AH (Cycles>2000, DOD 90%)

1 No. BIS approved

7 DC Cable requirement as per design

Meters As required at site for full plant commissioning

Havells/ Finolex/ CCI/ Siechem/ Polycab/ Leoni/ KEI

8 AC Cable requirement as per design

Meters As required at site for full plant commissioning

Havells/ Finolex / CCI/ Siechem/ Polycab/ Leoni/ KEI

9 Lightning arrester complete set as per specification

1 Set As per BIS standard

10 Earthing complete 3 numbers as per specification

1 Set As per BIS standard

11 Maintenance of the SPV Power Plant for a period of 5 years from date of commissioning of the power plant as per scope.

12 Engineering, electrical drawings and installations and O&M manuals

3 Sets

13 Any other equipment required to complete the installation

14 Civil work and array structures: complete design, construction of array support structures on the roof top.

As per design submitted by supplier and approved by purchaser

Note:

1. The requirements for the plant and machinery are indicated in the schedule of

requirements. The items mentioned in the schedules are only indicative and the suppliers

are required to include any other item left out in the schedule in this scope. Complete

details and quantity of mandatory spare parts shall be furnished by the supplier in their bid.

Suppliers shall offer their complete design along with drawings for the plant in their bids.

The make of the equipment/items offered should be got approved from the purchaser,

during detailed engineering.

2. All items mentioned above must be conforming to latest MNRE specifications.

Page 25: Tender No.: PEDA/2021-22/52

24

1.5 KWp Hybrid SPV Power Plant

Sr. No.

Brief Description Units Make

1 SPV modules for each system (Each Module not less than 375 wp)

1 Set totaling 1500Wp Indigenous PV Module with IEC 61215:2005/ BIS and as per ALMM approved list.

2 SPV module mounting structure suitable for accommodating SPV modules including foundation as per specifications.

1 Set Hot Dipped GI

3 1.5 KW Hybrid Power Conditioning Units (Inverter) as per specifications (Single Phase) Efficiency > 85%

1 No. As per bid document specification and certificate issued by the of MNRE’s approved test centers

4 DC Distribution Switchgear units as per specifications

1 set ABB/ SIEMENS/ Schnieder Electric

5 AC Distribution Switchgear units as per specifications

1 Set L&T/ ABB/ Schnieder Electric

6 Battery bank with suitable Box as per specifications Lithium Ferro Phosphate Battery (Life 04) Capacity 48V-80AH (Cycles>2000, DOD 90%)

1 No. BIS approved

7 DC Cable requirement as per design

Meters As required at site for full plant commissioning

Havells/ Finolex/ CCI/ Siechem/ Polycab/ Leoni/ KEI

8 AC Cable requirement as per design

Meters As required at site for full plant commissioning

Havells/ Finolex/ CCI/ Siechem/ Polycab/ Leoni/ KEI

9 Lightning arrester complete set as per specification

1 Set As per BIS standard

10 Earthing complete 3 numbers as per specification

1 Set As per BIS standard

11 Maintenance of the SPV Power Plant for a period of 5 years from date of commissioning of the power plant as per scope.

12 Engineering, electrical drawings and installations and O&M manuals

3 Sets

13 Any other equipment required to complete the installation

14 Civil work and array structures: complete design, construction of array support structures on the roof top.

As per design submitted by supplier and approved by purchaser

Note:

1. The requirements for the plant and machinery are indicated in the schedule of

requirements. The items indicated in the schedules are only indicative and the suppliers are

required to include and quote for any other item left out in the schedule. Complete details

and quantity of mandatory spare parts shall be furnished by the supplier in their bid.

Suppliers shall offer their complete design along with drawings for the plant in their bids.

2. The Solar PV Module and Inverter of OEM make manufacture will be accepted only.

Page 26: Tender No.: PEDA/2021-22/52

25

DELIVERY SCHEDULE

Sr. No. Description Time Required

1. Award of contract Say X date

2. Signing of Contract Agreement & submission of

Performance Guarantee

X + 15 days

3. Submission of Bank Guarantee for release of Advance

amount and submission of PERT Chart

X + 20 days

4. Submission of site survey, engineering & design documents

for approval of PEDA

X + 40 days

5. Submission of site survey, engineering & design documents

for approval of PEDA

X +60 days

6. Activities like inspection by PEDA, supply of complete

material at site, commencement of civil works at site and

other activities

X +70 days*

7. Installation and Complete commissioning X+120 days

* Indicative purpose

Page 27: Tender No.: PEDA/2021-22/52

26

SECTION-IV

TECHNICAL SPECIFICATIONS

Page 28: Tender No.: PEDA/2021-22/52

27

GENERAL DESCRIPTION

The power plant shall provide a reliable and independent power supply to the critical AC loads in

the house. The power plant shall have a provision to import power from grid for localized use in

case of load exceeding the PV generation. The Inverter shall be designed to convert DC power

produced by SPV modules, in to AC power and adjust the voltage & frequency levels to suit the

grid voltage & frequency.

Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV array, Module Mounting

Structure, Hybrid Power Conditioning Unit (PCU) consisting of Maximum Power Point Tracker

(MPPT), Inverter, Lithium Ferro Phosphate Battery Backup and Controls & Protections,

interconnect cables and switches. PV Array is mounted on a suitable structure. Hybrid SPV

system is with battery backup should be designed with necessary features to provide the power.

Components and parts used in the SPV power plants including the PV modules, metallic

structures, cables, junction box, switches, PCU’s and Battery backup etc., should conform to the

BIS or IEC or international specifications, wherever such specifications are available and

applicable.

Solar PV system shall consist of following equipments/components.

• Solar PV modules consisting of required number of Crystalline PV modules.

• Hybrid Power Conditioning Unit

• Lithium Ferro Phosphate Battery Bank

• Mounting structures

• Junction Boxes.

• Earthing and lightening protections.

• IR/UV protected PVC Cables, pipes and accessories

1. SOLAR PHOTOVOLTAIC MODULES

A.

1.1 The PV modules should be Indigenous make only and should be accepted as per

MNRE, GOI vide notification no. 283/54/2018-Grid Solar-Part (1) dt. 10.03.2021 and as

per the MNRE, GOI circular vide no. 283/54/2018-Grid Solar-Part (I) dt. 11.05.2021,

clarify that module procured for projects, on which the ALMM order is applicable should

have been included in the ALMM list-1 valid on the date of invoicing of such modules.

1.2 The PV modules used must qualify to the latest edition of IEC PV module qualification

test or equivalent BIS standards Crystalline Silicon Solar Cell Modules IEC 61215/

IS14286. In addition, the modules must conform to IEC 61730 Part-2- requirements for

construction & Part 2 – requirements for testing, for safety qualification or equivalent IS.

a) For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime,

they must qualify to IEC 61701/IS 61701.

b) The total solar PV array capacity should not be less than allocated capacity (kWp) and

should comprise of solar crystalline modules. The efficiency of the modules should not

be less than 16%.

c) Protective devices against surges at the PV module shall be provided. Low voltage drop

bypass diodes shall be provided.

d) PV modules must be tested and approved by one of the IEC authorized test centers.

e) The module frame shall be made of corrosion resistant materials, preferably having

anodized aluminum.

f) The bidder shall carefully design & accommodate requisite numbers of the modules to

achieve the rated power in his work order.

Page 29: Tender No.: PEDA/2021-22/52

28

g) Other general requirement for the PV modules and subsystems shall be the Following:

i. The rated output power of any supplied module shall have positive tolerance +1%.

ii. The peak-power point voltage and the peak-power point current of any supplied module

and/or any module string (series connected modules) shall not vary by more than 2 (two)

per cent from the respective arithmetic means for all modules and/or for all module

strings, as the case may be.

iii. The module shall be provided with a junction box with either provision of external screw

terminal connection or sealed type and with arrangement for provision of by-pass diode.

The box shall have hinged, weather proof lid with captive screws and cable gland entry

points or may be of sealed type and IP-65 rated.

iv. IV curves at STC should be provided by bidder.

i. Modules deployed must use a RF identification tag. The following information must be

mentioned in the RFID used on each module (This can be inside or outside the laminate,

but must be able to withstand harsh environmental conditions).

a) Name of the manufacturer of the PV module

b) Name of the manufacturer of Solar Cells.

c) Month & year of the manufacture (separate for solar cells and modules)

d) Country of origin (separately for solar cells and module)

e) I-V curve for the module Wattage, Im, Vm and FF for the module

f) Unique Serial No and Model No of the module

g) Date and year of obtaining IEC PV module qualification certificate.

h) Name of the test lab issuing IEC certificate.

i) Other relevant information on traceability of solar cells and module as per ISO 9001 and

ISO 14001.

ii. WARRANTIES:

a) Material Warranty:

i. Material Warranty is defined as: The manufacturer should warrant the Solar Module(s) to

be free from the defects and/or failures specified below for a period not less than five (05)

years from the date of sale.

ii. Defects and/or failures due to manufacturing

iii. Defects and/or failures due to quality of materials

iv. Non conformity to specifications due to faulty manufacturing and/or inspection processes.

If the solar Module(s) fails to conform to this warranty, the manufacturer will repair or

replace the solar module(s), at the Owners sole option

b) Performance Warranty:

i. The predicted electrical degradation of power generated not exceeding 20% of the

minimum rated power over the 25 years period and not more than 10% after ten years

period of the full rated original output.

2. ARRAY STRUCTURE

a) Hot dip galvanized MS mounting structures may be used for mounting the modules/

panels/arrays. Each structure should have angle of inclination as per the site conditions to

take maximum insolation. However, to accommodate more capacity the angle inclination

may be reduced until the plant meets the specified performance ratio requirements.

b) The Mounting structure shall be so designed to withstand the speed for the wind zone of

the location where a PV system is proposed to be installed (like Delhi-wind speed of 150

Page 30: Tender No.: PEDA/2021-22/52

29

KM/ hour). It may be ensured that the design has been certified by a recognized Lab/

Institution in this regard and submit wind loading calculation sheet to PEDA. Suitable

fastening arrangement such as grouting and calming should be provided to secure the

installation against the specific wind speed.

c) The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the

mounting structure shall be in compliance of latest IS 4759.

d) Structural material shall be corrosion resistant and electrolytically compatible with the

materials used in the module frame, its fasteners, nuts and bolts. Aluminum structures

also can be used which can withstand the wind speed of respective wind zone.

Necessary protection towards rusting need to be provided either by coating or

anodization.

e) The fasteners used should be made up of stainless steel. The structures shall be

designed to allow easy replacement of any module. The array structure shall be so

designed that it will occupy minimum space without sacrificing the output from the SPV

panels

f) Regarding civil structures the bidder need to take care of the load baring capacity of the

roof and need arrange suitable structures based on the quality of roof.

g) The total load of the structure (when installed with PV modules) on the terrace should be

less than 60 kg/m2.

h) The minimum clearance of the structure from the roof level should be 300 mm.

i) In addition to the other specifications, the Hot Dip Galvanized Mounting Structure should

have following minimum specifications: -

LEG/COLUMN (C CHANNEL) 75MM X 40MM X 2MM

RAFTER 75MM X 40MM X 2MM

PURLIN (LIP CHANNEL) 41MM X 41MM X 2MM

j) No damage in any way should be caused to the roof of the building while

installation of SPV Power Plant. If any damage done it will wholly be the

responsibility of the bidder and cost shall be recovered from the bidder. To avoid

any problem the system of fixing of panel structure shall be got approved.

Detailed design and Drawing shall have to submit to PEDA for acceptance and approval

before execution of work.

NOTE: The structural design of the complete system should be compatible with the

structural strength and load bearing capacity of the roof, design calculations and

certificate to this effect shall be provided by a qualified chartered structural

engineer.

1. DC DISTRIBUTION BOARD:

a) DC Distribution panel to receive the DC output from the array field.

b) DC DPBs shall have sheet from enclosure of dust & vermin proof conform to IP 65

protection. The bus bars are made of copper of desired size. Suitable capacity MCBs/

MCCB shall be provided for controlling the DC power output to the PCU along with

necessary surge arrestors class-I.

2. AC DISTRIBUTION PANEL BOARD:

a) AC Distribution Panel Board (DPB) shall control the AC power from PCU/ inverter, and

should have necessary surge arrestors class-I. Interconnection from ACDB to mains at

LT Bus bar while in grid tied mode.

Page 31: Tender No.: PEDA/2021-22/52

30

b) All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II

and III/ IS60947 part I, II and III.

c) The changeover switches, cabling work should be undertaken by the bidder as part of the

project.

d) All the Panel’s shall be metal clad, totally enclosed, rigid, floor mounted, air - insulated,

cubical type suitable for operation on three phase / single phase, 415 or 230 volts, 50 Hz.

e) The panels shall be designed for minimum expected ambient temperature of 45 degree

Celsius, 80 percent humidity and dusty weather.

f) All indoor panels will have protection of IP54 or better. All outdoor panels will have

protection of IP65 or better.

g) Should conform to Indian Electricity Act and rules (till last amendment).

h) All the 415 AC or 230 volts devices / equipment like bus support insulators, circuit

breakers, SPDs, VTs etc., mounted inside the switchgear shall be suitable for continuous

operation and satisfactory performance under the following supply conditions

Variation in supply voltage +/- 10 %

Variation in supply frequency +/- 3 Hz

3. PCU/ ARRAY SIZE RATIO:

a) The combined wattage of all inverters should not be less than rated capacity of power

plant under STC.

b) Maximum power point tracker shall be integrated in the PCU/inverter to maximize

energy drawn from the array.

4. POWER CONSUMPTION:

a) Regarding the generated power consumption, priority need to give for internal

consumption.

5. HYBRID SPV POWER PLANTS

0.5 KWp 1 KWp 1.5 KWp

output Single phase Single phase Single phase

Frequency 50Hz 50Hz 50Hz

Waveform and

regulation

Pure Sinewave, 220V

+ 2%

Pure Sinewave, 220V

+ 2%

Pure Sinewave, 220V

+ 2%

Efficiency > Minimum 85% at

full resistive load

> Minimum 85% at

full resistive load

> Minimum 85% at

full resistive load

Ambient

temperature

considered

-20 Co to 50 Co -20 Co to 50 Co -20 Co to 50 Co

Protection of

Enclosure

IP-20 (minimum) for

indoor

IP-20 (minimum) for

indoor

IP-20 (minimum) for

indoor

No-load losses Less than 1% of rated

power

Less than 1% of rated

power

Less than 1% of rated

power

THD <3% <3% <3%

6. OTHER SALIENT FEATURES & BRIEF TECHNICAL SPECIFICATIONS (PCU):

• PCU should operate in both modes standalone/ grid connected & should have provision

for taking DC input energy from Solar PV & charging of battery bank & also import of AC

Page 32: Tender No.: PEDA/2021-22/52

31

power from Grid during less energy from Solar PV with supply of power for meeting

dedicated loads.

• High Efficiency Bi-Directional inverter systems for optimized power conversion at all

times.

• Fully Automatic Operation with no break in supply during the transitions from one mode to

another mode.

• LCD Display and monitoring, instantaneous data, and charging set points.

• LCD display should provide voltage, current, load %, KVA%, instant load, total battery

voltage, charging & discharging current, over temp etc.

• Integrated MPPT Solar Charge Controller.

• Over current, battery over charge protection, PV Reverse polarity, reverse current flow,

High temperature protection should be provided.

• Built for harsh working environment.

• For ease of installation Operation & Maintenance, safety the Power Condition Unit and to

be integrated into a single self-standing/ wall with rubber gourmet mounting enclosure

having AC & DC measuring, control & protection system. The supplier will submit the

design details of this enclosure to PEDA for approval.

• The Power Condition Unit/ inverters should comply with applicable IEC 61683/ IS 61683

for efficiency measurement and environmental tests as IEC 60068-2 (1,2,14,30)/

equivalent BIS std.

• The charge controller/ MPPT Units should qualify IEC 62093 and IEC 60068-2

(1,2,14,30)/ equivalent BIS std. The enclosures should IP 65 (for outdoor)/ IP21 (indoor)

are as per IEC 529 standard.

• Automatically restart after overload triggered shutdown.

• Surge Protection Device (SPD) on AC and DC side.

• Energy source: SPV and Grid power.

• The PCU's should be tested from the MNRE approved test center’s/ NABL/ BIS

accredited testing- calibration laboratories. In case of imported power conditioning units,

these should be approved by international test laboratories.

7. BATTERY BANK:

The Battery will provide the backup/regular power as per design, engineering and as per

IEC 61427/ IS 1651/ IS 13369/ IS 15549 standard/ codes.

Storage capacity:

For 0.5 KWp Power Plant : 12.8V 100AH (Cell Capacity: 3.2V 100 AH)

For 1 KWp Power Plant : 48V 50AH (Cell Capacity: 3.2V 50 AH)

For 1.5 KWp Power Plant : 48V 80AH (Cell Capacity: 3.2V 80 AH)

for each Power plant with suitable Battery Rack.

Type: Lithium Ferro Phosphate Battery (Life 04)

(i) Type of cell- Prismatic

(ii) Working temperature (both for charging or discharging) : - 20-60 Degree.

(iii) Battery pack should have high quality ‘Battery management System (BMS) for cell

balancing over change and over temperature protection.

(iv) Battery should confirm to the latest BIS/International standards.

(v) Life cycle>2000

(vi) DOD- 90%

Page 33: Tender No.: PEDA/2021-22/52

32

(vii) Suitable battery box of poly carbonate (Hensel/ Tyco) should be provided with locking

arrangement for Battery Pack. The ventilation should also be provided in battery box/

rack.

8. PROTECTIONS

The system should be provided with all necessary protections like earthing, Lightning,

and grid islanding as follows: -

8.1 LIGHTNING PROTECTION

The SPV power plants shall be provided with lightning & over voltage protection. The

main aim in this protection shall be to reduce the over voltage to a tolerable value before

it reaches the PV or other sub system components. The source of over voltage can be

lightning, atmosphere disturbances etc. The entire space occupying the SPV array shall

be suitably protected against Lightning by deploying required number of Lightning

Arrestors. Lightning protection should be provided as per IEC 62305 standard. The

protection against induced high-voltages shall be provided by the use of metal oxide

varistors (MOVs) and suitable earthing such that induced transients find an alternate

route to earth

8.2 SURGE PROTECTION

Internal surge protection shall consist of three MOV type surge-arrestors connected from

+ve and –ve terminals to earth (via Y arrangement)

9. EARTHING PROTECTION

i. Each array structure of the PV yard should be grounded/ earthed properly as per

IS:3043-1987. In addition, the lighting arrester/masts should also be earthed inside the

array field. Earth Resistance shall be tested in presence of the representative of PEDA as

and when required after earthing by calibrated earth tester. PCU, ACDB and DCDB

should also be earthed properly.

ii. Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earthing

points are bonded together to make them at the same potential.

10. GRID ISLANDING:

i. In the event of a power failure on the electric grid, it is required that any independent

power-producing inverters attached to the grid turn off in a short period of time. This

prevents the DC-to-AC inverters from continuing to feed power into small sections of the

grid, known as “islands.” Powered islands present a risk to workers who may expect the

area to be unpowered, and they may also damage grid-tied equipment. The Rooftop PV

system shall be equipped with islanding protection. In addition to disconnection from the

grid (due to islanding protection) disconnection due to under and over voltage conditions

shall also be provided.

ii. A manual disconnects 4 pole isolation switches beside automatic disconnection to grid

would have to be provided at utility end to isolate the grid connection by the utility

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

personnel

11. CABLES

Cables of appropriate size to be used in the system shall have the following

characteristics:

Page 34: Tender No.: PEDA/2021-22/52

33

i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards

ii. Temp. Range: –10oC to +80oC.

iii. Voltage rating 660/1000V

iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation

v. Flexible

vi. Sizes of cables between array interconnections, array to junction boxes, junction boxes to

Inverter etc. shall be so selected to keep the voltage drop (power loss) of the entire solar

system to the minimum. The cables (as per IS) should be insulated with a special grade

PVC compound formulated for outdoor use.

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

tagged and marked with proper manner by good quality ferule or by other means so that

the cable easily identified.

viii. The Cable should be so selected that it should be compatible up to the life of the solar PV

panels i.e., 25years.

ix. The ratings given are approximate. Bidder to indicate size and length as per system

design requirement. All the cables required for the plant provided by the bidder. Any

change in cabling sizes if desired by the bidder/approved after citing appropriate reasons.

All cable schedules/layout drawings approved prior to installation.

x. Multi Strand, annealed high conductivity copper conductor PVC type ‘A’ pressure

extruded insulation or XLPE insulation. Overall PVC/XLPE insulation for UV protection

Armoured cable for underground laying. All cable trays including covers to be provided.

All cables conform to latest edition of IEC/ equivalent BIS Standards as specified below:

BoS item / component Standard.

Description Standard Number Cables General Test and Measuring Methods, PVC/XLPE

insulated cables for working Voltage up to and including 1100 V, UV resistant for outdoor

installation IS /IEC 69947.

xi. The size of each type of DC cable selected shall be based on minimum voltage drop

however; the maximum drop shall be limited to 1%.

12. The size of each type of AC cable selected shall be based on minimum voltage drop

however; the maximum drop shall be limited to 2 %.

13. DANGER BOARDS AND SIGNAGES:

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

amended up to date.

14. DRAWINGS & MANUALS:

i. Two sets of Engineering, electrical drawings and Installation and O&M manuals are to be

supplied. Bidders shall provide complete technical data sheets for each equipment giving

details of the specifications along with make/makes in their bid along with basic design of

the power plant and power evacuation, synchronization along with protection equipment.

ii. Approved ISI and reputed makes for equipment be used.

iii. For complete electro-mechanical works, bidders shall supply complete design, details and

drawings for approval to PEDA before progressing with the installation work

15. DRAWINGS TO BE FURNISHED BY BIDDER AFTER AWARD OF CONTRACT

i. The Contractor shall furnish the following drawings Award/Intent and obtain approval

ii. General arrangement and dimensioned layout

Page 35: Tender No.: PEDA/2021-22/52

34

iii. Schematic drawing showing the requirement of SV panel, Power conditioning Unit(s)/

inverter, Junction Boxes, AC and DC Distribution Boards, meters etc.

iv. Structural drawing along with foundation details for the structure.

v. Itemized bill of material for complete SV plant covering all the components and

associated accessories.

vi. Layout of solar Power Array

vii. Shadow analysis of the roof

16. SAFETY MEASURES:

The bidder shall take entire responsibility for electrical safety of the installation(s)

including connectivity with the grid and follow all the safety rules & regulations applicable

as per Electricity Act, 2003 and CEA guidelines etc.

17. QUALITY AND ADAPTABILITY OF THE EQUIPMENT:

Bidders must verify the grid behavior, solar insolation levels, general site conditions on

their own before bidding, the bidder shall accordingly ensure that the equipment and the

design submitted, shall be able to perform as per guaranteed performance levels in the

available site conditions. The design of the plant and the equipment offered by the

bidders shall be evaluated for its quality and adaptability to the site conditions based on

the purchasers past experience, projects earlier executed by the bidders and from other

sources. Bidders must submit detailed technical operational parameters and latest plant

performance indicators and status complete with the clients address and contact no’s.

with regard to projects of similar nature already executed.

Page 36: Tender No.: PEDA/2021-22/52

35

SECTION-V

FORMATS

Page 37: Tender No.: PEDA/2021-22/52

36

Annexure-I

LIST OF DOCUMENTS TO BE ENCLOSED WITH THE BID. I) Part-I-Techno-commercial Bid

The Techno-commercial bid Part-I of tender shall be furnished complete in all respects

and documents mentioned therein including the scanned copies of the following

documents should be submitted.

a) Forwarding letter and index must be attached

b) Power of attorney for authorized signatory to sign the documents.

c) Manufacturer’s authorization letter

d) Non debarring/ black listing certificate.

e) Copies of IEC/BIS certification of PV Modules, inverter, cables etc.

f) BIS certificate of Life04 Batteries.

g) Eligibility criteria certificates as per Clause no. 3 of Section-II

h) Bid document cost 20,000/-.

i) Bid processing fee

j) Earnest money deposit of Rs. 1,00,00,000/- (Rs. One Crore)

k) Photocopies of satisfactory performance reports of systems supplied to state nodal

agencies/ Govt. departments and other organizations/beneficiaries along with the copies

of purchase orders

l) Annual turnover along with CA certificate

m) Balance Sheet of last three financial years i.e., 2018-19, 2019-20 & 2020-21.

n) Performance statement form

o) Bidder company registration certificate under company act

(Other documents required as per bid document)

.

Page 38: Tender No.: PEDA/2021-22/52

37

PERFORMA-I

FORMAT FOR FORWARDING LETTER

(To be submitted/ uploaded by bidders on the official letter head of the company)

No. Dated: -

To

The Director

Punjab Energy Development Agency

Plot No 1 &2, Sector 33D,

Chandigarh

Subject: - Offer in response to Notice inviting Tender for Design, Manufacture, Supply,

Erection, Testing and Commissioning including warranty for 5 years of

different capacities Hybrid SPV Power Plants at various houses in District

Bathinda in Punjab given in the bid document at PEDA Office Chandigarh.

Sir,

We here by submit our offer in compliance with terms and conditions of the e-

tender Notice PEDA/2021-22/52 as specified, the offer has been submitted

a) That we are submitting this offer under the above-mentioned notice after having fully read

and understood the nature of the work and having carefully noted all the specifications,

terms and conditions laid down in the tender document.

b) That we have never been debarred from executing similar type of work by any

central/state/public sector undertaking/department.

c) That we shall execute the work as per specifications, terms and conditions of the tender

document.

d) That our offer shall remain valid for placement of purchase order/ orders for 120 days

after the bid opening date.

e) We are not involved in any major litigation that may have an impact on the delivery

installation & commissioning of the project under this contract.

f) I have read and accepted all the terms and conditions of DNIT.

Yours faithfully,

Name, Seal & Signature

(Authorized Signatory)

Page 39: Tender No.: PEDA/2021-22/52

38

PERFORMA 2

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 20... Between .......................... (Name of purchaser) of .............. (Country of Purchaser) (hereinafter “the Purchaser”) of the one part and ..................... (Name of Supplier) of ......................... (City and Country of Supplier) (hereinafter called “the Supplier”) of the other part:

WHEREAS the Purchaser invited bids for certain Goods and ancillary services viz., ..................................... (Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

I the Technical Specifications;

(f) the Purchaser’s Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as under:

SR. NO.

BRIEF DESCRIPTION OF GOODS &

ETC

QUANTITY TO BE

SUPPLIED SERVICES

UNIT PRICE INCLUDING 5 YEARS WARRANTY & AMC WITH GST/ ALL TAXES FOR

DELIVERY AT SITES

TOTAL PRICE

DELIVERY TERMS

TOTAL VALUE:

DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of: ....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Supplier)

in the presence of: .......................................

Page 40: Tender No.: PEDA/2021-22/52

39

PERFORMA-3

PERFORMANCE BANK GURANTEE FORM

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank)

To: (Name of Purchaser)

WHEREAS ................................................................... (Name of Supplier) (hereinafter called “the

Supplier”) has undertaken, in pursuance of Contract No................. dated, ........... 20... to

supply...................... .................................................(Description of Goods and Services)

(hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish

you with a Bank Guarantee by a recognized bank for the sum specified therein as security for

compliance with the Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the

Supplier, up to a total of ................................... ........................................ (Amount of the

Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand

declaring the Supplier to be in default under the Contract and without cavil or argument, any sum

or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your

needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ........day of ............20......

Signature and Seal of Guarantors

....................................................................

Date ....../......./ 20……....

Address: .......................................................

....................................................................

....................................................................

Page 41: Tender No.: PEDA/2021-22/52

40

PERFORMA-4

BANK GUARANTEE FOR ADVANCE PAYMENT

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank)

To: (name of Purchaser)

(Address of Purchaser)

(Name of Contract)

Gentlemen:

In accordance with the provisions of the Special Conditions of Contract, which amends Clause

16 of the General Conditions of Contract to provide for advance payment,

_______________________ (name and address of Supplier) (hereinafter called “the supplier”)

shall deposit with the Purchaser a bank guarantee to guarantee his proper and faithful

performance under the said Clause of the Contract in an amount of (amount of

guarantee*(in figures and words).

We, the (bank or financial institution), as instructed by the

Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as

Surety merely, the payment to the Purchaser on his first demand without whatsoever right of

objection on our part and without his first claim to the Supplier, in the amount not exceeding

(amount of guarantee*in figures and words).

We further agree that no change or addition to or other modification of the terms of the Contract

to be performed thereunder or of any of the Contract documents which may be made between

the Purchaser and the Supplier, shall in any way release us from any liability under this

guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment

received by the Supplier under the contract until _______________ (date).

Yours truly,

Signature and seal :

Name of bank/

financial institution :

Address :

Date :

* An amount is to be inserted by the bank or financial institution representing the amount of the

Advance Payment.

Page 42: Tender No.: PEDA/2021-22/52

41

PERFORMA-5

SPV MODULE MANUFACTURERS’ AUTHORIZATION FORM

(ON THE LETTER HEAD)

E-Tender No. PEDA/2021-22/52

No. dated________

To

Dear Sir:

We are established and manufacturers of SPV Modules as

per ALMM list having factories at (address of factory) do hereby authorize M/s

___________________ (Name and address of Agent) to submit a bid, and sign the contract with

you for the goods manufactured by us against the above e-tender.

We hereby extend our full guarantee and warranty as per Clause no. 1 of section-IV of the

General Conditions of Contract for the goods and services offered for supply by the above firm

against this e-tender.

In case supplier defaults at any stage of execution of warrantee/ guarantee/ AMC and after sale

service of the said device, installed in reference to rate contract of the said tender, then our

company will be responsible to execute the warrantee/ guarantee of the SPV Module at site of

installation as per the terms and conditions of e-tender no. PEDA/2021-22/52.

In case supplier defaults, the company will adhere the direction of the PEDA directly.

Yours faithfully,

(Name)______________

(Name of manufacturers)

Note:This should be signed by a person competent and having the power of attorney to

legally bind the manufacturer. It should be included by the Bidder in its bid.

(The list of items for which this is required should be indicated by Purchaser).

Page 43: Tender No.: PEDA/2021-22/52

42

PERFORMA-5 (A)

POWER CONDITIONING UNIT MANUFACTURERS’ AUTHORIZATION FORM

(ON THE LETTER HEAD)

E-Tender No. PEDA/2021-22/52

No. dated________

To

Dear Sir:

We are established and Manufacturers of Hybrid Power

Conditioning Unit (PCU) having factories at (address of factory) do hereby

authorize M/s ___________________ (Name and address of Agent) to submit a bid, and sign

the contract with you for the goods manufactured by us against the above e-tender. Our

company shall be providing the Back-to-Back Five years warranty and maintenance services as

per terms of Bid.

We hereby extend our full guarantee and warranty as per Clause no. 5 & 6 of section-IV of the

General Conditions of Contract for the goods and services offered for supply by the above firm

against this e-tender.

In case supplier defaults at any stage of execution of warrantee/ guarantee/ AMC and after sale

service of the said device, installed in reference to rate contract of the said tender, then our

company will be responsible to execute the warrantee/ guarantee of the Power Conditioning Unit

at site of installation as per the terms and conditions of e-tender no. PEDA/2021-22/52.

In case supplier defaults, the company will adhere the direction of the PEDA directly.

Yours faithfully,

(Name)______________

(Name of manufacturers)

Note:This should be signed by a person competent and having the power of attorney to

legally bind the manufacturer. It should be included by the Bidder in its bid.

(The list of items for which this is required should be indicated by Purchaser).

Page 44: Tender No.: PEDA/2021-22/52

43

PERFORMA-5 (B)

BATTERY MANUFACTURERS’ AUTHORIZATION FORM

(ON THE LETTER HEAD)

E-Tender No. PEDA/2021-22/52

No. dated________

To

Dear Sir:

We are established and Manufacturers of Lithium Ferro

Phosphate Battery having factories at (address of factory) do hereby authorize M/s

___________________ (Name and address of Agent) to submit a bid, and sign the contract with

you for the goods manufactured by us against the above e-tender. Our company shall be

providing the Back-to-Back Five years warranty and maintenance services as per terms of Bid.

We hereby extend our full guarantee and warranty as per Clause no. 7 of section-IV of the

General Conditions of Contract for the goods and services offered for supply by the above firm

against this e-tender.

In case supplier defaults at any stage of execution of warrantee/ guarantee/ AMC and after sale

service of the said device, installed in reference to rate contract of the said tender, then our

company will be responsible to execute the warrantee/ guarantee of the Lithium Ferro Phosphate

Battery at site of installation as per the terms and conditions of e-tender no. PEDA/2021-22/52.

In case supplier defaults, the company will adhere the direction of the PEDA directly.

Yours faithfully,

(Name)______________

(Name of manufacturers)

Note:This should be signed by a person competent and having the power of attorney to

legally bind the manufacturer. It should be included by the Bidder in its bid.

(The list of items for which this is required should be indicated by Purchaser).

Page 45: Tender No.: PEDA/2021-22/52

44

PERFORMA-6

PROFORMA FOR PERFORMANCE STATEMENT (for a period of last three years)

Bid no. _______________ Date of opening___________Time _____________ hours.

Name of the firm________________________________________________________________

Order

placed by

(full

address of

purchaser)

Order no.

and date

Description

and quantity

of ordered

equipment

Value of

order

Date of completion

of delivery

Remarks

indicating

reasons for

late delivery,

if any

Has the

equipment

been

satisfactorily

functioning?

(attach a

certificate

from the

purchaser/co

nsignee)

As per

contract

Actual

1 2 3 4 5 6 7 8

Signature and seal of the bidder

Page 46: Tender No.: PEDA/2021-22/52

45

PERFORMA-7

CERTIFICATE FOR ISSUE BY THE PURCHASER

AFTER SUCCESSFUL COMMISSIONING OF EQUIPMENT

JOINT COMMISSIONING REPORT

FOR HYBRID SOLAR PHOTOVOLTAIC POWER PLANT

Certified that a SPV Power Plant of …………………. KWp capacity has been installed at the site

of Name of Applicant/ Organization and address …………………………………………… district

………………………(Punjab) which has been installed by

M/S…….……………………………………………………………………………………………………

….…on dated…………………………………………… The system is as per BIS/ MNRE

specifications. The system has been checked for its performance on dated………………..............

and it is working satisfactorily. The system has been supplied with 5 years AMC and Warrantee

of modules for its performance up to 25 years.

Detail of Modules: - Make: …………. Watt ………… Nos………... = Total……………. Kwh

Detail of Inverter: - Make: ...…………Watt…………. Nos.……… = Total…………… KVA

Detail of Battery Bank: Make……………. Nos………………. =Total…………………….

Structure Detail:

Status of Earthling: -

Surge protection Detail:

Signature of

the beneficiary

Signature of the

representative of

supplier with Stamp

Signature of PEDA

official with Stamp

Page 47: Tender No.: PEDA/2021-22/52

46

PERFORMA-8

SERVICE SUPPORT DETAILS

Pack

no.

Destination

Location

List of

models &

types of

Pcs.

Serviced

in last 2

years

Phon

e no.

Telex/

Fax

no.

Status

of

office

workin

g days

and

hours

Number of

software

engineers

Number of

hardware

engineers

Number

of

hardwar

e staff

Value of

Min.

stock

available

at all

times

Signature and Seal of the

Manufacturer/ Bidder

Page 48: Tender No.: PEDA/2021-22/52

47

PERFORMA-9

TECHNICAL DETAIL FORM

S. No.

ITEM PARTICULARS

1. 1 SOLAR PHOTOVOLTAIC MODULES (As per ALMM List)

1.1 MANUFACTURER

1.2 SIZES (> 250, 335 & 375 Watt)

1.3 TESTING AND QUALIFYING STANDARDS (Attach Certificates)

1.4 Pnom

1.5 P max

1.6 I mp

1.7 V mp

1.8 CELL EFFICIENCY

1.9 No. of cells in a module

1.10 Warranty offered (Attach Certificate)

2 INVERTERS (Hybrid Single Phase)

2.1 TYPE and make

2.2 AC Output Voltage

2.3 DC input voltage range

2.4 DC operating voltage

2.5 Continuous rating

2.6 Grid Voltage Tracking range

2.7 Grid Frequency tracking range

2.8 Grid Phase imbalance

2.9 Efficiency

2.10 Operating temperature range

2.11 Power control

2.12 Protection features

2.13 Overload capacity

2.14 Total harmonic distortion

2.15 Islanding protection

2.16 Ingress protection

2.17 Hardware platform

2.18 DC input overload capacity

2.19 Electronic metering accuracy

2.20 Data logger accuracy

3 LITHIUM FERRO PHOSPHATE BATTERY BANK (BIS)

3.1 Make

3.2 Type of cell

3.3 Capacity of Battery

3.4 Self-Discharge

3.5 DOD

3.6 Design Cycle life of Battery

3.6 Charge efficiency

4 BATTERY BOX/ RACK

4.1 Material & Thickness

4.2 Weather Protection against corrosion provided

4.3 Air Vent & Locking Arrangement

Signature of the Bidder ___________________________

Business Address ______________________________

Page 49: Tender No.: PEDA/2021-22/52

48

PERFORMA-10

TECHNICAL DETAILS

Sr.

No.

ITEM PARTICULARS

SOLAR PHOTOVOLTAIC MODULES

1.1 Option-1

Make:

Model No.:

Wattage:

Module Efficiency % (if, bidder is not the

manufacturer, Authorization letter from

Manufacturer to be enclosed)

IEC certificate/ BIS certificate no. & dt. And

validity up to

1.2 Option-2

Make:

Model No.:

Wattage:

Module Efficiency % (if,bidder is not the

manufacturer, Authorization letter from

Manufacturer to be enclosed)

IEC certificate/ BIS certificate no. & dt. And

validity up to

2 POWER CONDITIONING UNIT

2.1 Option-1

Make:

Model No.:

Rated Capacity:

Maximum Efficiency:

(if, bidder is not the manufacturer,

Authorization letter from Manufacturer to be

enclosed)

Certificate no. & date and validity up to

2.2 Option-2

Make:

Model No.:

Rated Capacity:

Maximum Efficiency:

(if, bidder is not the manufacturer,

Authorization letter from Manufacturer to be

enclosed)

Certificate no. & date and validity up to

Page 50: Tender No.: PEDA/2021-22/52

49

3 BATTERY BANK LITHIUM FERRO

PHOSPHATE BATTERY (LIFEPO-04)

3.1 Option 1

Make:

Model No.:

Rated Capacity:

Cycle & DOD:

(if, bidder is not the manufacturer,

Authorization letter from Manufacturer to be

enclosed)

BIS approved certificate no. & date and

validity up to

3.2 Option 2

Make:

Model No.:

Rated Capacity:

Cycle & DOD:

(if, bidder is not the manufacturer,

Authorization letter from Manufacturer to be

enclosed)

BIS approved certificate no. & date and

validity up to

Page 51: Tender No.: PEDA/2021-22/52

50

PERFORMA-11

TURNOVER RECORD FORM To be certified by Chartered Accountant

Name of Company: -

Annual turnover data for past any three years

Sr. No. Year Turnover (Rs. In Lacs) Profit Loss

1 2018-19 `

2 2019-20

3 2020-21

Signature with seal of the company

Signature with seal of the Chartered Accountant

Page 52: Tender No.: PEDA/2021-22/52

51

PERFORMA-12

FORMAT FOR BANK GUARANTEE AGAINST ANNUAL MAINTENANCE

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank)

Bank Guarantee No.: ……………………………………. Date:………………..

To …………………………………………. (Name of the Purchaser)

Whereas …………………………………. (Name of the Purchaser) hereinafter called “The

supplier” has undertaken, in pursuance of contract no………………………. dated ……… 20…….

to supply ……………………………………………………. (Description of Goods and Services)

hereinafter called “the contract”.

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish

you with a Bank Guarantee by a recognized Bank for the sum specified therein as security for

compliance with the Supplier’s performance obligations under the contract for Annual

Maintenance and Repairs of the entire system including cost of spares after warranty period of

next five years.

AND WHEREAS we have agreed to give the Supplier a Guarantee

THEREFORE, WE hereby affirm that we are Guarantors and responsible to you on behalf of the

Supplier, up to a total of Rs………………………. (Amount of guarantee in words and figures)

being 10 % of the total cost of equipment and we undertake to pay you, upon your first written

demand declaring the Supplier to be in default under the contract and without cavil or argument,

any sum or sums within the limit of Rs……………………………. (Amount of guarantee) as

aforesaid, without your needing to prove or to show grounds or reasons for your demand or the

sum specified therein.

This guarantee is valid until………………… day of…………….20………

Signature and Seal of Guarantors

……………………….

……………………….

Date:………20…...

Note:

1. SUPPLIER SHOULD ENSURE THAT SEAL AND CODE No. OF THE SIGNATORY IS

PUT BY THE BANKERS, BEFORE SUBMISSION OF THE BANK GUARANTEES.

Page 53: Tender No.: PEDA/2021-22/52

52

SECTION-VI

SCOPE OF MAINTENANCE OF POWER PLANT

Page 54: Tender No.: PEDA/2021-22/52

53

Scope of AMC cum maintenance of SPV power plant for a period of 5 years from date of

commissioning

The complete plant after commissioning will be handed over to user agency and Maintenance

work will be seen by the user agency/PEDA as per terms and condition of the tender document.

Regular maintenance of the SPV Power Plant for a period of 5 years after commissioning along

with supply of Equipment as and when necessary and submission of performance data of the

power plant shall come, under the maintenance contract. Complete maintenance of the plant has

to be carried out by the successful bidding company. PEDA shall not bear any extra cost toward

the replacement/repair of faulty equipment’s i.e. including battery bank in case of Hybrid during 5

years maintenance period and supplier will bear the cost.

The maintenance schedule of the SPV power plant during the 5 years contract period shall be as

detailed below:

1. 5 years maintenance period shall begin on the date of actual commissioning of the power

plant. The requisite number of qualified and trained personnel are required to be available

with company in order to ensure the proper functioning of the plants and to report the

data of the plant on monthly basis.

2. The successful bidder shall open the service Centre in their working area i.e. in Bathinda

City and the deputed personnel shall be qualified and well trained so that they can handle

any type of operation hazard quickly and timely.

3. The deputed personnel shall be in a position to check and test all the equipment

regularly, so that, preventive actions, if any, could be taken well in advance to save any

equipment from damage. Any abnormal behavior of any equipment shall be brought to

the notice of PEDA immediately for appropriate action.

4. Normal and preventive maintenance of the power plant, tightening of all electrical

connections, changing of tilt angle of module mounting structure, cleaning & greasing of

terminals etc.

5. During maintenance period of five years of the power plant, if there is any loss or damage

of any component of the power plant due to miss management/miss handling or due to

any other reasons by the EPC companies, the supplier shall be responsible for immediate

replacement/rectification. The damaged component may be repaired, if it is understood

after examination that after repairing performance of the component shall not be

degraded, otherwise the defective component shall have to be replaced by new one

without any extra cost.

6. It is mandatory to visit all the plants on quarterly basis.

7. The sufficient spare parts i.e. PV Modules, Batteries (LifePo4), PCU and wires etc. are

required in service Centre throughout the five years warranty & AMC period.

8. Maintenance Instructions:

8.1 The successful bidder shall furnish 2 sets of the approved manuals of instructions at the

time of inspection and taking over of the equipment. These manuals shall properly bound

in book form and contain all information, description of equipment, diagram etc.,

necessary to enable the customer to operate and maintain the whole scheme.

8.2 Proper maintenance of the plant shall be carried out by the contractor during the

maintenance period of 60 months with quarterly /annual review checkup of plant and

equipment in detail with purchaser.

Page 55: Tender No.: PEDA/2021-22/52

54

8.3 Proper repainting, re coating of exposed surfaces to prevent rusting & replacement of

worn-out parts shall be carried out along with the maintenance of the Inverter.

• Supplier shall depute on engineer of their company for the AMC of the plant who shall be

fully responsible for the operation of the plants. The name and contact nos. of this

engineer shall be notified to the purchaser, for the purpose of contact, responsibility and

correspondence with regard to all trouble shooting. Replacement & repair of damaged

parts shall be carried out immediately during the O&M period so as to ensure at least

95% uptime.

• Plant operation reports in a format prescribed by the purchaser shall be furnished by the

supplier on a monthly basis.

• Plant shall be operated as per the standard IER practices to ensure proper safety

measures.

• Proper data logs and records shall be maintained with regard to generation, efficiency,

grid conditions and power fed to the grid which shall be supplied on demand to the

purchaser.

• The supplier shall ensure replacement of worn-out parts and components during the AMC

period for which purpose the supplier shall carry and maintain minimum inventory levels

of spares at the plant and at its works.

• In case of delay in repair & maintenance and non observance of purchasers O&M

schedules, the purchaser shall have the right to impose any penalties including forfeiture

of performance security.

9. ROUTINE, PREVENTIVE, BREAKDOWN & CAPITAL MAINTENANCE:

• Routine and preventive maintenance shall include such checks and maintenance

activities, monthly, quarterly, half yearly, and yearly basis which are required to be carried

out on all the components of the power plant to minimize breakdowns and to ensure

smooth and trouble-free running of the power plant. The supplier shall be responsible to

carry out routine and preventive maintenance and replacement of each and every

component / equipment of the power plant and he shall provide all labour, material,

consumables etc. for routine and preventive maintenance at his own cost.

• Breakdown maintenance shall mean the maintenance activity including repairs and

replacement of any component or equipment of the power plant which is not covered by

routine and preventive maintenance and which is required to be carried out as a result of

sudden failure/breakdown of that particular component or equipment while the plant is

running. The supplier shall be responsible to carry out breakdown maintenance of each

and every component of the power plant and he shall provide the required manpower,

materials, consumables, components or equipment etc. for breakdown maintenance at

his own cost irrespective of the reasons of the breakdown/failure.

• Capital maintenance shall mean the major overhaul of any component or equipment of

the power plant which is not covered by routine, preventive and breakdown maintenance

which may become necessary on account of excessive wear & tear, aging, which needs

repair/replacement. The capital maintenance of power plant and all civil structures shall

normally be planned to be carried out on an annual basis. For this purpose, a joint

inspection by the supplier and purchaser shall be carried out of all the major components

of the power plant, about two months in advance of the annual maintenance period, in

order to ascertain as to which components of the power plant require capital

Page 56: Tender No.: PEDA/2021-22/52

55

maintenance. In this regard the decision of the purchaser will be final and binding.

However, if the condition of any plant and component warrants its capital maintenance at

any other time, a joint inspection of the purchaser and supplier shall be carried out

immediately on occurrence of such situation and capital maintenance shall be carried out

by arranging the shutdown of the plant/part of the plant, if required, in consultation with

concerned authorities. The decision of the purchaser shall be final and binding.