Anda di halaman 1dari 41

Solar Energy Corporation of India

(A Government of India Enterprise)

Invites Request for Selection of Bidders for


Implementation of Grid connected Roof Top Solar PV System Scheme in Selected Cities/States in India
RFS No: SECI/Cont/Ind./47/SRT/2012

Solar Energy Corporation of India (SECI) NBCC PLAZA, Tower-I, IV Floor, Sector-V, Saket New Delhi-110 017, India. Telephone / Fax: 91-11-29563834 Website: www.mnre.gov.in Email:secicontracts@yahoo.com

JAN-2013

SOLAR ENERGY CORPORATION OF INDIA


(A Government of India Enterprise)

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

Date: 4-1-2013

Under the directions of MNRE, Solar Energy Corporation of India (hereinafter called SECI), invites project developers, MNRE channel partners, technology providers, system integrators, Renewable Energy Service Companies (RESCO) to participate in the Request for Selection (RFS) for design, manufacture, supply, erection, testing and commissioning including warranty, operation & maintenance for a period of 2 years of Roof Top Solar PV power system in cities/states in India. For the implementation of above work, bid document complete in all respects should be submitted on and or before 7-2-2013 up to 2.00 p.m. in the office of SECI in prescribed format. For each Project, the bidder shall submit non-refundable processing fee of Rs. 5000 (Rupees Five thousand only) along with the bid by D.D. issued in favour of Solar Energy Corporation of India, payable at New Delhi. Bid document will be opened on 7-2-2013 at 2:30 p.m. by committee authorised by competent authority in presence of authorised representatives of applicants. Bid documents received without the prescribed processing fees and Earnest Money Deposit (EMD) will be rejected. In the event of any date indicated above is a declared Holiday, the next working day shall become operative for the respective purpose mentioned herein.

Detailed criteria, technical specifications and bidding documents format can be collected in person from the office of Solar Energy Corporation of India, New Delhi w.e.f. 7-1-2013 to 6-2-2013 in official (9:30A.M to 6.00P.M) working hours and can also be downloaded from official website of MNRE, www.mnre.gov.in. Any amendment/corrigendum with respect to this bid document shall be uploaded on website only. The applicants should regularly follow up for any amendment/corrigendum/clarification on the website.

Manager (Contracts)

BID INFORMATION COVER SHEET

Pre-Bid Conference/Queries

A pre-bid conference will be held on 21.1.2013 at 11:00 A.M. at SECI office ,4th floor, Tower-1, NBCC Plaza, Pushp Vihar, Sector-V, New Delhi-110017 7.2.2013 up to 2.00 PM 7.2.2013 at 2:30 PM 21.2.2013 at 2.00 PM Rs.5,000.00 (Rs. Five Thousand only) - to be furnished through Demand Draft (DD) along with bid offer. 12 months after the date of TechnoCommercial Bid Opening. Based on the proposed capacity the bidder has to furnish the EMD along with the bid for each city. Please refer Clause 1.4. On two bid system (Techno-commercial & Financial )

Due Date for Receipt of Bids Date of Techno-Commercial bids opening Date of financial bids opening Bid processing fee Validity of Bid Earnest money Deposit Bid offer

Note:Any amendments/modifications accepted during pre-bid conference in RfS will be circulated through MNRE website.

Definitions & Abbreviations In the contract document as herein defined where the context so admits, the following words and expression will have the following meaning: "B.I.S." shall mean specifications of Bureau of Indian Standards (BIS); CEA shall mean Central Electricity Authority. Chartered Accountant shall mean a person practicing in India or a firm whereof all the partners practicing in India as a Chartered Accountant(s) within the meaning of the Chartered Accountants Act, 1949; Competent Authority shall mean Managing Director (MD) himself and/or a person or group of persons nominated by MD of Solar Energy Corporation of India for the mentioned purpose herein. Company shall mean a body incorporated in India under the Companies Act, 1956; "Contract" shall mean the Agreement between the SECI and the Bidder for the execution of the work including therein all contract documents; "Contract Document" shall mean collectively the Bid Document, Design, Drawings, and Specifications, Annexures, agreed variations, if any, and such other documents consisting the bid and acceptance thereof; CREDA shall mean Chhattisgarh State Renewable Energy Development Agency. DNI shall mean Daily Normalized Irradiance. "EPC" shall mean Engineering, Procurement & Construction; "EPC Contract Price" shall mean the price agreed between Bidder and the SECI to complete the project as defined in the Scope of work and including any other work required for completion of the project in all respect; "IEC" shall mean specifications of International Electro-technical Commission; "kWp" shall mean Kilo-Watt Peak; "kWh" shall mean Kilo-Watt-hour; "MNRE" shall mean Ministry of New and Renewable Energy, Government of India. "O&M" shall mean Operation & Maintenance of Rooftop Solar PV system; "RFS" shall mean Request for Selection (RFS)/Bid document/Tender document SECI shall mean Solar Energy Corporation of India, New Delhi (A Govt of India Enterprise) under MNRE; SNA shall mean State Nodal Agency.
4

CONTENTS OF THE BID DOCUMENT

Section-I: A: Information and Instructions to the Bidders B: General Conditions of Contract Section-II: Evaluation Criteria and Subsidy Disbursement Section-III: Technical Specifications Section-IV: Formats for Submitting RFS & Checklist of Annexures Section-V: Price Bid

SECTION - I

A. INFORMATION AND INSTRUCTIONS TO THE BIDDERS The Bidder is advised to read carefully all instructions and conditions appearing in this document and understand them fully. All information required as per the bid document must be furnished. Failure to provide the information as required may render the bid technically unacceptable. The bidder shall be deemed to have examined the bid document, to have obtained his own information in all matters whatsoever that might affect the carrying out of the works at the schedules rates and to have satisfied himself to the sufficiency of his bid. The bidder shall be deemed to know the scope, nature and magnitude of the works and requirement of materials, equipment, tools and labour involved, wage structures and as to what all works he has to complete in accordance with the contract documents irrespective of any defects, omissions or errors that may be found in the contract documents. 1.1. Details of the Scheme:

MNRE launched a pilot scheme for promotion of large scale grid-connected roof top solar PV projects and SECI is designated as implementing agency. The pilot scheme targets large area roofs of government offices, PSUs, Commercial establishments, hospitals, cold storages, warehouses, industry and educational institutions. On behalf of MNRE, SECI invites project developers, MNRE channel partners, technology providers, system integrators, Renewable Energy Service Companies (RESCO) to participate in the Request for Selection (RfS) of for development of large scale grid-connected roof top Solar Photovoltaic Projects under this pilot scheme in the cities / states mentioned in the document along with target capacity. 1.1.1. Selected Cities/States: In the first phase, the following cities/states are selected to implement the scheme with indicated capacity. Delhi Gurgaon Chhattisgarh Bangalore Chennai Bhubaneswar 1 MW 2 MW 2 MW 2 MW 2 MW 1 MW

The allocated capacity may increase or decrease by 20%. 1.1.2. Size of the projects The size of each project shall be in the range of 100kW P to 500 kW P. The minimum capacity of the project can also be achieved by aggregating the buildings in the same
7

campus. But the grid connectivity should be made at single point for the project installed on different buildings. The bidder can apply for 250 kW to 2 MW of capacity. For Chhattisgarh some buildings likely to get roof top PV systems installed are identified. The details are given in Annexure-1. The bidder may approach SECI / CREDA to get more details. 1.2. RfS Submission Bidder shall sign with stamp on each page of this RfS document as token of their acceptance of bid terms and conditions and submit the same with its proposal. Bid shall be prepared by typing or printing with indelible black ink on white paper consecutively numbered pages and each page signed along with duly filled format given in the document. Bid shall be prepared and submitted in sealed envelope with description of the work. The full name, postal address, e-mail and telephone/fax No. of the Bidder shall be written on the bottom left corner of the sealed cover. Bid must be submitted by the bidder on or before the submission time and date mentioned in the bid. Bid received after the time & date are liable for rejection, however, on the basis of response, bid submission date may be extended in the form of amendment to this bid, based on decision of SECI. 1.2.1. The bidder should submit separate bid for each city. Single set of the common documents are sufficient (Format-7) and the project specific documents (Format-8) need to be submitted in separate envelopes for each city (SectionIV, Checklist of annexures). All the envelopes should be superscripted for the contents placed. 1.2.2. Along with the covering letter (Format-1), the bidder will enclose the (Format-2) wherein he will clearly mention the city, projects capacity and location. This should be enclosed in a separate small envelope which will be opened first kept outside. 1.2.3. The bid processing fee and Earnest Money Deposit is essential; otherwise the bid shall be rejected and treated as non-responsive. For each city the bid processing fee is Rs. 5000/- (Rs. Five Thousand Only) and EMD amount as per clause 1.18, should be furnished separately. The bidder can also submit the total bid processing fee combined (For example one city fee is Rs. 5000/and for 3 cities it is Rs. 15000/-). EMD should not be combined. It is separate for each city. Bids should be submitted on or before the submission time and date mentioned in the bid. Bid received after the time & date are liable for rejection; however, on the basis of response, bid submission date may be extended by SECI in the form of amendment to the tender.
8

The bidder shall ensure that their bids are furnished/ submitted strictly in the manner detailed in the bid documents and the Telegraphic quotation will not be considered. 1.2.4. The bid shall be furnished in two bid system (Techno-commercial & Financial): (i) One small size envelope for the cost of bid processing fee and Earnest Money Deposit. This envelope shall be super scribed BID PROCESSING FEES AND EARNEST MONEY DEPOSIT (EMD) AGAINST NO.SECI/Cont/Ind./47/SRT/2012 FOR SELECTED CITY _________ and Location___________ (ii) One medium size envelope for Techno Commercial Bid" which must be super scribed "TECHNO COMMERCIAL BID (PART-1) AGAINST NO. SECI/Cont/Ind./47/SRT/2012 FOR SELECTED CITY _________ and Location___________ (iii) Another medium size envelope for "Price Bid" which shall be super scribed PRICE BID (PART-2) AGAINST NO. SECI/Cont/Ind./47/SRT/2012 FOR SELECTED CITY _________ and Location___________ (iv) Fourth big size envelope containing the above three envelopes which shall be super scribed BID OFFER AGAINST NO. SECI/Contt./Ind/47/SRT/2012 FOR SELECTED CITY ------------ for all projects in selected city. (v) All the above envelopes shall be duly sealed individually. All the documents of the Bids should be numbered and bound/ spiral binding form should be addressed to the Manager (Contracts), Solar Energy Corporation of India, 4th Floor, Tower-1, NBCC Plaza, Pushp Vihar, Sector- V, Saket, New Delhi - 110017. 1.3. Validity of Bid 1.3.1. The bid and the price schedule included shall remain valid for a period of 12 months from the date of techno-commercial bid opening, with bidder having no right to withdraw, revoke or cancel his offer or unilaterally vary the offer submitted or any terms thereof. In case of the bidder revoking or cancelling his offer or varying any term & conditions in regard thereof, SECI shall forfeit the EMD paid by him along with the offer. 1.3.2. The bid document shall be signed by any person legally authorized to enter into commitments on behalf of the company (Board level), firm (proprietor/partner) or the Bidder shall submit Power of Attorney or Board resolution in favour of the person who is authorized to enter into commitments on behalf of the Company.
9

1.4. Earnest Money Deposit (EMD) 1.4.1. The Bidder shall furnish the Interest free Earnest Money Deposit @ Rs. 3,90,000/100kWp in the form of Bank Guarantee (BG)/Demand Draft drawn in favour of Solar Energy Corporation of India, payable at New Delhi. The validity of EMD is for a period of 18 months from the date of issue of sanction letter. The Earnest Money Deposit for the unsuccessful Bidders will be released / refunded after finalization of bid, based on request letter from unsuccessful bidder. If the project capacity is more than 100kW, the formula applicable to calculate the EMD amount will be: EMD amount= (Rs. 3,90,000/100kWp)X Project capacity kWp Example: For 500 kWp the bidder has to submit EMD of Rs. 19,50,000/1.4.2. The EMD shall be forfeited by SECI without prejudice to his being liable for any further consequential loss or damage incurred to SECI: a. If a Bidder withdraws its bid during the period of bid validity specified in the bid document. In case of a successful Bidder, if the Bidder fails to sign the Contract or fails to meet contractual requirement.

b.

1.4.3. The EMD for all the successful bidders will be kept as security deposit with SECI and will be released after commissioning of the project. 1.4.4. In case the project is awarded to the next lowest bidder he has to submit the security deposit equivalent to EMD amount as per 1.4.1. 1.5. No Compensation for preparation of Bid The bidder shall bear all costs associated with the preparation and submission of his offer, and the company will in no case be responsible or liable for those costs, under any conditions. The Bidder whose bid is not accepted shall not be entitled to claim any costs, charges and expenses of and incidental to or incurred by him through or in connection with his submission of bid even though SECI may elect to modify / withdraw the invitation of Bid. 1.6. Rights of SECI

1.6.1. SECI reserves its right to accept or reject any bid without assigning any reasons whatsoever, or to annul the bidding process and reject all bids any time prior to the sanction of letter, without thereby incurring any liability to the affected Bidder or Bidders on the grounds of SECIs action. 1.6.2. Conditional bids are liable to be rejected. Incomplete bids are liable to be rejected.

10

1.6.3. SECI reserves its right to vary, modify, revise, amend or change any of the terms and conditions of the Bid before submission. The decision regarding acceptance of bid by SECI will be full and final. 1.7. Clarifications / Amendments by SECI.

1.7.1. All amendments/addendum/revisions/clarification to Bid documents issued subsequently by SECI if any, must be signed and submitted along with the bid and the bid submitted by the Bidder shall take into account all such amendments/addendum/revisions. The Bidder is advised to submit the bid, strictly based on the terms and conditions and specifications contained in the documents and not to stipulate any deviations. If acceptance of the terms and conditions given in the bid documents/amendment has any price implications, the same shall be included in the price part. 1.7.2. SECI reserves the right to review/evaluate and make their own assessment of the offers in totality and seek more clarifications in writing /information with reference to all or any other information/documents required to be submitted by the bidder, and the same shall be furnished by the bidder. 1.7.3. Any Amendment/ corrigendum/clarification or changes in the bid document shall be uploaded only on the website of MNRE www.mnre.gov.in on any date before the last date of submission of bid document. The applicants should have a regular follow up on website for any amendment/corrigendum /clarification. 1.8. Examination of Bid Document 1.8.1. The Bidder is required to carefully examine the Technical Specification, terms and Conditions of Contract, and other details relating to supplies as given in the Bid Document. 1.8.2. The Bidder shall be deemed to have examined the bid document including the agreement/contract, to have obtained information on all matters whatsoever that might affect to carry out the manufacture & supplier activity and to have satisfied himself as to the adequacy of his bid. The bidder shall be deemed to have known the scope, nature and magnitude of the supplies and the requirements of material and labour involved etc. and as to all supplies he has to complete in accordance with the Contract. 1.8.3. Bidder is advised to submit the bid on the basis of conditions stipulated in the Bid Document. Bidders standard terms and conditions if any will not be considered. The cancellation / alteration / amendment / modification in Bid documents shall not be accepted by SECI. 1.8.4. Bid not submitted as per the instructions to bidders is liable to be rejected. Bid shall confirm in all respects with requirements and conditions referred in this bid document.
11

B.

GENERAL CONDISTIONS OF CONTRACT

1.9. Scope of Work The scope of work for the bidder is Identification of buildings, No Objection Certificate (NOC) from Distribution Company (DISCOM), complete design, engineering, manufacture, supply, storage, civil work, erection, testing & commissioning, operation and maintenance (O&M) for a period of two years and Performance Ratio (PR) guarantee. 1.10. Project Cost The project cost includes all the costs of equipment, installation and the operation and maintenance for a period of 2 years after installation. 1.10.1. Bidder shall quote for the entire facilities on a single responsibility basis such that the total bid price covers all the obligations mentioned in the Bidding Documents in respect of Design, Supply, Erection, Testing and Commissioning including Warranty, Operation & Maintenance for a period of 2 years, goods and services including spares, if any during O&M period. The Bidder has to take all permits, approvals and licenses, Insurance etc., provide training and such other items and services required to complete the project. 1.10.2. The price quoted is on lump sum turnkey basis and the bidder is responsible for the total scope of work at 1.9 above. 1.10.3. The Contract price shall remain firm and fixed and binding till completion of work. No escalation will be granted on any reason whatsoever. The bidder shall not be entitled to claim any additional charges, even though it may be necessary to extend the completion period under this Contract for any reasons whatsoever. 1.10.4. The cost shall be inclusive of all duties and taxes, insurance etc .The prices quoted by the firm shall be complete in all respect and no price variation /adjustment shall be payable 1.10.5. The operation & maintenance of Solar Photovoltaic Power Plant would include wear, tear, overhauling, machine breakdown, insurance, and replacement of defective modules, invertors / Power Conditioning Unit (PCU), spares, consumables & other parts for a period of 2 years. 1.10.6. The project cost shall be as specified in sanction letter based on successful bidders quote @ Rs/Wp (Watt peak) for each project. The project cost shall be in accordance with all terms, conditions, specifications and other conditions of the Contract as accepted by the SECI and incorporated into the sanction letter.

12

1.10.7.

The Bidder shall complete the Bid Form and the appropriate Price Schedules for each project (Section-V) furnished in the Bidding Documents as indicated in the Information, Instruction to bidder, General conditions of contract and Technical specifications.

1.11. SECI charges The successful bidders shall submit 3% of total cost of the project as SECI charges towards site visits, inspection; liaison, monitoring etc., Taxes and duties shall be extra. The SECI charges are non-refundable and for each project the charges has to be submitted within 15 days from date of project allocation, that is the date of issuance of sanction letter by SECI. 1.12. Insurance 1.12.1. The Bidder shall be responsible and take an Insurance Policy for transit-cumstorage-cum-erection for all the materials to cover all risks and liabilities for supply of materials on site basis, storage of materials at site, erection, testing and commissioning. The bidder shall also take appropriate insurance during O&M period, if required. 1.12.2. The Bidder shall also take insurance for Third Party Liability covering loss of human life, engineers and workmen and also covering the risks of damage to the third party/material/equipment/properties during execution of the Contract. Before commencement of the work, the Bidder will ensure that all its employees and representatives are covered by suitable insurance against any damage, loss, injury or death arising out of the execution of the work or in carrying out the Contract. Liquidation, Death, Bankruptcy etc., shall be the responsibility of bidder.

1.13.

Warrantees and Guarantees

The Bidder shall warrant that the goods supplied under this contract are new, unused, of the most recent or latest technology and incorporate all recent improvements in design and materials. The bidder shall provide warrantee covering the rectification of any and all defects in the design of equipment, materials and workmanship including spare parts for a period of 2 years from the date of commissioning. The successful bidder has to transfer all the Guarantees / Warrantees of the different components to the Owner of the project. 1.14. Type and Quality of Materials and Workmanship 1.14.1. The design, engineering, manufacture, supply, installation, testing and performance of the equipment shall be in accordance with latest appropriate IEC/Indian Standards. Where appropriate Indian Standards and Codes are not available, other suitable standards and codes as approved by the MNRE shall be used.
13

1.14.2. The specifications of the components should meet the technical specifications mentioned in Chapter III. 1.14.3. Any supplies which have not been specifically mentioned in this Contract but which are necessary for the design, engineering, manufacture, supply & performance or completeness of the project shall be provided by the Bidder without any extra cost and within the time schedule for efficient and smooth operation and maintenance of the SPV plant. 1.15. Operation & Maintenance (O&M) 1.15.1. The bidder shall be responsible for operation and maintenance of the Roof top Solar PV system for a period of 2 years, during which SECI will monitor the project for effective functioning. 1.15.2. During this period, the bidder shall be responsible for supply of all spare parts as required from time to time for scheduled and preventive maintenance, major overhauling of the plant, replacement of defective modules, inverters, PCUs etc and maintaining log sheets for operation detail, deployment of staff for continuous operations and qualified engineer for supervision of O&M work, complaint logging & its attending. 1.16. Metering and Grid Connectivity Metering and grid connectivity of the roof top solar PV system under this scheme would be the responsibility of the bidder in accordance with the prevailing guidelines of the concerned DISCOM and / or CEA (if available by the time of implementation). SECI/SNA could facilitate connectivity; however the entire responsibility lies with bidder only. 1.17. Plant Performance Evaluation The successful bidder shall be required to meet minimum guaranteed generation with Performance Ratio (PR) at the time of commissioning and related Capacity Utilization Factor (CUF) as per the DNI levels of the location during the O&M period. PR should be shown minimum of 75% at the time of inspection for initial project acceptance. Minimum CUF of 15% should be maintained for a period of 2 years for release of performance related subsidy. The bidder should send the periodic plant output details to SECI for ensuring the CUF. The PR will be measured at Inverter output level during peak radiation conditions. 1.18. Progress Report The bidder shall submit the progress report monthly in the Proforma mutually discussed and agreed between the SECI and the bidder. The bidder shall submit the progress report to the SECI. The SECI will have the right to depute his/their representatives to ascertain the progress of contract at the premises of works of the bidder.
14

1.19. Project Inspection. The project progress will be monitored by SECI and the projects will be inspected for quality at any time during commissioning or after the completion of the project either by officer(s) from SECI or a team comprising of officers from SECI, owner of the project and SNA. 1.20. Cancellation of subsidy SECI will not release the subsidy for any shortcomings in commissioning as per technical specifications mentioned or for performance below the specified limit (75%) after commissioning. Also the performance related subsidy will not be released for any CUF <15% during O&M period. 1.21. Arbitration 1.21.1. Any dispute between SECI and the contractor arising out of this bid will first be resolved amicably between the parties, failing which the matter shall be referred to the Competent Authority and his decision shall be final and binding on both parties. In such cases where dispute is not resolved between the parties, then the parties may mutually agree to appoint an arbitrator under the provisions of Arbitration and Conciliation Act, 1996. 1.21.2. Any disputes arising shall be subject to the jurisdiction of the Appropriate Court of Delhi only. 1.22. Force Majeure 1.22.1. Notwithstanding the provisions of clauses contained in this RfS document; the contractor shall not be liable to forfeit (a) Security deposit for delay and (b) termination of contract; if he is unable to fulfill his obligation under this contract due to force majeure conditions. 1.22.2. For purpose of this clause, "Force majeure" means an event beyond the control of the contractor and not involving the contractor's fault or negligence and not foreseeable, either in its sovereign or contractual capacity. Such events may include but are not restricted to Acts of God, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes etc. Whether a Force majeure situation exists or not, shall be decided by SECI and its decision shall be final and binding on the contractor and all other concerned. 1.22.3. In the event that the contractor is not able to perform his obligations under this contract on account of force majeure, he will be relieved of his obligations during the force majeure period. In the event that such force majeure extends beyond six months, SECI has the right to terminate the contract in which case, the security deposit shall be refunded to him.
15

1.22.4. If a force majeure situation arises, the contractor shall notify SECI in writing promptly, not later than 14 days from the date such situation arises. The contractor shall notify SECI not later than 3 days of cessation of force majeure conditions. After examining the cases, SECI shall decide and grant suitable additional time for the completion of the work, if required. 1.23. Language 1.23.1. All documents, drawings, instructions, design data, calculations, operation, maintenance and safety manuals, reports, labels and any other date shall be in English Language. 1.23.2. The contract agreement and all correspondence between the SECI and the bidder shall be in English language. 1.24. Correspondence Applicant requiring any technical clarification of the bid documents may contact in writing or by Fax /E Mail

Manager PV / Manager(Contracts) Solar Energy Corporation of India (SECI), NBCC Plaza,Tower-1,Fourth Floor New Delhi-110 017, India. Telefax: 91-11-29563834 Telephone: +91-11-29563834 E Mail: ybkrseci@gmail.com; secicontracts@yahoo.com Verbal clarifications and information given by the SECI/MNRE or its employees or its Representatives shall not be in any way entertained.

16

SECTION-II

17

EVALUATION CRITERIA AND SUBSIDY DISBURSEMENT Techno-commercial evaluation of the bidders, bidder selection, and project allocation will be done as explained below.
2.1. Eligibility Criteria: The bidders will be shortlisted upon fulfilling the following techno commercial eligibility criteria. 2.1.1. A Registered Company/Firm/Corporation in India in the field of Solar Project Engineering/Procurement/Execution/Construction/ including related fields in Power Project Execution. 2.1.2. The Applicant should have valid CST/State VAT/TIN registration certificate. 2.1.3. The bidder should have Annual Turnover of INR 5 crores (average of past three years) or net worth of 3.0 crores per megawatt bid capacity. For the lesser capacity bids, net worth required to be shown on pro-rata basis. 2.1.4. The bidder should submit the CA certificate, in original, as proof of turnover. 2.1.5. The formula for calculation of net-worth is given below. Net worth = (Paid-up share capital) + (Reserves) (Revaluation of reserves) (Intangible assets) Miscellaneous Expenditures to the extent not written off

and carry forward losses. 2.1.6. The bidder should have minimum 2 years experience of successful installation of grid connected PV projects. At least one executed project should be >= 25 kW and the aggregate capacity of executed projects should be >= 250kW. (List of projects executed in past two years with commissioning certificates from the project owner need to be submitted). 2.1. Selection of Bidder: The shortlisted bidders will be selected based on the price bid evaluation as given below. 2.1.1. The bids for each city will be evaluated separately. 2.1.2. The bids will be sorted in ascending order of the price quoted per Wp and the bidders will be selected with lowest price up to the target capacity for each city. 2.1.3. In the event of more than one bidder with same price, the available capacity would be distributed on pro-rata basis considering the capacity of bid proposed.

18

2.1.4. Financial bids shall be opened only for the technically eligible bidders. The bidders would be shortlisted based on the lower cost offered, up to the aggregate capacity of projects for each city. 2.1.5. If project cost proposed in the bid is more than the reserved price (Rs.130/Wp) the bids will get cancelled. 2.2. Project Allocation:

2.2.1. The identification of the projects at time of bidding is not necessarily required. The projects will be allocated to selected bidders after identifying the same. For the bidders who have not identified the projects at the time of submission of bids, a period of 3 months from date of selection will be permitted. Whatever capacity projects, limited to the maximum bid capacity, are identified in this period will be allocated to the selected bidder. If the successful bidders fail to identify the projects of proposed capacity in full or part, within the time limit, the remaining capacity will be awarded to the other shortlisted bidders. For the new bidders also a time period of 3 months will be allowed for identification of projects. Even after this period, any capacity remains unallocated, SECI will decide further course of action. 2.2.2. For identification of projects SECI or state nodal agency (SNA) may provide help, however the entire responsibility of finding the buildings lies with bidder. The project execution and building identification can run in parallel. 2.3. Subsidy Disbursement:

SECI will provide 30% of the system cost as subsidy. The cost offered by the bidder shall be considered as the system cost for this purpose. The subsidy will be disbursed in conjunction with plant performance clause 1.11. 20% subsidy will be released after commissioning of project after acceptance. 5% subsidy will be released at the end of 1 year of O&M period. Remaining 5% subsidy will be released at the end of 2 year of O&M period.

The subsidy will be released to the bidder with a written consent from the project owner. 2.4. Penalty/ Compensation for Delay in Completion:

The successful bidder will be required to commission the projects within 6 months after project allocation. If the bidder fails to commission the allocated project within specified time, penalty on per day basis calculated for the Earnest money deposit on a 6 months period would be levied. After 6 months the project will get cancelled and the total EMD amount would be forfeited.
19

Ex: If a project of 100 kW is delayed by 36 days then the penalty will be levied as given below. Penalty = ((Earnest Money Deposit)/180 days)*delayed days = (3,90,000/180)*36 = Rs.78, 000. No penalty before project allocation in case of unavailability of the buildings. 2.5. Timelines:

SECI will issue the letter of sanction for subsidy disbursement after allocation of project. The Bidder shall complete the design, engineering, manufacture, supply, storage, civil work, erection, testing & commissioning of each project within 12 months from the date of issue of sanction letter. In case of delay beyond scheduled commissioning period, the bidder shall be liable for penalty as per clause 2.4. S.No. 1 2 Activity Release of RfS Receiving and opening of proposals Evaluation of proposals and selection of bidders. Time Zero date 1 month from Zero date 2 month from zero date Maximum 5 months from zero date 6 months from the date of allocation.

Allocation of projects.

Commissioning of the project

20

SECTION III

21

TECHNICAL SPECIFICATIONS The proposed projects should be commissioned as per the technical specifications given below. Any shortcomings will lead to cancelation of subsidy in full or part as decided by SECI & Competent Authoritys decision will be final and binding on the bidder.
Solar PV system shall consist of following equipments/components. 3.1. Solar PV modules consisting of required number of crystalline PV modules. Grid interactive Power Conditioning Unit with SCADA / Inverters including power balancer with SCADA. Mounting structures and civil structures. Earthing and lightening protections. IR/UV protected PVC pipes and accessories

Solar Photovoltaic Modules:

3.1.1. The PV modules used should be made in India. 3.1.2. The Photovoltaic modules must be tested & approved by one of the IEC authorized test centres as per relevant and latest IEC standards. 3.1.3. The module shall have warranty of 25 years with 80% degradation in accordance with industrial standard warranty conditions. 3.1.4. Each PV module used in any solar power project must use a RF Identification Tag (RFID). The RFID can be inside or outside the module laminated, but must be able to withstand harsh environmental conditions. It must contain the following Information; I. II. III. IV. V. VI. VII. 3.3. a. Name of the manufacturer of PV Modules and solar cells Month and year of the manufacturer (separately for solar cells and modules. I-V Curve for the module Peak wattage, Im , Vm , Voc, Isc and FF for the module. Unique Serial No and Model No of the Module Date and year of obtaining IEC PV module qualification certificate. Name of the test lab issuing IEC certificate

Array Structure: The structures provided shall be of flat-plate design with combination of I , C and L sections as per structure design requirement to withstand 200kph wind speed.

22

b.

Structural material shall be corrosion resistant and electrolytically compatible with the materials used in the module frame, its fasteners, nuts and bolts. Galvanizing should meet ASTM A-123 hot dipped galvanizing or equivalent which provides at least spraying thickness of 70 microns as per IS5909, if steel is used. The structures shall be designed to allow easy replacement of any module. Each structure should have angle of inclination as per the site conditions to take maximum insolation. Invertor:

c. d.

3.4.

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

Nominal AC output voltage and frequency Accuracy of AC voltage control Output frequency Accuracy of frequency control Grid Frequency Synchronization range Maximum Input DC Voltage Ambient temperature considered Humidity Protection of Enclosure

: 415V, 3 phase, 50 Hz :+1% : 50 Hz : + 0.1% : + 3 Hz : depending on the inverter used. : 40o C : 95 % Non condensing : IP-20(Minimum) for indoor. : IP-65(Minimum) for outdoor.

Grid Frequency Tolerance range Grid Voltage tolerance No-load losses Inverter efficiency(minimum) THD

: + 3% : - 20% & + 15 % : Less than 1% of rated power : >95% : < 3%

PCU/inverter shall be capable of complete automatic operation including wake-up, synchronization & shutdown. Built-in meter and data logger to monitor plant performance through external computer shall be provided.

23

The power conditioning units / inverters should comply with applicable IEC/ equivalent BIS standard for efficiency measurements and environmental tests as per standard codes IEC 61683 and IEC 60068 2(6,21,27,30,75,78). The charge controller/ MPPT units should qualify IEC 62093 and IEC 60068 2 (6, 21, 27, 30, 75, 78). The junction boxes/ enclosures should be IP 65(for outdoor)/ IP 54 (indoor) and as per IEC 62208 specifications. The PCU/ inverters should be tested from the MNRE approved test centres / NABL /BIS accredited testing- calibration laboratories. In case of imported power conditioning units, these should be approved by international test houses. 3.5. Integration of PV Power with Grid:

The output power from SPV would be fed to the inverters which converts DC produced by SPV array to AC and feeds it into the main electricity grid after synchronization. In case of grid failure, or low or high voltage, solar PV system shall be out of synchronization and shall be disconnected from the grid. Once the DG set comes into service PV system shall again be synchronized with DG supply and load requirement would be met to the extent of availability of power. 4 pole isolation of inverter output with respect to the grid/ DG power connection need to be provided. 3.6. Data Monitoring:

The plant parameters shall be measured by using SCADA system to maintain the plant and to study the plant performance. The plant monitoring shall also have, PV array energy production: Digital Energy Meters to log the actual value of AC/ DC Voltage, Current & Energy generated by the PV system shall have to be provided. Solar Irradiance: An integrating Pyranometer (Class II or better) shall be provided, with the sensor mounted in the plane of the array. Readout shall be integrated with data logging, system. Wind Speed: An integrated wind speed measurement unit shall be provided. Temperature: Temperature probes for recording the Solar panel temperature and ambient temperature shall be provided.

A data logging system for plant control and monitoring shall be provided. 3.7. Transformer:

Dry type relevant kVA, 11KV/415VA, 50 Hz Step up along with all protections, switchgears, Vacuum circuit breakers, cables etc. along with required civil work, Class(0.5) bidirectional or any other type of Energy Meter be provided as specified by CEA or DISCOM, along with necessary CTs/PTs on 11KV side.

24

3.8.

Distribution Board

DC Distribution panel is needed to receive the DC output from the array field, with analog measurement panel for voltage, current from different MJBs so as to check any failure in the array field. It shall have MCCBs of suitable rating for connection and disconnection of array sections. DCDB shall be fabricated by CRC Sheet to comply with IP 65 protection. 3.9. Protections

The system should be provided with all necessary protections like earthing, Lightening, and grid islanding as follows: Lightning protection There shall be the required number of suitable lightning arrestors (ESE) installed in the array area. Lightning protection shall be provided by the use of metal oxide arrestors and suitable earthing such that induced transients find an alternate route to earth. Protection shall meet the safety rules as per Indian Electricity Act 2003/IE rules. Earthing protection Each array structure of the PV yard should be grounded/ earthed properly as per IS:3043-1987. In addition the lighting arrester/masts should also be provided inside the array field. Provision should be kept for shorting and grounding of the PV array at the time of maintenance work. All metal casing/shielding of the plant should be thoroughly grounded in accordance with Indian Electricity Act/IE Rules. Earth Resistance shall be tested in presence of the representative of Department/SECI as and when required after earthing by calibrated earth tester. PCU, ACDB and DCDB should also be earthed properly. Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earths are bonded together to make them at the same potential. The earthing conductor shall be rated for the maximum short circuit current, and shall be 1.56 times the short circuit current. The area of cross-section of conductor shall not be less than 1.6 sq mm in any case. Grid Islanding: PV system software and control system shall be equipped with islanding protection. In addition to disconnection from the grid (islanding protection i.e. on no supply) , under and over voltage conditions shall also be provided. PV systems shall be provided with adequate rating fuses, fuses on inverter input side (DC) as well as output side (AC) for overload and short circuit protection and disconnecting switches to isolate the DC
25

and AC system for maintenances as needed. Fuses of adequate rating shall also be provided in each solar array module to protect them against short circuit. A manual disconnect 4pole isolation switch beside automatic disconnection to grid would have to be provided at utility end to isolate the grid connection by the utility personal to carry out any maintenance. This switch shall be locked by the utility personal.

3.10. Cables and Connections The cables used in the system should be ISI marked PVC or XLPE insulated FRLS armoured Copper conductor. Cables of various sizes as per load requirement for connecting all the modules / arrays to Junction Boxes and from Junction Boxes to DC distribution box and from DC distribution box to inverter. Copper/ Aluminium Cables of appropriate size would be provided from Inverter onwards in A.C. side. Only copper wires of appropriate size and of reputed-make shall have to be used. However aluminium cables can be used on A.C side of transmission. The permissible voltage drop from the SPV Generator to the Charge controller/inverter shall not be more than 2% of peak power voltage of the SPV power source (generating system). All connections should be properly terminated, soldered and/or sealed from outdoor and indoor elements. Relevant codes and operating manuals must be followed. Extensive wiring and terminations (connection points) for all PV components is needed along with electrical connection to lighting loads. All the Cu/Al. PVC or XLPE insulated Armoured. Sheathed cables required for the plant will be provided by the manufacturer.

3.11. CEA draft guidelines for connectivity to grid export are given below. Following criteria have been suggested for selection of voltage level in the distribution system for ready reference of the solar suppliers. In case load is more than 100 kW and does not exceed 1.5 MW, SPV system connection can be made at 11 kV level. In case load is more than 1.5 MW PV systems and does not exceed 5 MW, SPV system connection can be made at 11kV/33 kV/66kv level or as per the site condition. Utilities may have voltage levels other than above, Distribution companies (DISCOM) may be consulted before finalization of the voltage level and specification be made accordingly. The voltage variation in various power supply systems shall be 10%.

26

SECTION IV FORMATS FOR SUBMITTING RFS

27

Format-1

Covering Letter (On the bidder letter head): FROM:- (Full name and address of the Organisation) .. . To: Manager (Contracts) Solar Energy Corporation of India IV Floor, Tower, 4th floor, Pushp Vihar Sector V Saket, New Delhi-110 007 Sub: Design, Manufacture, Supply, Erection, Testing and Commissioning including Warranty, Operation & Maintenance for a period of 2 years of Roof Top Solar PV system in cities/states in India Ref: RFS No: SECI/Contt./Ind./47/SRT/2012 Sir, We hereby submit our Bid document for Roof top Solar PV system in full compliance with terms & conditions of the above referred in bid document. A blank copy of the bid document, duly signed on each page is also submitted as a proof of our acceptance of all specifications as well as terms and Conditions. We have submitted the documents as per checklist and requisite amount of Bid Processing fees in the form of DD & EMD in the form of BG/DD.

(Signature of Applicant) With Seal

28

Format-2

PARTICULARS ABOUT PROJECTS Sl. No Name of the Cities Bid Capacity of project Projects Identified, if any

Delhi

Gurgaon

Chhattisgarh

Bangalore

Chennai

Bhubaneswar

(Signature of Applicant) With Seal

29

Format-3

GENERAL PARTICULARS OF APPLICANT AND ORGANIZATION

1 2 3 4 5 6

Name of the Company Postal Address Telephone, Telex, Fax No E-mail Web site Authorized Contact Person(s): Name, designation and Mobile Phone No. of the representative of the Applicant to whom all references shall be made Name and address of the Indian/foreign Collaboration if any Have the bidder/Company ever been debarred By any Govt. Dept. / Undertaking for undertaking any work. Reference of any other information attached by the Applicant (please Mention no. of pages)

10

(Signature of Applicant) With Seal

30

Format-4

DECLARATION TO BE SWORN ON A NON-JUDICIAL STAMP PAPER OF RS.100/- AFFIDAVIT *I/we *Director/Proprietor/Partner of (Mention name of organization and its complete address) do hereby solemnly affirm and declare as under:1. That *I/we *am/are registered as (mention name of *firm/company) vide Registration No. under the provisions of . (mention the name of the Act). That *I/we .. have applied in response to the Invitation for RFS for Rooftop solar PV system. That (mention name of organization) is eligible to submit the aforesaid proposal as neither the Applicant has been barred and/or blacklisted by the Central Government and/or any State Government of India at any time prior to the date of submitting this affidavit. That (mention name of organization) or any of its constituents during the last three years has neither failed to perform on any agreement nor was expelled from any project or agreement nor any agreement terminated for any breach by the applicants or any of its constituents.

2.

3.

4.

DEPONENT VERIFICATION *I/we the above named deponent do hereby verify that the contents of the aforesaid paragraphs 1 to 4 are true and correct to the best of *my/our knowledge and belief and nothing is concealed there from. Verified at . (Place) this .. Day of . 2013. (Strike off whichever is not applicable) DEPONENT

Note: Deponent will be the authorized signatory of the Applicant

31

Format-5 Format for Earnest Money Deposit (Note: - Separate Earnest Money Deposit in the form of BG to be submitted for each project) (To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.) In consideration of the --------------[Insert name of the Bidder] (hereinafter referred to as 'Bidder') submitting the response to RfS inter alia for selection of the Rooftop Solar PV project of the approximate capacity of .. kW , at [ Insert Capacity of Plant and name of the City], in response to the RfS dated ______issued by Solar Energy Corporation of India (hereinafter referred to as SECI) and SECI considering such response to the RfS of [ insert the name of the Bidder] as per the terms of the RfS, the _______________ [insert name & address of bank] hereby agrees unequivocally, irrevocably and unconditionally to pay to SECI having Registered Office at Tower-1, 4th floor, NBCC Plaza, Pushp Vihar, Sector V, Saket, New Delhi 110017 forthwith on demand in writing from SECI or any Officer authorised by it in this behalf, any amount up to and not exceeding Rupees-----------[Insert amount as per clause 1.4 for Earnest Money Deposit] only, on behalf of ______________________[Insert name of the Bidder] . This guarantee shall be valid and binding on this Bank up to and including ___________[ insert date of validity 18 months from the date of issue of sanction letter] and shall not be terminable by notice or any change in the constitution of the Bank or the term of contract or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, or agreed with or without our knowledge or consent, by or between parties to the respective agreement. Our liability under this Guarantee is restricted to Rs. ___________ Rs. ________________________ only (as per clause 1.4 for Earnest Money Deposit). Our Guarantee shall remain in force until ________________ [insert date of validity 18 months from the date of submission]. SECI shall be entitled to invoke this Guarantee till _____ ________________ [insert date of validity 18 months from the date of submission]. The Guarantor Bank hereby agrees and acknowledges that the SECI shall have a right to invoke this BANK GUARANTEE in part or in full, as it may deem fit. The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written demand by SECI, made in any format, raised at the above mentioned address of the Guarantor Bank, in order to make the said payment to SECI. The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions and notwithstanding any objection by ------------- [Insert name of the
32

Bidder] and/or any other person. The Guarantor Bank shall not require SECI to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against SECI in respect of any payment made hereunder This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the courts at Delhi shall have exclusive jurisdiction. The Guarantor Bank represents that this BANK GUARANTEE has been established in such form and with such content that it is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein. This BANK GUARANTEE shall not be affected in any manner by reason of merger, amalgamation, restructuring or any other change in the constitution of the Guarantor Bank. This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly SECI shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral proceedings against the Bidder, to make any claim against or any demand on the Bidder or to give any notice to the Bidder or to enforce any security held by SECI or to exercise, levy or enforce any distress, diligence or other process against the Bidder. The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal to SECI and may be assigned, in whole or in part, (whether absolutely or by way of security) by SECI to any entity to whom SECI is entitled to assign its rights and obligations. Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted to Rs. ___________ Rs. ________________________ only (as per clause 1.4 for Earnest Money Deposit) and it shall remain in force until ___________ [ insert date of validity 18 months from the date of submission]. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if SECI serves upon us a written claim or demand.

Signature ____________________ Name___________________ Power of Attorney No.___________ For ______[Insert Name of the Bank]__ Banker's Stamp and Full Address. Dated this ____ day of ____, 20__
33

Format-6 CHECK LIST FOR BANK GUARANTEES

Sl.No. a)

Details of checks Is the BG on non-judicial Stamp paper of appropriate value, as per applicable Stamp Act of the place of execution Whether date, purpose of purchase of stamp paper and name of the purchaser are indicated on the back of Stamp paper under the Signature of Stamp vendor? (The date of purchase of stamp paper should be not later than the date of execution of BG and the stamp paper should be purchased either in the name of the executing Bank or the party on whose behalf the BG has been issued. Also the Stamp Paper should not be older than six months from the date of execution of BG). Has the executing Officer of BG indicated his name, designation and Power of Attorney No./Signing Power no. on the BG? Is each page of BG duly signed / initialled by executant and whether stamp of Bank is affixed thereon? Whether the last page is signed with full particulars including two witnesses under seal of Bank as required in the prescribed Performa? Does the Bank Guarantees compare verbatim with the Performa prescribed in the Bid Documents? Are the factual details such as Bid Document No. / Specification No., / LOI No. (if applicable) / Amount of BG and Validity of BG correctly mentioned in the BG Whether overwriting/cutting if any on the BG have been properly authenticated under signature & seal of executant?

YES/NO.

b)

c)

d)

e)

f)

i)

34

Format-7

CHECK LIST OF ANNEXURES- COMMON DOCUMENTS *Documents enclosed (yes/no) &Flag number

Sl. No. 1 2 3 4

ANNEXURES I II III IV

Particulars of Common Documents Covering Letter on Applicants letter head as per Format-1 Particulars About Projects(Name of the Cities, Project capacity and Location )- Format -2 Name of Organisation & Business Profile/Company Profile(Not more than 1page of A4 size) Legal status of the applicant (attach copies of original document defining the legal status) Demand Draft of non-refundable processing fees of Rs. 5,000/- for each project or combined processing fees for more than project of required amount drawn in favour of Solar Energy Corporation of India Payable at New Delhi Annual turnover of the Company with Balance sheet CA certificate for certifying the Annual turnover requirement.-Original shall be enclosed The Applicant should have valid CST/Sate VAT/TIN registration certificate. Letter of authorization for the person representing his Company, that he is authorized to discuss on all the technical and commercial matters. General particulars of Applicant submitting the RFS as per Format-3 Minimum project size of Grid connected System/Roof Solar PV Top size executed should be 25kW and aggregate capacity of executed projects should be 250kW (List of projects executed in past two years with Commissioning certificate need to be enclosed) Declaration as per Format-4 Original with notarized should be enclosed. (To be sworn on a non-judicial stamp paper of Rs.100/- affidavit) Signed and stamped copy of bid document

6 7 8 9 10

VI VII VIII IX X

11

XI

12 13

XII XIII

35

Format-8 CHECK LIST OF ANNEXURES- DIFFERING DOCUMENTS (Project related) *Documents enclosed (yes/no) & Flag number

Sl. No.

ANNEX -URES

Particulars of Differing Documents Earnest Money Deposit EMD in the form of Bank Guarantee (BG) as per Format-5 Original should be enclosed Agreement copy between the bidder and owner of the project (Original Notarised should be enclosed) (In case, project identified)

II

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

(Signature of Applicant) With Seal

36

SECTION V FINANCIAL BID (PRICE SCHEDULE)


Date: ___________

1. 2.

RFS No: SECI/Cont/Ind./47/SRT/2012 for Selected City_________________ Proposed Capacity in bid ______________________________________

To, Manager (Contracts), Solar Energy Corporation of India, New delhi-110017 Sub: Price bid for Roof Top Solar Power System in Cities/States in India including Supply of All Equipments/Materials, Erection, Testing and Commissioning, Operation and maintenance for a period of 2 years against RFS No: SECI/Cont/Ind./47/SRT/2012 Dear Sirs, 1. In continuation of our Techno Commercial Bid (Part-I), we hereby submit the Price Bid (Part-2), both of which shall be read together and in conjunction with each other, and shall be construed as an integral part of our Bid. We declare that we have studied relevant clauses relating to mode of contracting for bidders and we are making this proposal with a stipulation that you shall sanction the projects including supply of all equipment and materials, for providing all the services, transportation for delivery at site, insurance, unloading, storage, handling at site, installation, testing and commissioning including trail Operation in respect of all the equipment supplied including operation and maintenance of the system for 2 years as specified in the Contract Documents for each projects. We declare that the sanction of project will not in any way dilute our responsibility for successful operation of plant/ equipment and fulfilment of all obligations as per Bidding Documents. 2. We are aware that the Price Schedules do not generally give a full description of the Work to be performed under each item and we shall be deemed to have read the Technical Specifications and other sections of the Bidding Documents to
37

ascertain the full scope of Work included in prices. We agree that the entered rates and prices shall be deemed to include for the full scope as aforesaid. 3. We confirm that the Bid Prices in this Price Bid (Part-2) include all taxes, duties, levies and charges as may be assessed on us, our Sub-Bidder/Sub-Vendor or their employees by all municipal, state or national government authorities in connection with the Facilities, in India. 4. We confirm that for bought out items which shall be despatched directly by us under the Contract to the project site, if any additional taxes, duties, levies additionally payable will be to our account and no separate claim on this behalf will be entertained by the SECI. 5. We, hereby, declare that only the persons or Companies interested in this proposal as principals are named here and that no other persons or firms other than those mentioned herein have any interest in this proposal or in the Contract to be entered into, if the sanction of project is made on us, that this proposal is made without any connection with any other person, Company or party likewise submitting a proposal is in all respects for and in good faith, without collusion or fraud. Total amount inclusive of all as per bid document (Rs/Wp)

Sr.No

Description

1.

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

Yours faithfully,

Date: Place: Business Address: Country of Incorporation: (State or Province to be indicated)

** (Signature)............................... (Printed Name)............................ (Designation)............................... (Common Seal)...........................

38

DISCLAIMER All information contained in this, Request for Selection (RFS) subsequently provided / clarified are in good interest and faith. This is an offer to enter into an agreement of any kind with any applicant. Each applicant should conduct its own investigation and analysis & should check the accuracy, reliability and completeness of the information in this Request for Selection. Applicants should make their own independent investigation in relation to any additional information that may be required. Applicant should make their own due diligence of facilities while preparing this.

39

Annexure-1 Locations suggested by CREDA

1. Trade centre (1, 2), CSIDC, Naya Raipur, village Tuta, Distt-Raipur. 2. Capital complex NRDA, Village Kohera, Distt-Raipur. 3. Education Park, Naya Raipur Village Tuta, district Raipur.

40

Annexure-2 Documents required on Project allocation Following documents will be required to be submitted for project allocation: 1. Project Report. 2. Agreement between the bidder and the owner of the Project/Building (Notarised original agreement copy should be enclosed). 3. No Objection Certificate from the concerned DISCOM for grid connectivity.

41

Anda mungkin juga menyukai