07 4466 17 F PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 40

Tender Document: C-2(b)/RC/0700/4466/2017

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED


(A Public Sector Enterprise)

TENDER DOCUMENT

for the

“SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION, INSTALLATION,


COMMISSIONING, WARRANTY AND O&M OF 7000KWp GRID TIED SPV POWER
PLANTS ON VARIOUS BUILDINGS UNDER NDMC JURISDICTION (DELHI/NCR
REGION), NEW DELHI”

Tender Notice No. C-2(b)/RC/0700/4466/2017 dated 27th September, 2017

Assistant General Manager (Materials)


Materials Management Division
Central Electronics Limited,
4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA
Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148
Email: mmd@celindia.co.in Website: www.celindia.co.in

Page 1 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED


(A Public Sector Enterprise)
4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA
Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148
Email: mmd@celindia.co.in Website: www.celindia.co.in

TENDER NOTICE
th
Tender notice no. C-2(b)/RC/0700/4466/2017 27 September, 2017

Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which
are valid till 31.03.2018 for “SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION, INSTALLATION,
COMMISSIONING, WARRANTY AND O&M OF 7000KWp GRID TIED SPV POWER PLANTS ON VARIOUS
BUILDINGS UNDER NDMC JURISDICTION (DELHI/NCR REGION), NEW DELHI”

Scope of Work SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION, INSTALLATION,


COMMISSIONING, WARRANTY AND O&M OF 7000KWp GRID TIED SPV POWER
PLANTS ON VARIOUS BUILDINGS UNDER NDMC JURISDICTION (DELHI/NCR
REGION), NEW DELHI
Earnest Money Rs. 10,00,000/- (Rupees Ten Lakhs Only)
Deposit

Interested parties may view and download the tender document containing the
detailed terms & conditions, free of cost from the website www.eprocure.gov.in and
www.celindia.co.in

Please see document control Sheet at Annexure-1

For CENTRAL ELECTRONICS LIMITED


Sd-

Assistant General Manager (Materials)


Materials Management Division

Page 2 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

Annexure-1
Document Control Sheet & Important dates

Tender Reference No. C-2(b)/RC/0700/4466/2016


Name of Organization Central Electronics Limited
Tender Type Limited
(Open/Limited/EOI/Auction/Single)
Tender Category (Services/Goods/works) Goods
Type/Form of Contract (Work/Supply/ Buy
Auction/Service/Buy/Empanelment/Sell)
Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 27/09/2017 (10:00 Hrs)


Document Download/Sale Start Date 27/09/2017 (10:30 Hrs)
Document Download/Sale End Date 11/10/2017 (15:00 Hrs)
Bid submission Start Date 27/09/2017 (15:00 Hrs)
Last Date and Time for Submission of Bids 11/10/2017 (15:00 Hrs)
Date and Time of Opening of Bids 11/10/2017 (15:30 Hrs)

ELIGIBILITY CRITERIA

In order to be eligible to participate in the tender, the bidder must fulfill the following eligibility criteria. Any
discrepancy or departure from the same shall make the bidder ineligible for participating in the tender. Copy
of following documents is to be submitted with bid:

S.No. ELIGIBILITY CRITERIA COMPLIANCE

01. The bidder must be approved empanelled EPC contractor for


Solar systems with CEL as per the list attached.
02. The bidder must be company registered under GST. All
compliance of GST are to be made by bidders.

Note:
1. Each page of the technical specification of tender submitted should be signed by the legally
empowered and designated person of the tenderer otherwise tender shall be treated as invalid and
rejected.
2. This is a zero deviations tender, any deviation will be treated as non-responsive and bid is liable to
be rejected.
3. EPC contractors of “C & D” category shall be eligible to quote only for category 1 & 2 of the
Price bid. Quoting by them in other category will not be considered.

Location: Various buildings under NDMC jurisdiction area in Delhi/NCR Region.

Page 3 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

Important Instructions: -
1. The following documents/Annexures are part of tender document:
a. Tender notice
b. Document Control Sheet Annexure -1
c. Detailed Specifications Annexure ‘A’
d. Price Bid format Annexure ’B’
e. Operation & Maintenance (O&M) Annexure ’C’
f. Monthly O&M Report Annexure ‘D’
g. Standard Terms & Conditions Annexure ‘E’
h. Special Terms & Conditions Annexure ‘F”
i. Format for submission of Vendor Data Annexure ‘G’
j. Tender acceptance letter Annexure ‘H’

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications.
3. Escalation in price (except where price variation clause is applicable), deviation from delivery schedule,
terms and conditions will not be permitted in your quotation. Statutory GST should be shown separately
from the price.
4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or
KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and
Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro &
Small Enterprises (MSEs) Order 2012”.
5. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are
liable to be rejected.
6. Any deviations whether technical or commercial stated anywhere in the bid shall not be taken into
account and may render the bid non-responsible and liable to be rejected.
7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure G.
8. Quotation should be submitted in Single bid system.
9. Quotation should be submitted in sealed envelope. There will be Single sealed covers/envelope in the
quotation and following are to be submitted in your quotation:
i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents for
exemption from submission of EMD.
ii. Technical catalogue, literature and approval/registration certificate, if any, required as per
eligibility criteria and any other document required as per tender.
iii. Filled up Format for Submission of Vendor Data as per format at Annexure G.
iv. Tender acceptance letter as per format at Annexure H.
v. Price Bids on company’s letter head as per Price Bid formats (Annexure-B).

Page 4 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
Annexure – A

SUPPLY OF BOS, DESIGN, MANUFACTURING/INTEGRATION, INSTALLATION, COMMISSIONING,


WARRANTY AND O&M OF 7000KWp GRID TIED SPV POWER PLANTS ON VARIOUS BUILDINGS UNDER
NDMC JURISDICTION (DELHI/NCR REGION), NEW DELHI

ELIGIBILITY CRITERIA

In order to be eligible to participate in the tender, the bidder must fulfill the following eligibility criteria.
Any discrepancy or departure from the same shall make the bidder ineligible for participating in the
tender. Copy of following documents is to be submitted with bid:

S.No. ELIGIBILITY CRITERIA COMPLIANCE

01. The bidder must be approved empanelled EPC contractor for


Solar systems with CEL as per the list attached.
02. The bidder must be company registered under GST. All
compliance of GST are to be made by bidders.

Note:
1. Each page of the technical specification of tender submitted should be signed by the legally
empowered and designated person of the tenderer otherwise tender shall be treated as invalid and
rejected.
2. This is a zero deviations tender, any deviation will be treated as non-responsive and bid is liable to be
rejected.
3. EPC of Category “C & D” (Annexure-C) shall be eligible to quote for category 1 & 2 only (refer Price
bid), quoting in other category will not be considered.

Location: Various buildings under NDMC jurisdiction area in Delhi/NCR Region.

Page 5 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017

TENTATIVE BILL OF QUANTITIES (40-300KWp GRID Tied Power Plants)


Sr. No. Description Qty Compliance

1. Supply of 3/4/5 Modules MS Galvanized Module Mounting 01 set


Structures along with necessary hardware or as per their own
design (Structure drawings along-with layout plan are to be
submitted with all the calculations (Stadd-pro analysis) for
approval by CEL before manufacturing)
2. Supply of DCCB (IP65) with suitable no. of HRC fuse with base 01 set
(1000VDC, 12A), Min. 12A Diodes, SPD’s with RCA connector (IP
65) Hensel Make or equivalent as per the requirement/design -
based on Inverter selection
3. Supply, Installation of similar capacity of string Inverters (as per 01 set
Array size) with RS232/RS485 port and LAN/WAN interface along-
with accessories & cabling as per approved makes. (As per
applicable IEC standard/MNRE Specifications)

(Vendor has to submit minimum 03 makes of Inverter along-with


specifications & literature for approval by CEL to be submitted along-
with technical bid)
4. Installation of communication system (Same make as of Inverters) 01 set
with accessories along with termination (cabling etc.) upto
customer’s computer using suitable data cables i.e CAT 6 (Web-
monitoring).
5. Supply of copper cable PVC insulated, Flexible multistrand,
annealed copper conductor un-armoured 1100V grade,
conforming to relevant IEC/IS of following sizes as per technical
specifications As per
final
2
• 6 mm for Interconnection & up-to inverter design and
• Suitable size of 3.5/4.0 core cable from Inverter coll. Panel to LT site
Panel (ACDB) if required multiple runs may be used as per conditions.
requirement
• Suitable size of 3.5 core cable from LT Panel (ACDB) to Grid LT
Panel of customer (Al. Armoured)as per requirement
• shielded data cables (CAT 6)
• Suitable size of earthing wire on DC & AC side

6. Supply of Inverter collector panel with bus bar & suitable circuit 01 set
breaker (If required as per design)&LT Panel (ACDB) with suitable
Bus bars, circuit breaker, Multi-function Meter, glands etc. (Make
Hensel or reputed)

(IP-65 for outdoor & IP-54 for Indoor)


7. Supply and installation of earthing systems (Maintenance free 01 job
earthing) for complete array field, DCCB, Inv. Coll. panel, inverters
and LT panel (ACDB) etc. as per relevant IS:3043-1987 including
using suitable GI strip (Min.25x3 mm).

(Make of materials & Drawings for the earthing layout/location must be


Page 6 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
got approved from CEL before start of work)

8. Supply and installation of Lightning arrestor system as per relevant 01 job


IEC - 62305 including separate earthing using suitable GI strip.
(Make &Drawings for the Lightning arrestors locations along with
earthing layout/ location must be got approved from CEL before
start of work)
9. Other Misc. work like installation of Bird spikes on Modules, 01 job
cleaning arrangement with pipe etc., painting, white wash etc.
related to installation and commissioning of Power Plant. Testing
& Commissioning of system of the whole system prior to hand
over of the system.
Note: Size and quantity of items may vary according to the actual site conditions. Any item, which is not
specifically mentioned but necessary for making the Solar Power Plant fully functional, shall be deemed
to be included in the scope of work of the contract and shall be supplied and installed by the successful
bidder without any extra cost to CEL. All the materials supplied by contractor are warranted as per the
tender conditions. (Drawing of Structure, civil Foundations, Drawing& BOM of AJB, Bus Bar Box& ACDB
& other materials must be got approved by CEL before manufacturing)

DRAWINGS/DOCUMENTS TO BE FURNISHED BY BIDDER AFTER AWARD OF CONTRACT:

The Contractor shall furnish the following drawings/documents after award and obtain approval from
CEL
1. General arrangement and dimensioned layout
2. Schematic drawing showing the requirement of SV panel, Power conditioning Unit(s)/inverter,
Junction Boxes, AC and DC Distribution Boards, meters etc.
3. Structural drawing along with foundation details for the structure.
4. Itemized bill of material for complete SV plant covering all the components and associated
accessories.
5. Layout of solar Power Array
6. Shadow analysis of the roof

Job Work:
1. Construction of pedestals for module mounting structures as well as fixing of the above structure at
the roof top including supply of civil foundation materials. Drawings for Mounting structures and
civil foundation design must get approved from CEL before start of the work for which design
details approved by chartered engineer shall be submitted along-with staad- Pro report. The
support structure, design and foundation shall be designed to withstand wind speed upto 150
KMPH.
2. Regarding civil structures the bidder need to take care of the load bearing capacity of the roof and
need arrange suitable structures based on the quality of roof. The total load of the structure (when
installed with PV modules) on the terrace should be less than 60 kg/m². The minimum clearance of
the structure from the roof level should be 250 mm.
3. The installation of SPV modules should not impact the waterproofing of the existing terrace
structure. The contractor shall be responsible for restoring the waterproofing to its original
condition and for provision of additional waterproofing in the areas where RCC blocks are secured
onto the terrace.
4. Mounting & fixing of SPV Modules (supplied by CEL at site upto store) on the above installed
structure. (The entire fixed module should be aligned systematically)
5. Mounting of all the junction boxes with suitable arrangement as required for the power plant.
6. Interconnection of modules in series-parallel combinations as per following:

Page 7 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
a) Each source-circuit to have suitable number of modules in series using 6 mm²wires (Interconnects
supplied with modules and cables interconnection is to be carried out using UV conduit pipe/cable
trays)
b) Output of series connected modules to be taken to PJB’s/DCDB using wires as mentioned in BOM.
c) Output of PJB/DCDB to be taken to corresponding Inverter using wires as mentioned in BOM.
d) Output of inverters is to be taken to Inv. Coll. Panel/ACDB using wires as mentioned in BOM.
e) Output from ACDB to be connected to LT Panel of building using wires as mentioned in BOM.

Note: All the cables interconnection is to be carried out using UV conduit pipe/ UV cable trays/GI
cable tray as per site.

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

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


ii. Temp. Range: –10°C to +80°C.
iii. Voltage rating 660/1000V
iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation
v. Flexible
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 UV conduit pipe/ UV cable trays/GI
cable tray and suitably tagged and marked with proper manner by good quality ferule or by other
means so that the cable easily identified.
viii. The Cable should be so selected that it should be compatible up to the life of the solar PV panels i.e.
25 years.
ix. Bidder to indicate size and length as per system design requirement. All the cables required for the
plant is to be provided by the bidder. Any change in cabling sizes if desired by the bidder/approved
after citing appropriate reasons is to be incorporated. All cable schedules / layout drawings must be
approved from CEL prior to installation.
x. Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded
insulation or XLPE insulation. UV protected Armoured cable must be used for underground laying
with PVC/XLPE insulation. All cable trays including covers to be provided. All cables conform to latest
edition of IEC/ equivalent BIS Standard.
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 2%.
xii. The size of each type of AC cable selected shall be based on minimum voltage drop however; the
maximum drop shall be limited to 2 %.
7. Installation and commissioning of inverters with suitable cable tray etc. along-with the cabling for
respective data communication in throughout the Power Plant up to customer’s computers using
suitable data cables.
8. Installation of earthing and lightning arrestor system as per relevant IS:3043-1987 & IEC-62305 for
the entire PV array field & Inverter etc..
9. Installation of bird spikes as required after approval of CEL officials.
10. Other Misc. work like Plastering, cleaning, painting, cleaning arrangement with pipe etc., white
wash etc. related to installation and commissioning of Power Plant. Testing & commissioning of
system of the whole system prior to hand over of the system.

SAFETY MEASURES:

Page 8 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
The bidder shall take entire responsibility for electrical safety (including manpower deployed) 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.

SCOPE OF WORK:
The broad scope of the work includes supply of balance of system, installation, testing & commissioning,
warranty, operation & Maintenance for 5/25 years for a complete / composite work of Grid Tied Solar
Power plants adhering to the latest standardized norms of BIS /MNRE specification.
a) Bidders must conduct detailed site survey after issue of purchase order along with CEL official and
submit the design with relevant calculations & drawings, layout plan, complete bill of materials with
makes and execution schedule as per tender conditions within one week.
b) Bidder must start the work at site immediately after approval of design & site clearance.
c) Contactor has to prepare all required site drawings and the same are to be got approved from
concerned authorities & CEL officials after award of order.
d) To arrange for pre-dispatch inspection by CEL officials.
e) To deliver the materials at CEL-site.
f) Contractor shall make their own arrangement for safe storage of their as well as CEL material (Which
will be supplied to them by CEL) at site.
g) To co-ordinate with CEL officials for verification of completed works along-with all the required
documentation.
h) Materials, wherever supplied, shall be provided with fresh quality. Workmanship shall be neat &
clean without any blemish. In case of any observation by CEL official regarding materials &
workmanship, the same have to replaced and/or repaired to the satisfaction of CEL official.
i) No extra transportation charges shall be paid during the period of contract.
j) No escalation shall be applicable on the quoted prices.
k) In case of any losses, theft or damage of material (CEL’s & their own), the contractor shall alone be
responsible to make alternate arrangement for completion of the project within contractual delivery,
Installation, commissioning, insurance of all the materials & handing over of systems for energy
generation to our customer within quoted price. The purchaser shall in no way, whatsoever,
responsible to compensate the contractor in this account till completion of project.
l) Contractor shall arrange all the utilities required to complete the work. No payment on this account
shall be paid by CEL.
m) While implementing the project the physical condition of the area on roofs/ground should be taken
into consideration for installation of Solar Module.
n) There should not be any damage what so ever on the roof top due to installation of the solar
systems, if so any the same shall be the responsibility of the contractor. If power plant is to be
installed on ground than all the walkways between array rows and entry to Power plant is to be
constructed by vendor as per instruction of CEL officials.
o) While cabling the care must be taken such that no loose cables lie anywhere related to the works.
p) To co-ordinate with CEL officials for verification of completed works.
q) Inspection: - All the materials shall be inspected by CEL officials before despatch to site. Minimum
one week notice to be given for readiness of materials for inspection.
r) Any other work as required on the site for completion of the project upto the satisfaction of the CEL
or designated officials.
Weekly progress report:
The contractor shall furnish on first day of every week, a progress showing progress of finalization of
designs and drawings, materials received at site and the works carried out during the preceding weeks
and plan for the next week. As far as possible the presentation shall be neat and tabulation form
accompanied by colored diagram wherever applicable. Beside this bidder has to submit monthly
progress report.
O&M Manual/Maintenance Manual:
Page 9 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
The supplier shall provide easy-to-use illustrated installation and operation manual (4 copies in hard
bound & 1 copy in pen drive) in English and local language for easy installation and trouble-free usage.
Manual shall contain complete system details such as array layout, schematic of the system, working
principle, clear instructions on regular maintenance, trouble shooting of the system and emergency
shutdown procedures.

During Warranty & O&M contractor has to perform the following duties:
1. The Contractor and CEL jointly impart training to the users on day to day repair and maintenance of
the systems.
2. Contractor is fully responsible for the trouble free maintenance and is liable to rectify / remove any
defect noticed within the aforesaid period free of cost for the materials supplied by them.
3. This includes repair/ replacement of all the items including their spares and consumable required
for satisfactory working of Solar Power plant except Solar Modules.
4. The Contractor shall undertake the periodical maintenance work of complete Solar Power plant
which also includes cleaning of all the equipments and submit report to CEL countersigned by the
concerned officials of beneficiary. The cleaning of Modules is to be done accordingly so that
generation should be optimized as per the minimum guaranteed generation.
5. The Contractor should be in readiness to attend to the defects of any system, as and when required
by the beneficiary and ensure rectification of defects and restore functionality immediately.
6. If Module is found defective during the warranty/O&M period the same shall be made available at
CEL and back to site.
7. Separate bills/invoices in triplicate are to be submitted by the contractor for effecting payment after
end of the each year from the date of maintenance of the systems along-with quarterly report.
8. It will be the liberties of the CEL to cross check the system maintained by the contractor. Random
verification of the maintenance may be carried out by the CEL wherever necessary.
9. For routine maintenance during O&M kindly refer Annexure D & E.

PROGRESS REPORT
The bidder shall submit the progress report monthly to CEL in Prescribed Performa. CEL will have the
right to depute it’s representatives to ascertain the progress of contract at the premises of works.
During such visits, it is the responsibility of the Successful Bidder to answer the queries/ clarifications
raised by CEL and submit all the required documents regarding quality of work and purchase procedure
followed for the execution of work.

SUBMISSION OF PROJECT COMPLETION REPORT (PCR)


The bidder shall submit the Project Completion Report in (soft copy and signed hard copy) after
commissioning of the project as per the Scope of contract to CEL as per the Format given. Non-
submission of the report shall be considered as “Breach of Contract” and shall attract punitive actions as
per the relevant provisions of the Contract. However, the decision of the project owner shall be final in
this regard.

BREACH & CANCELLATION OF THE CONTRACT


In case of non-Performance, in any form or change of the agreement and conditions of the Contract by
the Contractor, CEL shall have the power to call off, withdraw, cancel or terminate the order and upon
its notifying in writing to the Contractor that it has so done, this Contract shall absolutely determine. The
decision of CEL/ Employer in this regard shall be final and binding.

The following conditions shall contribute to the breach of contract:


i. If the Contractor fails to deliver any or all of the deliverables within the period(s) specified in the
Contract from the date of signing of contract.
ii. If the Contractor fails to perform any of their obligations(s) under the Contract.
Page 10 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
iii. If the Contractor, in either of the above circumstances does not rectify his failure within a period
after receipt of the default notice from CEL.
iv. If the Contractor fails to submit the security deposit and unable to commence the scheduled work as
per the contract from the date of issue of letter of award.

APPLICABILITY OF LABOUR LAWS


The Bidder shall ensure payment of minimum wages as per labour laws, and shall comply with all labour
laws applicable to it under Indian law. You shall ensure all safety guidelines, rules and regulations,
labour laws etc. You will indemnify CEL for any incident, injury met by your labour, employee or any
other person working for you. Any compensation sought by your labour, employee or any other person
working for you shall be solely paid by you as per settlement. CEL has no role to play in this matter.

TAXES & DUTIES: The prices quoted are inclusive of loading, unloading, transportation to site, insurance,
and other costs incidentals to delivery. GST (IGST/CGST/UGST) will be as per the Government rates
where the supply is made and will be paid extra to the vendor. Vendor should mandatorily register
themselves with respective sales tax department of particular state, where the supply is going to be
made. Any other charges/cost/TA/DA is also included in the contract prices.

PAYMENT TERMS:
Payment shall be made back to back as per the following terms on pro-rata basis:
1 Upto 70% of the material value with full taxes / duties will be made after delivery & acceptance of
material at site duly certified/verified by EESL & CEL.
2 Upto 30% of the material value after successful installation & commissioning at site duly
certified/verified by EESL & CEL.
3 40% of installation and commissioning and O&M at the end of successful completion of installation
and commissioning and handing over of system of system duly certified by EESL & CEL and after
submission of PBG for 10% of PO Value.
4 60% of installation and commissioning and O&M value for operation and maintenance for 5 years
(1st year to 5th year) shall be paid on equated annual instalments on certification by EESL & CEL.
5 100% O&M value for operation and maintenance for another 20 years (6th year to 25th year) shall
be paid on equated quarterly instalments starting from 6th year onwards on duly certification by
EESL & CEL.
6 CEL will release PO with O&M from 1st to 5th years & CEL on its sole discretion may award the
O&M contract for further period of 6th to 25th years (Optional items) which will be binding on
successful bidders and this PO shall be placed in the beginning of 6th year.

Documents required for payment:

For part 1 payment, the supplier shall provide the minimum following documents:
a. Technical data sheets
b. Test reports & commissioning protocol
c. Installation and Maintenance Manual
d. Factory testing quality protocol
e. Performance Guarantee
f. Certificate from CEL & EESL

For part 2+3 payment, the supplier shall provide the minimum following documents:
a. Commissioning certificate
b. O & M Manual
i. Basic principle of photo voltaic technology
Page 11 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
ii. Type & model number used in the system
iii. Routine maintenance and troubleshooting of the installed solar PV system
iv. Preventive maintenance schedule
v. Detail information about warranty coverage
vi. Do’s & Dont's
vii. Name & address of the contact person for replacement/repair and maintenance, in case
of non-functionality of the system
For part 4+5 payment, the supplier shall provide the minimum following documentation:
1. Month wise energy generation reports consolidated for 12 months from the date of commercial
operation date.

COMPLETION TIME: The entire job has to be completed within 60 days on site to site basis from the
date of clearance of site by CEL. The project (s) will be designed and implemented as per the site
requirement. The Design, Engineering, Supply, Installation, Testing and Commissioning of the project(s)
shall be completed in 60 days from date of intimation on project site to site basis and clearance of site
by EESL-CEL.

SECURITY DEPOSIT: 2% of order value as security deposit must be submitted with acceptance of the
purchase order within ten days of issuance of purchase order in the form BG/DD valid till handing over
of the project.

FORCE MAJEURE: In no event shall either Party have any liability for failure to comply with this
Agreement, if such failure results directly from the occurrence of any contingency beyond the
reasonable control of the Party, including, without limitation, strike or other labor disturbance, riot,
major power failure, war, natural calamities including but not limited to floods, earthquakes, fire,
volcanic eruptions, epidemics, National Emergency, interference by any government or governmental
agency, embargo, seizure, or enactment or abolition of any law, statute, ordinance, rule, or regulation
(each a " Force Majeure Event"). In the event that either Party is unable to perform any of its obligations
under this Agreement because of a Force Majeure Event, the Party who has been so affected shall as
soon as may be, after coming to know of the Force Majeure Event, inform the other Party and shall take
reasonable steps to resume performance as soon as may be after the cessation of the Force Majeure
Event. If the period of nonperformance due to a Force Majeure Event exceeds thirty (30) days, the Party
whose ability to perform has been so affected may, by giving written notice, terminate this Agreement.

SPECIAL CONDITIONS

1. The contractor/bidder shall not display the photographs & content of the work and also will not
take advantage through publicity of the work without written permission of CEL.
Noncompliance to this may result in removal from the EPC list and the contractor will be
blacklisted. The Successful bidder or its subcontractors shall not make any other use of any of
the documents or information of this contract, except for the purposes of performing the
contract.

2. Service level agreement has to be signed on 100/- stamp paper after award of PO.

Liquidated Damages:

In case of any delay in the execution of the SUPPLIES, INSTALLATION, TESTING and Commissioning
beyond the stipulated time schedule, CEL reserves the right to recover from the bidder a sum equivalent
to 0.5% of the value delayed equipment, installation/unexerted portion of each week of delay and part

Page 12 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
thereof subject to a maximum of 10% of the total value of the contract. However, the LD will not be
applicable for the period if delay is not on vendors part.

Alternatively, CEL reserves the right to purchase of the material and completion of the works from
elsewhere at the sole risk and cost of the successful bidder/contractor and recover all such extra cost
incurred by CEL in procuring the material from resources available including EMD/Bid security/
encashment of the bank guarantee or any other sources etc. Further, if any extra cost is incurred by CEL
due to delay in work completion by the party beyond the completion time as per PO the same shall be
recovered from the party’s lnvoice/EMD/BG etc.

Alternatively, CEL may cancel the order completely or partly without prejudice to his right under the
alternatives mentioned above.

Penalties for deviation in Guaranteed Energy Generation

The Contractor shall guarantee the energy generation from the project as per the table in Attachment 2
of PO, In case the contractor is not able to meet the guaranteed energy generation per the table in
Attachment 2 of PO then the contractor shall be liable to pay the penalties as per below mentioned
formula:

Description Calculation
Penalty 1.15 x No. of kWh shortfall in a year (calculated as per Attachment 2 of LOA, ) X
Rs./kWh (Tariff in a Year as per Attachment 2 of LOA)
The Penalty amount calculated shall be adjusted to the next O&M bill amount payable by CEL to the
contractor.

In case the Project fails to generate any power continuously from the plant for period of one month in
any time during the O&M period, apart from the force majeure and grid outages as certified by
competent authority from STU, it shall be considered as “an event of default”. In the case of default the
CPG will be en-cashed on pro-rata basis.

Performance and Functional Warranty:

The mechanical structures, electrical works and overall workmanship of the grid connected Solar
Power Plant must be warranted for a period of 05/25 years as applicable from the date of Commercial
operation Date.

The Contractor must ensure that the goods supplied under the Contract are new, unused and of most
recent or current models and incorporate all recent improvements in design and materials unless
provided otherwise in the Contract.

During the period of Warranty Guarantee the Contractor shall remain liable to replace any defective
parts, that becomes defective in the Plant of its own manufacture or that of its sub- Contractors, under
the conditions provided for by the Contract under and arising solely from faulty design, materials,
workmanship or any reason attributable to works carried out by the contractor, provided such defective
parts are not repairable at Site. After replacement, the defective parts shall be returned to the
Contractors works at the expense of the Contractor unless otherwise arranged.

Page 13 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
During the operation & Maintenance and guarantee period, the Contractor shall be responsible for any
defects in the work due to faulty workmanship or due to use of sub-standard materials in the work. Any
defects in the work during the guarantee period shall therefore, be rectified by the contractor without
any extra cost to the CEL within a reasonable time as may be considered from the date of receipt such
intimation from the CEL failing which the CEL reserves the right to take up rectification work at the risk
and cost of the Contractor.

Warranty certificate issued by the manufactures shall be submitted and individual Factory test report of
manufactures shall also to be submitted along with invoice of the supply order after delivery. Every item
should bear serial number provided during the manufactures process. These serial numbers should be
mentioned by manufacturer in all the following documents, while submission of bills after delivery of
the order items:-

a. Invoice
b. Factory test reports (In house test reports generated during manufacturing)
c. Warranty certificate

If contractor do not rectify/supply the said problem after written notices than the defected
equipment as per BOM noticed shall be rectified/purchased through CPG amount of contractor
deposited in CEL.

At the end or guarantee period, the Contractors liability shall cease. In respect of goods not covered
under this PO, the CEL shall be entitled to the benefit of such guarantee given to the Contractor by
the original Contractor or manufacturer of such goods.

During the first year of assured performance demonstration and operation & Maintenance
thereafter, the Contractor shall be responsible for any defects in the work due to faulty
workmanship or due to use of sub-standard materials in the work. Any defects in the work during
the guarantee period shall therefore, be rectified by the contractor without any extra cost to the CEL
within a reasonable time as may be considered from the date of receipt of such intimation from the
CEL failing which the CEL shall take up rectification work at the risk and cost of the Contractor

Adjudicator

Adjudicator under the contract shall be appointed by the Appointing Authority i.e.CMD (CEL). Ifthe
bidder does not accept the Adjudicator proposed by CEL it should so state in its bid form and make a
counter proposal of an adjudicator. If on the day contract agreement is signed, the CEL and
contractor have not agreed on the appointment of adjudicator, the adjudicator shall be appointed,
at the request of either party by the appointing authority specified.

Arbitration

Arbitration shall be carried out as per Arbitration Act 1996 and its subsequent amendment. The
Contract shall be governed by and interpreted in accordance with the laws in force in India. The
courts of Delhi shall have exclusive jurisdiction in all matters arising under the contract.

Contract Performance Guarantee (CPG)

Page 14 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
After handing over the system vendor has to submit the CPG in the form of Demand Draft/ Pay
order or Bank Guarantee @ 10% of the contract value. The Bank Guarantee must be valid initially for
5years which is further extendable for another 20 years (on 5 yearly basis) as per the conditions of
the PO . The bank Guarantee must be renewed 90 days before expiry, Any delay in submission of
SD/CPG shall be deemed as accruing of financial benefit to the supplier and CEL may take necessary
interest penalty recovery action (interest @ SBI’s MCLR + 2%) from the payments due to the supplier
for the period of delay. However, this provision does not bind CEL in any way from proceeding
against the supplier (including forfeiture of EMD, cancellation of the empanelment/LOA, etc) for
non-compliance towards non-submission of the SD/CPG.

Bank Guarantee shall be from any Nationalized Banks/other scheduled private banks. CEL shall at his
discretion have recourse to the said Bank Guarantee for recovery of any or all amount due from the
bidder in connection with the contract including of guarantee obligations. Failure of the successful
Bidder to comply with the requirements of PO shall constitute sufficient grounds for the annulment
of the award and forfeiture of the Contract Performance Guarantee.

If any shortfall in performance is observed, as per the criteria mentioned in PO,CEL shall have right
to INVOKE BANK GUARANTEE.

In case of non-submission CPG by bidder during the period of supply and installation, CEL, reserves
the right to withhold an amount equivalent to the amount covered under CPG till the submission of
CPG and acceptance of the same by CEL after due verification

Packing: The material should be securely packed for dispatch to avoid damage during transit.

Insurance: The Goods supplied under the contract shall be fully insured in Indian Rupees against
loss or damage incidental to manufacture or acquisition transportation, storage and delivery. For
delivery goods at site, the insurance shall be obtained by the Contractor, for an amount not less
than the Contract Price of the goods from "warehouse to warehouse” (final destinations) on “All
Risks” basis including war risks and strikes.

Transportation, Demurrage wharfage, Etc.:

You are required under the Contract to transport the Goods to place of destination defined as Site.
Transport to such place of destination in India inducing insurance, as shall be specified in the
Contract, shall be arranged by the Contractor and the related cost shall be included in the Contract
Price

You shall ensure interchangeability supplied for replacement during warranty and maintenance
period and even when it is purchased from open market. In case due to change in technology, the
supplied is not available during warranty / maintenance period than the improved version of
product can be used in warranty/ maintenance period with same or improved technical parameters
or the combination there of after written communication of Engineer in Change at same cost&
terms conditions. Please note and that the prices of improved version of product is not lesser than
the original product or its parts in comparison

Page 15 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017

Attachment-1
Technical Specifications

A. Design, Manufacture/Assembly, Testing and Supply:


The supplier shall be responsible for supply the BOS for solar Power Plants in accordance to the
technical specifications and latest standards as per MNRE. The supplier shall be responsible for
design, manufacture/assembly, testing and supply of BOS for Solar PV system.

B. Required Documentation
Complete documentation shall be provided for the design, manufacturing/assembling, testing,
installation, commissioning, start-up, operation, maintenance, repair and disposal of the PV
Modules and their components.
The supplier shall provide the minimum following documentation:
1. Technical data sheets
2. Test reports and commissioning protocols
3. Installation and maintenance manual
4. Factory testing quality protocol
5. Performance Guarantee
C. Quality
For the BOS, the quality certificates in accordance to the technical specifications as per MNRE
shall be provided. The internal test report of each inverter shall be submitted to CEL in a form of
spreadsheet and pdf.
The Quality Management System of inverter manufacturer shall be certified according to ISO
9001 by an internationally recognized Certification Authority.

D. Operation & Maintenance (O&M):


D.1 Supplier has to submit an Operation, Instruction and Maintenance Manual, in English and
the local language, should be provided with the Installed System. The following minimum details
must be provided in the Manual:
1. Basic principles of Photo Voltaic
2. Type & Model number, used in the system
3. Routine maintenance and trouble-shooting of the installed solar PV system
4. Preventive maintenance schedule
5. Detail information about warranty coverage
6. DO's and DONT's
7. Name and address of the contact person for replacement / repair and maintenance, in
case of non-functionality of the equipment

Technical Specifications & Standards for Inverters and BOS


Page 16 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017

Parameter Explanation Standards


Constructions and Safety Safety of power converters for use in IEC 62109-1 (Standalone
photovoltaic power systems -Part 1: inverter & MPPT/Charge
General requirements controller

Anti-Islanding test Test procedure of islanding prevention IEC 62116 up to 10 kVA


measures for utility-interconnected
photovoltaic inverters
Test related to utility Photovoltaic (PV) systems - IEC 61727
Characteristics of the utility interface
Paralleling of inverter Verify that a synchronization control Cl 5.4 IEEE 1547.1/ IEC
function will cause the paralleling device 61727
to close only when key synchronization
parameters are within allowable limits.

Determine the synchronization


magnitude of start-up current.
Technical
S. No. Parameters Explanation Standard
1 Harmonics Harmonic current injections should not IEEE 519 / IEC 61727
exceed the limits specified in IEEE 519
(recommendation by CEA)
2 Flicker Flicker should not go beyond the limits IEC 61000 / IEC 61727
specified in IEC 61000
(recommendation by CEA)
3 DC Injection DC injection into the grid should not beCEA (Technical Standards
greater than 0.5°/o of the full rated for connectivity of the
output at the interconnection point Distributed Generation
Resources)
4 Power Factor It should be within the limits of 0.95 CEA (Technical Standards
lagging and 0.95 leading to for Connectivity to the
grid) Amendment
Regulations,
2013
5 Reactive power Inverter should be capable of supplying CEA (Technical Standards
dynamically varying reactive power to for Connectivity to the
support to maintain the power factor of grid) Amendment
0.95 lagging to 0.95 leading Regulations,
2013
General specifications
S. No Parameters Explanation Standard
1 Parameters • DC Voltage (V)
Display • DC current (A)
• DC power (W)
• AC voltage (V)
• AC current (A)
• Apparent AC power (W)
• Power Factor (Cos)
• Active AC power (W)
Page 17 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
• Reactive AC power (W)
• Daily energy generation (kWh)
• Cumulative generation (kWh)
• Cumulative run time (Hours)
2 Efficiencies Efficiency Measurement
procedure as per IS/IEC
61683
Efficiency > 96%
MPPT Efficiency >98%
Euro-Efficiency > 95%
3 Operating -15°C TO +60°C
4 Operating 0% To 95%
5 Communication RS 485 interface / RF / PLC / Others as
Interfaces per site requirement
6 Max Power Near to unity
Factor (at rated
power)
7 THD <3% at rated power

Safety Compliance
S. No Parameters Explanation Standard
1 Protective • Over and under voltage trip functions if voltage As per MNRE / CEA
systems reaches above 110% or below 80% respectively
with a clearing time up to 2 seconds
• Over and under frequency trip functions, if
frequency reaches 50.5 Hz and below 47.5 Hz
with a clearing time up to 0.2 seconds
• Inverter should cease to energize the circuit to
which it is connected in case of any fault in the
circuit
• A voltage and frequency sensing and time-
delay function to prevent inverter from
energizing a de-energized circuit, and
preventing inverter to reconnect to the
electricity system unless voltage and frequency
reached prescribed limit and are
stable for 60 seconds
• A function to prevent the inverter from
contributing to the formation of an unintended
island, and cease to energize the electricity
system within two seconds of the formation of
an unintended island.
• leakage current monitoring unit
• Every time the inverteris synchronized to the
electricity system, it shall not cause voltage
fluctuation greater than ±5% at the point of
connection
2 Main Surge Should be provided
protection
3 Lightning Should be provided
Page 18 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
protection
4 Electronics Protection of electronics against dust, accidental IEC 60529 (IP 20,
degree of contact, and water by mechanical Casings and 54,65) or as per
Protection electrical enclosures MNRE
5 Degree of Degree of protection for stationary use at non- IP4X and/or IEC
protection weather protected locations 60721-3-4,

6 Environment Should be provided (MNRE guidelines) As per MNRE


Testing

Identification and Traceability of Grid Tie Inverters


The following information must be mentioned on each inverter (This can be inside or outside the
laminate, but must be able to withstand harsh environmental conditions)
i. Name of the manufacturer of string inverter
ii. Month and year of the manufacture
iii. Country of origin
iv. Unique Serial No. and Model No. of the string inverter
v. Name of the test lab issuing IEC certificate
vi. A disclaimer note of not for sale in retail market / Anti-theft mechanism etc. The
instructions to successful bidder(s) shall be provided by the CEL at the later stage.
Support Structures
The Module mounting Structures shall be as per MNRE standard. The panels will be mounted on support
structures fabricated from drawn steel. The structure will be hot dip galvanized to make them non
corrosive and long lasting. Each structure will carry suitable number of solar panels depending upon
series configuration to form a panel and will be capable of withstanding a horizontal wind speed of 150
kmph after grouting and installation

Junction Boxes
The junction boxes shall be dust, vermin and water proof with degree of protection of IP65. The junction
boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for both
incoming and outgoing cables. The wiring for panel interconnection shall be done with medium duty
PVC conduit as per BIS. Proper cable routes shall be placed in the suitable shall be provided in the array
field and cable inside the control room shall be placed in the suitable way. Cable termination shall be
made with suitable cable lugs and sockets etc. and crimped properly.
All cables shall have proper markers.

Earthing System
The earthing for array and power evacuation system shall be done in appropriate manner as per
provision of IS 3043. Each array structure of the SPV yard shall be grounded properly.The array
structures shall be connected to earth pits through appropriate size GI strip. The earthing of the power
plant equipment shall be made with proper strip.

Other Items:
Any other equipment / items required for successful commissioning and operation of the plant shall be
installed. All the equipment shall meet the MNRE latest standards.

Page 19 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
Required Testing
Factory Acceptance Tests (FAT)
The test program for the Factory Acceptance Tests (FAT) shall be submitted to CEL for approval at least 2
weeks prior commencing of tests. The test report shall be submitted prior to shipment of material.

Site Tests
• The testing should be performed during the following phases of the project:
1. Pre-commissioning
2. Commissioning and test on completion
3. Performance tests
The site tests shall be witnessed by the CEL. The commissioning test program shall be submitted at least
2 weeks prior in advance of any testing.

Authorized Test Centers


The equipment deployed shall have valid test certificates for their qualification as per above specified
IEC/ BIS Standards by one of the NABL Accredited Test Centers in India. In case of equipment for which
such Test facilities may not exist in India, test certificates from ,reputed ILAC Member Labs abroad will
be acceptable.

Inspection
CEL reserves the right to test the equipment before the dispatch to confirm their standards to the
contract specifications. If enquired, the pre dispatch testing of the Solar PV Modules, inverters, BoSetc
shall be done at the manufacture's place. These tested parameters should match the IEC/ISI/ MNRE/
BEE standards. If components of the system are not as per the standards, entire lot has to be replaced
with new components which shall confirm to the standards mentioned in the tender at Supplier's cost.

Page 20 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
Attachment-2
Applicable Tariff for 25 years from the date of commissioning

Year INR per kWh Year INR per kWh Year INR per kWh Year INR per kWh
1 3.87 7 4.62 13 5.52 19 6.59
2 3.99 8 4.76 14 5.68 20 6.79
3 4.11 9 4.90 15 5.85 21 6.99
4 4.23 10 5.05 16 6.03 22 7.20
5 4.36 11 5.20 17 6.21 23 7.42
6 4.49 12 5.36 18 6.40 24 7.64
25 7.87

Minimum Guaranteed Energy Generation by the solar power project for 25 years.

Year Calculated per kW at 17% Capacity Utilization Factor


(CUF)
1st year generation (kWh) 1489.2000
2nd year generation (kWh) 1474.3080
3rd year generation (kWh) 1459.5649
4th year generation (kWh) 1444.9693
5th year generation (kWh) 1430.5196
6th year generation (kWh) 1416.2144
7th year generation (kWh) 1402.052 2
8th year generation (kWh) 1388.0317
9th year generation (kWh) 1374.1514
10th year generation (kWh) 1360.4099
11th year generation (kWh) 1346.8058
12th year generation (kWh) 1333.3377
13th year generation (kWh) 1320.0044
14th year generation (kWh) 1306.8043
15th year generation (kWh) 1293.7363
16th year generation (kWh) 1280.7989
17th year generation (kWh) 1267.9909
18th year generation (kWh) 1255.3110
19th year generation (kWh) 1242.7579

20th year generation (kWh) 1230.3303


21st year generation (kWh) 1218.0270
22nd year generation (kWh) 1205.8467
23rd year generation (kWh) 1193.7883
24th year generation (kWh) 1181.8504
25th year generation (kWh) 1170.0319

Page 21 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017

PRICE BID
ANNEXURE-B (Part –I)

SUPPLY OF BOS FOR INSTALLATION, COMMISSIONING, WARRANTY & O&M OF SPV POWER PLANTS (7000KWp)
(Bidder has to quote prices in per KWp for each category)
S.No. Description Per KWp Prices in INR for each category
(Total 7000KWp)
Cat. 1 Cat. 2 Cat. 3 Cat. 4 Cat. 5
40-50KWp 60-100KWp 120-150KWp 175-200KWp 225-300KWp
Per KWp Per KWp Per KWp Per KWp Per KWp

1. Supply of Materials with 5 years


warranty
2. GST on supply

3. Installation, commissioning
including O&M Charges for 5
years
4. GST on 3 above

5. Total Price (In Per KWp)


In Figure:

In Words:

OPTIONAL ITEM : O&M Charges for another 20 years considering warranty of 20 years (includes repair/
replacement of all the items including their spares and consumable required for satisfactory working of Solar Power plant
except Solar Modules)
th th
1. 6 to 10 year -

th th
11 to 15 year -

th th
16 to 20 year -

st th
21 to 25 year-

2. GST on O&M

3. Total (In Per KW)


In Figure:

In Words:

* Note:
a. CEL reserve the rights to increase the quantity by 50% at same terms & conditions by 31.03.2018
b. Prices will remain firm till the execution of the project.
c. EPC Vendor empanelled in C & D category are eligible only to quote in category 1 & 2 above
th th th
d. Separate PO for O&M of 6 to 25 years shall be placed after completion of 5 yrs of warranty period.

(Signature with seal)


Page 22 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
Name:
Designation:
PRICE BID
ANNEXURE-B (Part –II)

SUPPLY OF BOS FOR INSTALLATION, COMMISSIONING, WARRANTY & O&M OF SPV POWER PLANTS (7000KWp)
(Bidder has to quote prices in per KWp for each category)
S.No. Description Per KWp Prices in INR for each category
(Total 7000KWp)
Cat. 1 Cat. 2 Cat. 3 Cat. 4 Cat. 5
40-50KWp 60-100KWp 120-150KWp 175-200KWp 225-300KWp
Per KWp Per KWp Per KWp Per KWp Per KWp

1. Supply of Materials with 25


years warranty
2. GST on supply

3. Installation, commissioning
including O&M Charges for 5
years
4. GST on 3 above

5. Total Price (In Per KWp)


In Figure:

In Words:

OPTIONAL ITEM : O&M Charges for another 20 years considering warranty of 25 years already available as on Sr.
No. 1 above.
th th
1. 6 to 10 year -

th th
11 to 15 year -

th th
16 to 20 year -

st th
21 to 25 year-

2. GST on O&M

3. Total (In Per KW)


In Figure:

In Words:

* Note:
a. CEL reserve the rights to increase the quantity by 50% at same terms & conditions by 31.03.2018
b. Prices will remain firm till the execution of the project.
c. EPC Vendor empanelled in C & D category are eligible only to quote in category 1 & 2 above
th th th
d. Separate PO for O&M of 6 to 25 years shall be placed after completion of 5 yrs of warranty period.

(Signature with seal)


Page 23 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
Name:
Designation:
GST has been implemented effective from dated 01-7-20l7. As per guidelines of CBEC, invoices must be
covered following contents, "Rule 54 of CGST Rules, 2017. Tax invoice referred to in section 31 of CGST
Act shall be issued by the registered person containing the following particulars":-

a) Name, Address and GSTIN of the supplier.


b) A consecutive serial number, in one or multiple series, containing alphabets or numerals or
special characters hyphen or dash and slash symbolized as "-" and "/" respectively, and any
combination thereof, unique for a financial year.
c) Date of its issue
d) Name, Address of the recipient and the address of delivery, along with the name of State and its
code, If such recipient is unregistered and where the value of taxable supply is fifty thousand
rupees or more
e) Name, Address and GSTIN or UIN, if registered of the recipient.
f) HSN code of goods or Accounting Code of services
g) Description of goods or services
h) Quantity in case of goods and unit or Unique Quantity Code thereof
i) Total value of supply of goods or services or both
j) Taxable value of supply of goods or services or both taking into account discount or abatement,
if any
k) Rate of tax (Central tax, State tax, integrated tax, Union territory tax or cess).
l) Amount of tax charged in respect of taxable goods or. services (Central tax, Statetax, Integrated
tax, Union territory tax or cess)
m) Place of supply along with the name of State, in case of a supply in the course of inter-State
trade or commerce
n) Address of delivery where the sane us different from the place of supply
o) Whether the tax is payable on reverse charge basis
p) Signature or digital signature of the supplier or his authorized representative
q) HSN Code (for the class of persons as may be required)

Page 24 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
Annexure-C

OPERATION & MAINTENANCE (O&M)


The bidder shall be responsible for operation and maintenance of the Rooftop Solar PV system for a
period of 5/25 years for the projects as per the condition of PO, during which CEL will monitor the
project for effective performance in line with conditions specified elsewhere in the bid document.
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.

SUBMISSION OF O&M REPORT (OMR)


The bidder shall submit the Monthly O&M Report mandatorily to the Employer as per the Format
enclosed at Annexure E. Non submission of the report shall be considered as “Breach of Contract” and
shall attract punitive actions as per the relevant provisions of the Contract. However, the decision of the
CEL shall be final in this regard.

OPERATION OF THE SYSTEM DURING WEEKENDS AND GENERAL HOLIDAYS AND CALCULATION OF
CUF:
During grid failure, the SPV system stops generating. Any instances of grid failure need to be mentioned
in the monthly report and those instances need to be authorised by local DISCOM/CEL. Then the period
will be excluded in calculation of CUF.

Operation and Maintenance Guidelines of Grid Connected PV Plants


For the optimal operation of a PV plant, maintenance must be carried out on a regular basis.All the
components should be kept clean. It should be ensured that all the components are fastened well at
their due place. Maintenance guidelines for various components viz. solar panels, inverter, wiring etc.
are discussed below:

1. SOLAR PANELS
Although the cleaning frequency for the panels will vary from site to site depending on soiling, it is
recommended that
 The panels are cleaned at least once every fifteen days.
 Any bird droppings or spots should be cleaned immediately.
 Use water and a soft sponge or cloth for cleaning.
 Do not use detergent or any abrasive material for panel cleaning.
 Iso-propyl alcohol may be used to remove oil or grease stains.
 Do not spray water on the panel if the panel glass is cracked or the back side is perforated.
 Wipe water from module as soon as possible.
 Use proper safety belts while cleaning modules at inclined roofs etc.
 The modules should not be cleaned when they are excessively hot. Early morning is particularly
good time for module cleaning.
 Check if there are any shade problems due to vegetation or new building. If there are, make
arrangements for removing the vegetation or moving the panels to a shade-free place.
 Ensurethatthemoduleterminalconnectionsarenotexposedwhilecleaning as this poses a risk of
electric shock.
 Never use panels for any unintended use, e. g. drying clothes, chips etc.
 Ensure that monkeys or other animals do not damage the panels.

Page 25 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017

2. CABLES AND CONNECTIONBOXES


 Check the connections for corrosion and tightness.
 Check the connection box to make sure that the wires are tight, and the water seals are not
damaged.
 There should be no vermin inside the box.
 Check the cable insulating sheath for cracks, breaks or burns. If the insulation is damaged, replace
the wire.
 If the wire is outside the building, use wire with weather-resistant insulation.
 Make sure that the wire is clamped properly and that it should not rub against any sharp edges or
corners.
 If some wire needs to be changed, make sure it is of proper rating and type.

3. INVERTER
 The inverter should be installed in a clean, dry, and ventilated area which is separated from, and not
directly exposed to sky.
o Remove any excess dust in heat sinks and ventilations. This should only be done with a dry cloth or
brush.
o Check that vermin have not infested the inverter. Typical signs of this include spider webs on
ventilation grills or wasps’ nests in heat sinks.
 Check functionality, e.g. automatic disconnection upon loss of grid power supply, at least once a
month.
 Verify the state of DC/AC surge arrestors, cable connections, and circuit breakers.

4. SHUTTING DOWN THESYSTEM


 Disconnect system from all power sources in accordance with instructions for all other components
used in the system.
 Completely cover system modules with an opaque material to prevent electricity from being
generated while disconnecting conductors.
 To the extent possible, system shutdown will not be done during day time or peak generation.

Page 26 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
Annexure D

Monthly O & M Report (Part –I)

Month and year:


Name of the bidder& PO ref no.:
Site Details:
Section of Activity to be Description Date Name / *Remarks
Area done Signature

Clean any Bird droppings/


dark spots on module
Cleaning immediately.
& Routine Clean PV modules with plain
PV Module Inspection water or mild detergent.

Inspection for hot spots &


bypass diode failure.
Check the PV modules
And structure for any
damage.
If any new objects, such as
PV Array Inspection & vegetation growth etc., are
Removal causing shading of the
array. Remove if any.
Remove bird nests or
vermin from array area.

• Inspect Junction boxes for


oxidization, imposition of
water or vermin.
Junction Boxes • Check situation of
Inspection switches and breakers.
• Check condition of all
protection devices.

Inspect cabling for loose


Wiring Inspection connections, signs of
cracks, corrosion,
overheating, other defects
and ground faults

Page 27 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017
• Observe instant operational
indicators on the LCD Panel.
• Inspect Inverter housing or
shelter for any physical
Inverter Inspection maintenance.
• Check for connection
tightness.
• Clean or replace any air
filters.

Verify monitoring
instruments with standard
Instruments Validation instruments to verify their
operation within tolerance
limits.
Daily Operation and
Plant Record Performance Monitoring.
Monitoring
Spare Parts Record Manage inventory of spare
parts.
Log Book Documentation Maintain daily log records.

*Provide details of any damages, plant/inverter shut down (planned/forced), breakdown,


replacement of systems/components, ,etc under remarks.
*Daily register is to be maintained by the vendor at site and must have the information about the
daily generation, Inverter downtime if any, Grid outages. Recordings may be inspected by CEL
officials at any time during O&M period.

Page 28 of 40
in the Institutions of Ministry of Earth Sciences (Under RESCO model)
Tender Document: C-2(b)/RC/0700/4466/2017

Part--II

Expected Actual Grid Failure Inverter down period


Date Generation Generation (hh:mm) (hh:mm) Remarks

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
Total generation for the month in kWh:
Cumulative generation since commissioning in kWh:
CUF for month in %:
Cumulative CUF since commissioning in %:
Date: (Signature of the Auth. Rep.)
Name
Phone
Seal

Page 29 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

Annexure-E
Standard terms and conditions:
1. Terms of Price: The terms of price would be FOR CEL site unless specified otherwise in
Annexure-A. Packing, forwarding, freight and insurance charges up to CEL site are to the
account of supplier/bidder.
2. This is zero deviation tender. No deviation in Specifications, Terms & Conditions of the tender is
allowed. Quotations having deviation from our specifications, terms & conditions would be
rejected.
3. All requirements of export licensing, Govt. permissions or any other statutory clearance from
the country of export as per regulations existing in the supplier’s country shall be the
responsibility of supplier, if required as per the terms of the purchase order.
4. Inspection: Inspection will be done by CEL representative(s). CEL shall have free access to the
supplier’s works during testing and final inspection. Vendor shall inform CEL at least one week
in advance. All testing arrangements shall be the responsibility of the vendor. CEL reserves the
right to inspect the material during manufacturing and/or before dispatch as per specifications
and test protocols. Internal inspection report and inspection certificate must accompany the
supply. (This clause will be superseded by Inspection clause, if any, in Annexure A).
5. Price variation Clause: Price variation will not be permitted and quotations having Price
variation clause will be rejected.
6. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid till
31.03.2018.
7. Determination of Lowest quoting bidder: The lowest quoting bidder would be decided on the
basis of lowest total basic price (excluding GST wherever applicable) for each category.
8. Splitting of tender quantity in two or more bidders: CEL reserves the right to split the quantity
and award on two or more vendors as per the requirement. The following norms would be
adopted in case of spilt of quantity:

Eligible bidders shall be ranked from the lowest to the highest based on the total basic price
(excluding GST wherever applicable) submitted by the bidders for each category. Eligible L2 &
L3 bidders in each category shall be invited to match the lowest total basic price (L1) to become
qualified bidder(s) and eligible. In this regard, final decision shall be taken by CEL management.
The splitting criteria will be as follows:
If order awarded to two bidders = L1 : L2
70 : 30
If order awarded to three bidders = L1 : L2 : L3
60 : 25 : 15

9. NEW / UNAPPROVED VENDOR POLICY: Only Empanelled EPC contractors of CEL are eligible for
participation in this tender.
10. Any corrections/alterations in the tender/quotation/bid should be duly signed by the bidder.
CEL does not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in
postal transaction.

Page 30 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

11. Earnest money deposit (EMD): EMD amount mentioned in Annexure 1 (and also in tender
notice) must be submitted through demand draft/RTGS/NEFT/TT/SWIFT favoring “M/s. Central
Electronics Limited” and payable at Delhi. The EMD amount must be submitted with the bid,
failing which, bid will be rejected. No interest shall be payable on the EMD amount. The details
of CEL’s bank account for RTGS/NEFT for transfer of EMD amount are as below:
Beneficiary Name: Central Electronics Limited
Beneficiary Account Number/IBAN: 87761250000014
Beneficiary Bank SWIFT Address/BIC: SYNBINBB161
Beneficiary Bank Name: Syndicate Bank (IFSC Code: SYNB0008776)
Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4,
Sahibabad 201010, U.P., INDIA

The EMD (after deduction of bank charges, if any) of unsuccessful bidder will be refunded within
one month of finalization of tender. The earnest money of successful bidder(s) would be
converted into security deposit and would be returned (after deduction of bank charges, if any)
to the bidder(s) after two months of successful completion of installation. In case the
successful bidder(s) is/are exempted from submission of EMD (as described below), Security
Deposit @2% of the order value has to be submitted through a DD/BG within ten days of
placement of purchase order, failing which, when payable, 10% of the payment from 70% of
the material value (as per point ‘1’ of payment terms) will be retained by CEL till two months of
successful completion of installation.

Exemption from submission of EMD: Micro & Small Enterprise registered with DIC or KVIC or
KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and
Medium Enterprises, Govt. of India are exempted from submission of EMD. If any bidder is
eligible for exemption from submission of EMD as per above, such bidder(s) must submit a
copy of valid registration certificate from NSIC/DIC along with the bid/quotation.
12. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all
tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser
quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any
order placed on the basis of this tender in case of strike, accident or any other unforeseen
contingencies causing stoppage of production at CEL or any reason(s) CEL management may
deem proper in its own interest or to modify the order without liability for any compensation
and or claim of any description.
13. In case an order placed by the CEL based on the quotation/bid/tender submitted by the
bidder/supplier is not executed by the supplier/bidder, CEL may get the work executed from
elsewhere and recover the additional amount that CEL may have to spend in executing the
work plus 10% to cover the overhead & incidental expenses.
14. Quantity Enhancement: CEL Reserves the right to enhance the quantity of material ordered up
to 50% by amending the purchase order(s), if any, awarded on the basis of this tender at the
rate and terms and conditions mentioned in such purchase order(s).

Page 31 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

15. Replacement of Rejected Material: Any material supplied against order placed on basis of this
tender and found to be defective on inspection or installation or differing from approved
samples or make or specifications will be replaced by the supplier free of cost or full refund
made to CEL for the amount paid by CEL including freight and insurance and other incidental
charges at CEL’s discretion.
16. Arbitration: Any disputes, difference controversies/ difference of opinions, breach and
violation arising from or related to this agreement/contract/work order etc. between the
parties shall be resolved by mutual discussion/reconciliation in good faith. If disputes,
difference controversies/difference of opinions, breach and violation arising from or related to
this agreement/contract/work order etc. cannot be resolved within 30 days of commencement
of reconciliations/ discussions then the matter shall be referred to the Sole arbitrator,
nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the
parties. There will be no objection to any such appointment on the grounds that the Arbitrator
is an employee of CEL. The laws prevailing in India would be applicable.

Page 32 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

Annexure-F

SPECIAL TERMS & CONDITIONS

1. NEW / UNAPPROVED VENDOR POLICY: Bidders who are not yet registered as EPC contractors in CEL
are not eligible to quote in this tender.
2. Delivery Schedule: Within 60 days from the date of each clear site.
3. PAYMENT TERMS:
Payment shall be made on back to back as per the following terms on pro-rata basis:
1 Upto 70% of the material value with full taxes / duties will be made after delivery & acceptance
of material at site duly certified/verified by EESL & CEL.
2 Upto 30% of the material value after successful installation & commissioning at site duly
certified/verified by EESL & CEL.
3 40% of installation and commissioning and O&M at the end of successful completion of
installation and commissioning and handing over of system duly certified by EESL & CEL and after
submission of PBG for 10% of PO Value.
4 60% of installation and commissioning and O&M value for operation and maintenance for 5
years (1st year to 5th year) shall be paid on equated annual installments on certification by EESL &
CEL.
5 100% O&M value for operation and maintenance for another 20 years (6th year to 25th year)
shall be paid on equated quarterly installments starting from 6th year onwards on duly
certification by EESL & CEL.
6 CEL will release PO with O&M from 1st to 5th years & CEL on its sole discretion may award the
O&M contract for further period of 6th to 25th years (Optional items) which will be binding on
successful bidders and this PO shall be placed in the beginning of 6th year.

4. Earnest Money Deposit: INR 10,00,000.00 (Rupees Ten Lakhs only).


5. Security Deposit: Security Deposit @2% of the order value has to be submitted by all the successful
bidder(s) on whom Purchase/Work Order is placed based on this tender. This is also applicable to
bidder(s) who are exempted from submission of EMD. Such bidder(s) have to submit the security
deposit within ten days of placement of Purchase/Work Order, failing which, when payable, 10% of
the payment from 70% of the material value (As per point ‘1’ of payment terms) will be retained by
CEL till two months of successful completion of installation. The EMD submitted by non-exempted
successful bidder(s) shall be converted in to Security Deposit. The security deposit will be returned
to the bidder(s) after two months of successful completion of installation and after deduction of
bank charges, if any. No interest shall be payable on the amount paid/retained as Security Deposit.
6. Warranty period: As per clause “Performance & Functional Warranty” of Annexure A.

7. Performance bank guarantee (PBG): Please refer clause “Contract Performance Guarantee” of
Annexure- A
8. Price reduction for delayed delivery: As per clause “Liquidated Damages” of Annexure A.

Page 33 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

9. Submission of bid: The bids must be submitted on or before 11.10.2017, 15:00 hrs. IST. There will be
a Single cover in the quotation and following are to be submitted with your quotation/Bid:

i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents


for exemption from submission of EMD.
ii. Technical catalogue, literature and approval/registration certificate, if any, required as
per eligibility criteria and any other document required as per tender.
iii. Filled up Format for Submission of Vendor Data as per format at Annexure G.
iv. Tender acceptance letter as per format at Annexure H.
v. Price Bids on company’s letter head as per Price Bid formats (Annexure-B).
10. Opening of bids: Bids will be opened on 11.10.2017 at 15:30 Hrs. IST.
11. Any other terms & conditions mentioned in Annexure A of the tender shall also apply. In case of any
ambiguity between the terms & conditions mentioned here above and Annexure A, the terms &
conditions mentioned in Annexure A shall prevail.
12. In case of any technical clarification, please contact Mr. Anupam Tyagi, AGM (Projects) or Mr. K.R.
Kalra, STM (SPV-M-PPC) on 0120-2895165/67. For any commercial clarification, please contact AGM
(MMD).

Page 34 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

Annexure-G

Format for submission of Vendor Data

1. Name of vendor
2. Registered Address

Phone No.
Fax No.
Name of Proprietor/
CEO/Chairman

Phone/Mobile No.
Email id
3. Factory Address

Phone No.
Fax No.
Email id
4. Delhi/NCR Address (if
any)

Phone No.
Fax No.
Email id
5. Correspondence
Address

6. Name of Contact Person


Designation
Phone/Mobile no.
Fax No.
Email id
7. Website

Page 35 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

8. Income Tax related information


PAN No.
PAN reference no. (in
case PAN applied for)
PAN Status (in case
PAN applied for)
9. GST related information
GST No.
Address
State
10. Registration No. with
Directorate of
Industries
11. SSI Reg. No. (if Small
Scale Industrial Unit)
12. Bank related information
Bank name
Branch name
Bank address
Bank phone no.
Bank fax no.
Bank MICR Code (9
digit)
RTGS-IFC Code
Account type
Account no.
Swift Code

Correspondence with respect to this tender may be addressed to Mr/Ms …………………………… at email
id ……………………………………………………………………… and mobile
no………………………………………
I/We accept that CEL may send SMS and/or email regarding this tender/any other tender, award of
contract, purchase order(s) and/or any other information on any/all mobile nos. mentioned in this vendor
data sheet.

I/We certify that the information given herein is correct to the best of my knowledge and belief.

Signature of Proprietor/CEO/Chairman
Seal of the company/concern

Page 36 of 40
Tender Document: C-2(b)/RC/0700/4466/2017

Annexure – H
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)

Date:
To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Tender / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’
from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender
documents from Page No. to (including all documents like annexure(s), schedule(s), etc .,),
which form part of the contract agreement and I / we shall abide hereby by the terms / conditions /
clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also
been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender


document(s) /corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organisation shall
without prejudice to any other right or remedy be at liberty to reject this tender/bid including the
forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 37 of 40
List of Qualified EPC Vendors of Category 'A' & 'B'

S. NO. CATEGORY PARTY ADDRESS CONTACT NO. EMAIL STATE

Akshay Jyoti Energies Pvt. 608, 6TH FLOOR, MARUTI PLAZA, 9897038232 abhishek.kumar@ajepl.com
1 A U.P.
Ltd SANJAY PLACE, AGRA - 282002
Life Line Technocrates Sh. Saurabh Singhal saurabh@lifelinetechgroup.co
2 A 95, New Arya Nagar, Ghaziabad U.P.
P.Ltd 9810257900 m
D-97/A, Road No.18, Phase-I, IDA
Jeedimetla, Hyderabad-500 055 Sh. Vijayaraghavan AN
3 A PPS Enviro Power P. Ltd. vijay@ppsenviro.com Telangana
(Telangana) 8096999599
Sh. Sai Sunder B. 8096999585
24 Laxmi Chambers, Navjivan Press
4 A Madhav Infra Project Ltd Road, Near High Court, Ahmedabad - Shri Kiran Kelkar kiran.kelkar@madhavcorp.com GUJARAT
380009, Guajrat
25 & 27, Eagle Tower, Thousand
Hild Energy Private Mr. V. Kingston psp@hildenergy.com
5 A Lights, Greams Rood, Chennai- Chennai
Limited Mob.: 7299949121 marketing@hildenergy.com
600006
Plot No.- 131A, Phase - 1, Krimy
Biscuit, G.I.D.C., Vitthal, udhyognagar - Mr. Kalpesh R. Patel
6 A Solex Energy Pvt. Ltd. solexin14@gmail.com GUJARAT
388121 Mob.: 9825328298
Dist.- Anand (Gujarat), India
5th Floor, Surya Tower, S.P.Road, Mr. J. Sreenivasa Rao
7 A Surana Solar Limited israo@surana.com Telangana
Secunderabad - 500003, Telangana Mob- 9951589740
Akshay Jyoti Solar Pvt Ltd. B-59, Sector - 63, Noida - 201301, UP. Sh. Ketan Jain ketan.jain@uneecops.com
Joint Venture with Cell: 9871411386
8 A U.P.
Unnecops Technologies Ph.: 0120-4818072
Ltd.
Mr. Jay Kumar Dhoka jay@ren-en-gen.com
Ren-En-Gen Solutions Pvt. 301, Rohan Tower, Pune, Mumbai Rd,
9 A Cell: 9823339969 MAHARASHTRA
Ltd. Dapodi, Pune-411012
Ph.: 020-27143118 santosh@ren-en-gen.com
194-B, Ramesh Market, Garhi, East of Mr. Aditya Mathur nicediesel2006@hotmail.com
10 A Nice International Ltd. Delhi
Kailash, Delhi-110 065 9810032801 solar@niceinternational.co.in
SBD Green Energy & Infra
Mr. S.N. Dalmia
India Pvt. Ltd.
11 A 349, Sector-40, Gurgaon, Haryana 9910945929 sbd.solarsystems@gmail.com Haryana
Joint Venture with
9999091555
Vending Solutions
418, Swastik Chambers, Sion Trombay +91 9833404567 amish@imc-india.com
International Marketing
12 A Road, Chembur, MAHARASHTRA
Corpotation
Mumbai - 400 071
80, F I E Partpar Ganj Delhi-92
13 B G. S. Enterprises GSESOLAR@GMAIL.COM DELHI
011-43095361, 9313104202
Plot No. 107, Govind Nagar West, 9414317072 urvashienterprises@gmail.com
14 B Uravashi Enterprises RAJASTHAN
Amber Road, Jaipur - 302002.
B-13, Pravasi Industrial Estate, Off Sh. Hiren Shah
Autonic Energy Systems Solar@autonic.in
15 B Aarey Road, Goregaon (East), Mumbai- 022-66021000 MAHARASHTRA
P.Ltd. info@autonic.in
400 063 022-66021032
3rd Floor, Tawer A, Banariamman
Towers, Dr. Radhakrishnan Salai,
Sh. Rohit Rabindernath
16 B Alectrona Energy P.Ltd Mylapore-600004, Chennai rohit@zynergygroup.net Chennai
9791066799
Mr. Visakan Kandaswamy
9940695522
Sh. Vinay Singh
A-804, Jansatta Apartment, Sec.-9, kv.tech@hotmail.com,
17 B KV Techno Solutions P. Ltd 9899641070 U.P.
Vasundhara, Ghaziabad. vimay.9.singh@gmail.com
9643699989

H.No.6-3-596/77/3/A-1, 1st Floor, Sridhar Babu Pallempati


Green Secure Energy
18 B Naveen Nagar, Khairatabad, Ph: 040-23392979, sridhar@greensecure.in Telangana
P.Ltd.
Hyderabad, Telangana-500 004 Mob.9618888430
DRS Energy Private Mr. Adnan Ali khan
19 B H-57, Sector-63, Noida (U.P) - 201 301 adnan@drs-energy.com U.P.
Limited Mob.: 9717811555
H-375, Sitapura industrial Area, Jaipur 8696922133 raj.b@gearsenergy.com
20 B Gears Energy Solurions RAJASTHAN

Page 38 of 40
List of Qualified EPC Vendors of Category 'A' & 'B'

S. NO. CATEGORY PARTY ADDRESS CONTACT NO. EMAIL STATE

PLOT NO. 21, MAINA PUR INDL. AREA,


GEEAAR_2007@REDIFFMAIL.C
22 B GEE AAR INTERNATIONAL MEERUT ROAD, GHAZIABAD U.P.
OM
PH.: 0120-3218317, 09810146142

Page 39 of 40
List of Qualified EPC Vendors of Category 'C' & 'D'

S. NO. Category PARTY ADDRESS Contact No. Email STATE


H-234, Ashok Vihar, Phase-I, Delhi- Abhinav Goyal
1 C Green Energy Solutions, 110052 Ph. 01149058641, gesolutionsindia@hotmail.com Delhi
Mob.-9899830400
51, S.S. Road, Fancy Bazar, Guwahati, Varun Goenka
2 C Atlanta Energys Pvt.Ltd. varun@atlantaenergy.in Assam
Assam781001 Ph.No.-03612541668
Mittal Processors Pvt.Ltd, GT Road, Mr.Manan Bali
3 C Mittal Processors Pvt. Ltd. Panipat, Haryana-132103 Ph-2575295 Mob- manan@mittalsgroup.com Haryana
9990016965
B-4, Hans Plaza, Ambedkar Road, Mr. Diwaker Bishnoiph:
4 C Vishal Electricals Ghaziabad 201 001 8373907889 vishal_electrical99@yahoo.co.in U.P.
Ph.: 0120-4122684
M-4B, Aradhana bhawan, Azadpur, Mr. Sanjay kumar
sanjay@bhartiwaters.com
5 C Bharti Waters pvt. Ltd. Commercial Complex, Delhi -110033 Aggarwal DELHI
bharti@bhartiwaters.com
Mob.: 9810600304
Enertia Sun power Pvt. 256, Madhuban Colony, Baghpat Mr. Gaurav Gupta gaurav.gupta@enertiasunpower.c
6 C U.P.
Ltd. Road, Merrut - 250002, UP Mob: 9910390819 om
Solera Eergy Systems (I) #1132, Secto 44-B, Chandigarh 09814011966 soleraenergy@hotmail.com CHANDIGAR
7 C H
Pvt. Ltd,
B/3, Ist Floor, Siddharth Complex,
B/h, Income Tax Office, Ashram Road, rajshreeenergy24@yahoo.co.in
8 C Rajshree Energy GUJARAT
Ahmedabad - 380 009 rajshreeenergy24@gmail.com

Envio Energy Technologies B-139,Ashok Nagar ,Ghaziabad


9 C Mr. Sahil Goyal sahil.goyal@enviogroup.co.in U.P.
Pvt. Ltd. Mob. No.- 9999974909
D-38/B LOWER GROUND
GRANZOR ENGINEERING
10 C FLOOR,ACHARYA NIKETAN,MAYUR PH.NO.+91-11-22751980 INFO@GRANZOR.IN DELHI
PVT. LTD.
VIHAR PHASE-1 DELHI
Plot No.51/1/10, UPSIDC Indl. Area,
Sh. Abhinav Gupta abhinav@sunswitch.in
11 D Sun Switch India P.Ltd. Sahibabad-201010 U.P.
9910037133 info@sunswitch.in
Sh. Sanjay Singh 9971050778
SF-12, Omaxe Celebration Mall, Near
Sh. Sanjay Kumar Garg
Subash Chowk Sohna Road, Gurgaon- sanjay@aryavgreenenergy.com
12 D Aryav Green Energy P.Ltd Director Haryana
122004, Haryana aryav12@gmail.com
9643002028
Ms. Monalisa Dash 9643002027
Mr. Gunpavit Singh
Samved Energy Systems EL-8, J-Block, MIDC, Bhosari, Pune- MAHARASHT
13 D Sahni samvedenergy@gmail.com RA
Pvt. Ltd. 411026.
Mob.-09823729098
A.P.U Traders and Bulding 88-C, Block-AP, Pitampura, New Delhi- T.N. Tiwari
14 D apuindia10@gmail.com DELHI
Pvt. Ltd 110088. Mob.-9891807755
Balaji Agencies Private KF-91, Kavi Nagar, Ghziabad- 201 001 Mr. Anjul Aggarwal
15 D balajiagencies.sola@gmail.com U.P.
Limited Mob.: 9582226966
5th Floor, Surya Tower, S.P.Road,
Bhagyanagar Energy and Mr. Sreenivasa Rao J.
16 D Secunderabad - 500003, Telangana jsrao@surana.com Telangana
Telecom Pvt. Ltd. Mob: 9951589740
State

Page 40 of 40

You might also like