POTENDER309: Sample Tendere For High Mast
POTENDER309: Sample Tendere For High Mast
POTENDER309: Sample Tendere For High Mast
1|Page
Table of Contents
Sr. Page
CONTENTS
No. No.
SECTION-I BID INVITATION
1 Brief Description of the Bidding Process 5
2 Bidding Information 5
SECTION-II INFORMATION AND INSTRUCTION TO BIDDERS 7
1 Scope of Contract 10
2 Eligibility 11
3 Standards and Certificates 16
4 Instructions 16
5 Cost of Bidding 17
6 Language of Bid 17
16 Late Bids 21
17 Clarification of Bids 22
18 Preliminary Examination 22
2|Page
Sr. Page
CONTENTS
No. No.
3 Manner of Execution 27
4 Application 27
5 Standards 27
6 Inspection 27
7 Transportation 28
8 Terms of Payment 28
9 Penalty Clause 29
10 Assignment 29
11 Sub-contracts 29
13 Applicable Law 29
14 Notices 29
15 Packing 29
16 Danger Plates 30
17 Control Room 30
18 Insurance 30
9 Technical and General Specifications for BEE 5 Star Ceiling Fan 115
APPENDIX
1 Appendix - I (A): Bidder’s Information Sheet 118
2 Appendix – I (B): Firm Profile at a Glance 119
3|Page
Sr. Page
CONTENTS
No. No.
3 Appendix - I (C): Financial Status 120
4 Appendix - I (D): Annual Turnover 121
5 Appendix - II: Form of Performance Bank Guarantee 122
Appendix - III: Experience for Supply & Commissioning of Solar (SPV)
6 123
Power Plant
7 Appendix – IV: Site Visit Report 126
8 Appendix – V: Understanding 128
ANNEXURE
1 Annexure A - Check List 129
4|Page
SECTION-I
BID INVITATION
BIDDING INFORMATION
5|Page
8 Date and address for MAHARASHTRA ENERGY DEVELOPMENT
communication AGENCY, AMRAVATI
and Venue for Tender opening (A Government of Maharashtra Institution)
and Time of opening of Opp. Govt. Guest House, Jail Road, Camp Amravati
Technical Bids. -444602
16/09/2019 at 13:00Hrs.
9 Security Deposit 3% of the Contract Value (To be submitted online )
after placement of LOI/ work order
The date & time of opening of Price Bid will be announced later.
If any technical difficulties arise while filling up e-tender, please call at 24 x 7 Help
Desk Number 0120-4001 002/005 at NIC. It is compulsory to pay tender
document fee, EMD through E-payment SBI Net Banking, RTGS and NEFT only.
Eligible bidders can upload the Tenders through mahaetender portal of G o M :
https://mahatenders.gov.in
The EMD exemption will be as per the Government resolution No. Bhakhasa-
2014/Pra.Kra.82/Part-III/Udoyg-4 dated 1/12/2016 and its subsequent amendments, if
any (Purchase Policy).
MEDA reserves the right to cancel and / or change the bidding process at any stage
without assigning any reason. MEDA reserves the right to reject any or all of the bids
received at its discretion, without assigning any reasons whatsoever.
SECTION-II
The Divisional General Manager, Amravati invites bids from eligible bidders for “works”
include Survey, Design, Manufacture, Supply, Installation, Testing and Commissioning with
five years Comprehensive Maintenance Contract of cumulative 126kWp Off-Grid SPV Power
Plants, 88 Solar Street Light System,10 Solar base High Mast in various Government Ashram
Schools, Z.P. Schools, Primary Health Sub-Centres and 04 Solar Water Pumping System in
various G.P/villages at Taluka- Dharni & Chikhaldara, District- Amravati, State-
Maharashtra..(herein after referred to as the contract of works) and as described in the Bidding
document under single point responsibility “Turnkey Contracts” under Tender No:
AMT/SOLAR-OFF GRID/TRIBAL/4/2019-20.
6|Page
Solar Off-Grid Project Sites: -
S.N. Proposed Project Capacity of Solar PV Cost in Rs.
Location Plant(kWp) (lakhs)
01 Govt. Ashram School 20 20
Kutanga
02 Govt. Ashram School 20 20
Chikhali
03 Govt. Ashram School, 15+5 20
Raipur
04 PHC, Sub-centre, 02 2
Raipur
05 Govt. Ashram School, 20+05 25
Jarida
06 Govt. Ashram 10 10
School,Doma
07 PHC, Sub- Centre, 02 2
Makhala
08 PHC, Sub-Centre, 02 2
Khadimal
09 Z.P. School, Khadimal 01 1
10 PHC, Sub- 02 2
centre,Rangubeli
11 PHC, Sub- 02 2
centre,Boratyakeda
12 PHC, Sub-Centre, 02 2
Khamda
13 PHC, Sub- Centre, 02 2
Bhutrum
14 PHC,Sub-Center,Ektai 02 2
15 PHC,Sub- 02 2
center,Khokmar
16 PHC,Sub- 02 2
Center,tarubanda
17 PHC, Sub-Center, Salita 02 2
17 PHC, Sub-Center, 02 2
Awagad
18 Z.P. School, Chunkhadi 01 1
19 Z.P.School,Marizadap 01 1
20 Z.P.School,Bodu 01 1
21 Z.P.School, Tembru 01 1
22 Z.P.School, Piplya 01 1
23 Z.P.School,Lakhewada 01 1
Total 126 kW 126
7|Page
Solar Street Light sites: -
Amount
Sr.No.
Name of Village Name of Sites SSL (nos.) SSL
Govt. Ashram
1
Kutanga School, Kutanga 12 208800
Govt. Ashram
2
Chikhali School, Chikhali 12 208800
Govt. Ashram
3
Raipur School, Raipur 10 174000
Govt. Ashram
4 School, Jarida 20 348000
Jarida PHC, Sub Center 02 34800
Govt. Ashram
5
Doma School,Doma 10 174000
6 Makhala PHC, Sub-center 2 34800
7 Khadimal PHC, Sub-center 2 34800
8 Rangubeli PHC, Sub-center 2 34800
9 Boratyakheda PHC, Sub-center 2 34800
10 Khamda PHC, Sub-center 2 34800
11 Bhutrum PHC, Sub-center 2 34800
12 Ektai PHC, Sub-center 2 34800
13 Khokmar PHC, Sub-center 2 34800
14 Tarubanda PHC, Sub-center 2 34800
15 Salita PHC, Sub-center 2 34800
16 Awagad PHC, Sub-center 2 34800
Total Amount 88 1531200
8|Page
Solar Water Pumping System: -
Name of Solar water Capacity Amount
Sr.No. Village Name of Sites Pump(nos.) & Types (In Rs.)
Govt.Ashram
1 5HP (A.C)
Kutanga School Kutanga 1 393012.00
2 Govt.Ashram 1 393012.00
Chikhali School Chikhali 5HP (A.C)
Govt.Ashram
3 Raipur School,Raipur 1 5HP (A.C) 393012.00
Govt.Ashram
4 Jarida School, Jarida 1 5HP (A.C) 393012.00
9|Page
1. SCOPE OF CONTRACT-
The Scope of contract is as below:
• Survey, Design, Manufacture, Supply, Installation, Testing and Commissioning with
five years Comprehensive Maintenance Contract of Cumulative 126 kWp off-grid SPV
Power Plants, 88 Solar Street Light System, 10 Solar base High Mast on various
Government Ashram Schools, Z.P. Schools, Primary Health Sub-Centre’s and 04 Solar
Water Pumping System on various G.P/villages at Taluka- Dharni & Chikhaldara,
District- Amravati, State-Maharashtra on “Turnkey” Contract Basis and as described
in the Bidding Document.
• Free replacement of defective components of systems within Comprehensive
Maintenance Contract period (CMC) of 5 years after commissioning for efficient running
of the system.
• Detailed planning for smooth execution of project.
• Selected Bidder(s) shall be bound by operation and management arrangements and rules,
regulations and modalities as per MNRE and as established by MEDA and mutually
agreed between MEDA and the contractor for effective implementation of the project.
• The Works are to be carried out at various locations/buildings in taluka- Dharni &
Chikhaldara, Dist. Amravati.
• Eligible Bidder can quote for all of the Projects/ Systems as specified in financial
Bid. Bidder shall quote only after the site visit in consultation with MEDA Divisional
Office.
• Divisional General Manager, MEDA, Amravati reserve right to distribute Project
wise work in cost of L1(Lowest Bid) only.
• Time is the essence in completing the Works. The successful Bidder will be required
to complete the works within the stipulated time as specified in the tender document.
The bidder shall ensure that off-grid SPV Power Plants, Solar Street Light System,
Solar Base High Mast and Solar Water Pumping System should be commissioned
within 60 Days from the date of issue of work order.
• Bids shall be complete and cover all Works described in the Schedule of Prices. Any
item of works required for complete usable system shall be deemed to be included in
bidder’s scope irrespective of whether it is specifically mentioned or not in the price
schedules.
• Bidder should note that obtaining permissions from statutory bodies wherever required
for execution of works, shall be entirely in bidder’s scope.
• Bidder should note that during progress of the work he has to submit the progress report
of the work in every 15 days along with the photograph of the site to MEDA office.
• Partial bids, or bids which do not cover the entire scope of the project will be treated as
incomplete and not responsive to the terms and conditions of bidding and are liable to
be summarily rejected.
2. ELIGIBILITY
The bidder shall provide sufficient documentary evidences to satisfy the following
conditions,
10 | P a g e
- He shall supply the material (module, battery and inverter) only from the
manufacturers those are empanelled under off-grid and decentralized solar
application programme of MNRE
- The Bidder should provide valid registration certificate issued by
MNRE/MEDA/IEC/BIS approved System certificate of SPV Module, battery and
luminaries test report.
- The tenderer shall be a reputed supplier of Solar Street Lights (SSL Model III) and
who manufacture at least one of the major sub-systems (PV module / Battery /
Electronics). The test certificates of SSL (Model III) to be submitted by Tenderer
with the Tender Document shall mention that the Tenderer is Original Equipment
Manufacturer (OEM) of any one of the sub-systems (PV module / Battery /
Electronics).
- Has experience of manufacturing, supply, installation testing, installation /
commissioning and maintenance / after sale services in the field of Off-Grid/On-
Grid Solar PV systems of more than 200 kW cumulative capacities. Out of these
200 kW, a single project of minimum capacity 25kW must have to be executed by
bidder. The details must be submitted in the Performa given in Technical-Bid
section of tender document along with the self-attested copies of work order.
- The Tenderer who have supplied & commissioned minimum 10 Nos. of Street
Lights to any Nodal Agency / Govt. Organization, local body etc. in India during
last 3 years.
- The Tenderer who have supplied & commissioned minimum 03 Nos. of Solar LED
High Mast to any Nodal Agency/Govt. Organization/Pvt Organization etc in India
during last 3 years
- At least 02 Solar Photovoltaic Water Pumping Systems should have been installed
& commissioned by the bidder.
- Must have annual turnover of minimum 02 crore during last three years. (i.e. 2016-
17, 2017-18 & 2018-19)
[Certified copies of the annual returns submitted to the ‘Registrar of Companies’
(R.O.C.) should be enclosed. For the preceding year, a summarized sheet of
turnover certified by registered CA may be enclosed.
For proprietary/partnership companies, copies of Income Tax returns with full
details of turnover should be enclosed. A summarized sheet of turnover certified by
registered CA should also be enclosed.]
[For Rate contract/ empanelment tenders where more than one contractor is
executing the tender: The average turnover requirement for eligibility should be
considered based upon the quantities/ value allocated or proposed to be allocated
to each successful bidder.
- Cumulative Experience may be relaxed to 15 % in case of MSMEs/ Start-ups in the
field of Solar Off-Grid System/Solar Street Light System/Solar based LED High
Mast & Solar Pumping System components but they have to submit valid IEC
certificate/test report of SPV module, inverter and maintenance free battery from
authorised test centres of MNRE, GoI.
11 | P a g e
I. Off-Grid Solar Power Plant: -
• Is a manufacturer of SPV system or System Integrator and he shall provide the valid
IEC certificate of SPV Module & Inverter and latest test report of maintenance free
battery from authorized test centre of MNRE, GoI.
• Shall have field service setup to provide after sale services including necessary repair
and maintenance.
• Has provided good after sale services for the works done by him during last three years.
• Will not be having Joint venture.
• All above criteria shall be strictly followed. Bidder should quote only if he is eligible.
1. Standards / Certificates
The goods supplied and works executed under this contract shall confirm to the standards
mentioned in the technical specification and where no applicable standard is mentioned,
the latest version of Indian Standard Institution or Bureau of Indian Specification shall be
applicable.
The Bidder shall submit all the valid test certificates and reports of the system components
following the latest MNRE Guidelines and the same components shall be supplied for
which the test reports/ certificates are submitted.
The manufacturer shall provide an indicator, which will show the status of charging.
The manufacturer should submit test certificate of Module.
For Cumulative installation of 126kW grid-connected Solar Rooftop Project at
Various Government Ashram Schools, Z.P. Schools, Primary Health Sub-Centre’s
in taluka-Dharni and Chikhaldara dist. Amravati. the manufacturer has to give the
guaranteed generation i.e. To generate 4 units per day per kW. As per above
specified sites the evaluation of monthly guaranteed generation for Solar PV System
are shown as follow: -
• Solar PV System must be equal to 4 units * 30 days * 20KW = 2400 units/ month.
• Solar PV System must be equal to4units * 30 days * 15 KW = 1800 units/ month.
• Solar PV System must be equal to 4 units * 30 days * 05KW = 600 units/ month.
• Solar PV System must be equal to 4 units * 30 days * 02 KW = 240 units/ month.
• Solar PV System must be equal to 4 units * 30 days * 01 KW = 120 units/ month
If system produces units below guaranteed generation as mentioned above then
penalty of Rs. 6/- per unit will be levied. Accordingly, bidder has to quote.
12 | P a g e
• He shall supply the material (module and inverter) only from the manufacturers those
are empanelled under off-grid and decentralized solar application programme of
MNRE.
• The details must be submitted in the Performa given in Technical- Bid section of tender
document along with the self-attested copies of work order.
2.Test Certificate: MNRE tested and qualified models of SPV systems or BIS approved
System shall be allowed for this tender. The testing and certification of samples shall
be done by the Solar Energy Centre which is accredited by Ministry of New and
Renewable Energy, New Delhi or BIS. The manufacturers who’s the test certificates
for SSL, are valid up to 31/03/2017 are eligible for this tender, subject to meeting other
conditions of the tender, specially the eligibility criterion for the tenderer.
13 | P a g e
3. Standards/Certificates
The goods supplied and works executed under this contract shall confirm to the
standards mentioned in the technical specification and where no applicable standards
mentioned the latest version of Indian Standards Institution or Bureau of Indian
Specification shall be applicable.
The Bidder shall submit all the valid test certificates and reports of the system
Components following the latest MNRE/BIS Guidelines and the same components
shall be supplied for which the test reports/certificates are submitted.
(Test Certificate for any one of the above components from a MNRE
accredited Test lab is mandatory)
OR
A PV System Integrator with three years track record in OFF – GRID/ON-
GRID PV Systems.
OR
MNRE empanelled Company to Participate in Solar Pumping Programme
through NABARD.
II. Bidder should not be blacklisted by any Govt. Agency.
14 | P a g e
V. Energy efficient LED Tube and Ceiling Fans: -
a. he shall provide the valid registration certificate issued by electrical Inspector.
b. Has experience of manufacturing, supply, installation testing, installation /
commissioning and militance / after sale services of similar type of energy
efficient devices such as LED lighting system, fan etc. The details must be
submitted in the Performa given in technical-Bid section of tender document
along with the self-attested copies of work order.
c. Must have field service setup to provide good after sale services including
necessary repair and maintenance in the state of Maharashtra.
d. Has provided good sale services for the works done by him during last three
years.
e. All above criteria shall be strictly followed. Bidder should quote only if he is
eligible.
3. STANDARDS/ CERTIFICATES
• The goods supplied and works executed under this contract shall confirm to the
standards mentioned in the technical specification and where no applicable standard is
mentioned, the latest version of Indian Standard Institution or Bureau of Indian
Specification shall be applicable.
• The Bidder shall submit all the valid test certificates and reports of the system
components following the latest MNRE Guidelines and the same components shall be
supplied for which the test reports / certificates are submitted.
4. INSTRUCTIONS
• Bidder shall upload Information, Experience Certificates, Test Reports and other such
relevant document’s specified in the list of other important documents.
• The bidder should visit the site & carryout the survey along with concern persons of
Gram panchayat Offices in consultation with MEDA Divisional Office, Amravati and
upload the certificate indicating that the survey is carried out by the bidder as per
Appendix - IV.
• Technical Proposals which are submitted by non-qualified bidders or which are
evaluated to be not responsive will be rejected and will not be further considered.
• Only Technical Proposals conforming to minimum eligibility criteria and found to be
responsive will be taken up for detailed technical evaluation. A technical / tender
evaluation committee shall evaluate the Bids submitted by bidders for a detailed
15 | P a g e
scrutiny. During evaluation of Bids, MEDA, Amravati may, at its discretion, ask the
bidders for clarification of their proposals.
• In case bidder fails in the technical bid; his financial bid shall not be opened & he shall
be disqualified from further bidding process.
• Price Proposals of bidders qualifying above conditions shall be subsequently opened.
The time and date of the opening of the Price Proposals shall be intimated on web site
by the Employer.
• The Lowest price quoted for the bid will be determined on the intimated date in presence
of the present bidders.
• The work order shall be issued to the successful bidder who ever qualify/ies in the
complete process as mentioned.
• Bidder shall quote their rates considering wide variation of site conditions, variation in
price, logistics and distribution needs, and keeping the quantum and quality of work in
mind.
• Bidder should upload only the documents which are asked to upload in the tender
document.
• All bids must be accompanied by EMD as specified in the Tender Notification and
uploaded / furnished on or before the prescribed date and time given in this document.
Bids submitted without EMD will be summarily rejected. Bidder would need to upload
the required documents through electronic mode as part of their proposal
• The Bidder shall upload copies of
• Goods & Service Tax (GST) registration Certificate
• PAN and Service Tax registration Certificate issued by appropriate authority.
• Income Tax returns of three previous assessment years.
• For any Clarification/online support please contact to solar@mahaurja.com.
• MEDA reserves the right
• To reject or accept any or all tenders wholly or partly without assigning any
reason on the grounds considered advantageous to MEDA, whether it is the
lowest tender or not.
• The successful bidder is bound to complete the work of SPV power plant at the
specified places.
• The Bid uploaded by the Bidder and all correspondence and documents in relations to
the bid shall be in English Language.
• The work order is not transferable. Subletting is not allowed.
• The MEDA will not entertain any claim at any stage from the successful bidder on the
plea of not having sufficiently acquainted himself as to the site conditions.
5. COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of bid and
MEDA will in no case be responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.
16 | P a g e
6. LANGUAGE OF BID
The Bid uploaded by the Bidder and all correspondence and documents in relations to
the bid shall be in English Language. Supporting documents and printed literature
furnished by the bidder may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the English language duly authenticated
and certified by the bidder. Supporting materials, which are not translated into English,
may not be considered. For the purpose of interpretation and evaluation of the
Application, the English language translation shall prevail.
Part I
Technical Proposal shall contain:
Bidder shall submit relevant certificates to demonstrate the financial, technical capabilities
& eligibility criteria prescribed under this Tender Document. In this regard the Bidder
shall upload following minimum documents/ information for technical or financial
evaluation.
• Bidder’s Information Sheet
• Firm’s Profile at a Glance
• Financial Status
• Annual Turnover
• Self-Certification of No Barr/non-failure/blacklisted
• Installation and performance credentials
• Experience for installation and commissioning of Solar Off-Grid Project, Solar based
High-mast, Solar street Light and Solar Water pumping System power plants.
The Bidder is expected to examine all instructions, forms, terms and specifications in the
Tender Documents. Failure to furnish all information required, by the Bidder, documents
or submission of a Bid not substantially responsive to the Tender documents in every
respect or incomplete bid document will be at the Bidder’s risk and may result in rejection
of its Bid.
Part II
Financial bid
The Bidder shall indicate in the Price Schedule, the price of Solar Off-Grid Project, Solar
based High-mast, Solar street Light and Solar Water pumping System, i t proposes to
supply under the Contract.
Financial Bid shall contain:
• The bidder should quote the price as against total contract tender estimate as shown in
price schedule format.
17 | P a g e
• Installation, testing, commissioning charges includes “FOR” destination prices
inclusive of packing, forwarding, freight, inland transportation, insurance, loading,
unloading, supply, distribution, collection, testing inspection and any / all charges
incidental for successful design, supply, Installation, commissioning and
comprehensive maintenance for five years of Solar Off-Grid Project, Solar based High-
mast, Solar street Light and Solar Water pumping System.
• Prices shall be quoted in Indian Rupees only.
• In no circumstances, escalation in the prices will be entertained.
• The Bidder shall complete the price schedule furnished in the Tender Document,
Indicating the price of Solar Off-Grid Project, Solar based High-mast, Solar street Light
and Solar Water pumping System towards Design, Manufacture, Supply, Transport,
Installation, Testing and Commissioning of Solar Off-Grid Project, Solar based High-
mast, Solar street Light and Solar Water pumping System as per the Technical
specifications. MEDA will not pay any extra charges over and above rate quoted by the
Bidder. The quoted price shall be ‘FIXED’, during the entire term of the Contract.
• Determination of the Lowest quoted price against individual Project capacity like
Solar Off-Grid Project, Solar base High-mast, Solar street Light and Solar Water
pumping System shall be considered:
i. The price (inclusive of all the taxes/duties) quoted against the individual Project which
are mentioning above shall be considered to determine the Lowest price for individual
Project for the tender.
ii. Such Bidder that has quoted the lowest price (inclusive of all the taxes/duties) against
the individual Project & category shall be declared as the preferred Bidder (the “First
Selected Bidder”) for that project the work orders shall be issued to the successful
bidder who ever qualifies in the complete process as mentioned.
• Financial Bid uploaded with an adjustable price quotation will be treated as non-
responsive and will be rejected.
• Any Bid not in accordance with above clauses of this Section will be rejected.
18 | P a g e
B) FORFEITING OF EMD: -
The EMD paid or submitted by the Bidder shall be forfeited if:
1. The Bidder withdraws his tender before finalization of work order.
2. The Bidder does not accept work order.
3. The Bidder violates any of the terms and conditions of the tender.
4. The Bidder fails to deposit requisite Security deposit.
5. The Bidder fails / refuses to execute the order as herein, the Bidder shall be deemed to
have abandoned the contract & such an act shall amount to and be construed as the
Bidders calculated and wilful breach of contract, the cost and consequence of which
shall be to the sole account of the Bidder and in such an event the MEDA shall have
full right to claim damages thereof in addition to the forfeiture of EMD.
C) SECURITY DEPOSIT:
1. The Bidder shall furnish security deposit at 3% of the total contract value within 10
days from the date of issue of work order (including Sunday and public holiday) by
way of demand draft of nationalized bank in favour of Maharashtra Energy
Development Agency, Amravati.
2. Failure to comply with the terms of security deposit shall result into cancellation of
work order without any further reference to the Bidder and the EMD shall be
forfeited.
3. The security deposit shall be liable to be forfeited wholly or partly at the sole
discretion of the MEDA, if the Bidder either fails to execute the work of above
projects or fails to fulfil the contractual obligations or fails to settle in full his dues
to the MEDA.
4. In case of premature termination of the contract, the security deposit will be
forfeited and the MEDA will be at liberty to recover the losses suffered by it & if
additional cost is to be paid, the same shall be recovered from the Bidder.
5. The MEDA is empowered to recover from the security deposit for any sum due and
for any other sum that may be fixed by the MEDA as being the amount or loss or
losses or damages suffered by it due to delay in performance and / or non-
performance and / or partial performance of any of the conditions of the contract
and / or non-performance of guarantee obligations.
6. The security deposit shall be released to the Bidder only after contract is completed
to the satisfaction of the MEDA.
9. PRICE VARIATION:
Under any circumstances & for any reasons, escalation in the contract value will not be
considered by MEDA.
10. JURISDICTION:
In case of any dispute, in the documentation and during implementation, commissioning,
completion and CMC period, all the matter will be resolve under Amravati/Nagpur
Jurisdiction only.
19 | P a g e
11. TIME FRAME:
The time frame for the completion of work is 60 Days from the date of issue of work
order.
20 | P a g e
17. CLARIFICATION OF BIDS
During evaluation of Bids, MEDA, Amravati may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in writing and
no change in prices or substances of the Bid shall be sought, offered or permitted.
21 | P a g e
20. CRITERIA FOR EVALUATION OF BIDS
Step 1: Test of Responsiveness
Prior to evaluation of Bids, MEDA, Amravati shall determine whether each Bid is
responsive to the requirements of the tender document. A Bid shall be considered
responsive only if all documents as outlined in the tender document for two stage bid
process are submitted as per the pre-defined format.
The MEDA, Amravati reserves the right to reject any Bid which is non-responsive and
no request for alteration, modification, substitution or withdrawal shall be entertained
by the MEDA, Amravati in respect of such Bid.
Step 2: Bid Evaluation
Bid evaluation will be carried out considering the information furnished by Bidders as
per the Tender documents. This process will involve evaluation of the response to
tender document of the Bidder as per terms and conditions of this Tender Document.
Based on technical/qualifying criteria preferred bidders will be short listed.
Technical Evaluation
Only Technical Proposals conforming to minimum eligibility criteria and found to
be responsive will be taken up for detailed technical evaluation. A technical / tender
committee shall evaluate the Bids submitted by bidders for a detailed scrutiny.
During evaluation of Bids, MEDA, may, at its discretion, ask the bidders for
clarification of their Proposals.
Financial Evaluation
The price bids of the eligible bidders will then be evaluated in the manner provided
below;
At the outset, the price bids of all the Bidders who are technically qualified in
technical evaluation shall be opened in the presence of the Bidders’ Representatives
who choose to attend.
The bidder's names, the Bid Prices, the total amount of each bid, any discounts, and
such other details as the Employer may consider appropriate, will be announced
and recorded by the Employer at the opening. The bidder's authorized
representatives will be required to sign this record.
Bidder that has quoted the lowest price (inclusive of all the taxes/duties) shall be
declared as the preferred Bidder.
The work orders shall be issued to the successful bidder who ever qualifies in the
complete process as mentioned.
22 | P a g e
22. CORRUPT OR FRAUDULENT PRACTICES
MEDA, Amravati requires that Bidders shall observe the highest standard of ethics during
the execution of contracts. In pursuance of this policy, MEDA:
Defines, for the purposes of this provision, the terms set forth as follows:
“corrupt practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of a public official in the procurement process or in
contract execution; and
“fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Government,
and includes collusive practice among Bidders (prior to or after tender submission)
designed to establish tender prices at artificial non-competitive levels and to deprive
the Government of the benefits of free and open competition;
• will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract
in question;
• will declare a firm ineligible, 3 years for a period of time, to be awarded a
Government financed contract if it at any time determines that the firm has engaged
in corrupt or fraudulent practices in competing for, or in executing, a contract.
SECTION – III
GENERAL CONDITIONS OF CONTRACT (GCC)
1. General Terms and Conditions:
The following are the General Terms and Conditions of Contract for Supply, Installation
and commissioning of Solar Off-Grid Project, Solar based High-mast, Solar street Light
and Solar Water pumping System, as per the specifications given in the document.
a. Bidder shall be responsible for any damage occurred, if any, to other installations of
the Govt. Buildings during the course of work.
b. The Bidder should provide appropriate tools and equipment’s to the workmen and
ensure that those are in proper working condition and the workmen use the appropriate
tools and take precaution “PLEASE NOTE THAT ANY ACCIDENT TO THE WORK
MEN / PUBLIC / ANIMALS / PROPERTY BOTH MOVABLE AND IM-MOVABLE
SHALL BE ENTIRE AND SOLE RESPONSIBILITY OF THE BIDDER AND ANY
PROCEEDING ARRISING OUT OF THE SAME SHALL BE AT THE BIDDER'S
RISK AND COST, MAHARASHTRA ENERGY DEVELOPMENT AGENCY
(MEDA) OR ITS EMPLOYEES WILL NOT BE RESPONSIBLE FOR ANY SUCH
INCIDENT”.
c. Bidder should provide necessary manufacture’s test certificates for materials being
used for the work. Bidder should provide facilities and bear the cost for the same.
Power curve of all the panels erected by manufacturers shall be provided to the
MEDA.
d. The selected Bidder is bound to work on the guideline provided by MEDA from time
to time. Guidelines if issued in future by MEDA, the changes proposed will also be
applicable without enhancement in project cost till the completion of 5 years period.
23 | P a g e
e. The Bidder shall carry out the work strictly according to the specifications as per given
in Section-IV and complete the work within stipulated time.
f. It is the responsibility of Bidder to submit the reports for systems installed &
commissioned and certificates for undertaking the responsibility of maintenance of the
systems to MEDA with a copy to user agency. Bidder shall also impart training to the
user for regular Operation & Maintenance of the system and certificate in this respect
should be submitted.
g. Bidders should give Guarantee against any manufacturing defects from the date of
commissioning up to CMC period. For any manufacturing defects, supplier shall
replace defective parts at free of cost during the CMC period and shall keep the system
functional.
h. Bidders and User Agency shall allow MEDA officials for inspection as and when
necessary, during the execution of work and thereafter subsequent to installation and
commissioning of the work for the purpose of issuing final completion certificate.
i. In the event of any discrepancy observed in specifications, the specifications given by
MEDA, Amravati will be final. In the event of dispute arising any time, related to this
work and document, decision of the Divisional General Manager, MEDA, Amravati or
his nominee shall be final.
j. MEDA, Amravati at its discretion may visit supplier’s factory for testing / inspection
at any time during the period of supply and installation of the systems.
k. MEDA will not pay any interest on any amount, due to the Bidders.
l. During the inspection, if any deviations in Technical Specifications are observed,
MEDA reserves right to test any solar module / system at any authorized test centre of
MNRE. Bidder shall provide the facilities for getting the sample tested & the supplier
shall bear the cost for the same.
m. If the supplier fails to complete the work or partially completes it then, MEDA,
Amravati reserve right to cancel the work order and get it done from other supplier and
any loss due to this shall be recovered either from any amount due to the supplier or
from his Security Deposit.
n. At the time of inspection of MEDA, manufacturer or supplier has to submit the I.V.
curves and test reports of supplied PV modules to respective officer.
o. Also, the manufacturer has to submit the relevant IEC / IS certification (test reports) of
batteries which they have installed.
p. The Wiring must be carried out in casing-capping / conduit which are suitable as per
site condition.
q. It will be responsibility of the Bidder to ensure the satisfactory performance of the
system.
r. Please note that for any of the discrepancy observed during the period of installation
and commissioning, conditions specified in tender by MEDA, Amravati shall be final
& binding.
s. The Bidder shall provide the display board of size 3ft x 3ft that gives detailed
information of system along with the contact details of manufacturer. This will help the
beneficiary during 5 years CMC period.
24 | P a g e
t. The Bidder shall comply with the provision of contract labour (Regulation and
Abolition) Act 1970, minimum wages Act 1948, payment of the wages Act 1963
Workmen’s Compensation Act 1961, the contract labour (Regulation and Abolition)
Act 1979 and all other related Acts and any modification thereof or any law relating
thereto and rules made there under from time to time.
u. If previous performance of any Bidder found unsatisfactory, he will be disqualified.
v. If any information / confirmation on any point of these tender conditions are required
Bidder may contact / write to Divisional General Manager, MEDA, Amravati giving
tender reference no. etc.
w. In the event of dispute during installation & commissioning of the systems related to
the work and documents, decision of the Additional Director General, MEDA shall be
final.
x. The Divisional General Manager, MEDA, Amravati reserves the rights to distribute the
work among the Bidders who are eligible and have submitted the offers.
y. Once the Bidder submit his offer and subsequently if not interested to work, in such
case MEDA will forfeit his EMD amount.
z. At the time of placing work order and during the implementation MEDA can revise the
technical terms and conditions if revised by MNRE, which will be binding on the
Bidder.
aa. Divisional General Manager, MEDA, Amravati reserves the right to select L2 Bidder
i.e. second lowest Bidder to complete the work, if L1 i.e. lowest Bidder fails to fulfil
tender conditions or fails to complete the work.
bb. It is binding on the successful Bidder to submit original certificates, documents required
by MEDA.
cc. MEDA at its discretion may visit Bidders factory for testing / inspection of the material
to be utilized for work. The testing shall be carried out in manufacturer’s premises and
/ or at appropriate testing laboratory or as per direction of Divisional General Manager,
MADA, Amravati or his authorized representative. However, inspection of material at
site will be considered as final inspection.
2. Communications
• Wherever provision is made for the giving or issue of any notice, instruction, consent,
approval, certificate or determination by any person, unless otherwise specified such
communication shall be in writing and shall not be unreasonably withheld or delayed.
• Project review coordination meetings between the Employer, Employer’s
Representative and Contractor shall be conducted on a regular basis or as and when
required by the Employer, at locations decided by the Employer, to review the
Contractor’s progress and plans for completing the remaining Works, to deal with
matters affecting the progress of the Works, and to decide on responsibility for actions
required to be taken. Decisions taken and instructions issued during the coordination
meetings, as recorded in the Minutes, shall have the same force and effect as if they
were written communications issued in accordance with the three preceding
paragraphs.
25 | P a g e
3. Manner of Execution
Execution of work shall be carried out in the approved manner as outlined in the technical
specifications or where not outlined, in accordance with relevant MNRE / MEDA / BIS /
Indian Standard Specifications, to the reasonable satisfaction of The Employer.
• The Contractor / Agency should successfully complete the project within timeframe set
out by the employer and mutually agreed between Contractor / Agency and Employer.
• MEDA, Amravati shall not be responsible for any loss or damage of any material when
installing Solar Off-Grid Project, Solar based High-mast, Solar street Light and Solar
Water pumping System.
• Undertake necessary activities during the warranty period as set out in this Contract.
• It is the responsibility of successful bidder to make the insurance of Solar Off-Grid
Project, Solar based High-mast, Solar street Light and Solar Water pumping System
from the date of commissioning for the CMC period by following standard procedure.
4. Application
These General Conditions shall apply to the extent that they are not superseded by
provisions in other parts of the contract.
5. Standards
• The goods supplied under this contract shall confirm to the Standards mentioned in the
Technical specifications Section as per the MNRE / MEDA requirements and, when no
applicable standard is mentioned, to the authoritative standard appropriate to the
Good’s country of origin and such standards shall be the latest issued by the concerned
institution.
6. Inspection:
• Bidder shall inform MEDA, Amravati in writing when any portion of the work is ready
for inspection (Site wise) giving sufficient notice to enable MEDA to depute officials
to inspect the same without affecting the further progress of the work. The work shall
not be considered in accordance with the terms of the contract until the competent
person from MEDA certifies in writing to that effect.
• Bidder has to strictly follow the specifications given in the work order while carrying
out the execution of work. During inspection if it is found that Bidder has deviated
from the specifications, Bidder has to do the alteration / modification / reconstructions
as per the given specifications at his own cost & risk.
7. Transportation
Where the Contractor / Agency is required under the contract to transport the goods to
specified locations defined as Project sites, transport to such places including insurance,
as shall be specified in the contract, shall be arranged by the Contractor / Agency, and
the contract price shall include transportation costs.
26 | P a g e
8. Terms of Payment:
a. 60% of the total cost will be released after supply, installation & successful
commissioning of the systems duly certified by Bidder, Officer of MEDA & authorized
person of User Agency in the State of Maharashtra along with submission of Insurance
policy documents effective from date of commissioning for CMC period.
b. 20% of the total cost shall be released on receipt of one-month successful performance
report generated automatically through Remote Monitoring System.
c. 20% of the total cost shall be released on submission of next two-month successful
performance report in prescribed format generated automatically through Remote
Monitoring System as well as manually which should be duly certified by Officer of
MEDA, authorized person of User Agency and submission of performance bank
guarantee of 15% of total project cost from any Nationalized Bank valid for period of
5 years.
Deduction: -
i. The TDS at the source will be deducted as per the Govt. rule and regulations.
ii. MEDA will issue necessary certificates of TDS deduction
iii. ‘C’ / ‘D’ form will not issue by MEDA.
9. PENALTY CLAUSE
If the systems are not installed and commissioned within the stipulated period as mentioned
in the work order the Bidder shall be required to pay penalty of 1/2% (half percent) per
week, maximum up to 10% of the total cost of the systems and the amount shall be recovered
either from the amount due to the Bidder or from security deposit.
10. Assignment
The Contractor / Agency shall not assign, in whole or in part to any third party, its
obligations to perform under the contract, except with MEDA's prior written consent.
11. Sub-contracts
Subcontract is strictly prohibited.
27 | P a g e
• If the Contractor / Agency fails to deliver any or all the goods within the period(s)
or within any extension thereof granted by the MEDA or
• If the Contractor / Agency, in the judgment of MEDA has engaged in corrupt or
fraudulent practices in competing for or in executing the contract.
In the event MEDA terminates the contract in whole or in part, MEDA may procure, upon
such terms and in such manner as it deems. Appropriate goods or services similar to those
undelivered and the Contractor / Agency shall be liable to MEDA for any excess costs for
such similar goods or services. However, the Contractor /Agency shall continue the
performance of the contract to the extent not terminated.
13.Applicable Law
The contract shall be interpreted in accordance with the laws of the Union of India.
14.Notices
Any notice given by one party to the other pursuant to this contract shall be sent to other
party in writing or by cable, telex or facsimile and confirmed in writing to the other party's
address specified. A notice shall be effective when delivered or on the notice's effective
date, whichever is later.
15.Packing
The Bidder shall provide such packing of the goods as is required to prevent their damage
or deterioration during transit to their final destination as indicated in the contract. The
packing shall be sufficient to withstand, without limitation, rough handling and exposure
to extreme temperatures during transit and open storage. Packing case size and weights
shall take into consideration, where appropriate, the remoteness of the goods final
destination and the absence of heavy handlings facilities at all points in transit.
The packing, marking and documentation within and outside the item shall comply strictly
with such special requirements as shall be provided for in the contract including additional
requirements, if any and in any subsequent instructions ordered by the MEDA.
28 | P a g e
Sr. Description Physical Properties-PUF Panel
No.
1 Thickness 50 to 100 mm
2 Density 40 kg +/- 2 kg/m3
3 Temperature Range depends upon thickness
4 Fire Resistance As per BS-4735 horizontal burn< 125 mm
5 Water Absorption 0.2 % Volume at 100% RH
18. Insurance:
The Bidder shall be responsible and take an Insurance Policy for transit-cum-
storage-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 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.
The bidder shall also take appropriate insurance of this project for 5 years period of
Comprehensive Maintenance Contract.
In case of insurance claiming, Relevant beneficiary have compulsion to transfer all
insurance claiming money to project implementor bidder.
The bidder shall provide insurance coverage ex-factory until commissioning and
acceptance for replacement or repair of any part of the consignment due to damage or loss.
SECTION-IV
TECHNICAL SPECIFICATION OF OFF-GRID POWER PLANT (1kWp
Off-grid):-
1. PV MODULES:-
a. The PV modules must conform to the latest edition of any of the following / equivalent
BIS Standards for PV module design qualification and type approval:
• Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286
b. In addition, the modules must conform to IEC 61730 Part 1-requirements for
construction & Part 2 - requirements for testing, for safety qualification.
c. Identification and Traceability:
Each PV module must use a RF identification tag (RFID), which must contain the
following information:
(i) Name of the manufacturer of PV Module
(ii) Name of the Manufacturer of Solar cells
(iii) Month and year of the manufacture (separately for solar cells and module)
(iv) Country of origin (separately for solar cells and module)
29 | P a g e
(v) I-V curve for the module
(vi) Peak Wattage, Im, Vm and FF for the module
(vii) Unique Serial No and Model No of the module
(viii) Date and year of obtaining IEC PV module qualification certificate
(ix) Name of the test lab issuing IEC certificate
(x) Other relevant information on traceability of solar cells and module as per ISO
9000 series.
It may be noted that from 1st April 2013 onwards; RFID shall be mandatory placed
inside the module laminate
2. BATTERY BANK:
The batteries shall be solar photovoltaic batteries of flooded electrolyte, low maintenance,
lead Acid and made of hard rubber container. VRLA/GEL maintenance-free batteries as
per the relevant BIS standards & MNRE specifications can be used, (Only maintenance
free battery can applicable).
Storage batteries should conform IEC 61427 / IS 1651 / IS 13369 as per specifications.
The batteries shall use 2V and battery capacity is to be designed at C/10 rate with end cell
cut off voltage of 1.85 V per cell.
Maintenance free Battery terminal shall be provided with covers.
Batteries shall be provided with micro porous vent plugs with floats.
Charging instructions shall be provided along with the batteries.
Suitable carrying handle shall be provided.
A suitable battery rack with interconnections & end connector shall be provided to suitably
house the batteries in the bank. The features and dimensions of the battery rack shall be
provided along with the bid document.
The batteries shall be suitable for recharging by means of solar modules via incremental /
open circuit regulators.
Bidder shall mention the design cycle life of batteries at 80%, 10% and 20% depth of
discharge at 27 deg. C.
The batteries shall be designed for operating in ambient temperature of site in the state of
Maharashtra.
The self-discharge of batteries shall be less than 3 % per month at 20 deg. C and less than
6% per month at 30 deg. C
The charge efficiency shall be more than 90% up to 70% state of charge.
The topping up frequency shall be 12 – 18 months.
The batteries shall consist of individual cells, which can be carried separately with ease
while transporting.
Offered batteries shall comply to the following:
10 % of DOD: 7200 cycles
50 % of DOD: 3000 cycles
80 % of DOD: 1200 cycles
The Battery Bank shall be designed to provide 1-day autonomy. Bidder to provide battery
sizing details along with their offer. The distance between two batteries may be kept 6
inches & vice versa.
30 | P a g e
There will be one battery bank comprising of capacity 48 V/150Ah for 1kWp off-Grid
Power Plant. The batteries should be of tubular plate lead acid & maintenance free type and
shall have long service life. The cells should confirm IEC 61427 / IS 1651 / IS 13369 and
as per specification given below shall be provided.
Battery protection panel
The battery protection panel shall be made of CRCA sheet having two incoming and two
outgoing terminals. There shall be 2 Nos. HRC fuses of suitable rating with fuse
holder/base etc as required. 2 poles MCB/ MCCB can also be used for isolation purpose
instead of fuses, if required.
Container Polypropylene Co-polymer / hard rubbers with carrying handle.
Cover Protective cover of polypropylenes against dirt & possible short
circuit.
Terminals Made of lead alloy suitable for bolted connection. The terminals
should be greased with petroleum gel.
Electrolyte Battery grade Sulphuric acid
Self-Discharge Less than 3% per month at 30-degree C
Life expectancy 1500 cycle duty at 27degree C at 80% depth of discharge 3000 cycle
duty at 50% discharge.
Voltage 2 Volt
Approval Batteries shall have to be approved by ERTL or CPRI or SEC or any
MNRE approved test centres
Service Life Should perform satisfactory for a minimum period of 5 year under
operating conditions as mentioned.
Each battery bank will contain suitable wooden rack, hydrometer, thermometer, cell tester and
connecting leads etc.
31 | P a g e
Power Conditioning Unit (Solar Charge Controller + Inverter)
Switching device MOSFET/IGBT
Type MPPT based PWM charger to charge 48 V battery bank
Input voltage from 48V DC for 1kWp unit. (The voltage variation shall be as per change in array
PV array output)
Protections Short circuit protection
Input under voltage / Deep discharge of battery
Input surge voltage protection
Over current
Battery reverse polarity protection
Solar array reverse blocking diode (provided in array junction box)
DC rated fuse at input and AC rated fuse at output with suitable
contactor/solid-state switches for safe start-up & shutdown of system
Load surge current
Over temperature
Under / Over output voltage
Under / Over frequency
Automatic / manual isolation at input & output
Suitable protection for solid-state switching devices
Dielectric strength 1.1kV between input/output and ground with EMI protections removed
Cooling Solar natural and Forced air cooling with temperature sensitive fan operation
Ambient operation 50° C
(max)
Relative humidity 95% maximum
Assembly & As per normal industry practice
mounting
Finish Epoxy powder coating
Cable entry From rear 200mm above ground level
Load test at factory Minimum 6 hours at full load
Features Stand-alone and hybrid mode of operation.
High quality with high efficiency and reliability
Microprocessor based intelligent controller
Self-monitoring capability.
Integral design with MPPT solar charge controller and inverter
Highly reliable & efficient solid-state switching devices
Rated for continuous operation at full load
High over-load capability of 200% surge for 10 seconds
Inverter output power factor of 0.8 lag
Automatic re-start facility after over load triggered shutdown
Efficiency 90% at rated load and normal operating conditions 85% (min) at 25% load
and nominal input voltage with UPF load
%THD Sine-wave output with 3% THD at full load UPF and nominal input voltage
Output voltage 230 (+12.5-20%) V AC
32 | P a g e
Output frequency 50Hz 0.5Hz
%Regulation 5% against input voltage and load variation
Indications As many as possible with relevance
AC charger input 240 V AC, 50 Hz from AC mains grid
Enclosure IP 22 (For indoor application)
Weight / Dimension The details of the inverter will be provided in the specification / user manual
Battery type Tubular lead acid /VRLA GEL type (Maintenance free)
c. Inverter
Inverters shall be of very high quality having high efficiency and shall be completely
compatible with the charge controller and distribution panel.
Inverter should conform IEC 61683, IEC 60068 as per specifications.
The inverter shall be designed for continuous, reliable power supply as per
specifications. The inverter shall have high conversion efficiency from 25 percent load
to the full rated load. The efficiency of the inverter shall be more than 90% at full load
and more than 88% at partial load (50%-75%). The supplier shall specify the conversion
efficiency in the offer.
The inverter shall be designed for extreme temperatures.
The Inverter shall have internal protection arrangement against any sustained fault in
the feeder.
The dimension, weight, foundation details etc. of the inverter shall be clearly indicated
in the detailed technical specification.
Each solid-state electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the inverter.
Supplier shall indicate tripping voltage & start up voltage for the inverters & this should
be perfectly matched with the recommendation of battery manufacturers.
The PCU shall be mounted on a suitable reinforced concrete pad inside control room
not susceptible to inundation by water. All cable entry to and from the PCU shall be
fully sheathed to prevent access of rodents, termites or other insects into the PCU from
bottom/top of the PCU in form of a detachable gland plate.
33 | P a g e
For the Monitoring of Unit generated provision of Ah meters at input side shall be
accomplished with Energy meter and voltmeters at suitable place and included in the
technical specification clearly.
Provision for the Equalizing Charging of battery periodically shall be made and state
clearly in the technical details.
The bidder shall furnish details of proper operation, maintenance and troubleshooting
details to MEDA.
The bidder shall intimate MEDA prior to dispatch of the inverter for inspection. Shop
tests on the inverter shall be conducted in the presence of the authorized representative
of MEDA in order to verify the capacity and proper working of all control and
protection arrangement.
The inverter will be highly efficient. The inverter should conform IEC 61683 / IEC
60068 and should be based on PWM technology and using IGBT. Inverters would
display its own parameters and also the parameters of battery bank connected to the
inverter. The inverter’s capacity should be minimum 1 kW SPV power plants. The
inverters should be designed to be completely compatible with the charge controllers
and distribution panels and are of integrated design.
Salient features of the Inverters shall be as follows:
Short Circuit Protection Circuit Breaker and Electronics protection against sustained fault.
34 | P a g e
MAIN FEATURES & OPERATING MODE:
i. The PCU shall operate on hybrid mode.
ii. In case of grid failure: Stored power from batteries shall be used to feed the dedicated
load less than 1 kW.
iii. Grid power shall be the last priority to feed the load. During such time, the PCU
shall feed the load directly through grid and shall also charge the batteries.
Load Side Monitoring:
(Meter 1 M-1) Dual Source RS 485 complied Energy meter should be provided in Solar
AC distribution board to remotely monitor the Solar Energy Supplied to load and or
Exported to Grid.
(Meter 2 M-2) Bidirectional Energy Meter so there should be provision to monitor
Energy supplied to load from grid in absence of solar Energy
d. Junction Boxes
The junction boxes shall be dust, vermin and waterproof and made of FRP / Thermo
Plastic. The terminals shall be connected to copper bus bar arrangement of proper sizes.
The junction boxes shall have suitable cable entry points fitted with cable glands of
appropriate sizes for both incoming and outgoing cables. Suitable markings shall be
provided on the bus bar for easy identification and cable ferrules shall be fitted at the
cable termination points for identification. Each main junction box shall be fitted with
appropriate rating blocking diode. The junction boxes shall be of reputed make and
should be as per IP 65 (for outdoor), IP 21 (for indoor) & as per IEC 62208.
The junction boxes shall have suitable arrangement for the Following:
Combine groups of modules into independent charging sub-arrays that shall be wired
to the controller.
Provide arrangement for disconnection for each of the groups.
Provide a test point for each sub-group for quick fault location.
To provide group array isolation.
The rating of the JB’s shall be suitable with adequate safety factor to inter connect the
Solar PV array.
e. Charge Controller Unit:
The Charge Controller shall be dual input type; however, the input is fed from a SPV
panel only for battery charging. A selector switch shall be provided for choosing
between those modes. The charge controller shall be preferably PWM type employing
IGBT switching elements.
Charge controller should conform IEC 62093 / IEC 60068 as per specification.
The charging sequence from SPV array or external AC source shall be as follows:
Salient features of the Charge Controller shall be as follows:
Switching elements IGBT
Type of Charge PWM
Input:
From PV: 1KWp, 48V/150Ah nominal DC from Solar PV array
Output Voltage: Suitable for charging 48V/250Ah nominal battery bank from 1KWp
SPV array.
35 | P a g e
Protections : Short Circuit, Deep Discharge, Input Surge Voltage, Over Current (load),
Battery Reverse Polarity, Solar array reverse polarity.
Indication: String ‘ON’, Main ‘ON’, Charging ‘ON’, 80% Charged, 100% Charged,
Charger Overload, Battery On Trickle.
Battery disconnected / Fault Battery Reverse Polarity, Low Solar Power, System Fault
and Charger over Temperature and Input Over / Under Voltage (for AC).
MIMIC Diagram: To indicate power flow and operation of the charge controller/
battery charger; shall have provision for visual indications of existing power
input/output through MIMIC diagram.
Bidder may design Power Conditioning Unit (PCU), which consists of a solar charge
controller & inverter as per design mentioned above. In addition, it should have a Grid
Charger.
It provides the facility to charge the battery bank through Solar only. The PCU
continuously monitors the state of Battery Voltage, Solar Power output and the loads.
Due to sustained usage of power, when the Battery Voltage falls below a preset level,
the PCU will automatically transfer the load to the grid power.
f. Cables & Wirings:
All cables shall be supplied conforming to IEC 60227/ IS 694 & IEC 60502/ IS 1554.
Voltage rating: 1,100V AC, 1,500V DC
For the DC cabling, Solar Cables, XLPE or XLPO insulated and sheathed, UV
stabilised single core flexible copper cables shall be used. Multi-core cables shall not
be used.
For the AC cabling, PVC or XLPE insulated and PVC sheathed single or multi-core
flexible copper cables shall be used. Outdoor AC cables shall have a UV-stabilised
outer sheath.
The DC cables from the SPV module array shall run through a UV stabilised PVC
conduit pipe of adequate diameter with a minimum wall thickness of 1.5mm.
Cables and wires used for the interconnection of solar PV modules shall be provided
with solar PV connectors (MC4) and couplers.
All cables and conduit pipes shall be clamped to the rooftop, walls and ceilings with
thermo-plastic clamps at intervals not exceeding 50 cm. The minimum DC cable size
shall be 6.0 mm2 copper. The minimum AC cable size shall be 4.0 mm2 copper. In
three phase systems, the size of the neutral wire size shall be equal to the size of the
phase wires. The following colour coding shall be used for cable wires:
− DC positive: red (the outer PVC sheath can be black with a red line marking)
− DC negative: black
− AC single phase: Phase: red; neutral: black
− AC three phase: Phases: red, yellow, blue; neutral: black
− Earth wires: green
Cables and conduits that have to pass through walls or ceilings shall be taken through
a PVC pipe sleeve.
Cable conductors shall be terminated with tinned copper end-ferrules to prevent
fraying and breaking of individual wire strands. The termination of the DC and AC
36 | P a g e
cables at the Solar Grid Inverter shall be done as per instructions of the manufacturer,
which in most cases will include the use of special connectors.
All wiring in the control room shall be carried out with minimum four sq. mm. PVC
insulated copper conductor in surface/recessed steel conduct in control room & solar
hut. All wiring shall be done with an appropriate size Cu conductor as earth wire. All
wirings whether it is indoors or outdoors are to be casing capping system. As and when
required flexible pipe may be used.
Buried underground cables shall be armoured. Unarmoured buried underground cables
shall be enclosed with suitable conduits. Unless, otherwise, specified, all other
interconnecting cables shall be armoured.
Conductor size of cables and wires shall be selected based on efficient design criteria
such that the overall electrical energy loss in any section of cable or wire is shall be less
than 2% under the designed operating conditions. Conductor size of less than 6 sq. mm
shall not be accepted.
Cable/wire connections shall be soldered, crimp-on type or split bolt type. Wire nut
connections shall not be used.
All cables shall be adequately supported. Outside of the terminals / panels / enclosures
shall be protected by conduits. Cables shall be provided with dry type compression
glands wherever they enter junction boxes/panels/enclosures.
The wiring must be carried out in casing capping only.
g. Distribution System:
Single line diagram of the AC Distribution line shall be attached along with general
point wiring diagram of sample room with the Technical details.
Details of cable used for the distribution and transmission purpose along with their
current carrying capacity and make shall be enclosed.
Supply installation of Energy meter from reputed company. The energy meter shall be
tested by State Electricity Board (SEB) and sealed by SEB. Testing certificate shall be
submitted.
h. Earthing and lightning protection:
Earthing is essential for the protection of the equipment & manpower. Two main
grounds used in the power equipment’s are:
System earth
Equipment earth
System earth is earth which is used to ground one leg of the circuit. For example, in AC
circuits the Neutral is earthed while in DC supply +ve is earthed.
In case of equipment earth all the non-current carrying metal parts are bonded together
and connected to earth to prevent shock to the man power & also the protection of the
equipment in case of any accidental contact.
To prevent the damage due to lightning the one terminal of the lightning protection
arrangement is also earthed. The provision for lightning & surge protection of the SPV
power source is required to be made.
In case the SPV Array cannot be installed close to the equipment to be powered & a
separate earth has been provided for SPV System, it shall be ensured that all the earths
37 | P a g e
are bonded together to prevent the development of potential difference between ant two
earths.
Earth resistance shall not be more than 1 ohm. 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. & shall be
1.56 times the short circuit current. The area of cross-section shall not be less than 1.6
sq. mm in any case.
The array structure of the PV modules shall be grounded properly using adequate
numbers of earthing pits. All metal casing/ shielding of the plant shall be thoroughly
grounded to ensure safety of the power plant.
The Earthing for array and distribution system & Power plant equipment shall be made
with GI pipe, 4.5 m long 10 mm diameter including accessories and providing masonry
enclosures with cast iron cover plate having locking arrangement, watering pipe using
charcoal or coke and salt as required as per provisions of IS:3043. Necessary provision
shall be made for bolted isolating joints of each Earthing pit for periodic checking of
earth resistance.
Each array structure of the SPV yard shall be grounded properly. The array structures
and the lightning conductors are to be connected to earth through 25 mm X 5mm GI
strip.
The inverters and maintenance free battery charger and all equipment inside the control
room and battery room to be connected to earth through 25 mm X 5mm tinned copper
strip including supplying of material and soldering. As earth bus is provided inside the
control room with 25 mm X 5mm tinned copper strip.
In compliance to Rule 61 of Indian Electricity Rules, 2004 (as amended up to date), all
non-current carrying metal parts shall be earthed with two separate and distinct earth
continuity conductors to an efficient earth electrode.
Lightning: The SPV Power Plant shall be provided with lightning & over voltage
protection. The main aim in this protection shall be to reduce the over voltage to a
tolerable value before it reaches the PV or other sub system components. The source of
over voltage can be lightning, atmosphere disturbances etc.
Metal oxide variators shall be provided inside the Array Junction Boxes. In addition,
suitable MOV’s also shall be provided in the Inverter to protect the inverter from over
voltage.
i. Lightning & Over Voltage Protection System:
The SPV power plant should be provided with Lightning and over voltage protection.
Connected with proper earth pits. The main aim of over voltage protection is to reduce
the over voltage to a tolerable level before it reaches the PV or other sub-system
components. The source of over voltage can be lightning or other atmospheric
disturbance.
The lightning Conductors shall be made of 25 mm diameter 1000 mm long GI spike as
per provisions of IS 3070. Necessary concrete foundation for holding the lightning
conductor in position to be made after giving due consideration to maximum wind
speed and maintenance requirement at site in future. The lightning conductor shall be
38 | P a g e
earthed through 20 mm X 3 mm thick GI flat earth pits/earth bus made with 25 mm X
5 mm GI flats.
4. MAIN FEATURES & OPERATING MODE
PCU should give preference to the solar power as the first input to load and extra energy
produced by solar is used to charge the battery bank. The second preference is given the
battery. In the absence of both solar and battery the power from grid will be feed to the
load.
The PCU always gives preference to the solar power and will use Grid power only when
the solar power / battery charger is insufficient to meet the load requirement.
5. MODULE MOUNTING STRUCTURE
Hot dip galvanized iron mounting structures may be used for mounting the modules / panels
/ arrays. These mounting structures must be suitable to mount the SPV modules / panels /
arrays on the roof top, on the ground or on the poles / masts, at an angle of tilt with the
horizontal in accordance with the latitude of the place of installation.
The Mounting structure shall be so designed to withstand the speed for the wind zone of
the location where a PV system is proposed to be installed (wind speed of 150 km/ hour).
It may be ensured that the design has been certified by a recognized Lab/ Institution in this
regard.
The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the
mounting structure shall be in compliance of latest IS 4759 with thickness of 80 microns
as per IS 5905. All fasteners shall be of Stainless steel - SS 304.
The foundation for Module Mounting structures shall be 1:2:4 PCC Construction. There
shall be minimum necessary clearance between ground level and bottom edge of SPV
modules.
9. OPERATION MANUAL
An Operation, Instruction and Maintenance Manual, in English and the local language,
should be provided with the Solar PV Power Plant and detail of Wiring and Connection
Diagrams will also be provided with the manual..
39 | P a g e
10. COMPREHENSIVE MAINTENANCE CONTRACT (CMC)
The complete Solar PV Power Plant must be guaranteed against any manufacturing/
design/ installation defects for a minimum period of 5 years.
PV modules used in Solar PV Power Plant must be guaranteed for their output peak
watt capacity, which should not be less than 90% at the end of 12 years and 80% at the
end of 25 years.
During the CMC period, MNRE / MEDA / users will have all the rights to cross check
the performance of the Solar PV Power Plant. MEDA may carry out the frequent
inspections of the Solar PV Power Plant installed and randomly pick up its components
to get them tested at Govt. / MNRE approved any test centre. If during such tests any
part is not found as per the specified technical parameters, MEDA will take the
necessary action. The decision of MEDA in this regard will be final and binding on the
bidder.
40 | P a g e
Sr. Specifications
Particulars
No. 1kWp SPV Plant
5 Battery 150Ah / 48V
No. of batteries depends on Ah of the
Battery capacity (2 Volt battery must
be used)
6 Cabling with casing capping As required at site
7 Transmission, Distribution & point As required at site
wiring
8 Monitoring, Control & protection 1 Set
device
9 Metering at generation side 1 No.
(at DC side of Inverter)
10 Metering at consumption side 1 No. (Towards Load)
11 Spares Set of required fuses, screws, & terminals
etc as required.
SECTION-IV
TECHNICAL SPECIFICATION OF OFF-GRID SPV POWER PLANT (2kWp Off-
grid):
1. PV MODULES:
d. The PV modules must conform to the latest edition of any of the following / equivalent
BIS Standards for PV module design qualification and type approval:
• Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286
e. In addition, the modules must conform to IEC 61730 Part 1-requirements for
construction & Part 2 - requirements for testing, for safety qualification.
f. Identification and Traceability:
Each PV module must use a RF identification tag (RFID), which must contain the
following information:
(i) Name of the manufacturer of PV Module
(ii) Name of the Manufacturer of Solar cells
(iii) Month and year of the manufacture (separately for solar cells and module)
(iv) Country of origin (separately for solar cells and module)
(v) I-V curve for the module
(vi) Peak Wattage, Im, Vm and FF for the module
(vii) Unique Serial No and Model No of the module
(viii) Date and year of obtaining IEC PV module qualification certificate
(ix) Name of the test lab issuing IEC certificate
(x) Other relevant information on traceability of solar cells and module as per ISO
9000 series.
It may be noted that from 1st April 2013 onwards; RFID shall be mandatory placed
inside the module laminate
41 | P a g e
2. BATTERY BANK:
The batteries shall be solar photovoltaic batteries of flooded electrolyte, maintenance free,
lead Acid and made of hard rubber container. VRLA/GEL batteries as per the relevant BIS
standards & MNRE specifications can be used.
Storage batteries should conform IEC 61427 / IS 1651 / IS 13369 as per specifications.
The batteries shall use 2V and battery capacity is to be designed at C/10 rate with end cell
cut off voltage of 1.85 V per cell.
Battery terminal shall be provided with covers.
Batteries shall be provided with micro porous vent plugs with floats.
Charging instructions shall be provided along with the batteries.
Suitable carrying handle shall be provided.
A suitable battery rack with interconnections & end connector shall be provided to suitably
house the batteries in the bank. The features and dimensions of the battery rack shall be
provided along with the bid document.
The batteries shall be suitable for recharging by means of solar modules via incremental /
open circuit regulators.
Bidder shall mention the design cycle life of batteries at 80%, 10% and 20% depth of
discharge at 27 deg. C.
The batteries shall be designed for operating in ambient temperature of site in the state of
Maharashtra.
The self-discharge of batteries shall be less than 3 % per month at 20 deg. C and less than
6% per month at 30 deg. C
The charge efficiency shall be more than 90% up to 70% state of charge.
The topping up frequency shall be 12 – 18 months.
The batteries shall consist of individual cells, which can be carried separately with ease
while transporting.
Offered batteries shall comply to the following:
10 % of DOD: 7200 cycles
50 % of DOD: 3000 cycles
80 % of DOD: 1200 cycles
The Battery Bank shall be designed to provide 1 day autonomy. Bidder to provide battery
sizing details along with their offer. The distance between two batteries may be kept 6
inches & vice versa.
There will be one battery bank comprising of capacity 48 V/250Ah for 2 kWp SPV Power
Plant. The batteries should be of tubular plate lead acid & low maintenance type and shall
have long service life. The cells should confirm IEC 61427 / IS 1651 / IS 13369 and as per
specification given below shall be provided.
Battery protection panel
The battery protection panel shall be made of CRCA sheet having two incoming and two
outgoing terminals. There shall be 2 Nos. HRC fuses of suitable rating with fuse
holder/base etc as required. 2 poles MCB/ MCCB can also be used for isolation purpose
instead of fuses, if required.
42 | P a g e
Container Polypropylene Co-polymer / hard rubbers with carrying handle.
Cover Protective cover of polypropylenes against dirt & possible short
circuit.
Terminals Made of lead alloy suitable for bolted connection. The terminals
should be greased with petroleum gel.
Electrolyte Battery grade Sulphuric acid
Self-Discharge Less than 3% per month at 30-degree C
Life expectancy 1500 cycle duty at 27degree C at 80% depth of discharge 3000 cycle
duty at 50% discharge.
Voltage 2 Volt
Approval Batteries shall have to be approved by ERTL or CPRI or SEC or any
MNRE approved test centres
Service Life Should perform satisfactory for a minimum period of 5 year under
operating conditions as mentioned.
Each battery bank will contain suitable wooden rack, hydrometer, thermometer, cell tester and
connecting leads etc.
43 | P a g e
Power Conditioning Unit (Solar Charge Controller + Inverter)
Switching device MOSFET/IGBT
Type MPPT based PWM charger to charge 48 V battery bank
Input voltage from 48V DC for 2 kWp unit. (The voltage variation shall be as per change in
PV array array output)
44 | P a g e
%THD Sine-wave output with 3% THD at full load UPF and nominal input voltage
Output voltage 230 (+12.5-20%)V AC
Output frequency 50Hz 0.5Hz
%Regulation 5% against input voltage and load variation
Indications As many as possible with relevance
AC charger input 240 V AC, 50 Hz from AC mains grid
Enclosure IP 22 (For indoor application)
Weight / Dimension The details of the inverter will be provided in the specification / user manual
Battery type Tubular lead acid /VRLA GEL type (maintenance free battery)
45 | P a g e
Provision for the Equalizing Charging of battery periodically shall be made and state
clearly in the technical details.
The bidder shall furnish details of proper operation, maintenance and troubleshooting
details to MEDA.
The bidder shall intimate MEDA prior to dispatch of the inverter for inspection. Shop
tests on the inverter shall be conducted in the presence of the authorized representative
of MEDA in order to verify the capacity and proper working of all control and
protection arrangement.
The inverter will be highly efficient. The inverter should conform IEC 61683 / IEC
60068 and should be based on PWM technology and using IGBT. Inverters would
display its own parameters and also the parameters of battery bank connected to the
inverter. The inverter’s capacity should be minimum 2 kW SPV power plants. The
inverters should be designed to be completely compatible with the charge controllers
and distribution panels and are of integrated design.
Salient features of the Inverters shall be as follows: -
Short Circuit Protection Circuit Breaker and Electronics protection against sustained fault.
46 | P a g e
iii. Grid power shall be the last priority to feed the load. During such time, the PCU
shall feed the load directly through grid and shall also charge the batteries.
Load Side Monitoring:
(Meter 1 M-1) Dual Source RS 485 complied Energy meter should be provided in Solar
AC distribution board to remotely monitor the Solar Energy Supplied to load and or
Exported to Grid.
(Meter 2 M-2) Bidirectional Energy Meter so there should be provision to monitor
Energy supplied to load from grid in absence of solar Energy
e. Junction Boxes
The junction boxes shall be dust, vermin and waterproof and made of FRP / Thermo
Plastic. The terminals shall be connected to copper bus bar arrangement of proper sizes.
The junction boxes shall have suitable cable entry points fitted with cable glands of
appropriate sizes for both incoming and outgoing cables. Suitable markings shall be
provided on the bus bar for easy identification and cable ferrules shall be fitted at the
cable termination points for identification. Each main junction box shall be fitted with
appropriate rating blocking diode. The junction boxes shall be of reputed make and
should be as per IP 65 (for outdoor), IP 21 (for indoor) & as per IEC 62208.
The junction boxes shall have suitable arrangement for the Following:
Combine groups of modules into independent charging sub-arrays that shall be wired
to the controller.
Provide arrangement for disconnection for each of the groups.
Provide a test point for each sub-group for quick fault location.
To provide group array isolation.
The rating of the JB’s shall be suitable with adequate safety factor to inter connect the
Solar PV array.
47 | P a g e
Indication : String ‘ON’, Main ‘ON’, Charging ‘ON’, 80% Charged, 100%
Charged, Charger Overload, Battery on Trickle.
Battery disconnected / Fault Battery Reverse Polarity, Low Solar Power,
System Fault and Charger over Temperature and Input Over / Under Voltage
(for AC).
MIMIC Diagram : To indicate power flow and operation of the charge
controller/ battery charger; shall have provision for visual indications of
existing power input/output through MIMIC diagram.
Bidder may design Power Conditioning Unit (PCU), which consists of a solar
charge controller & inverter as per design mentioned above. In addition, it
should have a Grid Charger.
It provides the facility to charge the battery bank through Solar only. The PCU
continuously monitors the state of Battery Voltage, Solar Power output and the
loads. Due to sustained usage of power, when the Battery Voltage falls below a
pre-set level, the PCU will automatically transfer the load to the grid power.
48 | P a g e
cables at the Solar Grid Inverter shall be done as per instructions of the manufacturer,
which in most cases will include the use of special connectors.
All wiring in the control room shall be carried out with minimum four sq. mm. PVC
insulated copper conductor in surface/recessed steel conduct in control room & solar
hut. All wiring shall be done with an appropriate size Cu conductor as earth wire. All
wirings whether it is indoors or outdoors are to be casing capping system. As and when
required flexible pipe may be used.
Buried underground cables shall be armoured. Unarmoured buried underground cables
shall be enclosed with suitable conduits. Unless, otherwise, specified, all other
interconnecting cables shall be armoured.
Conductor size of cables and wires shall be selected based on efficient design criteria
such that the overall electrical energy loss in any section of cable or wire is shall be less
than 2% under the designed operating conditions. Conductor size of less than 6 sq. mm
shall not be accepted.
Cable/wire connections shall be soldered, crimp-on type or split bolt type. Wire nut
connections shall not be used.
All cables shall be adequately supported. Outside of the terminals / panels / enclosures
shall be protected by conduits. Cables shall be provided with dry type compression
glands wherever they enter junction boxes/panels/enclosures.
The wiring must be carried out in casing capping only.
h. Distribution System:
Single line diagram of the AC Distribution line shall be attached along with general
point wiring diagram of sample room with the Technical details.
Details of cable used for the distribution and transmission purpose along with their
current carrying capacity and make shall be enclosed.
Supply installation of Energy meter from reputed company. The energy meter shall be
tested by State Electricity Board (SEB) and sealed by SEB. Testing certificate shall be
submitted.
i. Earthing and lightning protection:
Earthing is essential for the protection of the equipment & manpower. Two main
grounds used in the power equipment’s are:
System earth
Equipment earth
System earth is earth which is used to ground one leg of the circuit. For example in AC
circuits the Neutral is earthed while in DC supply +ve is earthed.
In case of equipment earth all the non-current carrying metal parts are bonded together
and connected to earth to prevent shock to the man power & also the protection of the
equipment in case of any accidental contact.
To prevent the damage due to lightning the one terminal of the lightning protection
arrangement is also earthed. The provision for lightning & surge protection of the SPV
power source is required to be made.
49 | P a g e
In case the SPV Array cannot be installed close to the equipment to be powered & a
separate earth has been provided for SPV System, it shall be ensured that all the earths
are bonded together to prevent the development of potential difference between ant two
earths.
Earth resistance shall not be more than 1 ohm. 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. & shall be
1.56 times the short circuit current. The area of cross-section shall not be less than 1.6
sq mm in any case.
The array structure of the PV modules shall be grounded properly using adequate
numbers of ear-
thing pits. All metal casing/ shielding of the plant shall be thoroughly grounded to
ensure safety of the power plant.
The Earthing for array and distribution system & Power plant equipment shall be made
with GI pipe, 4.5 m long 10 mm diameter including accessories and providing masonry
enclosures with cast iron cover plate having locking arrangement, watering pipe using
charcoal or coke and salt as required as per provisions of IS:3043. Necessary provision
shall be made for bolted isolating joints of each Earthing pit for periodic checking of
earth resistance.
Each array structure of the SPV yard shall be grounded properly. The array structures
and the lightning conductors are to be connected to earth through 25 mm X 5mm GI
strip.
The inverters and battery charger and all equipment inside the control room and battery
room to be connected to earth through 25 mm X 5mm tinned copper strip including
supplying of material and soldering. As earth bus is provided inside the control room
with 25 mm X 5mm tinned copper strip.
In compliance to Rule 61 of Indian Electricity Rules, 2004 (as amended up to date), all
non-current carrying metal parts shall be earthed with two separate and distinct earth
continuity conductors to an efficient earth electrode.
Lightning: The SPV Power Plant shall be provided with lightning & over voltage
protection. The main aim in this protection shall be to reduce the over voltage to a
tolerable value before it reaches the PV or other sub system components. The source of
over voltage can be lightning, atmosphere disturbances etc.
Metal oxide varistor’s shall be provided inside the Array Junction Boxes. In addition,
suitable MOV’s also shall be provided in the Inverter to protect the inverter from over
voltage.
j. Lightning & Over Voltage Protection System:
The SPV power plant should be provided with Lightning and over voltage protection.
Connected with proper earth pits. The main aim of over voltage protection is to reduce
the over voltage to a tolerable level before it reaches the PV or other sub-system
components. The source of over voltage can be lightning or other atmospheric
disturbance.
The lightning Conductors shall be made of 25 mm diameter 1000 mm long GI spike as
per provisions of IS 3070. Necessary
50 | P a g e
concrete foundation for holding the lightning conductor in position to be made after
giving due consideration to maximum wind speed and maintenance requirement at site
in future. The lightning conductor shall be earthed through 20 mm X 3 mm thick GI
flat earth pits/earth bus made with 25 mm X 5 mm GI flats.
4. MAIN FEATURES & OPERATING MODE
PCU should give preference to the solar power as the first input to load and extra energy
produced by solar is used to charge the battery bank. The second preference is given the
battery. In the absence of both solar and battery the power from grid will be feed to the
load.
The PCU always gives preference to the solar power and will use Grid power only when
the solar power / battery charger is insufficient to meet the load requirement.
5. MODULE MOUNTING STRUCTURE
Hot dip galvanized iron mounting structures may be used for mounting the modules / panels
/ arrays. These mounting structures must be suitable to mount the SPV modules / panels /
arrays on the roof top, on the ground or on the poles / masts, at an angle of tilt with the
horizontal in accordance with the latitude of the place of installation.
The Mounting structure shall be so designed to withstand the speed for the wind zone of
the location where a PV system is proposed to be installed (wind speed of 150 km/ hour).
It may be ensured that the design has been certified by a recognized Lab/ Institution in this
regard.
The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the
mounting structure shall be in compliance of latest IS 4759 with thickness of 120 microns
as per IS 5905. All fasteners shall be of Stainless steel - SS 304.
The foundation for Module Mounting structures shall be 1:2:4 PCC Construction. There
shall be minimum necessary clearance between ground level and bottom edge of SPV
modules.
8. AC DISTRIBUTION LINE
The generated electricity from these Power Plants will be utilized for illumination of Streets
/ Indoor Lighting, Fans, Computers, Internet modem, Printer within allowable practice
limit. Necessary electric cable / connection shall be supplied / made by the bidder for
illumination of existing streetlights / indoor lights.
51 | P a g e
9. OPERATION MANUAL
An Operation, Instruction and Maintenance Manual, in English and the local language,
should be provided with the Solar PV Power Plant and detail of Wiring and Connection
Diagrams will also be provided with the manual.
a. During the CMC period, MNRE / MEDA / users will have all the rights to cross check
the performance of the Solar PV Power Plant. MEDA may carry out the frequent
inspections of the Solar PV Power Plant installed and randomly pick up such tests any
part is not found as per the specified technical parameters, MEDA will take the
necessary action. The decision of MEDA in this regard will be final and binding on
the bidder.
13. The supplier must fulfil all the technical & other requirements as per provisions under
JNNSM, MNRE, GoI.
14. A strip containing the following details should be laminated inside the module to be clearly
visible from the front side:
Name of the Manufacturer or distinctive Logo
Model or Type No.
Serial No.
Year of make
52 | P a g e
Sr. Specifications
Particulars
No.
2 kWp SPV Plant
1 Solar PV Modules
A Capacity 2000 Wp
B Make Any MNRE approved OR IEC
61215 (revised)
C Module 250/275/300 Wp OR
Equivalent
D No. of SPV Modules Depends on Module wattage
2 Solar Charge Controller As per the requirement
3 Module Mounting Structure As per the available places at
site
4 Power Conditioning Unit 1 No.
(As per design specification given in tender which includes
charge controller, inverter & Grid charger. The output power
should be of 3 phase)
Inverter minimum 2 kWp
5 Battery 250Ah / 48V
No. of batteries depends on Ah of the Battery capacity (2
Volt battery must be used)
6 Cabling with casing capping As required at site
7 Transmission, Distribution & point wiring As required at site
8 Monitoring, Control & protection device 1 Set
9 Metering at generation side 1 No.
(at DC side of Inverter)
10 Metering at consumption side 1 No. (Towards Load)
11 Spares Set of required fuses, screws,
& terminals etc as required.
53 | P a g e
SECTION-IV
TECHNICAL SPECIFICATION OF OFF-GRID SPV POWER PLANT
(5kWp Off-grid):
13. PV MODULES:
g. The PV modules must conform to the latest edition of any of the following / equivalent
BIS Standards for PV module design qualification and type approval:
• Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286
h. In addition, the modules must conform to IEC 61730 Part 1-requirements for
construction & Part 2 - requirements for testing, for safety qualification.
i. Identification and Traceability:
Each PV module must use a RF identification tag (RFID), which must contain the
following information:
(i) Name of the manufacturer of PV Module
(ii) Name of the Manufacturer of Solar cells
(iii) Month and year of the manufacture (separately for solar cells and module)
(iv) Country of origin (separately for solar cells and module)
(v) I-V curve for the module
(vi) Peak Wattage, Im, Vm and FF for the module
(vii) Unique Serial No and Model No of the module
(viii) Date and year of obtaining IEC PV module qualification certificate
(ix) Name of the test lab issuing IEC certificate
(x) Other relevant information on traceability of solar cells and module as per ISO
9000 series.
It may be noted that from 1st April 2013 onwards; RFID shall be mandatory placed
inside the module laminate
54 | P a g e
Bidder shall mention the design cycle life of batteries at 80%, 10% and 20% depth of
discharge at 27 deg. C.
The batteries shall be designed for operating in ambient temperature of site in the state of
Maharashtra.
The self-discharge of batteries shall be less than 3 % per month at 20 deg. C and less than
6% per month at 30 deg. C
The charge efficiency shall be more than 90% up to 70% state of charge.
The topping up frequency shall be 12 – 18 months.
The batteries shall consist of individual cells, which can be carried separately with ease
while transporting.
Offered batteries shall comply to the following:
10 % of DOD: 7200 cycles
50 % of DOD: 3000 cycles
80 % of DOD: 1200 cycles
The Battery Bank shall be designed to provide 1-day autonomy. Bidder to provide battery
sizing details along with their offer. The distance between two batteries may be kept 6
inches & vice versa.
There will be one battery bank comprising of capacity 48 V/150Ah for 5kWp SPV Power
Plant. The batteries should be of tubular plate lead acid & low maintenance type and shall
have long service life. The cells should confirm IEC 61427 / IS 1651 / IS 13369 and as per
specification given below shall be provided.
Battery protection panel
The battery protection panel shall be made of CRCA sheet having two incoming and two
outgoing terminals. There shall be 2 Nos. HRC fuses of suitable rating with fuse
holder/base etc as required. 2 poles MCB/ MCCB can also be used for isolation purpose
instead of fuses, if required.
55 | P a g e
15. BALANCE OF SYSTEM (BoS) ITEMS/ COMPONENTS:
Details of Power Conditioning Units:
j. General:
As SPV array produce direct current electricity, it is necessary to convert this direct
current into alternating current and adjust the voltage levels before powering equipment
designed for nominal mains AC supply. Conversion shall be achieved using an
electronic Inverter and the associated control and protection devices. All these
components of the system are termed the “Power Conditioning Unit” OR simply PCU.
In addition, the PCU shall also house MPPT (Maximum Power Point Tracker), an
interface between Solar PV array & the Inverter, to maximize Solar PV array energy
input into the System. PCU should conform IEC 61683, IEC 60068 as per
specifications.
PCU refers to combination of charge controller, inverter and AC charger and shall be
supplied as integrated unit or separate units.
Power Conditioning Unit (Solar Charge Controller + Inverter)
Switching device MOSFET/IGBT
Type MPPT based PWM charger to charge 48 V battery bank
Input voltage from 48V DC for 5kWp unit. (The voltage variation shall be as per change in array
PV array output)
Protections Short circuit protection
Input under voltage / Deep discharge of battery
Input surge voltage protection
Over current
Battery reverse polarity protection
Solar array reverse blocking diode (provided in array junction box)
DC rated fuse at input and AC rated fuse at output with suitable
contactor/solid-state switches for safe start-up & shutdown of system
Load surge current
Over temperature
Under / Over output voltage
Under / Over frequency
Automatic / manual isolation at input & output
Suitable protection for solid-state switching devices
Dielectric strength 1.1kV between input/output and ground with EMI protections removed
Cooling Solar natural and Forced air cooling with temperature sensitive fan operation
Ambient operation 50° C
(max)
Relative humidity 95% maximum
Assembly & As per normal industry practice
mounting
Finish Epoxy powder coating
Cable entry From rear 200mm above ground level
Load test at factory Minimum 6 hours at full load
56 | P a g e
Features Stand-alone and hybrid mode of operation.
High quality with high efficiency and reliability
Microprocessor based intelligent controller
Self-monitoring capability.
Integral design with MPPT solar charge controller and inverter
Highly reliable & efficient solid-state switching devices
Rated for continuous operation at full load
High over-load capability of 200% surge for 10 seconds
Inverter output power factor of 0.8 lag
Automatic re-start facility after over load triggered shutdown
Efficiency 90% at rated load and normal operating conditions 85% (min) at 25% load
and nominal input voltage with UPF load
%THD Sine-wave output with 3% THD at full load UPF and nominal input voltage
Output voltage 230 (+12.5-20%) V AC
Output frequency 50Hz 0.5Hz
%Regulation 5% against input voltage and load variation
Indications As many as possible with relevance
AC charger input 240 V AC, 50 Hz from AC mains grid
Enclosure IP 22 (For indoor application)
Weight / Dimension The details of the inverter will be provided in the specification / user manual
Battery type Tubular lead acid /VRLA GEL type(maintenance free)
57 | P a g e
The dimension, weight, foundation details etc. of the inverter shall be clearly indicated
in the detailed technical specification.
Each solid-state electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the inverter.
Supplier shall indicate tripping voltage & start up voltage for the inverters & this should
be perfectly matched with the recommendation of battery manufacturers.
The PCU shall be mounted on a suitable reinforced concrete pad inside control room
not susceptible to inundation by water. All cable entry to and from the PCU shall be
fully sheathed to prevent access of rodents, termites or other insects into the PCU from
bottom/top of the PCU in form of a detachable gland plate.
For the Monitoring of Unit generated provision of Ah meters at input side shall be
accomplished with Energy meter and voltmeters at suitable place and included in the
technical specification clearly.
Provision for the Equalizing Charging of battery periodically shall be made and state
clearly in the technical details.
The bidder shall furnish details of proper operation, maintenance and troubleshooting
details to MEDA.
The bidder shall intimate MEDA prior to dispatch of the inverter for inspection. Shop
tests on the inverter shall be conducted in the presence of the authorized representative
of MEDA in order to verify the capacity and proper working of all control and
protection arrangement.
The inverter will be highly efficient. The inverter should conform IEC 61683 / IEC
60068 and should be based on PWM technology and using IGBT. Inverters would
display its own parameters and also the parameters of battery bank connected to the
inverter. The inverter’s capacity should be minimum 5 kW SPV power plants. The
inverters should be designed to be completely compatible with the charge controllers
and distribution panels and are of integrated design.
Salient features of the Inverters shall be as follows:
Short Circuit Protection Circuit Breaker and Electronics protection against sustained fault.
58 | P a g e
Protection Over Voltage both at Input & Output
Over Current both at Input & Output
Over Frequency
Surge voltage inducted at output due to external source.
Protection Degree IP65
Instrumentation & Input & Output voltage, Input & Output Current, Frequency, Power
Indication output, different status of inverter, kind of fault by audio signal.
m. Junction Boxes
The junction boxes shall be dust, vermin and waterproof and made of FRP / Thermo
Plastic. The terminals shall be connected to copper bus bar arrangement of proper sizes.
The junction boxes shall have suitable cable entry points fitted with cable glands of
appropriate sizes for both incoming and outgoing cables. Suitable markings shall be
provided on the bus bar for easy identification and cable ferrules shall be fitted at the
cable termination points for identification. Each main junction box shall be fitted with
appropriate rating blocking diode. The junction boxes shall be of reputed make and
should be as per IP 65 (for outdoor), IP 21 (for indoor) & as per IEC 62208.
The junction boxes shall have suitable arrangement for the Following:
Combine groups of modules into independent charging sub-arrays that shall be wired
to the controller.
Provide arrangement for disconnection for each of the groups.
Provide a test point for each sub-group for quick fault location.
To provide group array isolation.
The rating of the JB’s shall be suitable with adequate safety factor to inter connect the
Solar PV array.
n. Charge Controller Unit:
The Charge Controller shall be dual input type; however, the input is fed from a SPV
panel only for battery charging. A selector switch shall be provided for choosing
59 | P a g e
between those modes. The charge controller shall be preferably PWM type employing
IGBT switching elements.
Charge controller should conform IEC 62093 / IEC 60068 as per specification.
The charging sequence from SPV array or external AC source shall be as follows:
Salient features of the Charge Controller shall be as follows:
Switching elements IGBT
Type of Charger PWM
Input:
From PV: 5KWp, 48V/150Ah nominal DC from Solar PV array
Output Voltage: Suitable for charging 48V/250Ah nominal battery bank from 5KWp
SPV array.
Protections : Short Circuit, Deep Discharge, Input Surge Voltage, Over Current
(load), Battery Reverse Polarity, Solar array reverse polarity.
Indication: String ‘ON’, Main ‘ON’, Charging ‘ON’, 80% Charged, 100% Charged,
Charger Overload, Battery on Trickle.
Battery disconnected / Fault Battery Reverse Polarity, Low Solar Power, System Fault
and Charger over Temperature and Input Over / Under Voltage (for AC).
MIMIC Diagram: To indicate power flow and operation of the charge controller/
battery charger; shall have provision for visual indications of existing power
input/output through MIMIC diagram.
Bidder may design Power Conditioning Unit (PCU), which consists of a solar charge
controller & inverter as per design mentioned above. In addition, it should have a Grid
Charger.
It provides the facility to charge the battery bank through Solar only. The PCU
continuously monitors the state of Battery Voltage, Solar Power output and the loads.
Due to sustained usage of power, when the Battery Voltage falls below a preset level,
the PCU will automatically transfer the load to the grid power.
o. Cables & Wirings:
All cables shall be supplied conforming to IEC 60227/ IS 694 & IEC 60502/ IS 1554.
Voltage rating: 1,100V AC, 1,500V DC
For the DC cabling, Solar Cables, XLPE or XLPO insulated and sheathed, UV
stabilised single core flexible copper cables shall be used. Multi-core cables shall not
be used.
For the AC cabling, PVC or XLPE insulated and PVC sheathed single or multi-core
flexible copper cables shall be used. Outdoor AC cables shall have a UV-stabilised
outer sheath.
The DC cables from the SPV module array shall run through a UV stabilised PVC
conduit pipe of adequate diameter with a minimum wall thickness of 1.5mm.
Cables and wires used for the interconnection of solar PV modules shall be provided
with solar PV connectors (MC4) and couplers.
All cables and conduit pipes shall be clamped to the rooftop, walls and ceilings with
thermo-plastic clamps at intervals not exceeding 50 cm. The minimum DC cable size
shall be 6.0 mm2 copper. The minimum AC cable size shall be 4.0 mm2 copper. In
60 | P a g e
three phase systems, the size of the neutral wire size shall be equal to the size of the
phase wires. The following colour coding shall be used for cable wires:
− DC positive: red (the outer PVC sheath can be black with a red line marking)
− DC negative: black
− AC single phase: Phase: red; neutral: black
− AC three phases: Phases: red, yellow, blue; neutral: black
− Earth wires: green
Cables and conduits that have to pass through walls or ceilings shall be taken through
a PVC pipe sleeve.
Cable conductors shall be terminated with tinned copper end-ferrules to prevent
fraying and breaking of individual wire strands. The termination of the DC and AC
cables at the Solar Grid Inverter shall be done as per instructions of the manufacturer,
which in most cases will include the use of special connectors.
All wiring in the control room shall be carried out with minimum four sq. mm. PVC
insulated copper conductor in surface/recessed steel conduct in control room & solar
hut. All wiring shall be done with an appropriate size Cu conductor as earth wire. All
wirings whether it is indoors or outdoors are to be casing capping system. As and when
required flexible pipe may be used.
Buried underground cables shall be armoured. Unarmoured buried underground cables
shall be enclosed with suitable conduits. Unless, otherwise, specified, all other
interconnecting cables shall be armoured.
Conductor size of cables and wires shall be selected based on efficient design criteria
such that the overall electrical energy loss in any section of cable or wire is shall be less
than 2% under the designed operating conditions. Conductor size of less than 6 sq. mm
shall not be accepted.
Cable/wire connections shall be soldered, crimp-on type or split bolt type. Wire nut
connections shall not be used.
All cables shall be adequately supported. Outside of the terminals / panels / enclosures
shall be protected by conduits. Cables shall be provided with dry type compression
glands wherever they enter junction boxes/panels/enclosures.
The wiring must be carried out in casing capping only.
p. Distribution System:
Single line diagram of the AC Distribution line shall be attached along with general
point wiring diagram of sample room with the Technical details.
Details of cable used for the distribution and transmission purpose along with their
current carrying capacity and make shall be enclosed.
Supply installation of Energy meter from reputed company. The energy meter shall be
tested by State Electricity Board (SEB) and sealed by SEB. Testing certificate shall be
submitted.
q. Earthing and lightning protection:
Earthing is essential for the protection of the equipment & manpower. Two main
grounds used in the power equipment’s are:
61 | P a g e
System earth
Equipment earth
System earth is earth which is used to ground one leg of the circuit. For example, in AC
circuits the Neutral is earthed while in DC supply +ve is earthed.
In case of equipment earth all the non-current carrying metal parts are bonded together
and connected to earth to prevent shock to the man power & also the protection of the
equipment in case of any accidental contact.
To prevent the damage due to lightning the one terminal of the lightning protection
arrangement is also earthed. The provision for lightning & surge protection of the SPV
power source is required to be made.
In case the SPV Array cannot be installed close to the equipment to be powered & a
separate earth has been provided for SPV System, it shall be ensured that all the earths
are bonded together to prevent the development of potential difference between ant two
earths.
Earth resistance shall not be more than 1 ohm. 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. & shall be
1.56 times the short circuit current. The area of cross-section shall not be less than 1.6
sq. mm in any case.
The array structure of the PV modules shall be grounded properly using adequate
numbers of earthing pits. All metal casing/ shielding of the plant shall be thoroughly
grounded to ensure safety of the power plant.
The Earthing for array and distribution system & Power plant equipment shall be made
with GI pipe, 4.5 m long 10 mm diameter including accessories and providing masonry
enclosures with cast iron cover plate having locking arrangement, watering pipe using
charcoal or coke and salt as required as per provisions of IS:3043. Necessary provision
shall be made for bolted isolating joints of each Earthing pit for periodic checking of
earth resistance.
Each array structure of the SPV yard shall be grounded properly. The array structures
and the lightning conductors are to be connected to earth through 25 mm X 5mm GI
strip.
The inverters and battery charger and all equipment inside the control room and battery
room to be connected to earth through 25 mm X 5mm tinned copper strip including
supplying of material and soldering. As earth bus is provided inside the control room
with 25 mm X 5mm tinned copper strip.
In compliance to Rule 61 of Indian Electricity Rules, 2004 (as amended up to date), all
non-current carrying metal parts shall be earthed with two separate and distinct earth
continuity conductors to an efficient earth electrode.
Lightning: The SPV Power Plant shall be provided with lightning & over voltage
protection. The main aim in this protection shall be to reduce the over voltage to a
tolerable value before it reaches the PV or other sub system components. The source of
over voltage can be lightning, atmosphere disturbances etc.
62 | P a g e
Metal oxide variators shall be provided inside the Array Junction Boxes. In addition,
suitable MOV’s also shall be provided in the Inverter to protect the inverter from over
voltage.
r. Lightning & Over Voltage Protection System:
The SPV power plant should be provided with Lightning and over voltage protection.
Connected with proper earth pits. The main aim of over voltage protection is to reduce
the over voltage to a tolerable level before it reaches the PV or other sub-system
components. The source of over voltage can be lightning or other atmospheric
disturbance.
The lightning Conductors shall be made of 25 mm diameter 1000 mm long GI spike as
per provisions of IS 3070. Necessary concrete foundation for holding the lightning
conductor in position to be made after giving due consideration to maximum wind
speed and maintenance requirement at site in future. The lightning conductor shall be
earthed through 20 mm X 3 mm thick GI flat earth pits/earth bus made with 25 mm X
5 mm GI flats.
16. MAIN FEATURES & OPERATING MODE
PCU should give preference to the solar power as the first input to load and extra energy
produced by solar is used to charge the battery bank. The second preference is given the
battery. In the absence of both solar and battery the power from grid will be feed to the
load.
The PCU always gives preference to the solar power and will use Grid power only when
the solar power / battery charger is insufficient to meet the load requirement.
17. MODULE MOUNTING STRUCTURE
Hot dip galvanized iron mounting structures may be used for mounting the modules / panels
/ arrays. These mounting structures must be suitable to mount the SPV modules / panels /
arrays on the roof top, on the ground or on the poles / masts, at an angle of tilt with the
horizontal in accordance with the latitude of the place of installation.
The Mounting structure shall be so designed to withstand the speed for the wind zone of
the location where a PV system is proposed to be installed (wind speed of 150 km/ hour).
It may be ensured that the design has been certified by a recognized Lab/ Institution in this
regard.
The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the
mounting structure shall be in compliance of latest IS 4759 with thickness of 80 microns
as per IS 5905. All fasteners shall be of Stainless steel - SS 304.
The foundation for Module Mounting structures shall be 1:2:4 PCC Construction. There
shall be minimum necessary clearance between ground level and bottom edge of SPV
modules.
63 | P a g e
19. DC DISTRIBUTION BOARD (DCDB)
A DCDB shall be provided in between PCU and Solar Array. It shall have MCCB of
Suitable rating for connection and disconnection of array section. It shall have meters for
measuring Array voltage and Array current.
64 | P a g e
Sr. Specifications
Particulars
No. 5kWp SPV Plant
1 Solar PV Modules
a Capacity 5000Wp
b Make Any MNRE approved OR IEC 61215
(revised)
c Module 250/275/300Wp
OR Equivalent
d No. of SPV Modules Depends on Module wattage
2 Solar Charge Controller As per the requirement
3 Module Mounting Structure As per the available places at site
4 Power Conditioning Unit 1 No.
(As per design specification given in
tender which includes charge
controller, inverter & Grid charger. The
output power should be of 3 phase)
Inverter minimum 5 kWp
5 Battery 150Ah / 48V
No. of batteries depends on Ah of the
Battery capacity (2 Volt battery must
be used)
65 | P a g e
TECHNICAL SPECIFICATION OF OFF-GRID SPV POWER PLANT (15kWp Off-
grid):
1. PV MODULES:
a. The PV modules must conform to the latest edition of any of the following / equivalent
BIS Standards for PV module design qualification and type approval:
•Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286
b. In addition, the modules must conform to IEC 61730 Part 1-requirements for
construction & Part 2 - requirements for testing, for safety qualification.
c. Identification and Traceability:
Each PV module must use a RF identification tag (RFID), which must contain the
following information:
(i) Name of the manufacturer of PV Module
(ii) Name of the Manufacturer of Solar cells
(iii) Month and year of the manufacture (separately for solar cells and module)
(iv) Country of origin (separately for solar cells and module)
(v) I-V curve for the module
(vi) Peak Wattage, Im, Vm and FF for the module
(vii) Unique Serial No and Model No of the module
(viii) Date and year of obtaining IEC PV module qualification certificate
(ix) Name of the test lab issuing IEC certificate
(x) Other relevant information on traceability of solar cells and module as per ISO
9000 series.
It may be noted that from 1st April 2013 onwards; RFID shall be mandatory placed
inside the module laminate
2. BATTERY BANK:
The batteries shall be solar photovoltaic batteries of flooded electrolyte, maintenance free,
lead Acid and made of hard rubber container.
Storage batteries should conform IEC 61427 / IS 1651 / IS 13369 as per specifications.
The batteries shall use 12V and battery capacity is to be designed at C/10 rate with end cell
cut off voltage of 9.85 V per cell.
Battery terminal shall be provided with covers.
Batteries shall be provided with micro porous vent plugs with floats.
Charging instructions shall be provided along with the batteries.
Suitable carrying handle shall be provided.
A suitable battery rack with interconnections & end connector shall be provided to suitably
house the batteries in the bank. The features and dimensions of the battery rack shall be
provided along with the bid document.
The batteries shall be suitable for recharging by means of solar modules via incremental /
open circuit regulators.
Bidder shall mention the design cycle life of batteries at 80%, 10% and 20% depth of
discharge at 27 deg. C.
The batteries shall be designed for operating in ambient temperature of site in the state of
Maharashtra.
66 | P a g e
The self-discharge of batteries shall be less than 3 % per month at 20 deg. C and less than
6% per month at 30 deg. C
The charge efficiency shall be more than 90% up to 70% state of charge.
The topping up frequency shall be 12 – 18 months.
The batteries shall consist of individual cells, which can be carried separately with ease
while transporting.
Offered batteries shall comply to the following:
10 % of DOD: 7200 cycles
50 % of DOD: 3000 cycles
80 % of DOD: 1200 cycles
The Battery Bank shall be designed to provide 1-day autonomy. Bidder to provide battery
sizing details along with their offer. The distance between two batteries may be kept 6
inches & vice versa.
There will be one battery bank comprising of capacity 192 V / 150 Ah for 15kWp SPV
Power Plant. The batteries should be of tubular plate lead acid & low maintenance type and
shall have long service life. The cells should confirm IEC 61427 / IS 1651 / IS 13369 and
as per specification given below shall be provided.
Battery protection panel
The battery protection panel shall be made of CRCA sheet having two incoming and two
outgoing terminals. There shall be 2 Nos. HRC fuses of suitable rating with fuse
holder/base etc as required. 2 poles MCB/ MCCB can also be used for isolation purpose
instead of fuses, if required.
67 | P a g e
3. BALANCE OF SYSTEM (BoS) ITEMS/ COMPONENTS:
Details of Power Conditioning Units:
a. General:
As SPV array produce direct current electricity, it is necessary to convert this direct
current into alternating current and adjust the voltage levels before powering equipment
designed for nominal mains AC supply. Conversion shall be achieved using an
electronic Inverter and the associated control and protection devices. All these
components of the system are termed the “Power Conditioning Unit” OR simply PCU.
In addition, the PCU shall also house MPPT (Maximum Power Point Tracker), an
interface between Solar PV array & the Inverter, to maximize Solar PV array energy
input into the System. PCU should conform IEC 61683, IEC 60068 as per
specifications.
PCU refers to combination of charge controller, inverter and AC charger and shall be
supplied as integrated unit or separate units.
Power Conditioning Unit (Solar Charge Controller + Inverter)
Switching device MOSFET/IGBT
Type MPPT based PWM charger to charge 192 V battery bank
Input voltage from 192V DC for 15kWp unit. (The voltage variation shall be as per change in
PV array array output)
Protections Short circuit protection
Input under voltage / Deep discharge of battery
Input surge voltage protection
Over current
Battery reverse polarity protection
Solar array reverse blocking diode (provided in array junction box)
DC rated fuse at input and AC rated fuse at output with suitable contactor /
solid-state switches for safe start-up & shutdown of system
Load surge current
Over temperature
Under / Over output voltage
Under / Over frequency
Automatic / manual isolation at input & output
Suitable protection for solid-state switching devices
Dielectric strength 1.1kV between input/output and ground with EMI protections removed
Cooling Solar natural and Forced air cooling with temperature sensitive fan operation
Ambient operation 50° C
(max)
Relative humidity 95% maximum
Assembly & As per normal industry practice
mounting
Finish Epoxy powder coating
Cable entry From rear 200mm above ground level
Load test at factory Minimum 6 hours at full load
68 | P a g e
Features Stand-alone and hybrid mode of operation.
High quality with high efficiency and reliability
Microprocessor based intelligent controller
Self-monitoring capability.
Integral design with MPPT solar charge controller and inverter
Highly reliable & efficient solid-state switching devices
Rated for continuous operation at full load
High over-load capability of 200% surge for 10 seconds
Inverter output power factor of 0.8 lag
Automatic re-start facility after over load triggered shutdown
Efficiency 90% at rated load and normal operating conditions 85% (min) at 25% load
and nominal input voltage with UPF load
%THD Sine-wave output with 3% THD at full load UPF and nominal input voltage
Output voltage 415 (+12.5-20%)V AC
Output frequency 50Hz 0.5Hz
%Regulation 5% against input voltage and load variation
Indications As many as possible with relevance
AC charger input 240 V AC, 50 Hz from AC mains grid
Enclosure IP 22 (For indoor application)
Weight / Dimension The details of the inverter will be provided in the specification / user manual
Battery type Tubular lead acid /VRLA GEL type(maintenance free)
c. Inverter
Inverters shall be of very high quality having high efficiency and shall be completely
compatible with the charge controller and distribution panel.
Inverter should conform IEC 61683, IEC 60068 as per specifications.
The inverter shall be designed for continuous, reliable power supply as per
specifications. The inverter shall have high conversion efficiency from 25 percent load
to the full rated load. The efficiency of the inverter shall be more than 90% at full load
and more than 88% at partial load (50%-75%). The supplier shall specify the conversion
efficiency in the offer.
The inverter shall be designed for extreme temperatures.
The Inverter shall have internal protection arrangement against any sustained fault in
the feeder.
69 | P a g e
The dimension, weight, foundation details etc. of the inverter shall be clearly indicated
in the detailed technical specification.
Each solid-state electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the inverter.
Supplier shall indicate tripping voltage & start up voltage for the inverters & this should
be perfectly matched with the recommendation of battery manufacturers.
The PCU shall be mounted on a suitable reinforced concrete pad inside control room
not susceptible to inundation by water. All cable entry to and from the PCU shall be
fully sheathed to prevent access of rodents, termites or other insects into the PCU from
bottom/top of the PCU in form of a detachable gland plate.
For the Monitoring of Unit generated provision of Ah meters at input side shall be
accomplished with Energy meter and voltmeters at suitable place and included in the
technical specification clearly.
Provision for the Equalizing Charging of battery periodically shall be made and state
clearly in the technical details.
The bidder shall furnish details of proper operation, maintenance and troubleshooting
details to MEDA.
The bidder shall intimate MEDA prior to dispatch of the inverter for inspection. Shop
tests on the inverter shall be conducted in the presence of the authorized representative
of MEDA in order to verify the capacity and proper working of all control and
protection arrangement.
The inverter will be highly efficient. The inverter should conform IEC 61683 / IEC
60068 and should be based on PWM technology and using IGBT. Inverters would
display its own parameters and also the parameters of battery bank connected to the
inverter. The inverter’s capacity should be minimum 15 KW SPV power plants. The
inverters should be designed to be completely compatible with the charge controllers
and distribution panels and are of integrated design.
Salient features of the Inverters shall be as follows:
Short Circuit Protection Circuit Breaker and Electronics protection against sustained fault.
70 | P a g e
Protection Over Voltage both at Input & Output
Over Current both at Input & Output
Over Frequency
Surge voltage inducted at output due to external source.
Protection Degree IP22
Instrumentation & Input & Output voltage, Input & Output Current, Frequency, Power
Indication output, different status of inverter, kind of fault by audio signal.
71 | P a g e
MAIN FEATURES & OPERATING MODE:
i. The PCU shall operate on grid Tied mode.
ii. In case of grid failure: Stored power from batteries shall be used to feed the
dedicated load less than 15 kW.
iii. Grid power shall be the last priority to feed the load. During such time, the PCU
shall feed the load directly through grid and shall also charge the batteries.
iv. Power Electronics must be designed to convert PCU to grid tied inverter with
provision to bypass the battery. Demonstration of same should be given on site.
There should be following provision in PCU if:
Battery Bank is fully charge
AND
Load is lesser than the suggested/dedicated load capacity
Then extra generated Energy should be fed to Grid.
Load Side Monitoring:
(Meter 1 M-1) Dual Source RS 485 complied Energy meter should be provided in Solar
AC distribution board to remotely monitor the Solar Energy Supplied to load and or
Exported to Grid.
(Meter 2 M-2) Bidirectional Energy Meter so there should be provision to monitor
Energy supplied to load from grid in absence of solar Energy
d. Junction Boxes
The junction boxes shall be dust, vermin and waterproof and made of FRP / Thermo
Plastic. The terminals shall be connected to copper bus bar arrangement of proper sizes.
The junction boxes shall have suitable cable entry points fitted with cable glands of
appropriate sizes for both incoming and outgoing cables. Suitable markings shall be
provided on the bus bar for easy identification and cable ferrules shall be fitted at the
cable termination points for identification. Each main junction box shall be fitted with
appropriate rating blocking diode. The junction boxes shall be of reputed make and
should be as per IP 65 (for outdoor), IP 21 (for indoor) & as per IEC 62208.
The junction boxes shall have suitable arrangement for the Following:
Combine groups of modules into independent charging sub-arrays that shall be wired
to the controller.
Provide arrangement for disconnection for each of the groups.
Provide a test point for each sub-group for quick fault location.
To provide group array isolation.
The rating of the JB’s shall be suitable with adequate safety factor to inter connect the
Solar PV array.
72 | P a g e
The charging sequence from SPV array or external AC source shall be as follows:
Salient features of the Charge Controller shall be as follows:
Switching elements IGBT
Type of Charger PWM
Input:
From PV :15KWp, 240V/150Ah nominal DC from Solar PV array
Output Voltage: Suitable for charging 240V/150Ah nominal battery bank from 15KWp
SPV array.
Protections : Short Circuit, Deep Discharge, Input Surge Voltage, Over Current
(load), Battery Reverse Polarity, Solar array reverse polarity.
Indication : String ‘ON’, Main ‘ON’, Charging ‘ON’, 80% Charged, 100%
Charged, Charger Overload, Battery on Trickle.
Battery disconnected / Fault Battery Reverse Polarity, Low Solar Power, System Fault
and Charger over Temperature and Input Over / Under Voltage (for AC).
MIMIC Diagram: To indicate power flow and operation of the charge controller/
battery charger; shall have provision for visual indications of existing power
input/output through MIMIC diagram.
Bidder may design Power Conditioning Unit (PCU), which consists of a solar charge
controller & inverter as per design mentioned above. In addition, it should have a Grid
Charger.
It provides the facility to charge the battery bank through Solar only. The PCU
continuously monitors the state of Battery Voltage, Solar Power output and the loads.
Due to sustained usage of power, when the Battery Voltage falls below a preset level,
the PCU will automatically transfer the load to the grid power.
73 | P a g e
− DC negative: black
− AC single phase: Phase: red; neutral: black
− AC three phases: Phases: red, yellow, blue; neutral: black
− Earth wires: green
Cables and conduits that have to pass through walls or ceilings shall be taken through
a PVC pipe sleeve.
Cable conductors shall be terminated with tinned copper end-ferrules to prevent
fraying and breaking of individual wire strands. The termination of the DC and AC
cables at the Solar Grid Inverter shall be done as per instructions of the manufacturer,
which in most cases will include the use of special connectors.
All wiring in the control room shall be carried out with minimum four sq. mm. PVC
insulated copper conductor in surface/recessed steel conduct in control room & solar
hut. All wiring shall be done with an appropriate size Cu conductor as earth wire. All
wirings whether it is indoors or outdoors are to be casing capping system. As and when
required flexible pipe may be used.
Buried underground cables shall be armoured. Unarmoured buried underground cables
shall be enclosed with suitable conduits. Unless, otherwise, specified, all other
interconnecting cables shall be armoured.
Conductor size of cables and wires shall be selected based on efficient design criteria
such that the overall electrical energy loss in any section of cable or wire is shall be less
than 2% under the designed operating conditions. Conductor size of less than 6 sq. mm
shall not be accepted.
Cable/wire connections shall be soldered, crimp-on type or split bolt type. Wire nut
connections shall not be used.
All cables shall be adequately supported. Outside of the terminals / panels / enclosures
shall be protected by conduits. Cables shall be provided with dry type compression
glands wherever they enter junction boxes/panels/enclosures.
The wiring must be carried out in casing capping only.
g. Distribution System:
Single line diagram of the AC Distribution line shall be attached along with general
point wiring diagram of sample room with the Technical details.
Details of cable used for the distribution and transmission purpose along with their
current carrying capacity and make shall be enclosed.
Supply installation of Energy meter from reputed company. The energy meter shall be
tested by State Electricity Board (SEB) and sealed by SEB. Testing certificate shall be
submitted.
74 | P a g e
System earth is earth which is used to ground one leg of the circuit. For example, in AC
circuits the Neutral is earthed while in DC supply +ve is earthed.
In case of equipment earth all the non-current carrying metal parts are bonded together
and connected to earth to prevent shock to the man power & also the protection of the
equipment in case of any accidental contact.
To prevent the damage due to lightning the one terminal of the lightning protection
arrangement is also earthed. The provision for lightning & surge protection of the SPV
power source is required to be made.
In case the SPV Array cannot be installed close to the equipment to be powered & a
separate earth has been provided for SPV System, it shall be ensured that all the earths
are bonded together to prevent the development of potential difference between ant two
earths.
Earth resistance shall not be more than 1 ohm. 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. & shall be
1.56 times the short circuit current. The area of cross-section shall not be less than 1.6
sq mm in any case.
The array structure of the PV modules shall be grounded properly using adequate
numbers of earthing pits. All metal casing/ shielding of the plant shall be thoroughly
grounded to ensure safety of the power plant.
The Earthing for array and distribution system & Power plant equipment shall be made
with GI pipe, 4.5 m long 10 mm diameter including accessories and providing masonry
enclosures with cast iron cover plate having locking arrangement, watering pipe using
charcoal or coke and salt as required as per provisions of IS:3043. Necessary provision
shall be made for bolted isolating joints of each Earthing pit for periodic checking of
earth resistance.
Each array structure of the SPV yard shall be grounded properly. The array structures
and the lightning conductors are to be connected to earth through 25 mm X 5mm GI
strip.
The inverters and battery charger and all equipment inside the control room and battery
room to be connected to earth through 25 mm X 5mm tinned copper strip including
supplying of material and soldering. As earth bus is provided inside the control room
with 25 mm X 5mm tinned copper strip.
In compliance to Rule 61 of Indian Electricity Rules, 2004 (as amended up to date), all
non-current carrying metal parts shall be earthed with two separate and distinct earth
continuity conductors to an efficient earth electrode.
Lightning: The SPV Power Plant shall be provided with lightning & over voltage
protection. The main aim in this protection shall be to reduce the over voltage to a
tolerable value before it reaches the PV or other sub system components. The source of
over voltage can be lightning, atmosphere disturbances etc.
Metal oxide variators shall be provided inside the Array Junction Boxes. In addition,
suitable MOV’s also shall be provided in the Inverter to protect the inverter from over
voltage.
75 | P a g e
i. Lightning & Over Voltage Protection System:
The SPV power plant should be provided with Lightning and over voltage protection.
Connected with proper earth pits. The main aim of over voltage protection is to reduce
the over voltage to a tolerable level before it reaches the PV or other sub-system
components. The source of over voltage can be lightning or other atmospheric
disturbance.
The lightning Conductors shall be made of 25 mm diameter 1000 mm long GI spike as
per provisions of IS 3070. Necessary concrete foundation for holding the lightning
conductor in position to be made after giving due consideration to maximum wind
speed and maintenance requirement at site in future. The lightning conductor shall be
earthed through 20 mm X 3 mm thick GI flat earth pits/earth bus made with 25 mm X
5 mm GI flats.
76 | P a g e
7. DC DISTRIBUTION BOARD (DCDB)
A DCDB shall be provided in between PCU and Solar Array. It shall have MCCB of
Suitable rating for connection and disconnection of array section. It shall have meters for
measuring Array voltage and Array current.
8. AC DISTRIBUTION LINE
The generated electricity from these Power Plants will be utilized for illumination of Streets
/ Indoor Lighting, Fans, Computers, Internet modem, Printer within allowable practice
limit. Necessary electric cable / connection shall be supplied / made by the bidder for
illumination of existing streetlights / indoor lights.
9. OPERATION MANUAL
An Operation, Instruction and Maintenance Manual, in English and the local language,
should be provided with the Solar PV Power Plant and detail of Wiring and Connection
Diagrams will also be provided with the manual.
77 | P a g e
Sr. Specifications
Particulars
No. 15 kW SPV Plant
1 Solar PV Modules
a Capacity 15000 Wp
b Make Any MNRE approved OR IEC 61215
(revised)
c Module 300/325/350 Wp OR Equivalent
d No. of SPV Modules Depends on Module wattage
2 Solar Charge Controller As per the requirement
3 Module Mounting Structure As per the available places at site
4 Power Conditioning Unit 1 No.
(As per design specification given in
tender which includes charge
controller, inverter & Grid charger. The
output power should be of 3 phase)
Inverter minimum 15kWp
5 Battery 150Ah / 192V
No. of batteries depends on Ah of the
Battery capacity (12 Volt battery must
be used)
6 Cabling with casing capping As required at site
7 Transmission, Distribution & point As required at site
wiring
8 Monitoring, Control & protection 1 Set
device
9 Metering at generation side 1 No.
(at DC side of Inverter)
10 Metering at consumption side 1 No. (Towards Load)
11 Spares Set of required fuses, screws, & terminals
etc as required.
78 | P a g e
TECHNICAL SPECIFICATION OF OFF-GRID SPV POWER PLANT
(20 kWp Off-grid):
13. PV MODULES:
d. The PV modules must conform to the latest edition of any of the following / equivalent
BIS Standards for PV module design qualification and type approval:
• Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286
e. In addition, the modules must conform to IEC 61730 Part 1-requirements for
construction & Part 2 - requirements for testing, for safety qualification.
f. Identification and Traceability:
Each PV module must use a RF identification tag (RFID), which must contain the
following information:
(i) Name of the manufacturer of PV Module
(ii) Name of the Manufacturer of Solar cells
(iii) Month and year of the manufacture (separately for solar cells and module)
(iv) Country of origin (separately for solar cells and module)
(v) I-V curve for the module
(vi) Peak Wattage, Im, Vm and FF for the module
(vii) Unique Serial No and Model No of the module
(viii) Date and year of obtaining IEC PV module qualification certificate
(ix) Name of the test lab issuing IEC certificate
(x) Other relevant information on traceability of solar cells and module as per ISO
9000 series.
It may be noted that from 1st April 2013 onwards; RFID shall be mandatory placed
inside the module laminate
79 | P a g e
The batteries shall be designed for operating in ambient temperature of site in the state of
Maharashtra.
The self-discharge of batteries shall be less than 3 % per month at 20 deg. C and less than
6% per month at 30 deg. C
The charge efficiency shall be more than 90% up to 70% state of charge.
The topping up frequency shall be 12 – 18 months.
The batteries shall consist of individual cells, which can be carried separately with ease
while transporting.
Offered batteries shall comply to the following:
10 % of DOD: 7200 cycles
50 % of DOD: 3000 cycles
80 % of DOD: 1200 cycles
The Battery Bank shall be designed to provide 1 day autonomy. Bidder to provide battery
sizing details along with their offer. The distance between two batteries may be kept 6
inches & vice versa.
There will be one battery bank comprising of capacity 240 V / 500Ah for 20 kWp SPV
Power Plant. The batteries should be of tubular plate lead acid & low maintenance type and
shall have long service life. The cells should confirm IEC 61427 / IS 1651 / IS 13369 and
as per specification given below shall be provided.
Battery protection panel
The battery protection panel shall be made of CRCA sheet having two incoming and two
outgoing terminals. There shall be 2 Nos. HRC fuses of suitable rating with fuse
holder/base etc as required. 2 poles MCB/ MCCB can also be used for isolation purpose
instead of fuses, if required.
80 | P a g e
15. BALANCE OF SYSTEM (BoS) ITEMS/ COMPONENTS:
Details of Power Conditioning Units:
j. General:
As SPV array produce direct current electricity, it is necessary to convert this direct
current into alternating current and adjust the voltage levels before powering equipment
designed for nominal mains AC supply. Conversion shall be achieved using an
electronic Inverter and the associated control and protection devices. All these
components of the system are termed the “Power Conditioning Unit” OR simply PCU.
In addition, the PCU shall also house MPPT (Maximum Power Point Tracker), an
interface between Solar PV array & the Inverter, to maximize Solar PV array energy
input into the System. PCU should conform IEC 61683, IEC 60068 as per
specifications.
PCU refers to combination of charge controller, inverter and AC charger and shall be
supplied as integrated unit or separate units.
81 | P a g e
Load test at factory
Minimum 6 hours at full load
Features Stand-alone and hybrid mode of operation.
High quality with high efficiency and reliability
Microprocessor based intelligent controller
Self-monitoring capability.
Integral design with MPPT solar charge controller and inverter
Highly reliable & efficient solid-state switching devices
Rated for continuous operation at full load
High over-load capability of 200% surge for 10 seconds
Inverter output power factor of 0.8 lag
Automatic re-start facility after over load triggered shutdown
Efficiency 90% at rated load and normal operating conditions 85% (min) at 25% load
and nominal input voltage with UPF load
%THD Sine-wave output with 3% THD at full load UPF and nominal input voltage
Output voltage 415 (+12.5-20%)V AC
Output frequency 50Hz 0.5Hz
%Regulation 5% against input voltage and load variation
Indications As many as possible with relevance
AC charger input 240 V AC, 50 Hz from AC mains grid
Enclosure IP 22 (For indoor application)
Weight / Dimension The details of the inverter will be provided in the specification / user manual
Battery type Tubular lead acid /VRLA GEL type(maintenance free)
l. Inverter
Inverters shall be of very high quality having high efficiency and shall be completely
compatible with the charge controller and distribution panel.
Inverter should conform IEC 61683, IEC 60068 as per specifications.
The inverter shall be designed for continuous, reliable power supply as per
specifications. The inverter shall have high conversion efficiency from 25 percent load
to the full rated load. The efficiency of the inverter shall be more than 90% at full load
and more than 88% at partial load (50%-75%). The supplier shall specify the conversion
efficiency in the offer.
The inverter shall be designed for extreme temperatures.
82 | P a g e
The Inverter shall have internal protection arrangement against any sustained fault in
the feeder.
The dimension, weight, foundation details etc. of the inverter shall be clearly indicated
in the detailed technical specification.
Each solid-state electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the inverter.
Supplier shall indicate tripping voltage & start up voltage for the inverters & this should
be perfectly matched with the recommendation of battery manufacturers.
The PCU shall be mounted on a suitable reinforced concrete pad inside control room
not susceptible to inundation by water. All cable entry to and from the PCU shall be
fully sheathed to prevent access of rodents, termites or other insects into the PCU from
bottom/top of the PCU in form of a detachable gland plate.
For the Monitoring of Unit generated provision of Ah meters at input side shall be
accomplished with Energy meter and voltmeters at suitable place and included in the
technical specification clearly.
Provision for the Equalizing Charging of battery periodically shall be made and state
clearly in the technical details.
The bidder shall furnish details of proper operation, maintenance and troubleshooting
details to MEDA.
The bidder shall intimate MEDA prior to dispatch of the inverter for inspection. Shop
tests on the inverter shall be conducted in the presence of the authorized representative
of MEDA in order to verify the capacity and proper working of all control and
protection arrangement.
The inverter will be highly efficient. The inverter should conform IEC 61683 / IEC
60068 and should be based on PWM technology and using IGBT. Inverters would
display its own parameters and also the parameters of battery bank connected to the
inverter. The inverter’s capacity should be minimum 20kW SPV power plants. The
should be designed to be completely compatible with the charge controllers and
distribution panels and are of integrated design.
Salient features of the Inverters shall be as follows:.
Short Circuit Protection Circuit Breaker and Electronics protection against sustained fault.
83 | P a g e
Over Voltage Automatic Shut Down
AC over Current/Load Automatic Shut Down
Protection Over Voltage both at Input & Output
Over Current both at Input & Output
Over Frequency
Surge voltage inducted at output due to external source.
Protection Degree IP22
Instrumentation & Input & Output voltage, Input & Output Current, Frequency, Power
Indication output, different status of inverter, kind of fault by audio signal.
84 | P a g e
The junction boxes shall have suitable arrangement for the Following:
Combine groups of modules into independent charging sub-arrays that shall be wired
to the controller.
Provide arrangement for disconnection for each of the groups.
Provide a test point for each sub-group for quick fault location.
To provide group array isolation.
The rating of the JB’s shall be suitable with adequate safety factor to inter connect the
Solar PV array.
85 | P a g e
For the DC cabling, Solar Cables, XLPE or XLPO insulated and sheathed, UV
stabilised single core flexible copper cables shall be used. Multi-core cables shall not
be used.
For the AC cabling, PVC or XLPE insulated and PVC sheathed single or multi-core
flexible copper cables shall be used. Outdoor AC cables shall have a UV-stabilised
outer sheath.
The DC cables from the SPV module array shall run through a UV stabilised PVC
conduit pipe of adequate diameter with a minimum wall thickness of 1.5mm.
Cables and wires used for the interconnection of solar PV modules shall be provided
with solar PV connectors (MC4) and couplers.
All cables and conduit pipes shall be clamped to the rooftop, walls and ceilings with
thermo-plastic clamps at intervals not exceeding 50 cm. The minimum DC cable size
shall be 6.0 mm2 copper. The minimum AC cable size shall be 4.0 mm2 copper. In
three phase systems, the size of the neutral wire size shall be equal to the size of the
phase wires. The following colour coding shall be used for cable wires:
− DC positive: red (the outer PVC sheath can be black with a red line marking)
− DC negative: black
− AC single phase: Phase: red; neutral: black
− AC three phase: Phases: red, yellow, blue; neutral: black
− Earth wires: green
Cables and conduits that have to pass through walls or ceilings shall be taken through
a PVC pipe sleeve.
Cable conductors shall be terminated with tinned copper end-ferrules to prevent
fraying and breaking of individual wire strands. The termination of the DC and AC
cables at the Solar Grid Inverter shall be done as per instructions of the manufacturer,
which in most cases will include the use of special connectors.
All wiring in the control room shall be carried out with minimum four sq. mm. PVC
insulated copper conductor in surface/recessed steel conduct in control room & solar
hut. All wiring shall be done with an appropriate size Cu conductor as earth wire. All
wirings whether it is indoors or outdoors are to be casing capping system. As and when
required flexible pipe may be used.
Buried underground cables shall be armoured. Unarmoured buried underground cables
shall be enclosed with suitable conduits. Unless, otherwise, specified, all other
interconnecting cables shall be armoured.
Conductor size of cables and wires shall be selected based on efficient design criteria
such that the overall electrical energy loss in any section of cable or wire is shall be less
than 2% under the designed operating conditions. Conductor size of less than 6 sq. mm
shall not be accepted.
Cable/wire connections shall be soldered, crimp-on type or split bolt type. Wire nut
connections shall not be used.
All cables shall be adequately supported. Outside of the terminals / panels / enclosures
shall be protected by conduits. Cables shall be provided with dry type compression
glands wherever they enter junction boxes/panels/enclosures.
The wiring must be carried out in casing capping only.
86 | P a g e
p. Distribution System:
Single line diagram of the AC Distribution line shall be attached along with general
point wiring diagram of sample room with the Technical details.
Details of cable used for the distribution and transmission purpose along with their
current carrying capacity and make shall be enclosed.
Supply installation of Energy meter from reputed company. The energy meter shall be
tested by State Electricity Board (SEB) and sealed by SEB. Testing certificate shall be
submitted.
87 | P a g e
The inverters and battery charger and all equipment inside the control room and battery
room to be connected to earth through 25 mm X 5mm tinned copper strip including
supplying of material and soldering. As earth bus is provided inside the control room
with 25 mm X 5mm tinned copper strip.
In compliance to Rule 61 of Indian Electricity Rules, 2004 (as amended up to date), all
non-current carrying metal parts shall be earthed with two separate and distinct earth
continuity conductors to an efficient earth electrode.
Lightning: The SPV Power Plant shall be provided with lightning & over voltage
protection. The main aim in this protection shall be to reduce the over voltage to a
tolerable value before it reaches the PV or other sub system components. The source of
over voltage can be lightning, atmosphere disturbances etc.
Metal oxide variastors shall be provided inside the Array Junction Boxes. In addition,
suitable MOV’s also shall be provided in the Inverter to protect the inverter from over
voltage.
88 | P a g e
It may be ensured that the design has been certified by a recognized Lab/ Institution in this
regard.
The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the
mounting structure shall be in compliance of latest IS 4759 with thickness of 80 microns
as per IS 5905. All fasteners shall be of Stainless steel - SS 304.
The foundation for Module Mounting structures shall be 1:2:4 PCC Construction. There
shall be minimum necessary clearance between ground level and bottom edge of SPV
modules.
89 | P a g e
23. TEST REPORTS
Test certificates from MNRE approved test centres only will be considered valid.
Sr. Specifications
Particulars
No. 20 kW SPV Plant
1 Solar PV Modules
a Capacity 20000 Wp
b Make Any MNRE approved OR IEC 61215
(revised)
c Module 250/275/300 Wp OR Equivalent
d No. of SPV Modules Depends on Module wattage
2 Solar Charge Controller As per the requirement
3 Module Mounting Structure As per the available places at site
4 Power Conditioning Unit 1 No.
(As per design specification given in
tender which includes charge
controller, inverter & Grid charger. The
output power should be of 3 phase)
90 | P a g e
Sr. Specifications
Particulars
No. 20 kW SPV Plant
10 Metering at consumption side 1 No. (Towards Load)
11 Spares Set of required fuses, screws, & terminals
etc as required.
SECTION-IV
TECHNICAL SPECIFICATIONS FOR WHITE-LED (W-LED) BASED SOLAR
STREET LIGHTING SYSTEM
MODEL - III
PV Module 5V 40 watt
Note: - This are the minimal technical standards. Higher technical standard certified by MNRE/BIS can be considered.
91 | P a g e
TECHNICAL DETAILS
PV MODULE
i. The PV module should have crystalline silicon solar cells and must have a certificate
of testing conforming to IEC 61215:2005 or BIS 14286 from.
ii. The power output of the module (s) under STC should be a minimum of 40 Wp at a
load voltage* of 16.4 + / -0.2 V.
iii. The module efficiency should not be less than 18%.
iv. The terminal box on the module should have a provision for opening it for replacing
the cable, if required.
v. There should be a Name Plate fixed inside the module which will give:
a. Name of the manufacturer of Distinctive Logo.
b. Module Number
c. Serial Number
d. Year of manufacture
vi. A distinctive serial number starting with NSM will be engraved on the frame of the
module or screen printed on the tedlar sheet of the module
The load voltage and Voc conditions of the PV modules are not applicable for the
system having MPPT based charge controller.
BATTERY
i. The battery will have a minimum rating of minimum 3.2volt, 25Ah at C/10
discharge rate.
ii. Battery should conform to the latest BIS or International standards.
iii. The battery should be housed in the luminary (should not have a separate battery
box)
LIGHT SOURCE
i. The Light source will be a white LED type with 200lm / watt
ii. The colour temperature of white LED used in the system should be in range of
5000०K-6500०K
iii. W-LEDs should not emit ultraviolet light.
iv. The light output from the white LED light source should be constant throughout the
duty cycle.
v. The lamps should be housed in an assemble suitable for outdoor use.
vi. The temperature of heat sink should not increase more than 20०C above ambient
temperature during the dusk to dawn operation.
ELECTRONICS
92 | P a g e
iv. The PV module itself should be used to sense the ambient light level for switching
ON and OFF the lamp.
v. The PCB module containing the electronics should be capable of solder free
installation and replacement.
vi. Necessary lengths of wires/cables, switches suitable for DC use and fuses should be
provided.
ELECTRONIC PROTECTIONS
i. Adequate protection is to be incorporated under “No Load” conditions e.g. when the
lamp is removed and the system is switched ON.
ii. The system should have protection against battery overcharge and deep discharge
conditions.
iii. Fuse should be provided to protect against short circuit conditions.
iv. Protection for reverse flow of current through the PV module (s) should be provided.
93 | P a g e
IS 16221 Safety of Power Converters for Use in
(Part 2) Photovoltaic Power Systems Part 2-
Particular Requirements for Inverters
5. Storage batteries IS 16270 Secondary Cells and Batteries for
Solar P hoto volt ai c Appli cat ion Gen eral -
Requirements and Methods of Test
IS 16046
Standard for Lithium ion battery
6. LED Lights & IS 16101 IS General Lighting - LEDs and LED modules –
Luminaires 16102 Terms and Definitions
IS 16103
Self-Ballasted LED Lamps for General Lighting
IS 16107 Services
Led Modules for General Lighting
Luminaires Performance
DEFINITION
A standalone Solar High Mast Lighting system (SHMLS) is an outdoor lighting unit used
for illuminating a street or an open area. The Solar High Mast Lighting System consists of
solar photovoltaic (SPV) module, a luminaire, storage battery, control electronics, inter-
connecting wires/cables, module mounting steel tower/ pole including hardware without
battery box. The luminaire is based on White Light Emitting Diode (W-LED), a solid-state
device which emits light when electric current passes through it. The luminaire is mounted
on the steal tower/ pole at a suitable angle to maximize illumination on the ground.
The PV module must be place on separate structure placed at the top of the steal tower/
pole at an angle facing south so that it receives solar radiation throughout the day, without
any shadow falling on it. A battery should be placed in the luminary to avoid the risk of
theft.
94 | P a g e
Electricity generated by the PV module charges the battery during the day time which
powers the luminaries from dusk to dawn. The system lights at dusk and switches off at
dawn automatically.
For each High mast SPV module aggregate capacity 900Wp (min 150Wp
Lithium ion batteries of capacity 12.8 Volt, 100Ah for each luminary of the
High Mast, should be placed inside the luminary / housing. Avoiding the use
of external battery box which will omit the risk of theft.
Battery
With appropriate over charging, over heating deep discharge protection)
without paralleling battery bank. Battery should be in IP-65 enclosure
95 | P a g e
Wire rope of Grade AISI 316 grade, 7/19 construction, with two ropes
Stainless Steel continuous min.6 mm diameter and breaking load capacity min. 2000 kg or
Wire Rope
more. The breaking load test report obtained from govt. laboratory of the
wire rope should justify the desired breaking load capacity.
Duty Cycle Dusk to dawn with full power for first 4 hours and half power till dawn
Autonomy 3 days or Minimum 42 operating hours per permissible
Discharge
2. MODULES
i. Modules with IEC Test certificate shall be used in the project. Crystalline high
power/efficiency cells shall be used in the Solar Photovoltaic module. The power
output of each module shall not be less than 150 Wp at load voltage minimum 5Volt
under standard test conditions (STC). * Not applicable for MPPT charge controller.
i. Crystalline high power/efficiency cell shall be used in the Solar Photovoltaic
module. The cell efficiency should not be less than18%.
ii. PV module must be warranted for output wattage, which should not be less than
90% at the end of 10 years and 80% at the end of 25years.
iv. The terminal box on the module shall be IP 65 and designed for long life out door
operation in harsh environment should have a provision of opening for replacing
the cable, if required.
v. Latest edition of IEC 61215 or IS 14286 for Crystalline and The bidder shall submit
appropriate certificates from national or international test labs
vi. PV modules must qualify to IEC 61730 Part 1- requirements for construction &
Part 2 – requirements for testing, for safety qualification from national or
international labs.
96 | P a g e
vii. Each PV module must use a RF identification tag (RFID), which must contain the
following information:
a. The LED efficiency should be more than 200 lumen /watt.
b. All LED in circuit must be connected in series only. It must incorporate fail short
mechanism in all LEDs
c. The LEDs used in the luminary should have life time more than 50,000hrs.
d. The lumen depreciation of LED shall not be more than 20% even after 50,000
burning hours.
e. Power consumption of each LED Luminary / Lighting unit shall not be more than
30 W (including LED Driver power loss).
f. The LED efficacy should be more than 200 lumen /watt.
g. Other Parameters :
97 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Input – 5 VDC
CRI - 70 %Typical
98 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
6. MECHANICAL HARDWARE
i. A galvanized metallic frame structure to be fixed on the pole to hold the SPV
module(s). The frame structure should be fixed at 30 degree from horizontal facing
true south.
ii. The pole should be hot dip Galvanized Iron Octagonal pole of 09 mtr. Height as per
specification asunder:
1. The Octagonal poles shall be Hot dip galvanized to min 80 microns. The
material of pole shall be as per specification of BS EN 100025, ISO1461.
2. The size of the pole shall be min 70 mm (A/F) at Top side, 130 mm (A/F)
at bottom side with thickness of 3 mm minimum.
4. Separate Pole should have the arrangement for module and battery at top
for mounting of Solar panel of design capacity with mounting structure at
an angle of latitude +20 degree.
5. The batteries shall also be mounted on this pole at suitable height hence
provision should be made accordingly
7. The Nut -Bolts in battery box and panel structures should be proper
riveted to ensure the theft proof.
8. The design and foundation details of the pole shall be got approved
before execution of work.
99 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
7. INSTALLATION OF SYSTEM
The system should be properly installed at site. The SPV module mounting structure along
with telescopic octagonal pole should be properly grouted depending upon the location and
requirement of the site. The grouting should be such that it should withstand the maximum
wind speed /storm of 180 kmph. The pole should rest on a suitable RCC foundation. Of (RCC
Foundation minimum size of 900 mm x900 mm x 1500 mm deep and 600 mm above the
ground level. must have min 5 nos. foundation bolts of min 1000 mm & 24mm dia.) Adequate
space should be provided behind the PV module/array for allowing un-obstructed air flow for
passive cooling. Cables of appropriate size should be used to keep electrical losses to a bare
minimum. Care should be taken to ensure that the battery is placed with appropriate levelling
on a structurally sound surface. The control electronics should not be installed directly above
the battery. All wiring should be in a proper conduit or capping case. Wire should not be
hanging loose. Any minor items which are not specifically included in the scope of supply but
required for proper installation and efficient operation of the SPV systems is to be provided by
the manufacturer as per standards.
WARRANTIES:
The mechanical structures, electrical works including power conditioners /charge controllers/
maximum power point tracker units/distribution boards/digital meters/ switchgear/ storage
batteries, etc. and overall workmanship of the Solar LED High Mast/systems must be warranted
against any manufacturing/ design/ installation defects for a minimum period of 5 years
100 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
SECTION-IV
MINIMUM TECHNICAL SPECIFICATIONS OF VARIOUS COMPONENTS OF
SOLAR PUMPS-
INTRODUCTION-
A Solar Photovoltaic (SPV) Water Pumping System consists of:
PV Array:
Capacity in the range of 200Wp to 10KWp. These ranges of Solar Photovoltaic
(SPV)
Water Pumping Systems are basically for “Irrigation” applications. However, these may
also be used for “Drinking Water Applications wherever such capacities are required”.
PV Array should be mounted on a suitable structure with a provision of tracking the sun.
- Electronic Protections.
“On-Off” switch
101 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
(ii) 45 liters of water per watt peak of PV array, from a Total Dynamic Head of 20
metres (Suction head, if applicable, up to a maximum of 7 metres) and with the shut
off head being at least 25 metres.
(iii) 32 liters of water per watt peak of PV array, from a Total Dynamic Head of 30
metres and the shut off head being at least 45 metres.
(iv) 19 liters of water per watt peak of PV array, from a Total Dynamic Head of 50
metres and the shut off head being at least 70 metres.
(v) 13 liters of water per watt peak of PV array, from a Total Dynamic Head of 70
metres and the shut off head being at least 100 metres.
(vi) 8.5 litres of water per watt peak of PV array, from a Total Dynamic Head of
100 metres and the shut off head being at least 150 metres.
The actual duration of pumping of water on a particular day and the quantity of water pumped
could vary depending on the solar intensity, location, season, etc.
Indicative performance specifications for the Shallow and Deep well SPV Water Pumping
Systems are given in the Annexure II. III.
I. PV ARRAY
The SPV water pumping system should be operated with a PV array capacity in the range of
200 Watts peak to 10000 Watts peak, measured under Standard Test Conditions (STC).
Sufficient number of modules in series and parallel could be used to obtain the required PV
array power output. The power output of individual PV modules used in the PV array, under
STC, should be a minimum of 125 Watts
peak, with adequate provision for measurement tolerances. Use of PV modules with higher
power output is preferred.
Indigenously produced PV module (s) containing mono/ multi crystalline silicon solar cells
should be used in the PV array for the SPV Water Pumping systems.
Modules supplied with the SPV water pumping systems should have certificate as per
IEC 61215 specifications or equivalent National or International/ Standards.
Modules must qualify to IEC 61730 Part I and II for safety qualification testing.
The efficiency of the PV modules should be minimum 14% and fill factor should
be more than 70%
The terminal box on the module should have a provision for “Opening” for
replacing the cable, if required.
There should be a Name Plate fixed inside the module which will give:
a. Name of the Manufacturer or Distinctive Logo.
b. Model Number
c. Serial Number
d. Year of manufacture
102 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
IV MOTOR PUMP-SET
The SPV water pumping systems may use any of the following types of motor pump sets:
a. Surface mounted motor pump-set
b. Submersible motor pump set
c. Floating motor pump set
d. Any other type of motor pump set after approval from Test Centre’s of the
Ministry.
The “Motor Pump Set” should have a capacity in the range of 0.2 hp to 10 hp and
should have the following features:
The mono block DC/ AC centrifugal motor pump set with the impeller mounted
directly on the motor shaft and with appropriate mechanical seals which ensures
zero leakage.
The motor of the capacity ranging from 0.2 hp to 10 hp should be AC, PMDC or
BLDC type. The suction and delivery head will depend on the site specific
condition of the field.
Submersible pumps could also be used according to the dynamic head of the site at
which the pump is to be used.
It is recommended that all parts of the pump and the motor of the submersible pumps should
be made of stainless steel.
- The manufacturers of pumps should self-certify that, the pump and all external parts of
motor used i submersible pump which are in contact with water, are of stainless steel.
The pumps used for solar application should have a 5 years warranty so it is essential that the
construction of the pump be made using parts which have a much higher durability and do
not need replacement or corrode for at least 5 years.
Remote Monitoring Arrangement
Provision for remote monitoring of the installed pumps must be made in the controllers
or the inverters either through an integral arrangement or through an externally fitted
arrangement. It should be possible to ascertain the daily water output, the power
generated by the PV array, the UP TIME of the pump during the year, Number of days
the pump was unused or under breakdown/repairs.
A sample depicted below is a typical log-book deployed for output data and performance of
the Solar Ag water pump: -
User Name Parameter Name - Select ↓
From:
DD/MM/YY To: DD/MM/YY
Sr.
Parameter Name Unit Result Date (DD/MM/YY)
No
1 Maximum Voltage (V max) Volt
2 Maximum Current (Imax) Amp
103 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Note: - It is expected that the software shall be able to show the results of above listed
parameters at a glance / individual as desired for a day / particular period.
The following details should be marked indelibly on the motor pump set
a) Name of the Manufacturer or Distinctive Logo.
b) Model Number
c) Serial Number.
The suction/ delivery pipe (GI/HDPE), electric cables, floating assembly, civil work and
other fittings required to install the Motor Pump set.
104 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
V. WARRANTY
The PV Modules must be warranted for output wattage, which should not be less than 90%
at the end of 10 years and 80% at the end of 25 years. The whole system including
submersible/ surface pumps shall be warranted for 5 years. Required Spares for trouble free
operation during the Warrantee period should be provided along with the system.
X. NOTES
Wherever the “Water table” or the level of water in the reservoir or the water source
(e.g. Diggie) from which the water is to be pumped, is within 10 metres depth,
‘Surface Motor Pump sets” should be preferred.
105 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
The type of pump set used must match the total dynamic head requirement of the site
(i.e. the location at which it is installed). Moreover, it should be appropriately tested
and certified by the authorized test centres of the Ministry to meet the performance
and water discharge norms specified in section II above.
There should not be any compulsion to use only one or the other type of Motor-pump
set. The beneficiary may select an appropriate Model (i. e. Capacity of PV Array
and Type of Motor Pump Set) as per site requirement.
Annexure I
* Water output figures are on a clear sunny day with three times tracking of SPV panel, under
the “Average Daily Solar Radiation” condition of 7.15 kWh/ sq. m. on the surface of PV
array (i.e. coplanar with the PV Modules).
Notes:
1. Suction head, if applicable, minimum 7 metres.
2. For higher or lower head / PV capacity, or in between various models; water output
could be decided as per the clause II. (i.e. performance specifications and
requirements) specified earlier.
3. If submersible pumps are used in lieu of surface pumps, the water output must match
that of the surface pumps as specified in this table.
106 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
ANNEXURE – II (CONTD.)
Indicative Technical Specifications of Solar Deep well (submersible) Pumping Systems:
With A.C. Induction Motor Pump Set and a suitable Inverter:
Model-VI Model-VII Model-VIII
91,200 litres per day 62,400 litres per day from 40,800 litres per day from a
from a total head of a total head of total head of
50 metres 70 metres 100 metres
* Water output figures are on a clear sunny day with three times tracking of SPV panel, under
the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the surface of PV array
(i.e. coplanar with the PV Modules).
Notes:
1. For higher or lower head / PV capacity, or in between various models; water output could be
decided as per the clause (i.e. performance specifications and requirements) specified earlier.
2. If surface pumps are used in lieu of submersible pumps, the water output must match that of the
submersible pumps as specified in this table.
3. Module mounting structure shall be MS hot dipped galvanised, with a facility of manual
tracking at least three times a day.
107 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
( )
Annexure II
Performance Testing:-
The bidder who qualifies in Technical bid shall perform the performance test for respective capacity
of pumps for which he is qualified. After successful completion of performance test only, the bidder
shall actually be eligible for his participation in financial bid. Failing which his price bid shall not
be opened & he shall disqualify from further bidding process.
Performance test will be carried out by Amravati.
Division Office will identify the site for testing of Solar Water Pumping System.
MEDA will certify the performance test and will be the final authority.
Bidder shall make complete necessary arrangement for performance testing of Solar Water
Pumping System having capacities (5hp AC) as below: -
1. Suitable numbers of structures for mounting arrays with a provision of tracking for different
capacities of Solar Water Pumping Systems.
2. Pyranometers for measuring irradiance.
3. Digital temperature sensors for measuring module temperature and ambient temperature.
4. Calibrated digital flow meters to measure the water flow in the required range.
5. All equipment’s specified in above points, the equipment’s not specified in above points but
are necessary to conduct testing and instruments should be calibrated by a National
Accreditation Board for Testing and Calibration Laboratories (NABL) accredited Calibration
laboratory.
6. The Result of performance test with ± 15% variation will be accepted for the technical
specification mentioned in the tender.
Dimensions of Angle: Height- 11 feet (3 feet beneath the ground (RCC) ) + 8 feet above
the ground).
Size of M.S ANGLE 60mm X60mm X 6mm thickness.
Details M.S Angle Gate : Size 3ft width x8 ft height with 8 no. horizontal angles the
distance between angle should be 1 ft. and wire mesh of size 3ft x8 ft.
Diameter of the G.I. wire mesh diameter 5mm.
109 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Note: BEE 5 star ceiling fan to be supplied with all the required accessories such as capacitor,
down rod, canopies, shackle blades, nut-bolts, etc. General Requirements: I. Bidder shall
label the all products “Not for Sale-BEE Energy Efficient Model village Campaign”
II. Bidder shall follow all relevant regulations related to safety while execution of Project.
110 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
111 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
06 Colour Black
07 Life Warranty Not less than 25Years
b) Water Tank:-
Type of Company (Branded)Indigenous Company only
Material of Water Tank Plastics (Polyethylene, Polypropylene)
Type Anti-Bacterial
2000 Litre(at Kutanga Site)
Capacity 2000Litre (at Raipur site)
layer 04 Layer
standard ISO/ISI
Colour Black
Life Warranty Not less than 15 Years
112 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
APPENDIX- I (A)
Bidder’s Information Sheet
To establish its qualifications to perform the contract the Bidder shall provide the information
requested in the corresponding Information Sheets included hereunder.
Bidder’s legal name
Bidder’s country of constitution
Bidder’s year of constitution
Bidder’s legal address in country of
constitution
Bidder’s UIN No.
Bidder’s Copy of Constitution
Signature of Bidder
Name
Designation
Company
Date:
113 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
APPENDIX- I (B)
Firm profile at a glance
Sr.
Particulars
No.
1 Name & Mailing Address of firm
Contact Person Name, Designation &
2
Contact No.
3 E-mail Address for correspondence
4 Firm Website Address
Firm Status (Private/ PSU/ Incorporate /
5
Properties)
6 Establish Year of firm
7 PAN/ TAN No.
8 Firm Registration No/ ROC
9 EPF Registration No, if applicable
10 STR/ GST/ TIN No
11 Bank name & contact No
Turnover 2013-14, 2014-15, 2015-16 &
12
2016-17 (in Crore Rs.)
13 Company Profile (<100 words)
Partner/ JV Firm details, if any (<100
14
words)
15 Factory Address & Floor Area of factory
16 Net worth
Self-Manufacturing facilities & Capacity
17
( A list of machinery be attached)
Outsourcing Item and Firm (Name &
18
Address of Indian/ foreign
19 Collaborator/s, if Any)
20 Own Testing facility
21 Skilled manpower
22 Dealer/ supply network in Maharashtra
Experience in SPV Power Plant (<100
23
words)
Experience in other solar projects (<100
24
words)
25 Solar related Product Range
Guarantee, Maintenance & After Sales
26
Services (Years)
27 Accreditation (Own Firm)
114 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Sr.
Particulars
No.
It is certified that the information provided above is true to the best of my knowledge and belief.
If any information found to be concealed, suppressed or incorrect at later date, our tender shall
be liable to be rejected and our company may be debarred from executing any business with
Govt. of Maharashtra/ MEDA.
Signature of Bidder
Name
Designation
Company
Date:
115 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
APPENDIX- I (C)
Financial Status
Each Bidder must fill in this form including private/ public limited company.
Financial Data for Previous 3 Years
Sr.
Particulars [Rs. in Lacs]
No.
2016-17 2017-18 2018-19
1 Total Assets
2 Current Assets
3 Total Liabilities
5 Current Liabilities*
8 Net Worth [1 - 4 - 5]
116 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Applicant’s Auditor
117 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
APPENDIX- I (D)
Annual Turnover
Each Bidder must fill in this form including private/public limited company.
Annual Turnover Data for the any 3 Years of FY 2016-17, 2017-18 &
2018-19
Amount
Year Exchange Rate Rs in Lacs
Currency
2016-17
2017-18
2018-19
The information supplied should be the Annual Turnover of the Bidder in terms of the amounts
billed to clients for each year for work in progress or completed.
(Affix Stamp)
118 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
APPENDIX- II
FORM OF PERFORMANCE BANK GUARANTEE
119 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
APPENDIX- III
Experience for supply and Commissioning of Solar Power Plants, Solar Street Light,
Solar water Pump & Solar base High mast:-
Year wise receipts/
expenditure on work
Sr. Site Client’s certificate
Plant capacity
No. Detail 2015- attached at page No. …
2016-17 2014-15
16
Signature of Bidder
Name
Designation
Company
Date
120 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Signature of Bidder
Name
Designation
Company
Date
121 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Signature of Bidder
Name
Designation
Company
Date
122 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Signature of Bidder
Name
Designation
Company
Date
123 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), Amravati
SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE
MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER
PUMPING SYSTEM IN VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
APPENDIX- IV Part-1
SITE VISIT REPORT LETTER
(To be submitted on letterhead of bidder)
Date: __________________
To,
Divisional General Manager,
Maharashtra Energy Development Agency,
MEDA, Amravati.
Sub.: Site Visit Report for _____________________________________________________
Yours faithfully,
(Signature of Bidder)
Name of Bidder -------------------
Designation ---------------------------
Signature of User Agency authorities.
Seal:........................................................ Seal:
124 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), AMRAVATI
DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE MAINTENANCE CONTRACT OF OFF-GRID SPV POWER PLANTS AT
TALUKA-CHIKHALDARA, DIST. AMRAVATI SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS
COMPREHENSIVE MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER PUMPING SYSTEM IN
VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
125 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), AMRAVATI
DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE MAINTENANCE CONTRACT OF OFF-GRID SPV POWER PLANTS AT
TALUKA-CHIKHALDARA, DIST. AMRAVATI SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS
COMPREHENSIVE MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER PUMPING SYSTEM IN
VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
(Appendix-V)
Undertaking
(On Rs.100/- Stamp Paper)
I ______________________ Age- years, Occupation- ___________________, Address
__________ ____________________, the (authorized signatory) of M/s ……………………
(Company) hereby state that, I/my company is intending to participate for tender no. TENDER NO.
. AMT/SOLAR-OFF GRID/TRIBAL/4/2019-20, Survey, Design, Manufacture, Supply, Installation,
Testing and Commissioning with five years Comprehensive Maintenance Contract of cumulative
126kWp Off-Grid SPV Power Plants, 88 Solar Street Light System,10 Solar base High Mast in various
126 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), AMRAVATI
DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE MAINTENANCE CONTRACT OF OFF-GRID SPV POWER PLANTS AT
TALUKA-CHIKHALDARA, DIST. AMRAVATI SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS
COMPREHENSIVE MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER PUMPING SYSTEM IN
VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
Government Ashram Schools, Z.P. Schools, Primary Health Sub-Centres and 04 Solar Water Pumping
System in various G.P/villages at Taluka- Dharni & Chikhaldara, District- Amravati, State-
Maharashtra through TSP fund with comprehensive maintenance contract for 5 years.
I have read all the terms & conditions mentioned in the Tender document of the MEDA. I hereby
further undertake and declare that all the terms & conditions mentioned in each and every page of
the said tender document along with the clarifications released, if any, are binding on me / my
company and I am fully aware that, in case of breach of any term or condition of the said Tender
document, I am/my company is liable to be disqualified from the said tender process.
Sign:
ANNEXURE - A
Check List
All the necessary Documents / Certificates should be uploaded as a SINGLE PDF in proper
sequence as mentioned below:
1. Original tender document duly signed and stamped on each page or Undertaking (Rs.100 as per the
Appendix-V) and declaration that all the terms & conditions mentioned in each and every page of
the said tender document with further clarifications released if any are acceptable.
127 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), AMRAVATI
DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE MAINTENANCE CONTRACT OF OFF-GRID SPV POWER PLANTS AT
TALUKA-CHIKHALDARA, DIST. AMRAVATI SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS
COMPREHENSIVE MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER PUMPING SYSTEM IN
VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
2. EMD and Tender document fee (It is compulsory to pay tender document fee, EMD through E-
payment SBI Net Banking, RTGS and NEFT only). MSME and NSIC with valid registration certificate if
applicable, regarding exemption.
3. Name of authorized person (power of attorney) for submitting the document.
4. Name of the Banker.
5. Copy of the recently paid Income Tax Challan / Return, Latest CA certified balance sheet of last two
years, PAN number, registration certificates of GST, service tax, professional tax etc. (Self-Attested)
6. Information on Infrastructure for maintenance work.
7. Bidder's Information Sheet Appendix-I (A).
8. Firm profile at a glance Appendix-I (B).
9. Financial Status Appendix-I (C).
10. Annual Turnover Appendix-I (D).
11. Experience for supply and commissioning of Solar Power Plants APPENDIX-III.
12. SITE VISIT REPORT LETTER APPENDIX-IV.
13. IEC 61215 (revised) or equivalent certificate for SPV module certificate.
If any of the documents is not uploaded the tender will be rejected.
ANNEXURE - B
128 | P a g e
MAHARASHTRA ENERGY DEVELOPMENT AGENCY (MEDA), AMRAVATI
DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS COMPREHENSIVE MAINTENANCE CONTRACT OF OFF-GRID SPV POWER PLANTS AT
TALUKA-CHIKHALDARA, DIST. AMRAVATI SURVEY, DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS
COMPREHENSIVE MAINTENANCE CONTRACT OF CUMULATIVE 126kWp OFF-GRID SPV POWER PLANTS, 88 SOLAR STREET LIGHT SYSTEM, 10 SOLAR BASE
HIGH MAST IN VARIOUS GOVERNMENT ASHRAMSCHOOLS, Z.P. SCHOOLS, PRIMARY HEALTH SUB-CENTRE’S AND 04 SOLAR WATER PUMPING SYSTEM IN
VARIOUS G.P/VILLAGES AT TALUKA- DHARNI & CHIKHALDARA, DISTRICT- AMRAVATI, STATE-MAHARASHTRA.
129 | P a g e