SWRC (also known as Barefoot College), Tilonia, 2017

TENDER No. SWRC/SPP-45.0KW/2017-18/160617, Dt. 24/07/2017 DNIT TO ARRANGE PURCHASE FOR SUPPLY, INSTALLATION & COMMISSIONING OF 45.0 KW Solar power plants (Qty- 3 nos), At Barefoot college, RAJASTHAN.

Address: Madanganj, Tilonia-305816 District , Rajasthan,

Tel: +91 (0)1463 288210, +91 (0)1463 288351 Fax: +91 (0)1463 288206

1 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

Important Dates & Timings

Downloading of Submission of Online Opening of Completion tender Document bids Technical bids Time for Project (date & time) 17/08/2017 Up to Up to 2:00 PM on 18/08/2017 at 4:00 120 Days 12:00 PM 18/08/2017 PM

2 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

(SOCIAL WORK AND RESEARCH CENTRE, AJMER)

The Barefoot College ,Tilonia

SHORT TERM -TENDER NOTICE

E-Tenders are invited for purchase of below mentioned items in two bid system i.e. Technical Bid and Financial Bid:-

S. Description Approx. EMD Document Start Date Expiry Date & No. value fees + & Time of Time of online (In Rs. Service online Bid Bid reparation lacs) fees Preparation & Submission & Bid Submission 1. DNIT TO 199.89 Rs. 4.00 Rs. 5000/- 25/07/2017 Up to 2:00 PM ARRANGE Lacs + Up to 12:00 on 18/08/2017 PURCHASE FOR Rs. 3000/- PM SUPPLY, INSTALLATION Up to 2:00 PM & on COMMISSIONING 18/08/2017 OF 45.0 KW Solar power plants (Qty- 3 nos), at Barefoot college

1 The Bidders can download the tender documents from the Portal: http://bci.e-nivida.in .The Bidders shall have to pay for the Tender document fees+ service fees Rs. 8000/- through Demand Draft and EMD Fees Rs 4.00 lacs online by using the service of secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and online payment authorization networks.

2 The bidding document having detailed terms and conditions can be downloaded from the website http://bci.e-nivida.in from 10.00 hrs onwards. The E-Tenders received through website only will be considered all interested bidders are requested to get themselves registered as vendors with the said website for submitting their bids. For any assistance, please contact,

3 Technical Bids of the E-Tenders against the above NIT will be opened in the office of the on http://bci.e-nivida.in 4 SWRC reserves the right to modify, amend or supplement this document including all formats and Annexures. SWRC also reserves the right to reject one or all the tenders received, without assigning any reason

5 The bidding shall be in Single Bid System having two parts pattern, Technical Bid and Financial Bid: Technical Bid will contain the qualifying requirement and the Financial Bid will contain the offered prices. 6 Corrigendum, if any, would only be published online on the website. Prospective bidders are advised to update with the above website.

Director, SWRC

3 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

Important Note:

1) The bidders have to complete ‘Bid Preparation & Submission’ stage on scheduled time as mentioned above. If any bidder fails to complete his/her aforesaid stage in the stipulated online time schedule for this stage, his/her bid status will be considered as ‘bids not submitted’.

2) Bidder must confirm & check his/her bid status after completion of his/her all activities for e-bidding.

3) Bidder can rework on his/her bids even after completion of ‘Bid Preparation & submission stage’ (Bidder Stage), subject to the condition that the rework must take place during the stipulated time frame of the Bidder Stage (Timings mentioned in Key Dates). 4) The EMD should be submitted in favour of "DIRECTOR, SOCIAL WORK AND RESEARCH CENTRE" to the following bank account:

Beneficiary Name: Director, Social Work and Research Centre Bank Details : Union Bank of India, Tilonia Tehsil- District- Ajmer, Rajasthan, India Account No : SB 363802010005210 IFSC : UBIN0536385

4 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

Instructions to bidder on Electronic Tendering System

These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable.

1. Registration of bidders on eProcurement Portal:-

All the bidders intending to participate in the tender process online are required to get registered on the centralized e-Procurement Portal i.e SWRC Website. Please visit the website for more details.

2. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website – SWRC Website.

2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain information and application format and documents required for the issue of digital certificate from:

2.4 Bid for a particular tender must be submitted online using the digital certificate (Encryption & Signing), which is used to encrypt and sign the data during of bid preparation stage. In case, during the process of a

5 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep certificate at safe place under proper security (for its use in case of emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of management / partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the firm / company. The procedure for application of a digital certificate however will remain the same for the new user.

2.7 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company.

3. Opening of an Electronic Payment Account:

For purchasing the tender documents online, bidders are required to pay the tender documents fees online using the electronic payments gateway service shall be integrated with the system. For online payments guidelines, please refer to the Home page of the e-tendering Portal SWRC Website.

4. Pre-requisites for online bidding:

In order to bid online on the portal SWRC Website http://bci.e-nivida.in, the user machine must be updated with the latest Java & DC setup. The link for downloading latest java app & DC setup are available on the Home page of the e-tendering Portal.

6 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

5. Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal eProcurement system on the Home Page at SWRC Website.

6. Download of Tender Documents:

The tender documents can be downloaded free of cost from the e-Procurement portal SWRC Website.

7. Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders.

8. Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee+ eService fee, EMD fees of online Bids:

8.1 The online payment for Tender document fee, eService Fee & EMD can be done using the secure electronic payment gateway. The Payment for Tender Document Fee+ eService Fee can be made by eligible bidders/ contractors offline directly through Demand Drafts and the Payment for EMD can be made online directly through RTGS / NEFT.

The secure electronic payments gateway is an online interface between contractors and Debit card / online payment authorization networks.

8.2 The bidders shall upload their technical offer containing documents , qualifying criteria, technical specification, schedule of deliveries, and all other terms and conditions except the rates (price bid).

The bidders shall quote the prices in price bid format.

NOTE:-

(A) If bidder fails to complete the Online Bid Preparation & Submission stage on the stipulated date and time, his/hers bid will be considered as bid not submitted, and hence not appear during tender opening stage.

7 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

(B) Bidders participating in online tenders shall check the validity of his/her Digital Signature Certificate before participating in the online Tenders at the portal SWRC Website.

(C) For help manual please refer to the ‘Home Page’ of the eProcurement website at SWRC Website, and click on the available link ‘How to .. ?’ to download the file.

8 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

SOCIAL WORK AND RESEARCH CENTRE (SWRC)

DNIT

FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 135 kWp SOLAR POWER PLANTS IN SWRC TILONIA (AJMER)

1. SCOPE OF WORK

PURCHASE for supply, installation and commissioning of 45 kWp solar power plants (Qty- 3 nos) at SWRC also known as Barefoot College, Tilonia, Rajasthan, with five years warrantee of complete system including battery bank and PV modules used in the power plant must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. a. Replacement of non-functional old structure and installation of 135 kWp off-Grid Solar Power Plant with battery at The Barefoot College, Tilonia campus to meet power requirement of the following:

S. No. Description Solar Power Plant (in KWp) 1. Admin Block 45 2. A.V. Pupperty Section 45 3. Solar Energy Center 45 Total 135 b. The project will be executed by Social Work and Research Center.

C. Award of work for replacement of old structure, installation and commissioning of 135 kWp off-grid solar plant with battery and awarding comprehensive maintenance in the identified location in the Barefoot College, Tilonia on Competitive rates. d. Procurement of equipment form the supplier, including transportation & installation AMC including Comprehensive warranty. e. to ensure installed solar power plant with battery with desired nominal voltage must meet MNRE specifications in the Barefoot College, Tilonia. f. SWRC will take the full responsibility for replacement of old structure and installation, maintenance and commissioning of the new solar power plant at proposed site in the campus.

The tentative cost of the purchase shall be Rs. 199.89 lacs.

9 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

2. SPECIFICATIONS OF SYSTEM

The tech. specifications of the 45 kWp, is enclosed as Annexure-1.

3. MINIMUM ELIGIBILITY CONDITIONS

i) The bidder should be:

A Registered Manufacturing Company/Firm/ incorporated in India for SPV Cells / Modules or Battery or PV System Electronics (Conforming to relevant National / International Standards) OR A PV System Integrator having experience for installation and commissioning at least one or more Solar Photovoltaic Power Plant (s) aggregating to a total of 45 KWp capacity.

ii) The bidder should have valid test report of SPV modules as per MNRE, GOI latest guidelines “minimal technical requirements / standards for SPV systems / plants to be deployed”. iii) The bidder should have successfully completed similar works of minimum value, as described below against single work order in the last 7 years ending 31/03/2017: ➢ One Similar Completed Work costing not less than the amount equal to Rs. 60 lacs OR

➢ Two Similar Completed Works each costing not less than the amount equal to Rs. 35 lacs OR

➢ Three Similar Completed Works each costing not less than the amount equal to Rs. 25 lacs.

DEFINITION OF SIMILAR WORKS ‘Similar work’ means work of Supply, Installation, Testing and Commissioning of Solar Power System of min. 10KWp system either Off-Grid ,On-Grid or Hybrid solar systems. ➢ The completion date of the work orders with executing similar works shall be deciding factor to conclude whether the job has been executed in the qualifying period or not. The value of final executed work shall only be considered while evaluating the individual work order value. Such works shall be carried out by the party directly in their name. Sub Contracting from main contractors shall not be considered

iv) The Bidder should have batteries and power conditioning unit (PCU) of MNRE (GOI)empanelled manufacturer and should have valid tests reports

10 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

as per MNRE, GOI latest guidelines “minimal technical requirements/standards (Test Certificate are necessary and should have st been issued on or after 1 April, 2013).

v) The bidder should have valid CST/ State VAT/TIN registration certificate, a copy of which should be enclosed. In case of GST GSTIN should be provided with GST Certificate if available however it has to be provided before opening of Price Bid.

vi) The bidder should be MNRE Channel Partner and must have SP 2A and above MNRE Solar grading.

vii) The bidder shall submit a certificate that their firm has never been debarred by any Government agencies/departments/PSUs. The bids of the debarred firm will be rejected out rightly. viii) Consortium, Joint Venture/ Business partnership is not allowed. ix) The past performance of the firms shall be considered while evaluating the technical bids. If the bidder has poor record for providing after sales services to the SWRC during last five year than their bid may be rejected out rightly. x) In case of system integrator, if not a manufacture of any major part solar panel, battery and PCU, must submit the tie-up/Authorization certificate with the manufacture with assurance to supply the offered quantity.

xi) Only indigenous crystalline solar PV modules are allowed with IEC Certification of IEC 61215 , 61730 I and II, 61701.

xii) Site visit Certificate is compulsory with some photographs along with the Technical Bid. xiii) Bidder must have atleast 5 nos. of Diploma or Engineering Staff of experience of Minimum 6 Months with valid details like date of joining along with EPF no. and ESI no. Etc.

5. EARNEST MONEY DEPOSIT & TENDER FEE

(a) EARNEST MONEY DEPOSIT

(i) The Payment for EMD Rs.4,00,000/- (Rupees Four lacs only) can be made online directly through RTGS / NEFT and the bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last day of the online bid submission and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan. (ii) The offers without EMD or proof of exemption will be rejected without assigning any reason as being non-responsive.

11 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

(iii) EMD of unsuccessful tender shall be returned after award of the contract /order. No interest will be paid on the earnest money. The EMD of the successful bidders shall only be released after receiving of 10% Performance security Deposit (PSD).

(iv) EMD will be forfeited in case of non-submission of PSD against the work order placed and if a bidder withdraws its tender during the period of tender validity specified. (v) MSME Unit registered with NSIC/PS Units having MNRE grading SP1A are exempted from furnishing EMD & Performance security deposit they shall enclose all proof in support of this.

(b) Cost of Tender Fee + eService fee

(i) The Payment for Tender Document+ eService Fee Rs. 8000/- (Rupees eight thousand) only can be made by eligible bidders / contractors offline through offline banking.

6. PERFORMANCE SECURITY DEPOSIT (PSD) AND PAYMENT TERMS

The firm shall have to deposit 10 % of the total work order value within 30 days from the date of issue of work order in the shape of demand draft/bank guarantee valid for five years as PSD. If required, SWRC may ask to extend the validity of the PSD.

7. The payments shall be made as per the following terms and conditions:

Sl. Description % Payment No. 1 Submission of Design and drawings 10 Within 1 Week 2 Supply of Items within 2 weeks 50 3 Installation ,Testing and Commissioning 35 within 2 Weeks 4 Handing Over of Complete System and 05 Final Bill within 2 week

7. INSPECTION OF MATERIAL

The material will be dispatched by the supplier after inspection by the Director, SWRC or his/ her representative at his premises/ at site and acceptance of the same. The supplier shall give pre- dispatch inspection notice before or at least 15 days prior to the

12 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017 last date of supply of material. The material shall be supplied within 14 days from the date of inspection/ acceptance of material and shall be governed as per govt. guidelines. The supplier shall provide without any extra charge, all materials, tools, testing equipment’s, labour and assistance of every kind which the inspecting officer may consider necessary for any test or examination..

In case the material offered for inspection fails to meet the specifications stipulated in NIT /Order /Contract and the samples are rejected by the Inspecting Committee, the Indenting Department will have the right to levy a penalty at 0.1% of the order value. In case the material offered for inspection fails during the 2nd inspection also, the Indenting Department will have the right to increase the penalty to 0.25% of the order value. In case, the material offered fails during the 3rd and final inspection also, the firm will be liable for penal action including forfeiture of EMD, risk purchase, debarring/blacklisting in future, and no further opportunity for inspection will be provided to the supplier firm. The firm will emboss or engrave the words ‘PROMOTED BY SWRC’’ on the body of the Systems so as to minimize any possible malpractices.

The supplier shall provide the details of Sr. nos. of Modules, batteries and BOS at the time of inspection to the inspection committee.

8. VALIDITY OF BID AND RATES

The bids shall be valid for a period of one year from the date of opening of tender. SWRC may ask to the bidder(s) to extend the validity, if necessary. The rate shall be valid for one year from the date of approval.

9. WARRANTY

(i) The supplier shall warrant as per standards for quality that anything to be furnished shall be new, free from all defects and faults in material, workmanship and manufacture, shall be of the highest grade and consistent with established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly.

(ii) Performance of Equipment: In addition to the warranty as already provided, the supplier shall guarantee satisfactory performance of the equipment and shall be responsible for the period or up to the date specified in sub-clause (iii) hereof after the equipment has been accepted by the SWRC to the extent for any defects

13 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

that may develop such defects shall be removed at his own cost when called upon to do so by the SWRC.

(iii) The contractor/supplier shall continue to provide spare parts after the expiry of warranty period at the users cost. If the contractor fails to continue to supply spare parts and services to users then SWRC shall take appropriate action against the firm.

(iv) The warranty period shall be 25 Years for the PV modules and 5 years for complete system including battery from the date of supply of the systems. The contractor shall rectify defects developed in the system within Warranty period promptly. During the warrantee period, the firm shall ensure proper functioning of the systems and complaint, if any, forwarded to the supplier against the system, will have to be attended within 15 days of forwarding such complaints. The procedure to rectify the complaint/service to be provided during warrantee period.

The past performance of the firms to provide after sale service to SWRC shall be considered while evaluating the technical bids.

10. TIME SCHEDULE, PENALTY/LIQUIDATED DAMAGES i. These systems are to be supplied, installed and commissioned within three months time from the date of issue of work order to the concerned districts. Accordingly, the supplier shall offer inspection well in advance, so as to supply the systems within two months in the districts. The firm shall have to install and commission the systems within 15 days from the offer of sites from the respective district. The time of delivery or dispatch stipulated in the supply order shall be deemed to be the essence of the contract, and should the contractor fail to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch stipulated in the supply order, the delayed consignment will be subject to penalty per consignment @ 2.0% of the price of the unperformed services for each month of delay until actual performance up to a maximum deduction of 10% of the delayed services recoverable on the value of the stores supplied. Once the maximum is reached, the “SWRC” may consider termination of the contract. In case of non-payment of the contractor, recovery will be made from his bills or amount of Earnest money or security deposited with Director, SWRC, provide also that:

14 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017 a. No recovery of penalty will be made if the Indenting officer accepts the delayed supplies by extending the delivery period up to two weeks by recording in writing that the exceptional circumstances were beyond the control of the supplier and there was no loss to the Government.

b. Whether the delay on the part of the supplier is of more than two weeks, the matter for extension of delivery period will be referred by the Indenting Officer to the Director, SWRC with a certificate that there are genuine reasons for delay on the part of the supplier and no loss will result to the Government. In case extension in delivery period is allowed the case will be decided on merits by the Director, SWRC. In case the delivery period is amended, no penalty for supplies made during the extended period will be recovered from the supplier.

c. On the failure of the suppliers to make supply within the extended period or otherwise and the receipt of such information in the office of the Director, SWRC, risk purchase at the cost of the supplier will be made by the Director, SWRC within two months of the expiry of stipulated delivery period by inviting short terms quotations from the Registered and other known suppliers. The difference of excess cost thus, incurred will be recovered from the supplier from his pending bills, earnest money or security whichever is available. Thisprocedure will be adopted after serving a registered notice to the supplier to supply stores within 15 days. ii. The Contractor shall not;

(a) Without the consent in writing of SWRC transfer, assign or sublet the work under this contract or any substantial part thereof to any other party.

(b) SWRC shall have at all reasonable time access to the works being carried out by the contractor under this contract. All the work shall be carried out by the contractor to the satisfaction of SWRC.

(c) Disclosure of details of the conditions governing this contract to unauthorized persons (Indenting against this contract is permissible only for the bonafide use of Governments departments and quasi-public and not for private parties or for the private use of the Government officers).

15 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017 iii. In the event of the contractor failing duly and properly to fulfill or committing breach of any of the terms and conditions of the tender or repeatedly supplying goods liable to rejection hereunder or failing, declining, neglecting/ or delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms of this tender, or if the bidder or his agents or servants being guilty of fraud in respect of the contract or any other contract entered into by the contractor or any of his partners or representatives thereof with Government directing, giving, promising or offering any bribes, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise to any person in the employment of Government in any way relating to such officers or person of persons, office or employment or if the contractor or any of his partners become insolvent or apply for relief as insolvent debtor or commence any insolvency proceedings or make any composition with his/ their creditors or attempts to do so then without prejudice to Government rights and remedies otherwise, SWRC/ Government shall be entitled to terminate this contract forthwith and to blacklist the contractor and purchase or procure or arrange from Government’s stocks or otherwise at the contractor’s risk and at the absolute discretion of the Director, SWRC as regards the manner, place or time of such purchases, such supplies as have not been supplied or have been rejected under this agreement or are required subsequently by Government there under and in cases where issues in replacement are made from Government’s stocks or supplies, the cost of value of stocks or supplies together with all incidental charges or expenses, shall be recoverable from the contractor on demand and the contractor shall not be entitled to benefit from any profit which may accrue to Government.

11 FORCE MAJEURE

(i) Notwithstanding the provisions of clauses contained in this deed; the contractor shall not be liable for forfeiture of its performance security, liquidated damages, termination for default, if he is unable to fulfill his obligation under this deed due to event of force majeure circumstances.

(ii) For purpose of this clause, "Force majeure" means an event beyond the control of the contractor and not involving the contractor's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of Govt. either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.

16 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

(iii) However, if a force majeure situation arises, the contractor shall immediately notify the “SWRC” in writing. The decision of the Director, SWRC in above conditions shall be final.

12. ARBITRATION

If any question, dispute or difference what so ever shall arises between SWRC and the contractor, in the connection with this agreement except as to matters, the decisions for which have been specifically provided, either party may forthwith give to the other notice in writing of existence of such question, dispute or difference and the same shall be referred to the sole arbitration of the Director, SWRC or a person nominated by him. This reference shall be governed by the Indian Arbitration Act, and the rules made there under. The award in such arbitration shall be final and binding on both the parties.

13. PROCEDURE FOR FINALIZATION OF PURCHASE:

I. First the Technical part shall be opened on 10/08/2017at 2:00 PM .

II. The Price part of only those bidders, whose offer is found technically and commercially acceptable after evaluation will be opened in the presence of bidders or their authorized representative who wish to attend the meeting. The date to open the price part will be informed separately.

III. The Purchaser has the right to negotiate in case of Division of work giving due importance to ranking L1, L2, L3.

IV. Thereafter, the agenda shall be placed before the Competent Authority for negotiation and finalization of rate.

14. SUBMISSION OF TENDER

I. Online tender should be submitted in two online envelops i.e. part-I (Technical and Commercial) and part-II (price part in Annexure-2). The firm should submit their offers in two separate online envelopes.

II. Any offer received manually after the deadline for online submission of offers shall be rejected and returned unopened to the bidder.

III. All the pages of tender documents, technical specifications, bids, supporting documents etc. shall be indexed, numbered and digitally signed

17 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

IV. Failure of furnish all information and documentary evidence as stipulated in the tender document or submission of an offer i.e. not substantially responsive to the tender document in all respects shall be summarily rejected.

15. DOCUMENTS TO BE ENCLOSED WITH THE OFFER

Part-I & Part-II of the tender should comprise the following documents: i) Technical & commercial Part-I

The technical & commercial Part: Part-I of tender shall be offered and furnished complete in all respect strictly as per Check list at Proforma-I along with all requisite Annexure and Proforma and their attached documents. ii) Price part: Part-II a) The price of solar power plant of each capacity in full and complete set including all parts inclusive of supply, installation, commissioning, packaging, transportation, FOR , all taxes & levies, octroi, VAT, GST etc. should be quoted in Annexure-2 and bill of material in Annexure- 2 (A) (price part). b) Price shall remain firm and fixed. Price variation clause is not acceptable. c) Any conditional discounts on the prices offered will not be entertained / considered. d) Offers should be quoted in lump sum inclusive of all taxes till the execution of the project and conditional offers with taxes will be rejected out rightly.

16. OTHER TERMS AND CONDITIONS

(i) The offer shall be submitted on original tender form issued by this office or downloaded from the portal conditional tender offers and tender offer not accompanied by EMD shall not be accepted and outright will be rejected.

(ii) The price quoted should include all taxes and duties, custom duty, excise duty, service tax, sales tax, C.S.T., local taxes, Trade Tax/GST Income Tax, Surcharge on income tax etc. if any. A supplier/ contractor shall be entirely responsible for all taxes, duties, license fees, etc. All taxes payable as per Government income tax & service tax norms will be payable by the contractor. If any new tax/duty is levied during the contract period the same will be borne by the firm exclusively. TDS will be deducted from the payment of the contractor as per the prevalent

18 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

laws and rules of Government of India and Government of RAJASTHAN state in this regard.

(iii) In the event of bid being submitted for a firm, it must be signed separately by each members thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a Power of Attorney authorized him to do so. In case of a company, the quotation should be executed in the manner laid down in the said Companies Article of Association. The signature on the quotation should be deemed to be authorized signatures.

All columns of the technical and financial bid shall be duly filled in and there shall be page numbering of bid document, the rates shall not be overwritten and be both in figures and words.

All corrections must be signed by the tenderers. vi) Material shall be strictly as per DNIT specifications. If there is any left out specification, the same shall be considered as per the MNRE specification.

(vii) All disputes relating to this work shall be subject to the jurisdiction of Ajmer and Chairman, SWRC shall be the sole arbitrator.

(viii) The make of module, batteries and PCU should be strictly as per the make mentioned in the technical form detail and test reports submitted along with the offer. For variation of any make, test report of the same is to be provided with prior approval of SWRC.

(ix) The Director, SWRC will have the right of rejecting all or any of the offers without assigning reason thereof.

(x) In case of any ambiguity in interpretation of any of the clauses/ provision of the said rate contract/DNIT, the decision of the Director, SWRC shall be final and binding.

(xi) It shall be the sole responsibility of the contractor to get verified the quality & quantity of the supplied material at the site of delivery.

(xii) The Contractor shall indemnify the SWRC against all third party claims of Infringement of patent, royalty's trademark or industrial design rights arising from use to the goods or any part thereof.

19 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

(xiii) Contractors, wherever applicable, shall after proper painting, pack and crate all the equipment in such manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till time of installation. Contractor shall be held responsible for all damage due to in proper packing.

(xiv) The contractor shall inform the SWRC of the date of each shipment from his works, and the expected date of arrival at the site for the information of the concerned project offices at least 7 days in advance.

(xv) All demurrage, wharfage and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the contractor.

(xvi) The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, shall be included in the bid price.

(xvii) SWRC may at any time terminate the contract by giving written notice to the contractor without compensation to the contractor, if it becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the SWRC.

(xviii) SWRC, may by written notice sent to the supplier, terminate the contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the purchaser’s convenience in the interest of SWRC.

(xix) To assist in the examination, evaluation and comparison of bids the SWRC may at its discretion ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing.

(xx) At any time prior to the submission of the tender or prior to the opening of the financial bid the SWRC may, for any reason, whether at its own initiative or in response to a Clarification requested by the Bidder, modify the Tender documents by amendments.

(xxi) The quantity of supply mentioned in the DNIT is tentative which can be increased or decreased.

20 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

DECLARATION BY THE BIDDER

I/We………………………..(hereinafter referred to as the Bidder) being desirous of tendering for the work under the SWRC tender no………….. and having fully understood the nature of the work and having carefully noted all the terms and conditions, specifications etc. as mentioned in the tender document, DO HEREBY DECLARE THAT:

1. The Bidder is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document.

2. The Bidder is capable of executing and completing the work as required in the tender.

3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the performance of the tender.

4. The Bidder has no collusion with other Bidder, any employee of SWRC or with any other person or firm in the preparation of the bid.

5. The Bidder has not been influenced by any statement or promises of SWRC or any of its employees, but only by the tender document.

6. The Bidder is financially solvent and sound to execute the work.

7. The Bidder is sufficiently experienced and competent to perform the contract to the satisfaction of SWRC.

8. The information and the statements submitted with the tender are true.

9. The Bidder is familiar with all general and special laws, acts, ordinances, rules and regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein.

10. The Bidder has never been debarred from similar type of work by SWRC and or Government undertaking/ Department.

21 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

11. This offer shall remain valid for acceptance for 12 Months from the date of opening of the tender.

12. The Bidder gives the assurance to execute the tendered work as per specifications terms and conditions.

13. The quote to supply the goods and materials specified in the underwritten schedule in the manner in which and within the time specified as set forth in the conditions of contract at the rates given in the financial bid.

(Signature of Bidder) with SEAL

22 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

TECHNICAL –BID PROFORMA - I S.No. Annexure No. Particulars Yes/No 1 Annexure-I Details of Earnest Money (DD. No………..and ……date) 2 Annxure-II Details for exemption i.e. MSME/NSIC/MNRE Certificate/ PSU Certificate

3 Annexure-III A Copy of the certificate for solar module /Battery/ PCU Tested as per MNRE Guidelines 4 Annexure-IV A copy of valid CST /State VAT/ GSTIN registration certificate 5 Annexure-V Overall Average Annual Turnover of the Company/Firm/Corporation in the last three financial years ( A summarized sheet of turnover of last three Financial Years certified by registered CA 6 Annexure-VI MNRE accredited off- Grid Channel Partner/ Programme Administrator OR Credit Rating (from MNRE Accredited Rating Agency ) of “SP 2C” and above 7 Annexure-VIII The bidder has ISO 9001 certification 8 Annexure-IX The bidder has ISO 14001 certification 9 Annexure-X Document in support of incorporation of company/firm etc. the copy of partnership deed in case of partnership firm and copy of Registration certificate in case of company. 10 Annexure-XI Authorization letter of the Bidder, for the person representing his firm, that he is authorized to discuss and with specific mention of this tender. 11 Annexure-XII General information about bidder as filled in Proforma-III. 12 Annexure-XIII Technical Details Form for make and test of various component of Solar power plant of Bidder as filled in Proforma-IV. Note: The bid may be submitted strictly as per checklist, Annexure and proforma prescribed otherwise the bid may be ignored.

(Signature of Bidder)

With Seal

23 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

PROFORMA-II

No.

Dated:

To, The Director, SWRC, Via Madanganj, Tilonia-305816 District Ajmer, Rajasthan, India

REF. NO.:- TENDER NO. SWRC/SPP-45.0KW/2017-18/160617, DT. ………

SUB:- DNIT TO ARRANGE PURCHASE FOR SUPPLY, INSTALLATION & COMMISSIONINGOF45.0 KW SOLAR POWER PLANTS (QTY- 3 NOS), AT BAREFOOT COLLEGE,RAJASTHAN.

Sir, We hereby submit our offer in full compliance with terms & conditions of theabove tender. A blank copy of the tender, duly signed on each page is also submitted as aproof of our acceptance of all specifications as well as terms/ Conditions.

(Signature of Bidder) With Seal

24 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

PROFORMA-III

GENERAL PARTICULARS OF BIDDER

1 Name of firm 2 Postal Address 3 Telephone, Telex, Fax No 4 E-mail 5 Web site 6 Name &designation of the authorized signatory to whom reference shall be made 7 Present activities/business of the firm i. Module Manufacturer ii. Battery Manufacturer iii. PCU manufacturer iv. PV System Integrator 8 Type of organization - Private Ltd. Company

- Public Ltd. Company

- Other category 9 Have the firm to pay arrears of income tax? If yes up to what amount? 10 Have the firm ever been debarred By Any Govt. Deptt. / Undertaking for undertaking any work? 11 Reference of any other information attached by the tender. (Signatures of the authorized signatory) Name: Designation and company seal:

25 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

PROFORMA-IV

TECHNICAL DETAIL OF MODULES, PCU AND BATTERY BANK OFFERED AS PER THE TEST REPORTS ATTATCHED

S.NO. ITEM TECHNICAL DETAIL

1 SOLAR PHOTOVOLTAIC MODULES

1.1 Make

1.2 Type

1.3 Capacity of modules

1.4 Testing and qualifying standards

2 POWER CONDITIONING UNIT

2.1 Make

2.2 MNRE empanelled or not

2.3 Testing and qualifying standards

3 Battery Bank

3.1 Make

3.2 MNRE empanelled or not

3.3 Capacity Ah

3.4 Testing and qualifying standards

4 Other Parts

(Signatures of the authorized signatory) Name: Designation and company seal:

26 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

Annexure-1.

TECHNICAL SPECIFICATION OF 45 kWp SPV POWER PLANT

1. TECHNICAL SPECIFICATIONS

ITEM DESCRIPTION SPV Module The photovoltaic modules should be Crystalline Silicon with a total array capacity of 45 kWpSPV power plant The Photovoltaic modules must be qualified as per IEC 61215 (revised) / IS 14286 standards and in addition, the modules must conform to IEC 61730-1 requirements for construction & Part-2 requirements for testing, for safety qualification and IEC 61701. The PV modules must be tested and approved from any of the NABL/IEC/ MNRE Accredited Testing Calibration Laboratories. The supplier shall provide performance guarantee for the PV modules used in the power plant must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The efficiency of the PV modules should be minimum 14%. The fill factor should be more than 70%. Indigenously manufactured PV modules should be used. System 1+1 day Autonomy Battery Bank The battery bank should be. of 2 Volt cell Each will be connected in series/ parallel to form 240 volt 1400 Ah battery bank. Tubular Lead Acid type batteries conforming to National / international standards IS- 1651 or IS 1554 standards, low maintenance, stationery at C/10 rate). It will be staged in racks duly painted with acid resistant paint to cover less space. Power Conditioning Power conditioner unit with inbuilt charge controller of Unit with inbuilt capacity 45 kWp should convert DC power in to AC charge controller power must confirm to standards IEC 61683 with following DC input and AC output voltages For 45 kWp solar power plant - 50 KVA Three phase inverter (240V DC) The PCU will have following features:

27 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

MOSFET/ IGBT based MPPT / PWM charging Wide input voltage range Output voltage 415 + 5% of modified/ pure sine wave . Output frequency: 50 Hz+0.5 Hz Capacity of PCU/ Inverter is specified at 0.8 lagging power factor. THD: less than 3%

Efficiency: > 85% at full load

Ambient Temp 50 degree Celsius (max) Operating humidity 95% maximum Protections: - Over voltage (automatic shut down) - Under voltage (automatic shut down) - Overload - Short circuit (circuit breaker & electronics protection against sustained fault). - Over Temperature - Battery, PV reverse polarity Indications: - Array on - MPPT/ PWM charger on - Battery connected, charging - Inverter ON - Load on solar/ battery - Grid charger on - Load on Grid - Grid on Display parameters - Charging current - Charging voltage - Voltage of PV panels - Output voltage - Grid voltage - Inverter loading - Output frequency - Cooling: Air cooled

When battery bank is fully charged, the PCU should have the feature to feed the power generated from solar to load and draw the additional power from main supply to meet the load requirements in the case load is more than solar energy produced. {*}.

28 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

Junction Boxes The junction boxes shall be dust and water proof and made of thermoplastic the terminals will be connected to copper lugs or bus-bar of proper sizes. The junction boxes will have suitable cable entry points fitted with the cables. Suitable markings shall be provided on the lugs or bus- bars for easy identification at cable ferrules will be fitted at the cable terminations points for identification. Each main junction box shall be fitted with appropriate rating reverse blocking diode. The junction boxes shall be of reputed make. The junction boxes shall have suitable arrangement for the following: a) Combine groups of modules into independent charging sub-arrays that will be wired into the controller. b) Provide arrangement for disconnection for each of the groups. c) Provide a test point for each sub group for quick fault location. d) To provide group array isolation. e) The rating of the JBS shall be suitable with adequate safety factor to inter connect the Solar PV array. Structure for Module Modules shall be mounted on supporting structure made out of galvanized MS angle of required structural strength. (hot dip/galvanized) either on the roof top or at ground as per the site requirement Structure: -

1. The size of M.S. (Galvanized) angle should be 50 x 50 x 5 mm. The structures are to be fitted either on the roof top or at ground properly and south faced. It should withstand wind speed up to 120 Km/hour.

2. Foundation – The legs of the structure made with hot dip GI angles will be fixed and grouted in the RCC foundation columns of size 400mmx400mm made with 1:2:4 cement concrete. The minimum ground clearance from the lowest part of any module shall be 500 MM. While making foundation design due consideration will be given to wait of module assembly, maximum wind speed of 120 km per hour.

3. The work includes necessary excavation,

29 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

concreting, back feeling, shoring and shuttering etc.

4. Brick paving of first class bricks with cement mortar (1:6) as per PWD specifications on edge type plate form is to be provided under the modules structure area with minimum 1 meter more than structure. Connecting Appropriate size of DC/AC cables . Cables Indoor wiring All indoor wiring is to be done in a casing capping system. As and when required flexible pipe may also be used. Load The supplier shall also ensure that main points of the Connection building should be connected keeping in view the capacity of the plant. Lighting Suitable nos. of lighting arrestors shall be provided in the Protection array field for the protection. Earthling Each array structure and all metal casings of the plant etc. Protection shall be earthed properly. Tool Kit and One necessary tools kit and spares will have to be Spares provided by the supplier Energy meter Supplier shall provide energy meter to measure the DC power in KWphrs being fed to the plant. * The feature must be in the PCU.

2. CODES AND STANDARDS

The BoS items / components of the SPV power plant must conform to the latest edition of IEC/ equivalent BIS Standards as specified below:

BoS item / component Standard Description Standard Number Power Conditioning Efficiency Measurements IEC61683/IS 61683 Unit Inverter Environmental Testing IEC60068 2 (1, 2, 14, 30)/ equivalent BIS standard Charge controller/ Environmental Testing IEC60068 2 (1, 2, 14, 30)/ MPPT units* equivalent BIS standard Storage Batteries General Requirements & IEC 61427 Methods Flooded Lead IS 15549/ as per Acid Tubular type relevant BIS standard Cables General Test and IEC 60227 Measuring Methods PVC insulated cables for working voltages upto

30 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

and including 1100 V- IS 694 / IS 1554 (Pt I and Do-, UV resistant for II) outdoor installation Switches / Circuit General Requirements IEC 60947 part I, II & III/ Breakers / Connectors Connectors-safety IS 60947 part I, II & III AC/DC EN 50521 Junction Boxes/ General Requirements IP54 ( for outdoor) / Enclosures for IP/21 (for indoor) as per inverters/ charge IEC 529 controller

**In case if the Charge controller is in-built in the inverter, no separate IEC 62093 test is required and must additionally conform to the relevant national/international Electrical Safety Standards wherever applicable.

3. IDENTIFICATION AND TRACEABILITY

Each PV modules used must use a RF identification tag (RFID), which must contain the following information. The RFID can be inside the module laminate, but must be able to withstand harsh environmental conditions.

(i) Name of the Manufacturer of PV Modules

(ii) Name of the Manufacturer of Solar Cells

(iii) Month and year of the manufacturer (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, lm, 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.

31 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

OPERATION AND MAINTENANCE MANUAL

An Operation, Instruction and Maintenance Manual, in simple & easy to understand language (English and Hindi both) with connection diagram, should be provided with the Solar Home Lighting System. The following minimum details must be provided in the Manual:

• Basic principles of Photovoltaics. • A small write-up (with a block diagram) on SPV Power Plants – its components, PV module, battery, electronics and luminaire and expected performance. • Significance of indicators. • Type, Model number, voltage & capacity of the battery, used in the system. DO's and DONT's. • Name and address of the contact person for repair and maintenance.

OTHER FEATURES

Any minor equipment and material may not be specifically mentioned in this specifications but are required to make the system complete in a every respect in accordance with technical specification shall be deemed to have been covered under the scope of this specification and shall be provided by the tenderer / supplier within the quoted price.

ANNEXURE- 1(b)

32 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

MINIMAL TECHNICAL REQUIREMENTS / STANDARDS FOR SPV SYSTEMS / PLANTS TO BE DEPLOYED DURING F.Y. 2014-2015 UNDER THE PROGRAMMES OF MINISTRY OF NEW AND RENEWABLE ENERGY

1. PV MODULES:

1.1 The PV modules must conform to the latest edition of any of the following IEC / equivalent BIS Standards for PV module design qualification and type approval:

Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286

Thin Film Terrestrial PV Modules IEC 61646 / Equivalent IS(Under Dev.)

Concentrator PV Modules & Assemblies IEC 62108

1.2 In addition, the modules must conform to IEC 61730 Part 1-requirements for construction & Part 2 - requirements for testing, for safety qualification or Equivalent IS (Under Dev.)

1.3 PV modules to be used in a highly corrosive atmosphere (coastal areas,etc.) must qualify Salt Mist Corrosion Testing as per IEC 61701 /IS 61701.

1.4 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.

Until March 2013, the RFID can be inside or outside the module laminate, but must be able to withstand harsh environmental conditions. However from 1st April 2013 onwards; RFID shall be mandatorily placed inside the module laminate

33 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

1.5 VALIDITY :

The validity of the existing Certificates/Reports in the old format/procedure shall be valid till March 2013 only. Manufactures are advised to get their samples tested as per the new format/procedure before 31st March 2013, whose validity shall be for five years.

1.6 AUTHORIZED TESTING LABORATORIES/ CENTERS

PV modules must qualify (enclose test reports/ certificate from IEC/NABL accredited laboratory) as per relevant IEC standard. Additionally the performance of PV modules at STC conditions must be tested and approved by one of the IEC / NABL Accredited Testing Laboratories including Solar Energy Centre. For small capacity PV modules upto 50Wp capacity STC performance as above will be sufficient. However, qualification certificate from IEC/NABL accredited laboratory as per relevant standard for any of the higher wattage regular module should be accompanied with the STC report/ certificate.

1.6.1 Details of Test Labs are given in Annexure I.

(Any other Test Lab that has set – up for testing and wants to get included may contact Director, MNRE).

1.6.2 While applying for Testing , the Manufacturer has to give the following details:

- A copy of registration of the company particularly for the relevant product/ component/ PV system to be tested

- An adequate proof from the manufacturer, actually showing that they are manufacturing product by way production, testing and other facilities

- Certification as per JNNSM standards for other bought out in tems used in the system Without above proof test centers are advised not to accept the samples.

1.7 WARRANTY

PV modules used in solar power plants/ systems must be warranted for their output peak watt capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

34 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

(PRICE -BID)

FINANCIAL BID FOR THE RATE CONTRACT FOR SUPPLY OF 45.0 KWp SOLAR POWER PLANT AT VARIOUS LOCATIONS IN BAREFOOT COLLEGE, TILONIA

Sl. No. Description Cost of each system having five years warrantee of complete systems including battery bank and SPV modules should be warranted for its peak output 90% at the end of 10 years and 80% at the end of 25 years with FOR including transportation / packaging / GST etc. 1 45.0 KWp Solar Power Plant Admin Block

2 45.0 KWp Solar Power Plant A.V. Pupperty Section 3 45.0 KWp Solar Power Plant Solar Energy Center

(Signatures of the authorized signatory)

Name______Designation______

Company seal

35 | P a g e

SWRC (also known as Barefoot College), Tilonia, Rajasthan 2017

Accredited Test centers for MNRE Off-Grid Programme

Lab/ PV Module Lighting Systems Battery Inverter >100 W Charge Controller Organi zation as per Environmen Efficiency Environmental protections Environment MNRE tal Al Specificati ons SEC Yes Yes Yes Yes Yes Yes Yes Yes (Including (IEC61215up MNRE IP) MNRE (upto (Including IP) MNRE (Including IP) to100WP) Accredited MNRE Accredited 10KVA) MNRE Accredited MNRE NABL Accredited MNRE Accredited Accredited Accredited Accredited

ERTL STC Test Yes Yes Yes Yes Yes Yes Yes NABL/ (east) Facility NABL/ NABL/ Up to NABL/ NABL/ MNRE NABL/ MNRE MNRE MNRE MNRE 1000AH MNRE Accredited MNRE Accredited Accredited Accredited Accredited Accredited Accredited ETDC Yes Yes Yes Yes Yes Yes Yes Yes NABL/ (B) (IEC61215)u NABL/ NABL/ Up to 100 (up to NABL/ MNRE NABL/ MNRE nder ICEEE- MNRE MNRE AH 3KVA) Accredited MNRE Accredited CB, Accredited Accredited NABL/ Accredited IEC 61701 MNRE (upto100WP) Accredited NABL Accredited CPRI No Yes Yes Yes Yes Yes Yes Yes NABL/ (B) NABL/ NABL/ Up to 500 (up to NABL/ MNRE NABL/ MNRE MNRE MNRE AH 10KVA) Accredited MNRE Accredited Accredited Accredited NABL/ Accredited MNRE Accredited ERTL No Only Yes No Yes Yes Yes Yes (N) Electronics NABL (up to NABL (up to NABL & luminaire Accredited 5KVA) Accredited 5KWp) Accredited NABL NABL NABL Accredited Accredited Accredited

UL (B) Yes Yes Yes No Yes Yes Yes Yes (IEC61215 (except NABL (up to NABL (up to NABL IEC 61730 battery) Accredited 6KVA) Accredited 6KWp) Accredited Pt.II and IEC NABL NABL NABL 61701) Accredited Accredited Accredited upto400WP NABL Accredited TUV Yes NO Yes No Yes Yes Yes Yes Rhinela (IEC61215 & NABL (up to NABL (up to NABL nd 61730 Pt-II) Accredited 10KVA) Accredited 10KW) Accredited upto400WP NABL NABL NABL Accredited Accredited Accredited

Inter No Only Yes No Yes Yes Yes Yes Tek Electronics NABL (up to NABL (up to NABL & luminaire Accredited 5KVA) Accredited 5KW) Accredited NABL NABL NABL Accredited Accredited Accredited

*Beyond 10KVA self certification by the manufactures is acceptable.

36 | P a g e