CANTONMENT BOARD Office of the Cantonment Board, Board, Nr. Camp Mandir, Ahmedabad Cantonment-380004. TeI.079-22867251 Fax 079-22865899 Website: www.cbahmedabad.org.in

E-TENDER NOTICE: ACB/EB/SOLAR/5

Tender for

DESIGNING, SUPPLYING, INSTALLING AND COMMISSIONING OF TOTAL 35 KW ROOF TOP PV SOLAR POWER PLANT ON ROOF TOP OF VARIOUS BUILDINGS UNDER JURIDICTION OF AHMEDABAD CANTONMENT BOARD INCLUDING 5 YEARS COMPREHENSIVE MAINTAINENCE AND INSTALLATION OF NET METER INCLUDING ALL CONNECTED WORKS COMPLETE, AND LIASONING WITH ALL CONCERN GOVERNEMENT AGENCIES FOR SUBSIDY, NETMETER AND OTHER INSTALLATIONS.

Chief E ive officer Ahmed ad Cantonment Board AHMEDABAD CANTONMENT BOARD E-TENDER NOTICE: ACB/EB/SOLAR/5

Ahmedabad Cantonment Board invites e-tenders from the Govt. approved Agency/ Manufacturer/Contractor from PWD/CP\ND/MES/Railways/AMC or any other Govt. Deptt./ local body in appropriate category through e-tendering on the web site of http://eprocure.gov.in for the following work as detailed below:

Date of publishing of tender through e —procurement : 09-09-2017 Last date and time for submission of e-tenders : 04-10-2017 upto 1700 hrs Date and time for opening of Technical bids : 05-10-2017 at 1700 hrs

Sr. No. Name of work 1 DESIGNING, SUPPLYING, INSTALLING AND COMMISSIONING OF TOTAL 35 KW ROOF TOP PV SOLAR POWER PLANT ON ROOF TOP OF VARIOUS BUILDINGS UNDER JURIDICTION OF AHMEDABAD CANTONMENT BOARD INCLUDING 5 YEARS COMPREHENSIVE MAINTAINENCE AND INSTALLATION OF NET METER INCLUDING ALL CONNECTED WORKS COMPLETE, AND LIASONING WITH ALL CONCERN GOVERNEMENT AGENCIES FOR SUBSIDY, NETMETER AND OTHER INSTALLATIONS.

Please note that now onward all related information, notifications, corrigendum and corrections will be uploaded on above said website only.

No.1/EB/SOLAR/2017-18/ Chief E u ive officer Office of the Cantonment Board Ahme d Cantonment Board Ahmedabad Cantonment Dated: 0%loct \2017. AHMEDABAD CANTONMENT BOARD APPENDIX LA' TO THE NOTICE OF TENDER

Ahmedabad Cantonment Board invites e-tenders from the Govt. approved Agency/ Manufacturer/Contractor from PWD/CPWD/MES/Railways/AMC or any other Govt. Deptt./ local body in appropriate category through e-tendering for the following works as detailed below:

NIT NO. DESCRIPTIONS Name of work DESIGNING, SUPPLYING, INSTALLING AND COMMISSIONING OF TOTAL 35 KW ROOF TOP PV SOLAR POWER PLANT ON ROOF TOP OF VARIOUS BUILDINGS UNDER JURIDICTION OF AHMEDABAD CANTONMENT BOARD INCLUDING 5 YEARS COMPREHENSIVE MAINTAINENCE AND INSTALLATION OF NET METER INCLUDING ALL CONNECTED WORKS COMPLETE, AND LIASONING WITH ALL CONCERN GOVERNEMENT AGENCIES FOR SUBSIDY, NETMETER AND OTHER INSTALLATIONS. Estimated cost of work Z 2415000/- Cost of tender Z 3000/- Earnest Money Z 60400/- Time limit for contract from date of 3 months handing over the site Date of publishing of tender through 09-09-2017 e-procurement Last date and time for submission 04-10-2017 upto 1700 hours Of e-tender Last date and time for submission of On or before 05-10-2017 at 1645 hours earnest money deposit in the office of Cantonment Board, Ahmedabad (in original) in the form of Demand Draft / FDR in favour of Chief Executive Officer, Ahmedabad Cantonment Board(scanned copies of the same be uploaded online) Date and time for opening of Technical 05-10-2017 at 1700 hours bids For any clarifications : Tel : 079-22867251, 079-22862061 CONTACT No. Fax : 079-22865899 e-mail: [email protected]

Tender sign and stamp sstt. Engg. -Charge A-krarasl!e11.&)----- A.C.B. A.C.B. ' Cantt. Board

3

AHMEDABAD CANTONMENT BOARD GENERAL CONDITIONS

1. A tender of the type as mentioned in Appx "A" is invited as per particulars given therein.

2. The work is estimated to cost as indicated in the aforesaid Appx "A".

3. This estimates however not a guarantee is and is merely given as a rough guide and if the work costs more or less, tenderer will have no claim on that account.

4. The work is to be completed within the period as indicted in the aforesaid Appx "A" (in accordance with the phasing if any, indicated in the tender) from the date of handing over site.

5. The tenderers are advised to visit the site by making prior appointment with the Engineer-in-Charge in sufficient time.

6. A tenderer shall be deemed to have full knowledge of all related documents samples, site etc. Whether he has inspected them or not.

7. Agency/ Manufacturer/Contractors who are executing such type of works and having the technical knowhow and within whose financial limits the amount of the proposed work lies, may tender and not more than one tender may be submitted by one manufacturer / agency / contractor.

8. It is required to upload all the documents mentioned in tender notice in technical bid without which tender will be rejected summarily.

9. Any tenderer which proposes any alterations to any of the conditions laid down or he proposed any other conditions of any description, whatsoever is liable to be rejected. The submission of tender by a tenderer implies that he had read this notice and the conditions of contract and has made himself / herself aware of the scope and specifications of work to be done of the conditions and the rates at which stores, tools and plant etc will be issued (if any) to him and local conditions and other factors bearing on the execution of the work.

10. The tenderer shall quote his rates in bill of quantity (in financial bids) only & not else, otherwise tender / bid of the firm will be summarily rejected.

11. Revocation /upward revision of offer by lowest tenderer after opening of Tenders In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the earnest money deposited by the lowest tenderer will be forfeited. In addition, such tenderer and his related firm shall not be participate in tendering for second call or subsequent calls. On revocation or upward revision of offer by the lowest tenderer, next lowest offer will not be accepted / considered

Tender sign and stamp Asstt. Erlfgg. ,,echarge 0 A.C.B. A.C.B. A'bad Cantt. Board 4 12. Bid security deposit & Performance Security : The contractor shall be required to submit 5 `)/0 of the cost of work as bid security deposit in the form of Demand draft / FDR in from Nationalized / Scheduled Bank valid for period of 05 year after date of completion of work ( defect liability period ). The performance security deposit shall be returned on successful completion of performance guarantee period of 05 years (defect liability period) without any interest.

13. The performance security would be released after expiry of defect liability period. In case of any defects observed in the work done by the contractor the Chief Executive officer will notify the defects to the contractor giving reasonable time as per his discretion from rectification of defects and if contractor fails to rectify the defects within stipulated period the Board shall be at liberty to get the defects rectified from any agency of its choice at the risk and cost of the contractor and expenditure incurred in this regard would be adjusted from the performance security.

14. For submission of e-tender, bidders are requested to get themselves registered with www.eprocure.qov.in website along with class-II/III Digital Signature Certificate (DSC) issued by authorized issuing authority under IT Act 2003.

15. For complete details, refer our website www.eprocure.gov.in at CPP portal.

16. The department may issue amendments / errata to the tender documents before due date of submission of tender. The tenderers are required to read the tender documents in conjunction with amendments, if any issued by the department. The tenderer is not supposed to incorporate any amendment / errata in the tender documents. In case amendments / errata issued are incorporated by the tenderer in tender, they shall not be considered and the amendment / errata issued by the department shall only hold good. The amendments /errata issued to these documents if any would be uploaded on website of http://eprocure.gov.in. The contractors shall visit site from time to time to see these amendments / errata's.

17. Sales tax, turn over tax on works contract, workers welfare fund tax, cess, value added tax (VAT), Local bodies tax (LBT), GST etc., service tax levied by Government, or any new tax shall not be reimbursed to the contractor and the contractor's quoted rates shall deemed to include all taxes and duties including recovery of income tax and which is deductible at source (including GST if applicable).

18. The Submission of tender by the tenderer/ bidder implies that he has read this notice and the condition of contract and has made himself aware of the scope and specifications of work to be done and of the conditions and the rates at which stores, tools and plants etc will be issued to him and local conditions and other factors having bearing on the execution of the work.

19. Manual bids will not be acceptable.

20. Technical Bid shall be subject to verification which must fulfill the eligibility criteria of the Bidder:-

Tender sign and stamp Asstt. Engg. g' =charge 0 A.C.B. C.B. A'bad Cantt. Board 5

AHMEDABAD CANTT. BOARD Following conditions must be fulfilled by the bidder.

The applicant / Agency / Manufacturer/ Contractor should have working experience in similar nature of works with MES / CPWD / PWD / AMC/ AUDA /RAILWAYS or any other Govt. deptt. / Local body and also registered as contractors / supplier / manufacturer in MES / CPWD / PWD / AMC/ AUDA / RAILWAYS or any other Govt. deptt. / local body

II. Bidder/OEM should be an MNRE channelpartner. The necessary documents need t o be uploaded in this regard duly indicating the validity period

III. The work/s / supply experience should not be less than twenty five lacs per annum since last two years out of the business of "similar nature of works". Authentic evidence is required regarding the Annual work experience for the last two years (i.e. Financial Years) should be submitted in this regard such as copies of supply order / work order / work completion certificate.

Note: - The Department reserves the right to relax all or any of the aforementioned conditions if adequate number of bid are not received.

21. Each bidder fulfilling the following criteria and submitting following documents attested copies in technical bid will be eligible to participate in financial bid:

A. Registered / trade license as contractors / Supplier / manufacture in MES / CPWD PWD / AMC/ AUDA / RAILWAYS or any other Govt. deptt. / Local body.

B. Bidder/OEM should be an MNRE/GEDA channelpartner. The necessary documents need to be uploaded in this regard duly indicating the validity period.

C. Supply order / Work/s completion certificate / work order of similar nature of minimum two works during last two years with MES / CPWD / PWD / AMC/ AUDA / RAILWAYS or any other Govt. deptt. / Local body.

D. PAN card

E. GST registration certificate

F. Two years Income Tax returns(i.e for FY 2014-15/2015-16 and 2015-16/201-17)

G. Proof of payment of tender fee

H. Proof of payment of EMD

I. Duly signed copy of tender document.

Tender sign and stamp Asstt. Engg. -in-charge A.C.B. A.C.B. A'bad Cantt. Board

6 AHMEDABAD CANTONMENT BOARD Instructions to the contractors / bidders for the e-submission of the bids online through this e - Procurement Portal

1. Bidder should do Online Enrolment in the Portal using the option "Click Here to Enroll" available in the Home Page. Then the Digital Signature enrollment has to be done with the e-token, after logging into the portal

2. Bidder then logs into the portal giving user Id/password chosen during enrollment.

3. The e-token that is registered should be used by the bidder.

4. DSC one mapped to an account cannot be remapped to any other account. It can only be inactivated.

5. After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as per the tender document; otherwise, the bid will be rejected.

6. The BOQ template must not be modified / replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and after values only.

7. If there are any clarifications, this may be obtained online through the e - Procurement Portal, or through the contact details given in the tender document. Bidder should take into account of the corrigendum published before submitting the bids online on the portal or on http://eprocure.gov.in

8. Bidder should arrange for the EMD and tender fee as specified in the tender. The original should be given in person to the Tender Inviting Authority, before the bid opening date and time for the tender. The late receipt of the EMD and Tender fee will not be accepted and tender will be summarily rejected.

9. The bidder should read the terms and conditions and accepts the same to proceed further to submit the bids.

10. The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay or problem during the bid submission process due to website server problem or any other technical problem. This office will not be responsible for any non submission of the tender due to website problems.

11. The Contract provides for Offline payments, the details of the Earnest Money Deposit (EMD) and tender fee in the form of FDR / Bank draft from the Nationalized/ Scheduled bank drawn in favour of Chief Executive Officer, Ahmedabad Cantonment Board, Ahmedabad Cantonment be submitted physically to office of the Cantonment Board, Near Camp Hanuman temple, Cantonment Area, Ahmedabad and the scanned copies furnished at the time of bid submission online should be the same oth the tender will be summarily rejected. go• Tender sign and stamp As tt. Engg. 4K-charge A.C.B. C.B.

7

12. The Tender Inviting Authority (TIA)/ Board will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues.

13. The bidder may submit the bid documents in online mode only, through this portal. Offline documents will not be handled / accepted through this system.

14. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.

15. The time that is displayed from the server clock at the top of the tender Portal, which will be valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The time followed in this portal is as per Indian Standard. The bidders should adhere to this time during bid submission. The bidders are requested to submit the bids through online e - Procurement System to the TIA well before the bid submission end date and time (as per Server Clock).

Tender sign and stamp Asstt. Engg. IN-charge 0 A.C.B. .C.B. A' ad Cantt. Board

8 AHMEDABAD CANTONMENT BOARD TENDER TERMS & CONDITIONS

1 The Earnest Money may be forfeited : a) If a Bidder withdraws his bid during the period of bid validity; or b) In the case of the finally selected Bidder, if the Bidder fails ; i. to sign the Contract; or ii. to furnish Contract Performance Security; or iii. If at any stage any of the information/ declaration is found false.

2. Terms and conditions of Tendering Firms

a. Bidder must understand that the bidder have to complete the work within time frame mentioned in the Tender Document. b. Bidder who will quote all the Items as defined in the tender will be eligible for this tender. Any bid which have partial quote for a specific job only or supply of only few items will be rejected. c. Bidders must submit a list of their owners, partners, etc. and a certificate to the effect that the firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in . The firms blacklisted by any Govt. Department, shall not be considered for this tender.

3. The Cantonment Board reserves the right to amend/upgrade any technical specifications, terms & conditions in the interest of department.

4. GUARANTEE/WARRANTY

a. Tenderer/Bidder shall provide comprehensive on-site Guarantee/ Warranty for all goods/equipment supplied under the Contract at least for a period of 05 (five) years from the date of final acceptance of the System. The Warranty will start from the date of complete Installation of the equipment and acceptance by the Department. b. All the complaints lodged by the department must be attended within 24 hours and problems should be rectified within 72 hours either by repairing the defectives parts or replacement of parts. c. If the performance of any individual equipment or System fails to meet the contract specifications then the same shall be replaced by the Tenderer / Bidder free of cost during the term of the warranty/guarantee period of each equipment. d. Delays in attending the calls and or repairing the defective / item / equipment beyond time limit specified in this Clause, without providing the substitute, will attract penalties. e. If the Tenderer/Bidder fails to repair or replace the defective Equipment/ Item, the Cantonment Board will be free to get the same repaired/replaced from the market and Chief Executive Officer, Ahmedabad Cantt. will adjust the cost from Tenderer/Bidder's Contract Performance Security.

•AA 44- Tender sign and stamp Asstt. ngg. -In -charge A.C.B. A.C.B. A15ad Gantt. Board

9 5. No advance payment shall be made.

6. Packing, Forwarding & Shipment: The Tenderer/Bidder shall provide proper packing of the goods to prevent their damage or deterioration during transit to the final destination site.

7. Delivery, Installation and Commissioning: - Delivery and installation of the Goods at locations to be finalized by Cantonment Board shall be completed by the Tenderer/Bidder in accordance with the terms specified by the Cantonment Board within time limit of 3 months including, the installation, testing and commissioning of the proposed system.

8. Insurance: The Goods supplied under the Contract shall be fully insured on a warehouse-to-warehouse basis by the Tenderer / Bidder against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

9. All equipments and accessories of the complete set shall generally comply with relevant IS specifications of latest issue. The unit shall be complete with all apparatus, safety devices, interlocks etc. necessary for efficient operation whether specially mentioned or not but are essential for operation.

10.CLEAN DEVELOPMENT MECHANISM BENEFITS: All installation and measures taken by Ahmedabad Cantonment Board for energy conservation and efficiency or concern subject have the CDM consideration under Bundled Energy Efficient lighting project. The agency/ contractor / manufacturer will not have any claim over Clean Development Mechanism benefits or concern green funds for above said project.

11. Inspection of Tests : a. The Cantonment shall have the right to inspect or test the goods for conformity to the Contract Specification by third party. b. The Tenderer/Bidder shall test individual equipment and the complete System after installation at site. c. For the purpose of taking over the goods/system supplied, an Acceptance Test shall be carried out at the Cantonment Board destination site. d. The installation or commissioning shall not be deemed to have been completed unless all the goods and System are accepted by the Cantonment Board.

12. Spare Parts: The Bidder will undertake that supplies of necessary maintenance equipment and spare parts will be made available for all the Equipment and the complete System for the period of 5 years.

13. Delay in the supply of material / work: Delivery of the material / work should be made by the tenderer in accordance with the time schedule specified in this document. Delay by the tenderer in the performance of its Delivery or Service obligations shall render the tenderer is liable to imposition of Liquidated Damages in accordance with clause mentioned below and thereafter, upon reaching the maximum deduction set out therein, to termination for default in accordance with Clause below accompanied by forfeiture of Security Deposit.

/? Tender sign and stamp tt. ngg. err charge . .0 A.C.B. A.C.B. ad Cantt. Board

10 14. Liquidated Damages : - If the Tenderer/Bidder fails to deliver any or all the of the stores as mentioned in the work order or perform the Services within the time period specified in the Contract, the tenderer shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, (not by way of penalty) a sum equivalent to 1 (one) percent of the price for delay in submission of reports unperformed service for each & every week (part of a week being treated as a full week) of delay actual delivery of documents up to a maximum deduction of 05% (Five Percent).

15. If the tenderer fails to complete the whole work within the stipulated period, the Cantonment Board reserves the right to impose penalty and has right to forfeit the entire earnest money/security deposit and also blacklist the company.

16.Force Majeure: The tenderer shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, "Force Majeure" means an event beyond the control of the tenderer and not involving the tenderer's fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc.

17. Patent Indemnification: The tenderer shall indemnify the Cantonment against all third party claims of infringement of patent, copyright, trademark, license, software piracy if any arising from use of the goods or any part thereof in the tenderer's country.

Tender sign and stamp Asstt. Engg. n-charge 0 A.C.B. C.B. bad Cantt. Board

11 AHMEDABAD CANTONMENT BOARD TECHNICAL SPECIFICATIONS FOR 35 KWp ROOF TOP PV SOLAR POWER PLANT

DESIGNING, SUPPLYING, INSTALLING AND COMMISSIONING OF TOTAL 35 KW ROOF TOP PV SOLAR POWER PLANT ON ROOF TOP OF VARIOUS BUILDINGS UNDER JURIDICTION OF AHMEDABAD CANTONMENT BOARD INCLUDING 5 YEARS COMPREHENSIVE MAINTAINENCE AND INSTALLATION OF NET METER INCLUDING ALL CONNECTED WORKS COMPLETE, AND LIASONING WITH ALL CONCERN GOVERNEMENT AGENCIES FOR SUBSIDY, NETMETER AND OTHER INSTALLATIONS.

Project Location: Ahmedabad Cantonment area, Ahmedabad

The participant are hereby advised to take a note of the draft guidelines issued by MNRE in respect of minimum technical requirements, quality standards, best practice and specifications for grid connected roof top PV systems in addition to technical parameters mentioned in this REP and comply accordingly.

Total Plant Capacity — 35KWP a) Cantonment board Office and Guest house — 10KWp b) Cantonment Pump house and health center— 13KWp c) Cantonment School — 3KWp d) Cantonment Community hall: 9 KWp

1. The solar power plant comprises of following equipments : i. Solar PV Module / Panel ii. Solar Power Conditioning Unit with Grid Tie Inverter iii. Mounting array structures and allied accessories iv. Solar Junction Boxes / Connectors v. Solar Cables / Wires & other accessories vi. Lighting Protection vii. Earthing system for Array yard. viii. Net Meter ix. Liasoning with Torrent Power Ltd & Electrical Inspector and other agencies Detail Scope of Work:

i. Solar PV Module : Crystalline high power cells shall be used in Solar PV Module. To connect the Solar Module Interconnection cable shall be provided. Photoelectric conversion efficiency of SPV Module shall be greater than 14.9%. Module shall have butyl rubber edge sealant for module protection. Module shall withstand upto 200 KM/hr from backside of the panel. The module shall be UL and CE approval. The module frame is made of corrosion resistant material, which is electrolytically compatible with the structural material used for mounting the module. Weather resistant module junction box shall be designed for long life and outdoor operation environment. A minimum warranty of 10 years shall be given with degradation of power generated not exceeding 10% over the entire 10 years period. In addition to that 25 years linear output warranty shall be offered.

Tender sign and stamp Asstt. Engg. -charge A.C.B. A.C.B. ' d Cantt. Board

12 Technical specifications of Solar PV Module Nominal Max Power - 325W Optimum Operating Voltage - 37.1V Optimum Operating Current - 8.63 A Open Circuit Voltage - 46.2 V Short Circuit Current - 9 A Module Efficiency - 16.53 Operating temperature - 100C to +850C Max. system Voltage - 1000 V Max. Series Fuse - 20 A Power Tolerance - +/- 3 % Cell Arrangement Poly - crystalline 72 Weight - 22 Kg Front cover - 3.2 Tempered glass Frame material - Anodized aluminum alloy J-Box - IP 65, 3 diodes Cable - 4mm2, 1000 V Connector - MC 4

The technical specifications of module are indicative however selection of module is as per design to fulfill the desired capacity. The modules shall be fixed on corrosion resistant MS structure.

• Warranty: A minimum warranty of 10 years shall be given with degradation of power generated not exceeding 10% over the entire 10 years period. In addition to that 25 years linear output warranty shall be offered. Data sheet of the offered module shall be submitted. • Test reports from Indian government accredited test lab & Data sheets should be submitted during work.

ii. Solar Power Conditioning Unit with Grid Tie Inverter Preferable Made in India:- 3-phase grid connected IGBT based pure sine wave inverter shall convert DC power produced by SPV Array and adjust the voltage and frequency levels to suit the grid. It should have the feature of zero export; all three phases shall be supervised to rise/fall in with respect to programmable threshold values of frequency and power section of the plant. The plant shall get disconnected/connected in case of grid fault/after normal grid condition have resumed. The grid supervision must comply with relevant/ equivalent regulations. The array electrical configuration shall be such a way that the Maximum Power Point Tracking (MPPT) shall operate with maximum efficiency, between low and high temperature of the site. Disconnection of the PV Generator in the event of loss of main grid supply is achieved by in built protection. In the morning inverter will wake up from sleep mode, the control system continuously monitors the output of the solar generator until preset value is exceeded (Typically 10 Watt). Inverter gets automatically synchronized with grid by adjusting its output voltage and frequency to match with grid values. The number of inverters shall be such that it should handle power generations of each plant.

Tender sign and stamp Asstt. ngg. E i°[9'--eharge A.C.B. A.C.B. ad Cantt. Board 13 Technical specifications of 3 phase Inverter

Input DC: Max. DC Power - 24000W Max. DC Voltage - 1000 V MPP Voltage range - 250 to 950 V DC Nominal Voltage - 800 V Min. DC Voltage/ Start Voltage - 150 V/ 188 V Max. Input Current per string - 35A No of MPP trakers - 2 Nos

Output : Output AC & AC Power (@230V 50 Hz) 21000 W Nominal AC Voltage 3 Ph/N, 250/440 V AC Output Grid range 150v-280V AC Grid frequency 50+1.5 Hz,-3.5 Hz Output Current 32.3A Power factor 0.8 leading/0.8 lagging Max. Efficiency 98%

Protection : DC Reverse polarity/ Reverse current protection Electronic Static Switch disconnect AC Short Circuit Protection Ground fault Monitoring Grid Monitoring All pole sensitive fault Current Monitoring String failure detection

General Data

Operating temperature 100C to +600C Topology Transformer less Cooling Highly Efficient Fan less Natural cooling system Protection rating IP 65

Features :

DC connection - DC plug system

AC connection - Spring type terminal

Display - Graphic

Interfaces - RS 485

Warranty - 5 years

Certificates - IEC from Indian test lab:

The technical specifications of 3-phase Grid Connected String Inverter are indicative however selection of 3-phase Grid Connected String Inverter is as per design to fulfill the desired capacity.

Tender sign and stamp 74 stt. Engg. n4.-ir%chargee A.C.B. A.C.B. ' d Gantt. Board 14 Instantaneous Display: * Universal AC input. * Graphic display where parameters can be changed as per the requirement * Real time clock * Automatic backup to prevent data loss * Compatible with RS232 & RS485 & multiple interface * Wifi & GSM based monitoring system *Whether station interface * RJ45 ethernet socket * Alarm notification through SMS & mail. * Data logging for more than 3 years. * Wall mounted or stand alone with frame supporter.

Instantaneous & Logging Parameters: Per phase kW, Per phase Voltage, Per phase PF, System, Frequency, Inverter kWh summation, Time & Date Stamped On control panels of inverter the Digital type ammeter /volt meter both in the input & output side should be provided. Inverter shall have arrangement of adjusting DC input current & should trip against sustainable fault in the LT.

Warranty: A minimum warranty of 7 years shall be given one spare components for fast service back up. Test reports from Indian government accredited test lab & Data sheets should be submitted during work. iii. Solar Junction Boxes / Connectors: The Junction boxes will be of dust, vermin and waterproof and made of ABC / Thermo plastic. The terminals will be connected to copper bus bar arrangement of proper sizes. Suitable markings should be provided on the bus bar and cable ferrules shall be fitted at cable termination points for identification. It should have arrangement for connection and disconnection of sub arrays group. Test point for each group shall be provided for quick fault location. The rating of JBs shall be suitable with adequate safety factor to inter connect the solar PV array. It should be IP 66 compatible.

Quantity : As per site requirement. iv. Mounting array structures and allied accessories: The mounting array structure will have MS — L channel from standard make, galvanized and with manual tracking system made in SS hardware. All fasteners, nut bolts and supporting structures shall be of SS or GI. The array structure will be made of hot dipped GI and the minimum thickness will be as per IS 1461. The minimum clearance of the lowest part of module structure and developed ground level will not be less than 500 mm. The SPV panel array will be mounted facing to south and tilted to an angle equal to latitude where being used for optimum performance. v. Solar Cables / Wires & other accessories : The solar cables should be selected such that there should be minimum voltage drop and they should be capable to withstand direct sunlight, high temperature and direct exposure to weather changing conditions and these cables must be double insulated and polarized to sustain arching of contacts of solar array. The wiring size of PV array will be designed such that maximum voltage drop at full power from PV modules to the inverter will be less than 3 %. The wiring for module interconnection will be with hard PVC conduit.

Tender sign and stamp Asstt.' ngg. iri-charge A.C.B. A.C.B. —aC1 Gantt. Board

15 • All LT power cables shall be of 1.1 KV grade, Aluminum conductors, with steel armouring. These cables shall be laid on structure support and using galvanized cable tray of adequate strength. Cable shall be terminated using Al. lugs of adequate cross section area. • Control cables shall be of 1.1 KV grade, copper conductor, PVC insulated, steel armoured. These cables shall be laid on structural support and using galvanized cable tray of adequate strength. Cable shall be terminated using Copper lugs for adequate cross section area. • Only copper conductor cable of reputed make shall be used in DC side of plants between interconnection of modules, junction boxes, PCU, LT interfacing panel / DC panel and other associated equipment. • Cables of appropriate size are to be used in system and shall have following characteristics. • Shall be conforming to IS 694/1554 standard. • Temperature range -10 degree + 80 degree

vi. Lightning & Over Voltage Protection: The Solar PV power plant shall be provided with lighting and over voltage protection both for the PV panels and the PCU.

• SPV power plant shall be provided with lightening and over voltage protection connected to proper earth mats.

• Lightning masts / conductor shall be made as per applicable Indian Standard / International Standard in order to protect entire Array from lightning strike.

• Lightning masts/ conductor shall be earthed through flats and connected to Earth mats as per applicable Indian Standards with earth pits. Each Lightning Conductor shall be fitted with individual earth pit as per required Standards including accessories, and providing masonry enclosure with cast iron cover plate having locking arrangement, watering pipe using charcoal or coke and salt as per required provisions of IS.

2. Earthing system for Array yard: Each array structure of Solar PV power plant shall be grounded as per IS standards. The complete earthing system shall be mechanically and electrically connected to provide independent return to earth. All equipments shall have two distinct earth connections. Each array structure of SPV plants shall be grounded properly. Array structures are to be connected to earth pit as per IS standard. Junction boxes shall be connected to main earthing conductor or electrode. Earthing system installation shall be in strict accordance with the latest edition of Indian Electricity Rules, relevant Indian Standard stand Code of practices for earthing and local statutory authority regulation. Neutral point of system, metal licen closure sand frame work, not forming part of electric supply shall be connected to main earthing system. Necessary test point provision shall be made for bolted isolating joint of each earthing pit for periodic checking of earth resistances. In compliance to rule 33 and 61 of Indian electricity rule, 1956 (as amended update) all non-current carrying metal part shall be earthed with two separate and distinct earth continuity conductors to an efficient earth electrode. Earth resistance of earth pits shall be tested.

Tender sign and stamp QA'S4jstt. ngg. - n-charge . .0 A.C.B. A.C.B. ' ad Cantt. Board

16 3. Net Meter: Appropriate size of net meter is to be installed as per specifications and norms of Torrent Power. It should be calibrated and approved by MNRE / GEDA. The net meters shall be of approved make as prescribed by MNRE / GEDA. Net meter should be able to record minimum and maximum generation of solar power plant.

4. Liasoning with GEDA, MNRE & Electrical Inspector: It is required to liason with GEDA, MNRE, electrical inspector etc for necessary and mandatory approvals from these agencies for installation and operation of grid tie roof top solar PV power plant. Bidder should also liason with GEDA, MNRE for all approval related to Solar plant and liason for approval of subsidy of the plant.

5. SPV power plant — Conditions for Design Engineering, Manufacturing, Installation, testing and commissioning

1.1 Following codes and acts with its latest amendments shall be applicable for this project: a) Indian Electricity Act, 2003 with amendments thereto if any. b) Indian Electricity Rules, 1956 c) CEA Regulations -2010 d) American Society of Testing of Materials (ASTM Codes). e) Other approved standards and / or Rules and Regulations related to the subject matter of tender.

1.2 Design, materials, and workmanship shall satisfy the applicable standards, specifications and codes as per tender conditions & specifications and as applicable for SPV power plant.

1.3 Scope of work as described in tender document is not limiting in so far as the responsibilities of Bidder is concerned and shall include, carrying out all works and providing all facilities that are required for completion of SPV power plant project, complying fully with all requirements as envisaged, complete in all respect and satisfying all Performance and guarantee requirements as stated or implied from contents of tender document. Bidder shall make all required liaisoning with all agencies concerned and also with concerned power utilities for interconnection of SPV power plant with the local grid, so as to commence utilizing power generated on commissioning.

1.4 Total responsibility in regard to design engineering, manufacturing, delivery at site, timely execution, including commissioning, guarantee obligations and all other contractual obligations will remain with bidder irrespective of the modality (sub- contracting) of execution and Bidder shall coordinate all activities for smooth and timely completion of SPV power plant project.

1.5 It shall be entirely Bidder's responsibility to provide, operate and maintain all necessary construction equipment, scaffoldings and safety gadgets, lifting appliances, tools and tackles to perform the work in efficient manner and to complete all jobs as per time schedule.

Tender sign and stamp sst . Engg. kcharge pre e7 170 A.C.B. A.C.B. ' ad Cantt. Board

17 1.6 Bidder shall take all necessary precautions to prevent fire / damage to property in the area of his operations and he shall be responsible to make good any damage caused.

6. SPV power plant— Conditions for Maintenance Contract (MC). i. Bidder shall be responsible for Maintenance of SPV power plant for a period of 5 years from the date of commissioning. ii. Bidder shall perform Maintenance Work in an efficient manner and in accordance with

a) Systems designers and manufacturers specifications, Annual Operating Plan for Solar Plant and all operation and maintenance manuals. b) Prudent Utility Practices iii. Bidder shall carry out following prior to commencement of MC:

a) Provide services and personnel set forth in Mobilization Plan b) Prepare Annual Maintenance Schedule c) Develop and implement plans and procedures including those for maintenance the planning, procuring and inventory control of stores and spares, plan to meet emergencies, plant safety and security; and such other facilities and systems as may be necessary. d) Regularly update and implement equipment repair and preventive maintenance program to meet specifications of equipment manufacturers and recommendations of manufacturers. e) Provide technical & engineering support for resolving operation and maintenance problems

/A/ Tender sign and stamp L Asstt. Engg. 0-charge A.C.B. A.C.B. ' ad Cantt. Board

18 UNDERTAKING for After Sale-Service Support from OEM (upload it online in Technical bid)

From

To

Chief Executive Officer Ahmedabad Cantonment Board

We do hereby confirm that:

We are OEM of the product have been quoted by our business Partner M/s to Ahmedabad Cantonment Board. In case our business partner fails to provide the satisfactory after sale- service in that situation our company will be totally responsible for providing timely and effective service support upto minimum 5 years period i.e. within 5 years warranty period. We also undertake that all the spare parts, Lens etc will be made available to the user departments as and when required to keep the systems functional.

(Signature)

Name Designation (Head or Senior Executive of Firm) Address Phone No. Fax No. Mobile No.

19 AHMEDABAD CANTONMENT BOARD SPECIAL TERMS & CONDITIONS

The following conditions shall be adhered to in the work of DESIGNING, SUPPLYING, INSTALLING AND COMMISSIONING OF TOTAL 35 KW ROOF TOP PV SOLAR POWER PLANT ON ROOF TOP OF VARIOUS BUILDINGS UNDER JURIDICTION OF AHMEDABAD CANTONMENT BOARD INCLUDING 5 YEARS COMPREHENSIVE MAINTAINENCE AND INSTALLATION OF NET METER INCLUDING ALL CONNECTED WORKS COMPLETE, AND LIASONING WITH ALL CONCERN GOVERNEMENT AGENCIES FOR SUBSIDY, NETMETER AND OTHER INSTALLATIONS.

1) The location will be shown at site.

2) The tenderer's credentials should also be furnished.

3) The rate quoted shall be inclusive of all taxes and all kinds of duties and octroi/ LBT/ VAT or any other tax levied by the government, all complete. The accepted contract value must be Firm till the completion of works.

4) The bidder shall make their own arrangements for transportation of all materials to site.

Only those bidders who are reputed original manufacturers / agency / contractors having sufficient experience of DESIGNING, SUPPLYING, INSTALLING AND COMMISSIONING OF TOTAL 35 KW ROOF TOP PV SOLAR POWER PLANT ON ROOF TOP OF VARIOUS BUILDINGS UNDER JURIDICTION OF AHMEDABAD CANTONMENT BOARD INCLUDING 5 YEARS COMPREHENSIVE MAINTAINENCE AND INSTALLATION OF NET METER INCLUDING ALL CONNECTED WORKS COMPLETE, AND LIASONING WITH ALL CONCERN GOVERNEMENT AGENCIES FOR SUBSIDY, NETMETER AND OTHER INSTALLATIONS are required to quote for this tender. Those who do not have adequate experience in carrying out works of similar nature need not quote for this tender. They shall have to supply spares as and when required by the ACB without any delay. The documentary evidence in proof of experience is to be uploaded for reference and record. The testing of Solar PV power plant system is to be done by the tenderer / Contractor to the satisfaction of the Engineer-in-Charge. The components are to be tested at site after completion of work to the satisfaction of the Engineer-in-Charge.

5) The prices of the spare parts and special tools, special parts or better version of the product other than the items mentioned in the Specification will not be taken into consideration for the evaluation of the tender.

6) The tenderer may note that Ahmedabad Cantonment Board is not agreeable for making any type of advance payment. No request for payment in the form of advance will be entertained by the ACB.

Tender sign and stamp Asstt. Engg. Win-charge A.C.B. A.C.B. ad Cantt. Board

20 7) PROPERTY IN MATERIALS AND PLANT :- The material and plant brought by the tenderer / contractor upon the site or on the land occupied by the tenderer / contractor in connection with the works are intended to be used for the execution thereof shall immediately when they are brought upon the site or the said land be deemed to be the property of the ACB. Such of the materials (during the progress of work) rejected by the Engineer or declared by him not to be needed for the execution of the work or the grant of the certificate of completion remain unused, shall immediately on such rejection or declaration or grant cease to be deemed to be the property of the ACB / and the contractor / tenderer / may (but not before) remove them from the site of the said land. This clause shall not in any way diminish the liability of the tenderer / contractor nor be in any way answerable for any loss or damage which may happen to or in respect of such materials or plant against which on account payment (if specifically agreed) has been made by the otherwise and also in the case of rejected materials, not removed by the tenderer / contractor either by the same being lost, stolen, injured or destroyed by fire, tempest or otherwise.

8) GENERAL : The following special conditions shall be read in conjunction with a General Conditions of Contract IAFW-2249 and IAFW-2159 and addenda thereto and IAFW-1879-A. Any provision in these Special Conditions if at variance with the provision of the IAFW-2249 and IAFW-1779-A shall be deemed to take precedence there over.

9) INSPECTION OF SITE: The tenderer shall contact the Engineer-in-Charge for the purpose of inspection of site and relevant documents other than those sent herewith who will give reasonable facilities for the purpose. The tenderer shall also make himself familiar with the working conditions, accessibility to site, availability of materials the terms and nature of other cognate conditions which effect the entire completion of work under this contract. The tenderer shall deemed to have visited site and make himself familiar with the working conditions before uploading the tender irrespective of whether he actually inspects the site or not .

10) SAMPLES OF MATERIALS AND INDIAN STANDARDS: Wherever any reference is made to any is in the particular specifications, drawings and in the MES Schedule, it means the addition with all amendments current on the date of issue of documents. Wherever in the particular specifications / drawings and in the MES Schedule the year of publication that has been given it shall also be deemed to be amended as above. All materials, stores procured and incorporated in the work by the contractor, shall be approved by the Engineer-in-Charge before incorporating them in the work. Tenderer shall not collect / procure materials, fittings etc unless the samples are first approved by the site engineer / Engineer —in-Charge.

11) MINIMUM FAIR WAGES PAYABLE TO LABOURS: Minimum fair wages payable to various categories workmen has been further revised by Govt. Notification dated 12.5.1995, under publication in the Gazette of India , Extra ordinary part II ,Section 3(ii) dated 26.8.1992.

Tender sign and stamp Asstt. ngg. Wcharge /427g.7CI A.C.B. A.C.B. ' ad Cantt. Board

21 12) EMPLOYMENT OF LABOUR /PERSONNEL: - The contractor shall employ only Indian National as his representative, servants, and workmen after verifying their antecedents and loyalty .He shall ensure that no person of doubtful antecedents and nationality, as in any was associated with works. If the reasons of technical collaboration or other consideration the employment of foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer. As a proof that the contractor has employed only Indian National, he shall render certificate to the Engineer-in-Charge within one month from the date of acceptance of the tender to this effect.

13) RESTRICTION OF WORKING HOURS: Refer conditions 25 of IAFW-2249; normal hours of works for departmental staff are from 0900 hours to 1700 hours on all days except Sundays and other Gazetted holidays. However the contractor may observe un-restricted hours of work for all the works to be executed in the contractor's workshop. No work at site (other than the work to be executed, beyond the aforesaid normal hours of work for the departmental staff on Sundays (s) and Gazzetted Holidays except with the prior written permission of the Engineer-in- charge . If such permission is given no liability in respect of any excess cost arising from their from shall be accepted by the department.

14) CLEANING DOWN: - Refer condition 49 of IAFW-2249, General Condition of contract. The contractor shall clean all floors / remove cement / lime/paint/drops, clean joinery, glass panels etc, tough up all painters' work and carry out all other necessary items to work to make the premises clean and tidy before handing over the site.

15) STANDARD OF WORKMANSHIP: In order to finalize the acceptable standard of workmanship the layout of fittings, fixtures, wiring etc. The site engineer / engineer- in-Charge may order the contractor to complete the quarter in all respect sufficiently in advance to serve as guiding samples. They shall be completed under the close supervision of the Engineer-in-Charge and on approval of the sample quarter. All further shall be executed to confirm to this sample.

16) VALIDITY OF TENDERS: - The tenders shall remain open for acceptance for a period of 120 (one hundred twenty days) from the date specified for its submission.

17) CO-ORDINATING WITH OTHER AGENCIES: Contractor's special attention is drawn to condition 2.4 and 3 of General Conditions of contract IAFW - 2249, the contractor shall not communicate any classified information regarding the work either to sub contractor(s) or other without prior approval of the Engineer-in- Charge. The contractor shall also not make copies of the design/ drawings and other documents furnished to him in respect of work of earlier determination of the contract. The contractor shall forward along with the final bills receipt from the Engineer-in-Charge. In respect of his having returned the classified documents as per conditions 3 of General Conditions of contract IAFW-2249. The contractor shall permit free access and offer reasonable facilities to other agencies or departmental workman, if any engaged by Govt. to vary out their part of work in the area, no extra payment shall however, be made to the contractor on this account whatsoever.

Tender sign and stamp Asstt. Engg. n-charge .E.0 A.C.B. A.C.B. 'bad Cantt. Board 22 • 18) TIME AND PROGRESS CHART: Contractor is expected to mobilize and employ sufficient resources to achieve the detailed schedule within the broad frame work of the accepted methods of working any safety. No additional payment will be made to the contractor for any multiple shift work or other incentive methods contemplated by him in this work schedule even through the time schedule is approved by the department.

19) CONTRACTOR LABOUR (REGULATION AND ABOLITION) ACT 1970 AND CONTRACT LABOUR (REGULATION & ABOLITION) CENTRAL RULES 1971: The contractor shall abide all the rules and regulations of the said act and apply of license in form IV under rule 21 (1) of the Act and adhere to all the rules regarding payment of wages to wages to labourers and maintenance of documents.

20) ESCALATION: No enhancement of prices will be allowed on account of escalation. Tenderer shall cater for the same in his rates quoted in the tender. Any condition stipulated for escalation, by the tenderer will render his quotation "non bonafide" and will not be considered for acceptance

21) The contractor will be solely responsible / liable to satisfy all statutory requirements like insurance cover of his personnel, payment of wages under the minimum wages Act, Provident fund, EGIS Bonus etc. and all the provisions, rules and regulations of the labour laws. He will also be liable to maintain all the records required under the statutes as applicable.

22) THIRD PARTY QUALITY CONTROL: In order to achieve best workmanship and execution of quality works the Ahmedabad Cantonment Board will engage an independent agency who will carry out independent testing of materials and checking and ensuring overall quality procedures. The contractor shall be required to fully co-operate with agency and facilitate them in taking samples, transportation and examination of various activities including documentation at no extra cost to the Board. In case of any adverse findings by the third party inspecting agency, the contractor shall do the needful rectifications at no extra cost to the Board. The cost towards consultancy / third party quality control to the institutes would be paid by the Board. All work order would be subject to third party quality control.

23) ARBITRATION : Any disputes / claims and / or questions whatsoever arising out of this agreement or any dispute regarding the representations, objections between the parties or the construction interpretation of the application thereof or any clause or thing herein contained or as to any act, deed or commission or omission of any person or as to any other matter in any way relating to this agreement shall be referred to the sole arbitrator, who shall be a committee constituted as per provision of Section 327 of the Cantonment Act, 2006. The venue of such arbitration shall be at Ahmedabad. The decision given by the sole arbitrator shall be final and binding upon both the parties. The arbitrator shall have summary powers to decide the dispute and shall also have powers to dispense with the provisions of the Civil Procedure Code and the Indian Evidence Act. The Arbitration shall be fast arbitration and shall be fast track arbitration and shall be concluded.

Tender sign and stamp Asstt. Engg. in-charge A.C.B. A.C.B. A' --Ca nit. Board

73