1

SWAMI RAMANAND TEERTH MARATHWADA (SRTM) UNIVERSITY .

INVITATION TO BID FOR DESIGN, MANUFACTURE, SUPPLY,

INSTALLATION, TESTING AND COMMISSIONING WITH FIVE YEARS

COMPREHENSIVE MAINTENANCE CONTRACT OF GRID CONNECTED

SPV POWER PLANT 250 KWp ON THE ROOF TOP OF SWAMI RAMANAND

TEERTH MARATHWADA UNIVERSITY BUILDING.

2

TENDER DOCUMENT

TABLE OF CONTENTS

Contents COVER PAGE ……………………………………………………………………………………………………………………………………..………1

TABLE OF CONTENTS ...... 2 TENDER NOTICE (ENGLISH) ...... 5 TENDER NOTICE (MARATHI) ...... 7 1. INVITATIONFOR BID & DETAILS ...... 9 1.1 ABOUT SRTM UNIVERSITY ...... 10 1.2 BID INFORMATION SHEET ...... 12 1.3 DEFINITIONS ...... 13 2. INSTRUCTIONS TO BIDDERS (BID) ...... 18 2.1 BID SUMMARY ...... 18 2.2 BID SELECTION PROCESS ...... 19 TECHNICAL SELECTION PROCESS ...... 19 COMMERCIAL PRICE BID SELECTION PROCESS ...... 19 L1 PRICE JUSTIFICATION AND FINALIZATION OF PROJECT COST ...... 19 FINAL SELECTION OF SUCCESSFUL BIDDER ...... 19 2.3 ELIGIBILITY CRITERIA ...... 20 2.3.1 TECHNICAL ELIGIBILITY CRITERIA: ...... 20 2.3.2 FINANCIAL ELIGIBILITY CRITERIA: ...... 21 2.4 BID SUBMISSION BY THE BIDDER ...... 21 2.5 BID SUBMITTED BY A BIDDING COMPANY ...... 22 2.6 CLARIFICATIONS ...... 22 2.7 AMENDMENTS TO BID ...... 22 2.8 RIGHT TO WITHDRAW THE BID AND REJECT ANY BID ...... 23 2.9 OTHER CONDITIONS ...... 23 2.10 PERFORMANCE BANK GUARANTEE: ...... 23 2.11 TIME SCHEDULE...... 24 2.12 COMMISSIONING / COMPLETION CERTIFICATE ...... 24 3. CONDITIONS OF CONTRACT ...... 25 3.1 PROJECT COST ...... 25 3.2 GENERAL SAFETY ...... 25 3.3 INSURANCE ...... 26 3.4 WARRANTEES AND GUARANTEES ...... 26 3.5 TYPE AND QUALITY OF MATERIALS AND WORKMANSHIP ...... 26 3

3.6 OPERATION & MAINTENANCE (O&M) GUIDELINES ...... 27 3.7 METERING AND GRID CONNECTIVITY (NET METERING) ...... 27 3.8 PLANT PERFORMANCE EVALUATION ...... 27 3.9 PROGRESS REPORT ...... 28 3.10 PROJECT COMPLETION REPORT (PCR) ...... 28 3.11 SUBMISSION OF O&M REPORT (OMR) ...... 28 3.12 PROJECT INSPECTION ...... 28 3.13 GOVERNING LAW AND SETTLEMENT OF DISPUTE ...... 28 3.14 FORCE MAJEURE ...... 29 3.15 LANGUAGE ...... 29 3.16 PLANT BUILDING RENOVATION OR RELOCATION: ...... 29 4. TECHNICAL SPECIFICATIONS ...... 30 4.1 SOLAR PHOTOVOLTAIC MODULES: ...... 30 4.2 INVERTER ...... 31 4.3 STRUCTURE ...... 31 4.4 PYRANOMETER ...... 31 4.5 TOOLS, TACKLES AND SPARES ...... 31 4.6 INTEGRATION OF PV POWER WITH GRID: ...... 31 4.7 DATA ACQUISITION SYSTEM / PLANT MONITORING...... 31 4.8 METERING & BILLING: ...... 32 4.9 CONNECTIVITY ...... 32 4.10 PLANNING AND DESIGNING...... 32 4.11 DRAWINGS TO BE FURNISHED BY BIDDER ...... 32 4.12 DISPLAY BOARD/ HDMI DISPLAY ...... 33 4.13 ELECTRICAL SAFETY ...... 33 4.14 ANTI-ISLANDING ...... 33 4.15 EARTHING: ...... 33 4.16 DC OVERCURRENT PROTECTION: ...... 34 4.17 LIGHTENING PROTECTION ...... 35 4.18 SPRINKLER SYSTEM ...... 35 4.19 LT PANEL ROOM...... 35 BUILDING ROOF IMAGES ...... 36 ...... 36 ANNEXURE-1 ...... 39 Cost Of Project...... 39 ANNEXURE-2 ...... 38 Payment Terms ...... 40 ANNEXURE 3 ...... 39 4

Project Completion Timeline ...... 39 ANNEXURE 4 ...... 40 Technical Eligibility ...... 40 Annexure 5 ...... 41 Financial Eligibility ...... 41 Annexure 6 ...... 42 Power of Attorney ...... 42 Annexure 7 ...... 44 Bank Guarantee ...... 44 Annexure 8 ...... 46 Checklist Of Documents ...... 46

5

SWAMI RAMANAND TEERTH MARATHWADA UNIVERSITY, VISHNUPURI, NANDED Tender Notice (Elect.) No. 09/2018-2019 TENDER NOTICE

Online Item Rate tenders for the following work are invited by the Registrar, Swami Ramanand Teerth Marathwada University, Vishnupuri, Nanded, PhoneNo.(02462) – 229242, 229243 E-mail id : [email protected] on Government of Electronic Tender Management System www.mahatenders.gov.in from the Experienced Contractors / Supplier and manufacturers in the field of Solar Power Plant. The details can be viewed and downloaded online directly from the Government of Maharashtra e-Tendering Portal www.mahatenders.gov.in.

Sr. Name of Work Estimated Earnest Time limit for Cost of No Cost in Money completion Blank . (Rs.) Rs. ( Months) Tender Form Rs. 1 2 3 4 5 6 Invitation to Bid for Design, Manufacture, Supply, Installation Testing, and Commissioning with five years comprehensive Rs. 1. maintenance Contract of grid 1,25,000/- 45 Days 5000/- connected SPV power plant 250 1,25,00,,000/- KWP on the roof tops of Swami Ramanand Teerth Marathwada University Buildings.

For more details on the tender and bidding process you may please visit the above mentioned portal.

Sr. Stage Start Expiry No. Date Time Date Time 1 2 3 4 5 6 1 Tender Release 03/01/2019 11:00 03/01/2019 18:00 pm am 2 Tender Download 03/01/2019 11:00 28/01/2019 17: 00 pm am 3 Bid Submission 03/01/2019 11:00 28/01/2019 17: 00 pm am

4 Pre-Bid meeting to be held on date 15/01/2019 14: 00 ------pm 5 Cover No. I (Technical Bid ) 29/01/2019 11:00 29/01/2019 17: 00 pm Opening am If Possible 6 Cover No. II ( Financial Bid ) 29/01/2019 11:00 29/01/2019 17: 00 pm Opening am If Possible 6

Note:

1. All eligible/interested contractors are mandated to get enrolled on E procurement System of Government of Maharashtra on website www.mahatenders.gov.in 2. The tender fee and the Earnest money deposit are to be paid online through Online Banking. Online Bids will be opened as per the tender schedule, in the presence of such intending tenderers or his / their authorized representative who may be present at that time. 3. The tender notice is also available on website www.srtmun.ac.in of Swami Ramanand Teerth Marathwada University, Vishnupuri, Nanded 4. Undersigned reserves right to reject any or all tenders without assigning reason therefore. 5. It is mandatory for contactor to submit all the documents required in connection with this tender online, otherwise Envelope No.2 shall not be opened. 6. The offer shall remain open for acceptance for minimum period of 30 days from the date of opening of Envelope No.2. 7. Other terms and conditions can be seen in tender document.

Registrar, S.R.T.M. University, Nanded Copy forwarded to :- 1. Notice Board 2. Head of the Department for publication.

7

Lokeh jkekaun rhFkZ ejkBokMk fo|kihB] ukansM- bZ&fufonk lqpuk ¼fo|qr½ dza-09@lu 2018&19

dqylfpo] Lokeh jkekuan rhFkZ ejkBokMk fo|kihB] fo”.kqiwjh] ukansM] Qksu ua- ¼02462&229242] 229243½ gs fo|kihB ifjljkrhy [kkyhy dkeklkBh lksykj ikoj IykWaV {ks=krhy vuqHkoh da=kVnkj @ fuekZrk @ iqjoBk/kkjd ;kapsdMwu vkWuykbZu bZ&fufonk ekxfor vkgsr- v dkekps uko vankthr bZlkjk jDde dks&;k dkekpk dza- fdaer :Ik;s bZ&fufonk dkyko/kh lapkph fdear 1 fo|kihB ifjljkrhy bekjrhaP;k Nrkaoj 250 ds- MCyw- ih- lksykj :Q VkWi ikoj :- 45 izkstDV mHkkj.kh d:u ikp o”kZ ns[kHkky :-1]25]000@& :- 5000@& nq:Lrh dj.ks- 1]25]00]000@& fnol

vVh o ‘krhZ

1- dksjh bZ&fufonk] vVh o ‘krhZlg egkjk”Vª ‘kklukP;k www.mahatenders.gov.in;k bZ&fufonk iksVZyoj ikg.;klkBh o MkmuyksM dj.;klkBh miyC/k vkgs- bZ&fufonk Hkj.;kiqohZ fufonk lapkph fdaer o bZlkjk (EMD) jDde dqylfpo] Lokeh jkekaun rhFkZ ejkBokMk fo|kihB] fo”.kwiqjh] ukansM ;kaps ukos vkWu ykbZu cWdhax (Online Banking) }kjs Hkj.kk d:u R;kph izr fufonk HkjrsosGh viyksM dj.ks vfuok;Z vkgs-

vdza Rki’khy izkjaHk vafre fnukad osG fnukad osG 1 fufonk izdk’khr dj.ks 03@01@2019 11-00 03@01@2019 18-00

2 fufonk fodzh ¼MkÅu 03@01@2019 11-00 28@01@2019 17-00 yksM dj.ks-½

3 fufonk lknj dj.ks 03@01@2019 11-00 28@01@2019 17-00 4 fufonk iqoZ cSBd fnukad 15@01@2019 14-00 &&& &&& 5 fyQkQk dza- 1 m?kM.ks 29@01@2019 11-00 29@01@2019 17-00 ¼’kD; >kY;kl½ 6 fyQkQk dza- 2 m?kM.ks 29@01@2019 11-00 29@01@2019 17-00 ¼’kD; >kY;kl½

2- loZ ik=@ bZPNwd fufonk/kkjdkauh fufonki=d MkmuyksM dj.;klkBh o fufonk izfdz;sr Hkkx ?ks.;klkBh bZ&fufonk iz.kkyhP;k (Portal) iksVZyoj uksan.kh (Enroll) dj.ks vfuok;Z vkgs- 8

3- ojhy dkekph bZ&fufonk lqpuk Lokeh jkekuan rhFkZ ejkBokMk fo|kihBkP;k LkadsrLFkG www.srtmun.ac.in ;k oj lq/nk miyC/k vkgs- 4- lnj dkekph bZ&fufonk dks.krsgh dkj.k u nsrk jÌ dj.;kps vf/kdkj [kkyhy Lok{kjhrkadMs jk[kqu Bsoysys vkgsr- 5- ;k fufonsrhy dkekdjhrk blkjk jDde] bZ&fufonk lapkph fdaer vkWu ykbZu cWdhax}kjs Hkjko;kph vkgs vU;Fkk bZ&fufonk izdzh;sr lgHkkxh gksrk ;s.kkj ukgh- 6- fufonkdkjkaph fufonk lanHkkZr ekxfoysys loZ nLrk,sot vkWuykbZu lknj dj.ks vfuok;Z jkghy- R;kf’kok; foRrh; fufonk m?kM.;kr ;s.kkj ukgh- 7- vkWuykbZu fufonsrhy njkph xzkg;rk] R;k m?kMY;kiklwu 30 fnolki;Zr xzkg; jkghy- 8- brj vVh o ‘krhZ bZ&fufonk ueqU;ke/;s igko;kl feGrhy-

dqylfpo Lokeh jkekuan rhFkZ ejkBokMk fo|kihB] fo”.kqiwjh] ukansM

izr ekfgrhLro %& 1- uksVhl cksMZ 2- flLVe ,DliVZ] ;wthlh d{k] izLrqr fo|kihB baVjusV izfl/nhlkBh

9

1. INVITATION FOR BID & DETAILS

DISCLAMIER: Though adequate care has been taken while preparing the bid document, the Bidders/Applicants shall satisfy them that the document is complete in all respects. Intimation of any discrepancy shall be given to this office immediately. If no intimation is received from any Bidder within fifteen (15) days from the date of notification of bid/Issue of the bid documents, it shall be considered that the bid document is complete in all respects and has been received by the Bidder.

SRTM University reserves the right to cancel, modify, amend or supplement this bid document including all formats and Annexure at any moment of time. No queries will be entertained in this respect.

While this bid has been prepared in good faith, neither SRTM University nor their employees or advisors make any representation or warrant express or implied, or accept any responsibility or liability, whatsoever, in respect of any statements or omissions herein, or the accuracy, completeness or reliability of information, and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this bid, even if any loss or damage is caused by any act or omission on their part.

10

1.1 ABOUT SRTM UNIVERSITY

The Swami Ramanand Teerth Marathwada University was established at Nanded by bi-furcating the Marathwada University, on 17th September 1994, the day on which in 1948 State was liberated from rule of the Nizam. Nanded is a district headquarters as well as a holy city situated on the banks of in southeastern part of Maharashtra state.

Nanded is directly approachable by road and train from Aurangabad (270 km) and Hyderabad (270 km), (350 km), (600 km) and (1700 km).The University has been named after Swami Ramanand Teerth the Doyen of the Hyderabad Liberation Struggle and also a renowned educationalist and social activist. The University is to cater for southern part of Marathwada Region of Maharashtra State, specifically to the districts of Nanded, , andHingoli.

Figure 1 SRTM University Bird Eye View

In the short time of operation, the University has been granted recognition by the University Grants Commission (UGC), the apex educational body of Government of India, under 2(f) in March 1995 and under 12 (B) in May 1998, before completion of five years. The university is recognized with A grade NAAC re-accreditation in 2015.

11

In line with Govt of India initiative of promoting Green Energy, SRTM University in principle, has decided to install Solar PV System at its Nanded Campus. SRTM University invites sealed bids from eligible bidders to participate in bid for Design, Manufacture, Supply, Erection, Testing and

Commissioning including Warranty, Operation and Maintenance of Roof Top Solar PV Power System.

For the implementation of above mentioned work, Bidders should submit their bid proposal complete in all aspect on or before Last date of Bid Submission as mentioned on the Bid Information Sheet.

Bid documents which include Eligibility Criteria, Technical Specifications, various Conditions of Contract, etc. is mentioned below in the relevant sections. Any amendment(s)/corrigendum/clarification(s) with respect to this Bid shall be communicated through online website portal only.

The bidding process under this proposal is for Implementation of Net Metering Rooftop Solar PV system, for complete turnkey 250 kWp, on CAPEX Model at Nanded campus, Maharashtra.

SRTM Universityis a HT-IX A industrial consumer of MSEDCL with 11 kV express feeder. The campus has two step down transformer of capacity 315 kVA catering the two sides of the campus.

SRTM University intends for installation of Net - Metering Grid connected Solar PV Power Plant to meet the Power requirement of the campus. As per current consumption in A,B,C slots of ToD billing, a solar power plant of 250 kWp is proposed considering fund availability.

The Power from Solar PV system shall feed the proposed LT panel of University. However, the scope of the bidder includes reviewing and designing the required LT panel room at the area demarked. If necessary

The campus is having 2 DG set of 320 kVA as emergency back-up and is connected with MSEDCL Grid with 11 kV line. The bidder shall review the engineering drawing and suggest if any modification is required to operate Solar PV system seamlessly. The plant will be made with the recent and advance engineering practices such as using high power output solar cells, inverters with multiple power point tracking, SCADA system with DG Synchronization, Power Reduction Algorithm, and Sprinkler System for module cleaning.

Site and technical analysis report is included in the annexure. 12

BID INFORMATION SHEET

S. Description of Item Particulars No 1 Scope of Work Design, Engineering, Procurement, Supply, packaging, forwarding, transportation, unloading, Storage, installation, Testing, and Commissioning & Operation & Maintenance (for 03 year) of Net Metering Rooftop Solar PV system on CAPEX Model at Nanded Campus, Maharashtra including Regulatory/ Statutory approvals and permits required to install and operate the plant. 2 Commissioning 45 days from the date of issue of Work Order Schedule 3 Tender category CAPEX 4 Date and Time of As per tender schedule. Pre-bid Meeting 5 Venue for Pre-Bid SRTM University, Nanded Meeting 6 Ernest Money Amount Rs 1, 25,000/- (One Lakh Twenty Five Thousand only) to be paid Deposit online as per e-Tender rule. 7 Tender Cost five Thousand. To be paid online as per e-Tender rule.

8 Mode of Submission Online at tender website portal only. of Bids

9 Bid submission due- As per tender schedule published on website date 10 Pre-Bid meeting As per tender schedule published on website 11 Bid Clarification As per tender schedule published on website Notice 12 Bid Submission As per tender schedule published on website. Online Address 13 Contact person for Er. Arun Dhakde, Dy. Engineer (Electrical) queries Phone : (02462) 229242, 229243 Extn.-138 email: [email protected] 14 Validity of Offer Offers shall be valid for a period of 30 days from bid submission due date 15 Security Deposit 1) The Successful Tenderer should submit 5% Security Deposit in the form of DD. Or Cash Receipt of the university. which will be released after three months generation performance on issuing of letter of intent. 2) 10 % additional performing security Deposit in the form of bank guarantee 13

1.2 DEFINITIONS

‘Applicable Law’ means any statute, law, regulation, ordinance, notification, rule, regulation, judgment, order, decree, bye-law, approval, directive, guideline, policy, requirement or other governmental restriction or any similar form of decision of, or determination by, or any interpretation or administration having the force of law in the Republic of India and the State of Maharashtra and/or Rajasthan, by any Government Authority or instrumentality thereof, whether in effect as of the date of this Contract or thereafter.

‘Array/String in Solar Power Plant means linked collection of required number of PV Panels (example: 18 Nos. or 20 Nos. etc.).

‘Approved’ shall mean approved in writing including subsequent written confirmation of previous

verbal approval and ‘Approval’ means approved in writing including as aforesaid.

‘Asset’ shall mean asset includes all equipment of Solar system.

‘Bid/ Bid Document’ shall mean the bid submitted by the Bidder/Contractor in response to the Tender Documents issued by the SRTM University.

‘Bid Deadline’ shall mean the last date & time for submission of bid as specified in this tender.

‘Bidder/Tenderer’ shall mean any firm or party who quotes against this enquiry.

‘Capacity Utilization Factor (CUF)’ shall have the same meaning as provided in CERC (Terms and Conditions for Tariff determination from Renewable Energy Sources) Regulations, 2009 as amended from time to time.

‘CEA’ shall mean Central Electricity Authority.

‘Commencement date’shall mean with respect to the Plant, the date on which the Contractor proposes to commence the Site execution.

‘Commissioning’shall mean commissioning certificate issued by Chief Electrical Inspector to the Government.

‘Completion Certificate’ shall mean the certificate to be issued by the owner or his representative when the works have been completed to its satisfaction.

‘Completion’ means that all the Plant and Equipment’s (or a specific part thereof where specific parts are specified in the Detailed Scope of Work) have been supplied and put in a tight, clean and right condition at the desired place as per the Specifications and the Delivery Acceptance Certificate has been issued by SRTM University.

14

‘Contract’ shall mean the agreement between the SRTM University and the Bidder for the execution of the works including therein all documents such as the invitation to tender, instructions to Bidders, Conditions of Contract, Job Specifications, General Requirements, Time Schedule of Completion of Job, Drawings, Letter of Intent awarding the work, Agreed variations, if any etc.

Bidder’ shall mean the person or persons, firm or company whose tender has been accepted by owner and includes the bidder’s legal representatives, its successors and permitted assigns.

‘Contract Document’ shall mean collectively the tender documents, designs, drawings specifications, agreed variations, if any and other documents constituting the tender and acceptance thereof.

‘Days’ means a day of 24 hours from mid night irrespective of the number of hours worked in that day.

‘Drawings’ shall include maps, plans and tracings or prints thereof with any modifications approved in writing by the Engineer-in-Charge and such other drawings as may, from time to time, be furnished or approved in writing by the Engineer-in-charge.

‘EMD’ shall mean Ernest Money Deposit

‘Eligibility Criteria’ shall mean the eligible criteria as set forth in this tender.

‘Engineer-in-Charge’ shall mean the person nominated by the SRTM University from time to time and shall include those who are expressly authorized by the SRTM University to act for and on his behalf for all function pertaining to operation of this contract. All functions pertaining to the operation of contract means all acts necessary for execution of the contract coordinating between the different agencies and final closing of the contract.

‘Force Majeure’ means an event or circumstance including its effect which is beyond the reasonable control of the either party as set forth in this tender.

‘Facilities’ means the Plant and Equipment’s to be supplied, as well as all the Services to be provided by the Contractor/Contractor under the Contract for enabling the installation, construction, testing, commissioning and O & M of the Solar Power Plant.

‘Final Acceptance Certificate’ in relation to the work shall mean the certificate regarding the satisfactory compliance of the various provisions of the contract to be issued by the owner or his representative after the period of liability is over.

‘Generation guarantee’for a year is calculated by using the Energy Generation Guarantee quoted in the Bid offer by the Contractor.

15

‘Government / Authority’means Government of India, Government of Maharashtra or any governmental department, commission, board, body, bureau, agency, authority, undertaking, court or other judicial or administrative body or any sub-division or instrumentality thereof, central, state, or local, having jurisdiction over the Supplier/Contractor/Contractor, the Project, or the performance of all or any of the services, obligations or covenants of Supplier/Contractor/Contractor under or pursuant to this Contract or any portion thereof.

‘IEC’ shall mean the specifications of International Electro – Technical Commission.

‘Inter-Connection Point / Delivery / Metering Point / off-take point’ shall be specified by bidder.

‘kWh’ shall mean the Kilo-watt- hour.

‘Letter of Intent’ (LOI) shall mean intimation by a letter to Contractor that the tender has been accepted in accordance with the provisions contained in the letter.

‘MNRE’ means “Ministry of New & Renewable energy Sources, Government of India”

‘Model’ shall mean CAPEX Model which includes energy sale to the owner.

‘Metric System’: All technical documents regarding the construction of works are given in the metric system and all work in the project should be carried out accordingly to the metric system. All documents concerning the work shall also be maintained in the metric system.

‘Net Worth’ shall mean as per Companies Act. 2013 and amendment, if any.

‘Nodal Agency’ shall mean respective state renewable agency for implementation of renewable power projects.

‘O & M’ shall mean Operation and Maintenance of Rooftop Solar PV Rooftop System.

‘SRTM University” shall mean –SRTM University Nanded and its affiliates

‘Parties’ shall mean SRTM University& Contractor/ Contractor.

“Performance Ratio” (PR) meansthe ratio of plant output versus installed plant capacity at any instance with respect to the radiation measured. PR= (Measured output in kW / Installed Plant capacity in kW * (1000 W/m2/Measured radiation intensity in W/m2).

‘Parent company’shall mean a company, which holds more than 50%equity either directly or indirectly in the Bidding Company or Project Company or a Member in a Consortium developing Project.

‘Plans’ shall mean all maps, sketches, and layouts as are incorporated in the contract in order to define broadly the scope and specifications of the work or works, and all reproductions thereof.

16

‘Plant and Equipment’ means permanent plant, equipment, machinery, apparatus, articles and things of all kinds supplied by the Bidder and incorporated in the Facilities (including the spare parts.

‘Project Manager’ shall mean the authorized representative nominated by Contractor. He shall be responsible for supervision of the work as well as coordinate with SRTM University / different Govt. agencies.

‘Project Cost / Project Price’ shall mean the price offered by the Bidder for the Scope of work as per bid document and the O&M period.

‘Project capacity’ means Capacity in MWp offered by the Bidder consisting of single or multiple roof tops. The project capacity specified is on “DC” output Side only.

‘CAPEX Model’ shall mean where the successful bidder supplies the plant as per bid scope at an agreed cost.

‘Rooftop Solar PV’ shall mean the solar PV system installed on flat or inclined roof of the building or elevated platform on metallic or concrete structure or anywhere inside the premise.

‘SCADA’ shall mean Supervisory Control and Data Acquisition.

‘Site’ shall mean the lands and other places on, under in or through which the permanent works are to be carried out and any other lands or places provided by the owner for the purpose of the contract.

‘SNA’ shall mean State Nodal Agency.

‘Specifications’ shall mean all directions, various technical specification, provisions, and requirements, attached to the contract, which pertain to the method and manner of performing the work or works to the quantities and qualities of the work or works and the materials to be furnished under the contract for the work or works as may be amplified or modified by the SRTM University or the Engineer-in-charge during the performance of Contract in order to provide the unforeseen conditions or in the best interests of the work or works.

‘Statutory Auditor’ shall mean the auditor of a Company appointed under the provisions of the Companies Act, 1956 / 2013 or under the provisions of any other applicable governing law.

‘Sub-Contract’ shall mean order placed by the bidder for any portion of the contracted work (not whole), after necessary consent and approval of SRTM University.

‘Sub-contractor’ shall mean any person or firm or company (other than the Contractor) to whom any part of the work (not whole) has been entrusted by the Contractor, with the written consent of the SRTM University or his representative and the legal representatives, successors and permitted assignee of such person, firm or company. 17

‘Successful Bidder / Contractor / Project Developer’ shall mean the Bidder selected by SRTM University as per the terms of the bid Documents.

‘Tender’ shall mean the tender submitted by the Contractor for acceptance by the SRTM University.

‘Time Schedule’ shall mean the period in which the construction work is stipulated to be completed and successfully commissioned i.e. Plant Performance is established.

‘Third Party Agency’ shall mean a person, agency or firm including their successors who are responsible for detailed engineering / construction management of the project appointed by SRTM University.

‘This Contract’ shall mean and shall deem to include the Articles of Agreement, the General Conditions, the Appendices enclosed with this document, the Schedule of Items/Quantities and Specifications attached hereto and duly signed.

‘Week’ means a period of any consecutive seven days.

‘Works’ shall mean and include all works to be executed in accordance with the Contract or part thereof as the case may and shall include all extras, addition, altered or substituted works as required for the purpose of the contract or as may be required to be executed by the owner/ engineer-in- charge.

‘Working Day’ mean any day which is not declared to be holiday or rest day by the SRTM University

‘Wp’ shall mean Watt Peak

‘Zero date’ shall mean date of award of Purchase Order.

18

2. INSTRUCTIONS TO BIDDERS (BID)

2.1 BID SUMMARY

I. The scope of works consists of “Design, Engineering, Supply, Installation, Testing, Commissioning and O&M of Solar PV Systems (on Net Metering basis) at Nanded campus, Maharashtra.”

II. The campus will have a Solar PV System installed on the roof of Pharmacy building of 250 kWp. Quantity may very up to + 20 %

III. The Bidder is advised to read carefully all instructions and conditions appearing in this document and understand them fully. All information and documents required as per the bid document must be furnished. Failure to provide the information and / or documents as required may render the bid technically unacceptable.

IV. Bidder must meet the eligibility criteria independently as a Bidding Company. Bidder will be declared as a Qualified Bidder based on meeting the eligibility criteria and as demonstrated based on documentary evidence submitted by the bidder.

V. Bidder has to submit EMD of 1, 25,000/- at the time of submission of bid in the prescribed format.

V. Further in case where the bidding company has used the financial eligibility criteria of its parent company then it needs to be ensured that any change in the controlling equity of the Bidding Company requires prior approval of SRTM University.

VI. Bidder should submit one bid only.

VII. Bidder shall fill the details of executed projects and under-construction projects as per ANNEXURE-4

VIII. Bidder should take technical sanction of design from MEDA before execution. A copy of the approval of the same must be submitted at SRTM University. The technical scrutiny fees for the technical sanction shall be borne by the bidder as per MEDA regulations.

19

2.2 BID SELECTION PROCESS

TECHNICAL SELECTION PROCESS Bidders selection will be based on technical evaluation criteria. Bidders must submit all requisite documents and details on their company letter head duly signed & sealed. Bidders who do not meet technical qualifications, will not be considered for financial evaluation. Commercial bid of the disqualified bidders will not be opened.

Details are in clause 2.3.1

Financial capabilities of the bidders will be evaluated by bidders who qualify technical criteria.

Details are in clause 2.3.2

COMMERCIAL PRICE BID SELECTION PROCESS Commercial pride bid of bidders qualifying technical and financial eligibility will be opened. Commercial price bid will be placed in increasing order with L1 on top.

Format is in Annexure 1

L1 PRICE JUSTIFICATION AND FINALIZATION OF PROJECT COST The L1 bidder will be asked to justify the price basis. This is done to ensure that the L1 is not engaged in predatory pricing and low-quality materials. Price justification will be based on make of components, cost of components and technologies used to arrive at the L1 cost.

FINAL SELECTION OF SUCCESSFUL BIDDER Nanded University will have the final authority of selection of the successful L1 bidder with the highest technical competence to carry out the tender work.

20

2.3 ELIGIBILITY CRITERIA

2.3.1 TECHNICAL ELIGIBILITY CRITERIA: (As per Annexure - 8) (Envelop No. 1)

Technical eligibility shall be evaluated on the following criteria 1. The bidder should have designed, supplied, erected, commissioned & operated onsite solar photo voltaic based grid connected Rooftop Power Plant of cumulative installed capacity of at least 1,000 kWp before November 2018.

Bidder shall provide the list of projects completed adding up to 1,000 kWp in the format attached in the Annexure 4. Bidder has to submit a scanned copy of the EMD in the form of DD in favor of SRTM University, payable at Nanded. The original DD is to be sent to SRTM University Loha Road, Nanded, Maharashtra 431606. Original EMD must be received by SRTM University before commercial bid opening.

2. Out of which at least one plant should be of at least 250 kWp capacity on site and in operation for last six months as on Bid Due date. Bidder to share documentary proof such as WO & PO, Completion/ Commissioning Certificate with project technical details. All documents shall be presented on the company letter head wherever applicable, should be duly signed by the authorized signatory before uploading on the portal. List of documents submitted format is in Annexure-8.

3. Bidder shall also submit the following documents namely Company RoC certificate, PAN Card, GST registration, ESIC, Workman Compensation Binder, PF Allotment Letter, and Organizational Strength/Structure with technical team strength & experience. Wherever required, the documents are to be printed on the bidder’s letter head duly signed by authorized signatory, sealed and scanned before uploading at the online portal.

21

2.3.2 FINANCIAL ELIGIBILITY CRITERIA:

The Bidder shall have Annual turnover equal to or greater than INR 5 Cr in any one of the last 3 financial years preceding the Bid Deadline. Format attached in Annexure 5

All the company related documents to be signed, sealed and scanned (200 dpi) and uploaded in the financial eligibility segment of online submission.

2.4 BID SUBMISSION BY THE BIDDER

1.1 The information and/or documents shall be submitted by the Bidder as per the formats/Annexures specified in this bid document.

1.2 Strict adherence to the formats wherever specified, is required. Non-adherence to formats and / or submission of incomplete information may be a ground for declaring the Bid as non-responsive. Each format must be duly signed and stamped by the authorized signatory of the Bidder then scanned (200 dpi) and submitted.

1.3 The Bidder shall furnish documentary evidence in support of meeting Eligibility Criteria as indicated above to the satisfaction of SRTM University along with bid. Bidder shall also furnish unconsolidated/ consolidated audited annual accounts in support of meeting financial requirement, which shall consist of unabridged balance sheet, profit and loss account, profit appropriation account, auditors report, etc., of Bidding Company or Financially Evaluated Entity for any of the last three (3) financial years immediately preceding the Bid Deadline which are used by the bidder for the purpose of calculation of Annual Turnover.

1.4 In case the annual accounts for the latest financial year are not audited and therefore the bidder cannot make it available, the applicant shall give certificate to this effect from the Statutory Auditor and Authorized signatory along with provisional Annual Account signed by directors of the company and certificate by Chartered Accountant. In such a case, the Applicant shall provide the Audited Annual Reports for 3 (Three) years preceding the year; or from the date of incorporation if less than 3 years; for which the Audited Annual Report is not being provided.

1.5 Broad outline of Bid submission are as follows:

Bid has to be submitted in two parts:

22

Technical Bid- All documents related to eligibility criteria shall be submitted online in Envelop No. 1 as per Annexure – 8.

Financial criteria - All documents related to eligibility criteria must be submitted online in Envelop No. 1 as per Annexure – 8.

Commercial Price Bid- To be submitted online in the format given in Annexure 1.

2.5 BID SUBMITTED BY A BIDDING COMPANY

The Bidding Company should designate one person to represent the Bidding Company in its dealings with SRTM University. The person should be authorized to perform all tasks including, but not limited to providing information, responding to enquires, signing of Bid etc. The Bidding Company should submit, along with Bid, a Power of Attorney in original authorizing the signatory of the Bid. Format for Power of Attorney is shared in the Annexure 6.

2.6 CLARIFICATIONS

The Bidders may seek clarifications or suggest amendments to SRTM concerned authority by e-mail to reach SRTM University by date as mentioned in Bid information sheet. Bidders can visit the site on pre-bid date (mentioned in the bid details page) to evaluate the site and get clarifications on the bid document.

2.7 AMENDMENTS TO BID

At any time prior to the deadline for submission of Bids, SRTM University may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid document by issuing clarification(s) and/or amendment(s).

The clarification(s) / amendment(s) (if any) will be notified before the proposed date of submission of the Bid online at the tender website.

23

2.8 RIGHT TO WITHDRAW THE BID AND REJECT ANY BID

This bid may be withdrawn or cancelled by SRTM University at any time without assigning any reasons thereof. SRTM University further reserves the right, at its complete discretion, to reject any or all of the Bids without assigning any reasons whatsoever and without incurring any liability on any account.

SRTM University reserves the right to interpret the Bid submitted by the Bidder in accordance with the provisions of the bid and make its own judgment regarding the interpretation of the same. In this regard, the SRTM University shall have no liability towards any Bidder and no Bidder shall have any recourse to SRTM University with respect to the selection process. SRTM University decision in this regard shall be final and binding on the Bidders.

SRTM University reserves its right to vary, modify, revise, amend or change any of the terms and conditions of the Bid before submission. The decision regarding acceptance of bid by SRTM University will be full and final.

2.9 OTHER CONDITIONS

Bidder has to obtain all necessary approvals/Consents/Clearances required for Erection, Testing, Commissioning and O&M of the project including Grid connectivity (Net-Metering). SRTM University shall not have any responsibility in this regard.

EMD of unsuccessful bidders will be returned online within 30 days of successful bidder selection. For the successful bidder, EMD amount will be returned after issue of work order

In case the successful bidder withdraws from execution of project within 7 days of issuance of LoI, EMD shall be forfeited by SRTM University.

2.10 PERFORMANCE BANK GUARANTEE:

The bidder shall furnish Performance Bank Guarantee (PBG) in the format prescribed by the owner for the sum of Rs. 10% of Contract value within 7 days from the date of issuance of LOI the PBG should be valid till 1 year. In case the guaranteed PR of 75% is not achieved, the PBG shall be extended to two (2) more years. In such case the bidder shall compensate SRTM University at 3 rupees per unit for the units’ shortfall from the guaranteed PR for 1 st year. In case the successful bidder fails to achieve guaranteed PR for 3 consecutive years, PBG amount will be forfeited and will be retained by SRTM University.

24

2.11 TIME SCHEDULE

Project Completion shall happen within 45 days from date of issue of WO & PO. Bidder shall deploy measures to optimize the project commissioning period to achieve Project completion milestone given in Letter of Intent (LOI)/ Purchase Order, at no extra cost. The period of construction given in annexure 3 includes the time required for availing the required permissions, grid connectivity, mobilization, testing, rectification if any, re-testing and completion in all respects to entire satisfaction of the Engineer-in-Charge.

A joint Program of execution of the work shall be prepared by the Project Manager of Contractor in consultation with Engineer- in-Charge of SRTM University based on priority requirement of this project. Bidder shall submit the schedule indicating project milestones along with the bid considering the commissioning date. Bidder shall submit the timelines as per format attached as ANNEXURE-3

2.12 COMMISSIONING / COMPLETION CERTIFICATE

When the successful bidder achieves the CEIG approval, bidder shall be eligible to apply for Completion/Commissioning Certificate. The Engineer-in-Charge of SRTM University shall normally issue to the Successful bidder the Completion Certificate within one month after receiving any application therefore from the Successful bidder after verifying from the completion documents and satisfying himself that the work has been completed in accordance with contract document and the plant generation data demonstrated for 10 continuous days at rated capacity.

During this period the PR will be tested by bidder and simultaneously verified by SRTM University inspection team.

25

3. CONDITIONS OF CONTRACT 3.1 PROJECT COST

3.1.1. The Project cost shall include all the costs related to above scope of work. Bidder shall quote for the entire facilities on a “single responsibility” basis such that the total bid Price covers all the obligations mentioned in the Bidding Documents in respect of Design, Supply, Erection, Testing and Commissioning including Warranty, Operation & Maintenance (for a period of 5 year), goods and services including spares required if any during O&M period. The Bidder has to take all permits, approvals and licenses, Insurance etc., provide training and such other items and services required to complete the scope of work mentioned above. 3.1.2. The Project cost quoted for CAPEX MODEL is on trading model of applicable GST. The bidder is responsible for the total Scope of work described. Payment milestones are mentioned in annexure 2. 3.1.3. The Project cost shall remain firm and fixed and shall be binding on the successful Bidder till completion of work. No escalation will be granted on any reason whatsoever. The bidder shall not be entitled to claim any additional charges, even though it may be necessary to extend the completion period for any reasons whatsoever. 3.1.4. The Project cost shall be inclusive of all duties and taxes etc. The prices quoted by the firm shall be complete in all respect and no price variation / adjustment shall be payable by SRTM University. 3.1.5. The Operation & Maintenance of Solar Photovoltaic Power Plant would include wear, tear, overhauling, machine breakdown, and replacement of defective modules, invertors/ Power Conditioning Unit (PCU), structures, sprinkler systems, spares, consumables & other parts for a period of five years. 3.1.6. The Project cost for CAPEX MODEL shall be specified in sanction letter based on Successful Bidder’s quote for the project. The project cost shall be in accordance with all terms, conditions, specifications and other conditions of the Contract as accepted by the SRTM University and incorporated into the sanction letter. 3.1.7. The Bidder shall complete the Price Bid as per Annexure-1 furnished along with the bid Document.

3.2 GENERAL SAFETY

Only adequately trained manpower shall be deployed for RCC Rooftop Solar installation and shall have adequate knowledge of RCC hazards, safety and preventive measures. The bidder shall have to submit Workman Compensation, ESIC, and Insurance certificates for the project along with bid documents. Adequate PPE such as helmet, safety shoes, safety harness, safety glass and other solar installation related safety equipments shall be ensured for working manpower. Every worker

26

must undergo mandatory safety training at the site of installation. Contractor shall abide by all the formalities of respective plant related to issuance of Worker Gate pass and other permits. Best safety practices shall be observed and safety of manpower working at height on gabled roofs shall be ensured. Successful bidder shall follow SRTM University safety standards. Provision shall be made by successful bidder for permanent staircases and platforms for O&M of the solar power plant wherever required. Provision for safety line and shall be made to ensure safety of people working at height during installation and O&M.

3.3 INSURANCE

Transportation insurance of all materials will be in the bidder’s scope. SRTM University will provide storage facility materials in the campus, however the bidders will bear the complete risk of material storage and are advised to have their own security for the materials.

S.No INSURANCE COVER VALIDITY 1 A EAR insurance covering the works. The Valid from Commencement amount insured will be the replacement value of date to 30 days after total the equipment and facility to be installed. Commissioning of plant.

Before commencement of the Works, the Bidder shall ensure that all its employees and representatives are covered by suitable insurance against any damage, loss, injury or death arising out of the execution of the work or in carrying out the Contract.

3.4 WARRANTEES AND GUARANTEES

The Bidder shall warrant that the goods supplied under this contract are new, unused, of the most recent or latest technology and incorporate all recent improvements in design and materials. The bidder shall provide warrantee covering the rectification of any and all defects in the design of equipment, materials and workmanship including spare parts for the O&M period of 5 year from the date of commissioning for CAPEX MODEL projects and upon completion of O&M period has to transfer all the Guarantees/ Warrantees of the different components to the SRTM University of the project.

3.5 TYPE AND QUALITY OF MATERIALS AND WORKMANSHIP

The design, engineering, manufacture, supply, installation, testing and performance of the equipment shall be in accordance with latest appropriate IEC/ Indian Standards as detailed in the Technical specifications of the bid document. The specifications of the components should meet the technical specifications mentioned in the bid 27

Any supplies which have not been specifically mentioned in this contract, but which are necessary for the design, engineering, manufacture, supply & performance or completeness of the project shall be provided by the bidder without any extra cost and within the time schedule for efficient and smooth operation and maintenance of the SPV plant.

3.6 OPERATION & MAINTENANCE (O&M) GUIDELINES

The bidder shall be responsible for all the required activities for successful operation and maintenance of the Rooftop Solar PV system for the O&M period from the date of commissioning of the plant.

O&M of Solar Power Plant shall be compliant with grid requirements to achieve committed energy generation.

Qualified and experienced engineer/ technicians should carry out the O&M of project.

Periodic cleaning of solar modules has to be carried out. The cleaning will be done with the help of sprinkler system.The modules shall be cleaned with a periodic interval as per actual site conditions. It’s the responsibility of the bidder to get the modules cleaned during O&M Period to achieve guaranteed performance.

Periodic checks of the Modules, PCUs and BoS shall be carried out as a part of routine preventive and breakdown maintenance.

Coordination with OEM for replacement of defective Modules, Invertors/PCUs and other equipment as and when required.

Online Performance Monitoring, controlling, troubleshooting, maintaining of logs & records. A maintenance record register is to be maintained by the Contractor with effect from Commissioning to record the daily generation, regular maintenance work carried out as well as any breakdown along with the date of maintenance, reasons for the breakdown, duration of the breakdown, steps taken to attend the breakdown, etc. 3.7 METERING AND GRID CONNECTIVITY (NET METERING)

Meter installation and grid connectivity of the roof top solar PV system under this scheme would be the responsibility of the Bidder in accordance with the prevailing guidelines of the concerned DISCOM. The bidder has to ensure timely completion of net-metering of the project. 3.8 PLANT PERFORMANCE EVALUATION

The successful bidder shall be required to meet the guaranteed generation with Performance Ratio (PR) at the time of commissioning and during the O&M period. PR should be shown minimum of 75%

28

at the time of inspection for initial commissioning acceptance. For this purpose, the bidder shall install pyranometer at the site. SRTM University reserves the right to conduct a third-party inspection for PR test in case the SRTM University team does not find bidders PR satisfactory.

3.9 PROGRESS REPORT

The Bidder shall submit the progress report weekly to SRTM University in the prescribed format of SRTM University. SRTM University will have the right to depute it’s representatives to ascertain the progress of contract at the premises of works of the bidder.

3.10 PROJECT COMPLETION REPORT (PCR)

The Bidder shall submit the Project Completion Report after commissioning of the project as per the Scope of bid to the SRTM University (as per SRTM University’s format)

3.11 SUBMISSION OF O&M REPORT (OMR)

The Bidder shall submit the Monthly O&M Report mandatorily to SRTM University along with SCADA system online reports.

3.12 PROJECT INSPECTION

The project progress will be monitored by SRTM University and the projects will be inspected for quality at any time during commissioning or after the completion of the project either by from SRTM University representative (or) any agency/ experts designated / authorized by SRTM University from time to time.

3.13 GOVERNING LAW AND SETTLEMENT OF DISPUTE

This Contract shall be governed by and construed under the laws of India. If any dispute of any kind whatsoever arises between SRTM University and Successful Bidder in connection with or arising out of the Contract including without prejudice to the generality of the foregoing, any question regarding the existence, validity or termination, the parties shall seek to resolve any such dispute or difference by mutual consent. If the parties fail to resolve such a dispute or difference by mutual consent within 45 days from the date it arose, then the dispute shall be referred by either party by giving notice to the other party in writing of its intention to refer to arbitration as hereafter provided regarding matter under dispute. No arbitration proceedings will commence unless such notice is given. Such dispute or difference shall be referred by either party for arbitration to the sole arbitrator as mutually agreed and appointed by the parties. If parties fail to agree and appoint the sole arbitrator, then such arbitrator shall be appointed as per the provisions of the Arbitration and Conciliation Act, 1996, as amended from time 29

to time (“the Act”). The award of the Arbitrator shall be binding upon the parties to the dispute. The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

Arbitral proceedings shall be conducted in English language and as per provisions of the Act. The seat of arbitration shall be Nanded and only the courts in Nanded, India shall have exclusive jurisdiction to try and entertain any issues concerning the said arbitration.

3.14 FORCE MAJEURE

In the event of Force Majeure, the Contractor is not able to perform its obligations under the contract, Contractor will be relieved from its obligations during the force majeure period. If a force majeure situation arises, the Contractor shall notify SRTM University in writing promptly, not later than 14 days from the date such situation arises. The bidder shall notify SRTM University not later than 3 days of cessation of force majeure conditions. After examining the cases, SRTM University shall decide and grant suitable additional time for the completion of the work, if required. In the event that such force majeure extends beyond 45 days, the SRTM University has the right to terminate the contract on the terms and conditions as mutually agreed by the parties it.

3.15 LANGUAGE

All documents, drawings, instructions, design data, calculations, operation, maintenance and safety manuals, reports, labels and any other date shall be in English Language. The contract agreement and all correspondence between the SRTM University and the bidder shall be in English language.

3.16 PLANT BUILDING RENOVATION OR RELOCATION:

In case of plant building relocation or renovation, Contractor shall co-operate with SRTM University for such relocation or renovation. If relocated, SRTM University shall provide space (roof/ground space) to Contractor for installation of the solar plant at SRTM University’s new plant site. SRTM University shall reimburse cost of such decommission and re-commissioning of the solar plant at agreed terms to Contractor.

30

4. TECHNICAL SPECIFICATIONS

A Grid Tied Solar Rooftop Photo Voltaic (SPV) power plant consists of components indicated below. Grid SPV system is without battery and should be designed with necessary features to supplement the grid power during day time. Solar PV system shall consist of following equipment/components: • Solar PV modules consisting of required number of Crystalline PV cells. • Grid interactive Power Conditioning Unit with Remote Monitoring System • Mounting structures • Junction Boxes. • Earthing and lightening protections. • IR/UV protected PVC Cables, pipes and accessories

4.1 SOLAR PHOTOVOLTAIC MODULES:

Type Crystalline cells with and above with minimum 5 basbar and

above technology Origin Imported Degradation Warranty Panel Output (Wp) capacity to be >=90% of design nominal power after 10 years and >=80% of design nominal power after 25 years. Bidder to specify Linear Degradation Warrantee with maximum allowable degradation in first year and maximum allowable yearly degradation thereafter. Panel Frame Non-Corrosive and electrolytic compatibility with the mounting structure material Terminator Box Thermo-plastic, IP 65/67, UV resistant. Blocking Diodes Schottky type or bidder recommended Panel minimum rated The nominal power of a single PV panel shall not be less than 350 power Wp. Power Output Rating To be given for standard test conditions (STC). I-V curve of the sample panel shall be submitted. Compliance with IEC 61215/ IS 14286 IEC 61730 part 1 and 2 standards and Codes 31

4.2 INVERTER String inverters of at least four MPPTs, start voltage of 250 V, inbuilt AC DC SPD, string monitoring, an interface between Solar PV array & the Inverter, to the power conditioning unit/inverter should also be DG set interactive. The bidder shall design for array layout and string sizing. Optimum capacity of string inverter shall be specified by the bidder based on this and calculation shall be presented to SRTM University for review.

4.3 STRUCTURE

Structure for the solar power plant should be designed as per wind speed of at least 150 km/Hr. Bidder has to submit the relevant structural stability report. Structure should have a 100% rust free life of 25 years. Bidder shall design structure to accommodate the capacity on each roof with provision for safe O&M of the plant.

4.4 PYRANOMETER

Portable/Fixed Pyranometer of reputed make to be supplied to suit this application. Bidder shall share technical data sheet of the Pyranometer with bid.

4.5 TOOLS, TACKLES AND SPARES

The Bidder shall keep ready stock of tools, tackles and essential spares that shall be needed till commissioning & for the day-to-day O&M of the solar PV system.

4.6 INTEGRATION OF PV POWER WITH GRID:

The output power from SPV would be fed to the inverters which converts DC produced by SPV array to AC and feeds it into the SRTM University’s main LT Panel. In case of grid failure, or low or high voltage, solar PV system shall be out of synchronization and shall be disconnected from the grid. Once the DG set comes into service, PV system shall again be synchronized with DG supply and load requirement. Isolation of inverter output with respect to the grid/ DG power connection need to be provided by bidder.

4.7 DATA ACQUISITION SYSTEM / PLANT MONITORING

Data Logging Provision for plant control and monitoring, time and date stamped system data logs for analysis. HMI display in LT panel to monitor the solar generation Metering and Instrumentation for display of systems parameters and status indication to be provided. Solar Irradiance: An integrating Pyranometer / Solar cell based irradiation sensor

32

(along with calibration certificate) provided, with the sensor mounted in the plane of the array. Readout integrated with data logging system. SCADA system to have provision of DG synchronization and solar power reduction mechanism.

4.8 METERING & BILLING:

One bidirectional electronic energy meter (as per DISCOM recommended) shall be installed for the measurement of import / Export of energy at 11KV Grid connection line. Second Solar Meter, on which Solar PV’s generation shall be measured, should be as per the DISCOM standard shall be nearest to ACDB / SRTM University’s Connecting LT Panel at 415V.

4.9 CONNECTIVITY

The maximum capacity for interconnection with the grid at a specific voltage level shall be as specified in the Distribution Code/Supply Code of the State and amended from time to time.

4.10 PLANNING AND DESIGNING

The bidder should carry out Shadow Analysis at the site and accordingly design strings & arrays layout considering optimal usage of space, material and labour. The bidder should submit the array layout drawings along with Shadow Analysis Report to the SRTM University for approval.

SRTM University reserves the right to modify the landscaping design, Layout and specification of sub- systems and components at any stage as per local site conditions/requirements. The bidder shall submit preliminary drawing for approval & based on any modification or recommendation, if any. The bidder shall submit three sets and soft copy in CD of final drawing for formal approval to proceed with construction work.

4.11 DRAWINGS TO BE FURNISHED BY BIDDER

The Contractor shall furnish the following drawings Award/Intent and obtain approval: General arrangement and dimensioned layout Schematic drawing (AutoCAD SLD) showing the requirement of SPV panel, Power conditioning Unit(s)/ inverter, Junction Boxes, AC and DC Distribution Boards, meters etc. Structural drawing along with foundation details for the structure. Layout of solar Power Array Shadow analysis of the roof along with 3D model file. PV Syst Generation Simulation Report Lightening Arrestor, Earthing, Grounding & plant safety layout. 33

4.12 DISPLAY BOARD/ HDMI DISPLAY

The bidder has to display a board at the project site mentioning the following: Plant Name, Capacity, Location, Date of commissioning, estimated Power generation. The size and type of board and display shall be approved by Engineer-in-charge of SRTM University before site inspection.

The bidder can propose HDMI display for the solar power plant at the solar LT panel for live reading of electrical parameter of the plant.

4.13 ELECTRICAL SAFETY

All PV systems should comply with the current applicable standards Relating to Safety and Electricity Supply Regulations

4.14 ANTI-ISLANDING

All inverters shall be designed in such a way to shut-down on the grid parameters like voltage, frequency, rate of change of frequency, etc. having change beyond the predefined range of the inverter. Trip Time in response to Abnormal Voltages as per IEC 61727.The relay trip co-ordination to be done as per actual site conditions. The system shall be tested for islanding protection as per test procedure provided in IEC 62116 2nd Edition.

4.15 EARTHING:

Solar PV Power Plant shall comply to IS 3043-1987(2006) “Code of practice for Earthing” for both AC and DC equipment. a) Components to Earthed ▪ PV panel frames. ▪ Array Structures ▪ Power, Communication and Protective Equipment ▪ All Enclosures ▪ AC conductors

▪ Lightening Conductors

b) AC and DC systems should be interconnected during earthing. 34

c) Power Conversion Equipment (PCE) shall be protected against electric shock, energy, fire, mechanical and other hazards as per IEC 62109-1, 1st Edition. d) DC to AC inverter products and other products performing inverter functions used for Solar PV Power Plant shall comply with particular safety requirements as per IEC 62109-2. e) Frames of all PV panels shall be connected to one continuous earthing cable. Earthing by means of Jumper cables between Panel frames is not permissible. f) Star-type washers should be used when bolting the lugs of earthing cable with the panel frame that can scratch the anodization of the panel frame to make contact with its aluminium. g) The earthing conductor should be rated for 1.56 times the maximum short circuit current of the PV array.(Safety Factor & Albedo Factor) h) Min Cross Section area of the Earthing conductor

Material Of Construction of Conductor C/S area in mm2 For PV Equipment Copper 6 Aluminium 10 Hot-dipped Galvanized Iron 70 For Lightning Arrestor Copper 16 Hot-dipped Galvanized Iron 70

Resistance between any point of the PV system and earth should not be greater than 5 Ω at any time. All earthing paths shall be created using two parallel earth pits to protect the PV system against failure of one earth pit. j) Separate Earth Pits shall be constructed for each building (Admin & Pharmacy) solar installation.

4.16 DC OVERCURRENT PROTECTION:

The PV system shall be protected from over current from the PV panels with the help of fuses at the string junction box. Each PV string should have two fuses, one connected to the positive and the other to the negative terminal of the string. The fuse used shall be rated at 156 % of short-circuit current of individual panel or the nearest available higher rating and 1000 VDC or above.

35

4.17 LIGHTENING PROTECTION

Lightning protection installations should follow IS 2309-1989 (Reaffirmed 2010). The Solar Power Plant shall have a dedicated Lightning protection system for each building / shed including lightning rods, conductor and dedicated earth pits.

4.18 SPRINKLER SYSTEM

The project should have automated sprinkler system. SRTM University will provide water points for automated sprinkler system. Successful bidder shall design and install all other necessary infrastructure for the system such as PVC pipes, softener plant, booster pump, sprinkler system and other necessary amenities.

4.19 LT PANEL ROOM

The successful bidder has to create a LT panel room to combine and divide power equally for the two transformers of 315 kVA in the site. The division of power should be as per the existing transformer and cable ratings. The LT panel room will be in between the admin building and Pharmacy Building. The LT panel should have a changeover provision such that in case of power failure, both the power supply network is connected using a bus coupler from one DG. Also, this will enable both the solar power plants have a single reference voltage point from one DG to start generating power in case of grid failure.

36

BUILDING ROOF IMAGES Pharmacy Building

37

ANNEXURE-1 Cost of Project COST IN INR VALUES CATEGORY (Including GST)

SITC of Design based Grid connected Roof Top Mounted 250 kWp Solar Photo Voltaic Power Plant under CAPEX Model including SCADA system. Net metering for the project including CEIG approval and Total O & M For 5 Years with sprinkler system

TOTAL COST

38

ANNEXURE-2

Payment Terms - 1) 60% on material received at site. 2) 20% on complete erecting & commissioning. 3) 20 % Testing and commissioning with inspection report of meda or 3rd party agency decided by the university.

39

ANNEXURE 3 Project Completion Timeline

Sl. Reference from Stage No. Zero Date (“D”) 1 Issue of Letter of Intent D (0 date) 2 Completion of site enabling activities

3 Delivery and Completion of Civil Works for Structure

4 Completion of LT panel room & cable route

5 Delivery of Inverter & related electrical items

6 Delivery of Solar PV modules on site

7 DC & AC cable inter connections Completion of safety systems (LA, Earthing, 8 Grounding, etc)

9 Installation of SCADA System & DG Synchronization

10 Commissioning certificate from CEIG

11 Installation of Sprinkler System& O&M facilities

12 Completion of Net-metering

Total Time for Completion _45___ Days (In Words)

40

ANNEXURE 4

Technical Eligibility

(To be submitted on the letterhead of Bidding Company)

Plant Capacity Sl No Project Name Technical competence Location in kWp

Total Capacity

41

Annexure 5

Financial Eligibility

(To be submitted on the letterhead of Bidding Company)

Name of Relationship Financial Year of Annual Financially with Bidding year Incorporation Turnover (Rs. Crore) Evaluated Company**

Entity*

42

Annexure 6

Power of Attorney

POWER OF ATTORNEY (To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.)Power of Attorney to be provided by the Bidding Company in favor of its representative as evidence of authorized signatory’s authority.

We Company Name, Address. do hereby constitute, appoint and authorize Name of Person, residing at address who is presently employed with us and holding the position of Director as our true and lawful attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to submission of our Bid for SRTM University, Nanded including signing and submission of the Bid and all other documents related to the Bid, including but not limited to undertakings, letters, certificates, acceptances, clarifications, guarantees or any other document which the SRTM University may require us to submit. The aforesaid Attorney is further authorized for making representations to the SRTM University and providing information / responses to SRTM University, representing us in all matters before SRTM University, and generally dealing with SRTM University, in all matters in connection with bid till the completion of the bidding process as per the terms of the above-mentionedbid. We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and shall always be deemed to have been done by us. All the terms used herein but not defined shall have the meaning ascribed to such terms under the bid. Signed by the within named Name of Company (Insert the name of the executant company) through the hand of Mr. ………………………………………………… duly authorized by the Board to issue such Power of Attorney Dated this ………………………………… day of …………………

Accepted Signature of Attorney (Name, designation and address of the Attorney) Attested ………………………………………………… (Signature of the executant)

43

(Name, designation and address of the executant) ………………………………………………… Signature and stamp of Notary of the place of execution Common seal of ……………………… has been affixed in my/our presence pursuant to Board of Director’s Resolution dated…………… WITNESS 1. ………………………………………………………….. (Signature) Name………………………………………………… Designation ………………………………………

2. …………………………………………………………. (Signature) Name………………………………………………… Designation ……………………………………… Notes: The mode of execution of the power of attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and the same should be under common seal of the executant affixed in accordance with the applicable procedure. Further, the person whose signatures are to be provided on the power of attorney shall be duly authorized by the executant(s) in this regard. The person authorized under this Power of Attorney, in the case of the Bidding Company / Lead Member being a public company, or a private company which is a subsidiary of a public company, in terms of the Companies Act, 1956, with a paid up share capital of more than Rupees Five crores, should be the Managing Director / whole time director/manager appointed under section 269 of the Companies Act, 1956. In all other cases the person authorized should be a director duly authorized by a board resolution duly passed by the Company. Also, wherever required, the executant(s) should submit for verification the extract of the chartered documents and documents such as a Board resolution / power of attorney, in favour of the person executing this power of attorney for delegation of power hereunder on behalf of the executant(s).

44

Annexure 7

Bank Guarantee

To be printed on stamp paper

To

Beneficiary name and address

1. In consideration of SRTM University having agreed to grant COMPANY NAME, (hereinafter referred to as the company/unit) time for the due performance of tender dated XX/12/2017 for Installation & Commissioning for Solar power plant at SRTM University, Nanded weBANK NAME a banking company incorporated and registered under Companies Act 1956 and having license to carry on banking business under the Banking Regulation Act, 1949 having its registered office at ADDRESS and its one of branch office at ...... (hereinafter referred to as the Bank) at the request of said COMPANY NAME, do hereby undertake to pay to the ______an amount not exceeding Rs. 10,00,000/- against performance bank guarantee within 14 days from the date of issuance of LOI to COMPANY NAME.In case the guaranteed PR of 75% is not achieved, the PBG shall be extended to two (2) more years. In such case COMPANY NAME shall compensate SRTM University at 3 rupees per unit for the units’ shortfall from the guaranteed PR for 1 st year. In case COMPANY NAME fails to achieve guaranteed PR for 3 consecutive years, PBG amount will be forfeited and will be retained by SRTM University.

2. We ¬¬¬¬ BANK NAME do hereby undertake to pay the amount due and payable under this guarantee without any demur merely on a demand from the ______that the amount claimed is due for the reason of non-fulfillment of performance of the solar power plant as per agreed yearly performance ratio. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. 10,00,000/-.

3. We undertake to pay to the ______any money so demanded notwithstanding any dispute or disputes raised by the said company/unit in any suit or proceedings pending before any court or Tribunal or Board against the ______relating thereto, our liability under this present being absolute and unequivocal.

4. The payment so made by us under this agreement shall be valid discharge of our liability and company/unit shall have no claim against us in making such payment.

5. We BANK NAME further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the delivery of modules and that it shall continue to be enforceable till ______has certified that module delivery has been carried out by the said company/unit and accordingly discharges this guarantee. Unless the demand or a claim under this guarantee is made on us in writing on or before Date Month 2018, we shall be discharged from all liability under this guarantee thereafter.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the company/unit.

45

7. We BANK NAME undertake not to revoke this guarantee during its currency except with the previous consent of the ______in writing.

8. Notwithstanding what has been stated above our liability under this guarantee is restricted to Rs. /- our guarantee shall remain in force until Date Month 2018.

9. Unless a demand or claim under this guarantee is made on in writing on or before the Date Month year all your rights under the guarantee shall be forfeited and we shall be released and discharged from all liabilities under this guarantee thereafter, irrespective of whether or not the original bank guarantee is returned to us.

10. 4. This Bank Guarantee is subject to the ICC Uniform Rules for Demand Guarantees (ICC Publication No. 758) and shall be governed by and construed in all respects, in accordance with the Laws of India.

Date ...... day of ……………..

For………………………………………..

46

Annexure 8

Checklist Of Documents List of documents submitted in Envelop no. 1 Sl No. Document Name Submitted (Yes/No) or Remarks 1. Certificate of firm Registration.

2. PAN CARD

3. GST Registration

4. Workman Compensation Letter

5. PF Allotment Letter

6. Organizational Structure

7. WO/PO of 1000 KWP above project (total 10,000KWP project) 8. Completion/ Commissioning Certificate

9. C.A Certificate along with Annual Audited balance sheet. 10. Tender fee receipt

11. E. M. D. receipt

12. Duly stamped & signed tender document

13. Power of attorney for company Authorized person 14. Self certification of No – BARR / non failure / black listed. 15. Bankers details of bidder

16. Bidders information sheet

17. Other Documents Submitted if Any