Page 1 of 45

KERALA STATE ELECTRICITY BOARD LTD

BID NO. KSEBL/REES/26EVCS /15/2020-21 dated 09/07/2020

BID DOCUMENT for appointment of EPC contractor from the Empanelled bidders of the EoI released by KSEBL on 14.08.2019, for the Installation of 26 electric vehicle charging infrastructure at various KSEBL/ Govt. premises in including three years EXTENDED WARRANTY after two years Warranty from the date of handing over.

(To be submitted along with General Conditions of Contract)

1) Notice Inviting Tender (NIT) 2) Bid Document 3) General Conditions of Contract

Sd/-

CHIEF ENGINEER (REES)

Ba/23.10.19 XT/Santhini/Tender/11kV VCB with CT Page 2 of 45

KERALA STATE ELECTRICITY BOARD LTD

E-Tender - Notice Inviting Tender

TENDER No. KSEBL/REES/26EVCS /15/2020-21 KERALA STATE ELECTRICITY BOARD Ltd., invites competitive bids from the Empanelled bidders of the EoI released by KSEBL on 14.08.2019, for the work as per following schedule.

Installation of 26 electric vehicle charging infrastructure at various KSEBL/ Govt. premises in Name of Work Kerala including two years warranty and further three years extended warranty.

Nature of Contract EPC (Engineering, procurement and construction)

Probable Amount of Contract Rs. 4.74crore

Earnest Money Deposit Rs. 1 Lakh

Bid processing fee Rs. 8850/-; (Rs. 7,500/- + 18% GST)

Four months from the date of execution of Time of Completion contract Agreement

Date of publishing bid documents in 09.07.2020; 06.00pm website www.etenders.kerala.gov.in

Last date for receiving queries 22.07.2020; 11.00am

Pre-bid meeting 23.07.2020; 11.00am

Date of publication of 27.07.2020; 05.00pm clarifications on queries Last Date & Time of online 10.08.2020; 10.00am Submission of Bid document

Deadline for submission of Hardcopies of Attachments to the 12.08.2020; 10.30am Office of the tendering authority

Date & Time of opening of Bids 12.08.2020; 11.00am

Bids are invited only from the Empanelled bidders of the EoI released by KSEBL on 14.08.2019, for the Installation of electric vehicle charging Stations (EVCS) for Commercial Operation at specified locations in Kerala.

Kerala Government Public Sector Undertakings are exempted from furnishing EMD. MSME with Udyog Aadhar Registration are exempted from furnishing EMD and Bid

Page 3 of 45 submission fee. All Communications shall be addressed to the Chief Engineer (REES) only. The Bid document and other details may be downloaded from the website www.etenders.kerala.gov.in .

The electronic facility for online payment may be exercised at least 48 hours before the closing date and time of the bid to ensure that payment towards tender document fee and EMD are credited and a confirmation is reflected in the e-procurement system.

All other existing conditions related to the tenders of KSEB Ltd will be applicable to this tender also.

The bid shall be valid for 180 days reckoned from the date of opening of bid. The bidder shall visit the specified locations before submitting the bid.

The bidding authority reserves the right to modify/ cancel any or all bids without assigning any reasons. KSEB Ltd will not be responsible for any errors like missing of schedule data while downloading by the bidder/ non receipt of document/delay if any.

More details about the e-tendering procedure are available from National Informatics Centre, Thiruvananthapuram on all working days from 10:30 am to 5:30 pm (Phone: 0471–2577088, 2577188, +91-9995745177) or e-mail “[email protected] ”.

Further details can be had from: Office of the Chief Engineer (Renewable Energy & Energy Savings), 9th Floor, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram, Kerala- 695004.

Email id is [email protected] .

Sd/- CHIEF ENGINEER RENEWABLE ENERGY & ENERGY SAVINGS Date: 09.07.2020

Page 4 of 45

KERALA STATE ELECTRICITY BOARD LTD

CONTENTS

1) Section- I - Instructions to Bidders 2) Section - II - Special Instructions to Bidders. 3) Annexure – I - Technical Specification 4) Annexure – II - List of locations 5) Annexure –III - Declaration by Bidder 6) Annexure – IV Proforma - A 7) Annexure - V - Check list 8) Annexure – VI - Schedule of Price (BOQ) (Attached Separately)

Page 5 of 45

NOTE TO THE BIDDERS • Only empanelled bidders against the EoI released by KSEBL on 14.08.2019 for short listing firms intending to set up Electric Vehicle Charging Stations (EVCS) for Commercial Operation at specified locations in Kerala, are eligible to participate in the bid . • All bid documents shall be submitted online only, after digitally signing with a valid Digital Signature Certificate (DSC) procured from any Registration Authorities (RA) under the Certifying Agency of . By submitting digitally signed Bid documents the bidder shall be legally binding to all the contents in each page and the Bidder accepts that they have clearly understood and agreed all the terms and conditions of this bid. • The bidders are advised to submit the bids well before the stipulated time and date to avoid any kind of network issues, traffic congestion, etc.; the KSEB Limited shall not be responsible for any kind of such issues and consequent difficulties. • Mentioning of price details at any place other than the designated place, would make the bid liable to be rejected. • If the bid opening day happens to be a holiday, the bid will be opened at the same time on the next working day.

Page 6 of 45

SECTION I Instructions to Bidders

Only Empanelled bidders of the EoI released by KSEBL on 14.08.2019 for short listing firms intending to set up Electric Vehicle Charging Stations (EVCS) for Commercial Operation at specified locations in Kerala, can participate in the bid. The bids of other bidders, if any, will be rejected and the bid submission fee will not be refunded.

1) Scope :- I. Supply, Installation, Testing, Commissioning, Training & Handing over of Electric Vehicle Charging Station (EVCS) at 26 KSEBL/ Government locations in Kerala including two years warranty and subsequent three years Extended Warranty, after handing over.

The work includes design, engineering, testing at manufacturer’s works, procurement including transportation to site and storage, quality assurance, erection, performance testing, commissioning, software support/ updation, accessibility to mobile/ control centre, Training & Handing over of EVCS having charger type/ connector specified hereunder.

20 stations with the following chargers- 1) Bharath AC 001 10 kW (3guns of 3.3kW each) -1No. 2) Bharat DC 001 (15kW) 1Gun – 1No. 3) CCS+CCS 50kW 2Guns -1No.

6 stations with following chargers- 1) Bharath AC 001 10 kW (3guns of 3.3kW each) -1No. 2) Bharat DC 001 (15kW) 1Gun – 1No. 3) CCS+CHAdeMO 25kW 2Guns -1No.

The tentative list of locations is attached as Annexure II

(Note: The location is subject to change; alternate location will be identified if any of the aforementioned sites turns out to be non feasible)

II. Associated civil works such as construction of platform, marking of the area, providing bollard etc. come under the bidder’s scope. However extension of power supply is in KSEB’s scope. The successful bidder shall provide canopy as per KSEBL’s directions. Also vehicle stoppers, printed sign board, lighting arrangements of Electric vehicle charging shelter shall be provided by the successful bidder. Also a surveillance camera shall be installed for security purpose which shall be integrated with the nearest existing monitoring kseb control room. III. The operation of the station is proposed as unmanned. IV. Smart Payment facilities shall be provided in EVCS and the amount shall be transferred to the KSEBL account specified. V. The contractor shall make available a mobile application for advance remote/ online booking of charging slots by consumers, billing & payment; and shall share charging data with Nodal agency i.e. proposed data centre of KSEBL and CEA as well. The charging station should have tie-up with at least one Network service provider (NSP) to enable advance booking. Such online information should also include information regarding location, types and number of chargers installed/ available, service charges for EV charging etc. Monthly payment to the NSP shall be borne by the contractor

Page 7 of 45

during the contract period ie. five years from the date of handing over. After contract period, KSEBL shall have right to use the mobile application and the utility will be making the monthly payment to NSP. Also there shall be user authentication through OTP and RFID. VI. EVSE/Chargers etc shall be type tested and ARAI test certificate shall be produced. VII. EVSE shall be interoperable and vendor neutral and type independent to meet the requirement of major EV and battery manufacturers and complying with relevant national standards and regulations . VIII. The successful bidder has to submit the time schedule and programme for installation, testing and commissioning of EVSE, within fifteen (15) days from date of LoA. IX. All statutory clearance, wherever required shall be arranged and availed by the successful Bidder. The successful bidder should also get necessary approvals from Statutory Institutions like Electrical Inspectorate before commissioning of the Charging Infrastructure. X. The detailed technical requirements and specification are given in Annexure I. XI. Preparation of drawings for Charging Station as per standard specifications which shall be required for execution of works shall be done by the bidder. The bidder shall get the approval of materials at the time of material inspections and also furnish before competent authority the documents required to obtain statutory clearance wherever necessary. XII. Training: The bidder shall provide training to KSEBL personnel before handing over. Also, the firm should provide manuals and training materials to the officials concerned. Moreover, the details and literature of various components of the EVSE’s shall be handed over to KSEBL. XIII. The successful bidder shall provide warranty for two years from the date of handing over and subsequent extended warranty services for a period of three years. For the five years specified above, functional support of the charging station is mandatory.

The bidder shall carefully study the bid. Submission through Digital Signature Certificate (DSC) is equivalent to the effect that the Bidder has signed and sealed on all the pages of the Bid specification / Bid and the General Conditions of Contract and Schedule for the supply of materials. The Check List duly filled is to be invariably submitted. 2) EMD and Cost of Bid Documents :- The amount mentioned in the Notice Inviting Tender towards the earnest money deposit (EMD) and cost of bid documents shall be remitted online as a single payment for this particular bid. Kerala Government Public Sector Undertakings are exempted from furnishing EMD. MSME with Udyog Aadhar Registration are exempted from furnishing EMD and Bid submission fee. 3) Online payment Modes:- The tender document fees and EMD can be paid in the following manner through e-Payment facility provided by the e-Procurement system. State Bank of India Multi Option Payment System (SBI MOPS Gateway) : Bidders are required to avail Internet Banking Facility in any of the nationalized/ scheduled banks for making tender remittances in eProcurement System. 4) Submission of Bids:- For submission of bids, all interested bidders have to register online as explained above in this document. After registration, bidders shall submit their bid online on www.etenders.kerala.gov.in along with online payment of tender document fees and EMD. For page by page instructions on bid submission process, please visit www.etenders.kerala.gov.in and click “Bidders Manual Kit” link on the home page.

Page 8 of 45

It is necessary to click on “Freeze bid” link/ icon to complete the process of bid submission otherwise the bid will not get submitted online and the same shall not be available for viewing/ opening during bid opening process. 5) Online Tender Process :- The tender process shall consist of the following stages:- i) Downloading of tender document :- Tender document will be available for free download on www.etenders.kerala.gov.in . However, tender document fee shall be payable at the time of bid submission as stipulated in this tender document. ii) Publishing of Corrigendum:- All corrigenda shall be published on www.etenders.kerala.gov.in and shall not be available elsewhere. iii) Bid submission :- Bidders have to submit their bids along with supporting documents to support their eligibility, as required in this tender document on www.etenders.kerala.gov.in . No manual submission of bid is allowed under any circumstances. iv) Opening of bids :- Price b ids of bidders qualified shall be opened on the date and time mentioned in critical dates section. 6) Documents Comprising Bid :-  Bidders shall submit the bid documents and questionnaire duly filled in.  The department will not take any responsibility for any technical snag or failure that has taken place during document upload.  Bids shall be submitted in the following designated online covers: a) Cover-I: i) The scanned copy of bid agreement as per Annexure-I of the General Conditions of Contract attached in Kerala Non judicial Stamp Paper worth Rs.200/-. ii) Scanned copy of ARAI certificate of the equipment offered. iii) General Conditions of Contract (GCC), duly filled in. iv) Bid documents, (duly filled in). v) Solvency/ Net worth certificate vi) Scanned copy of other documents mentioned elsewhere in the bid document with all pages serially numbered. vii) Proforma- A as per Annexure- IV of Bid documents. b) Cover-II: BOQ (Price Bid) The original document of bid agreement as per Annexure I of General conditions of contract documents in Kerala Non judicial Stamp Paper worth Rs.200/- shall be sent in an envelope super scribed as Bid No. KSEBL/REES/26EVCS/15/2020-21 dated 03/07/2020 to the bid inviting authority by post/ courier or can be submitted in person. The envelope containing the above should reach the office of the Chief Engineer (REES) before the bid opening date and time failing which the bid is liable to be rejected. KSEB Limited shall not be responsible for any kind of postal/ courier service delay or any other delay. 7) Last date & time of Acceptance and Opening of Bid:- Online bids will be accepted up to the last date and time mentioned in the notice inviting tender. Bids will be opened at the date and time mentioned in the notice inviting tender by the Chief Engineer (REES), KSEB Limited, Thiruvananthapuram or an officer entrusted by him at Vydyuthi Bhavanam, Pattom, Thiruvananthapuram in the presence of bidders or their

Page 9 of 45 representatives, who may be present at that time. If the bid opening day happens to be a holiday, the bid will be opened on the next working day. 8) Bid Submission and Other details: i) The bidders are requested to give the required information in the format and all forms shall be fully filled in including the page numbers of supporting documents. ii) All amendment(s)/ Corrigendum(s) shall be published on the etender.kerala.gov.in website. KSEB Ltd. shall not be responsible for bidder's negligence in checking the website regularly for any updates on this bid. iii) In case it is not possible to open the bid on the specified time and date due to any valid reason, the revised time and date will be published on the etenders.kerala.gov.in website. iv) The information furnished should be complete in all respects. In case the information or reply is “Nil” or “Not Applicable” etc, it should be mentioned accordingly. v) The declaration by the bidders that they are not having any connection directly or indirectly, with the concerned KSEB Limited Employees, should be filled in the declaration form attached (Annexure-III). vi) There is no provision for correction of bids once submitted online. However, revised bids can be submitted by the bidder, in case of corrections, till the last date & time of bid submission and the most recent/ latest bid submitted before the stipulated date & time of bid submission shall only be considered by etenders.kerala.gov.in website for further processing. vii) The bidder shall produce the original documents, in physical format, if required by the Kerala State Electricity Board Limited for verification. viii) Acceptance of the bid rests with the KSEB Ltd., which is not bound to accept the lowest or any other bid. The decision of the KSEB Ltd. in this regard will be final and without appeal. The KSEB Ltd. will not be bound to give any reason for the acceptance or rejection of any bid. The KSEB Ltd. will not be responsible for any expenses or losses that may have incurred by the bidder in the preparation of the bid. 9) Validity of offer: - The prices quoted and other conditions specified in the bid shall be considered as firm for acceptance for a period of six months from the opening of the Bid. Offers with lesser validity period are liable to be rejected. Telegraphic/fax/E-mail offers will not be considered. 10) Award of Contract:- The final selection among the qualified bidders will be done as follows. For the purpose of determining the lowest bidder/ bidders, the rates quoted by the bidder inclusive of applicable GST amount shall be taken into consideration. KSEBL may consider splitting up the order between L1 and any other bidder who is willing to match with the L1 rate. Order for a minimum of 70% of the quantity specified, is assured for the qualified L1 bidder. The other qualified bidders if required, may be asked their willingness to match with the L1 rate. If more than one bidder is willing to match with the L1 rate, the remaining 30% could be awarded to the lowest quoted bidder among them. However, KSEBL reserves the right to award the work as a whole or to split up the order at its discretion. The bidders will be ranked according to the criteria set forth by the KSEBL for the selection of the best bid. The KSEBL will finally select the best bid and the bid of the successful bidder will be accepted for execution of work. The KSEBL reserves the right to reject the bid or disqualify any bidder without assigning any reason.

Page 10 of 45

The contract shall be finalised by KSEBL and Letter of Award (LoA) shall be issued by the Chief Engineer (REES). 11) Deviations :- No alteration shall be made in the specification or schedules annexed hitherto, except to the extent of filling in the bid documents and schedules, which should be attached to the Bidder's detailed offers. If the Bidder has any doubt about the meaning of any portion or the General Conditions of Contract & Schedule for the supply of materials or the specification, he should refer them in writing to the Chief Engineer (REES), KSEB Ltd., 9 th Floor, Vydyuthi Bhavanam, Pattom, Thiruvananthapuram – 695 004 for clarification in order that the doubts may be cleared before submission of the Bid. 12) Bid agreement and Bid form:- The bidder should attach along with their bid an agreement form duly filled and signed in Kerala Non judicial Stamp Paper worth Rs.200/- as per specimen form given in Annexure-I of General Conditions of Contract. Bids without agreement in Kerala Non judicial Stamp Paper of proper value will be rejected. Originals of the bid agreement in stamp paper shall be enclosed in a sealed envelope and shall be submitted to the Chief Engineer (REES) before the bid opening. Otherwise the bid is liable to be rejected. 13) Earnest Money Deposit :- Please also refer Clause-5 of General Conditions of Contract in this regard and Bid. If any bidder withdraws his bid before the period fixed for the acceptance, or if the bidder whose bid is accepted fails to execute the agreement and furnish the performance guarantee as called for herein, the earnest money deposited by him will be forfeited by the KSEB Ltd. The earnest money deposit of the unsuccessful bidders will be released but that of the successful bidders can be adjusted towards the performance guarantee that will have to be furnished for the satisfactory fulfilment of the contract. No interest will be paid on the earnest money. Bids without earnest money will be rejected. Scanned copy of Bid agreement shall be attached in the Cover-I. Kerala Government Public sector undertakings are exempted from furnishing Earnest Money Deposit. MSME with Udyog Aadhar Registration are exempted from furnishing EMD and Bid submission fee. 14) Contract Agreement : - The successful vendor shall within 15 days from the date of placement of Letter of Acceptance, execute the contract agreement (Annexure II of GCC) with the CE (REES), KSEB Ltd. for the fulfilment of the contract, after furnishing necessary performance guarantee. 15) Performance Guarantee:- The Performance guarantee for the contract will be a sum equivalent to 10% of the value of the contract arrived and is to be deposited within 15 (fifteen) days from the date of award of contract. The performance guarantee has to be in the form of Bank Guarantee from a Nationalised/ Scheduled Bank. The performance guarantee shall be released at the end of the contract period ie on completion of the EXTENDED WARRANTY period. But in the event of any dispute arising between the KSEB Limited and the contractor, the KSEB Limited shall be entitled to deduct out of the deposits or the balance there of until such dispute is determined, the amount of such damage costs, charges and expense as may be claimed. The same may also be deducted from any other sum which may be due at any time from the KSEB Limited to the contractor. 16) Date of Commencement and completion:- Date of commencement of work is the date of execution of contract agreement. The work shall be completed within 4 months from the date of commencement. All the works stipulated under the scope of the Contract shall be completed in all respects, supplies made, required testing shall

Page 11 of 45

be completed, commissioned, training imparted and handed over, final cleaning up done before the expiry of the time of completion thus worked out, unless the time of completion is postponed and period of completion is extended by a written letter from the agreement Authority. The contractor shall not claim any price escalation, in case the completion period is extended due to any reason, including litigation or force majeure conditions. The date of commissioning shall be the date on which the charging station is commissioned and handed over after imparting proper training to the designated KSEBL personnel. The Engineer-in-Charge shall issue a certificate including date of commissioning/ commissioning report after successful commissioning of the plant. The work shall be treated completed only when the Engineer-in-charge issues certificate of completion where the actual date of completion of work will be mentioned. In case of termination or foreclosure, the Engineer-in-charge will issue a certificate to that effect. If the contractor fails to complete any part of the work as required for satisfactory completion before taking over and/ or the date of completion specified, and fails to remove the surplus materials, the KSEBL will complete the works and remove the surplus materials etc. and the amount incurred for the same will be realized from the contractor from any amount due to him from this work or any other work with KSEBL or his assets in appropriate proceedings. The contractor will not have any claim over the surplus materials so removed by KSEBL. 17) Breach of Contract:- In case the successful bidders fail to fulfil the contract, arrangement of balance work may at the discretion of the agreement authority will be arranged from other qualified bidders or by alternate means if no other qualified bidder is available and the loss if any, caused to the KSEB Ltd. there by shall, together with such sums as may be fixed by the KSEB Ltd. towards losses, be recovered from the defaulting vendors. The agreement authority without prejudice to the conditions laid in the General Conditions of Contract may terminate the contract, if the contractor fails to commence the work within the stipulated time or fails to perform any other obligations under this contract or does not make up its failure within a period allowed after the receipt of the defaulted notice from the agreement authority After termination of contract, KSEB Ltd. will have liberty to arrange the work by alternate means at the risk and cost of the contractor. 18) Liquidated Damages:-Any delay in commissioning a Project will adversely affect the total planning which in turn will affect the State and the public exchequer. Hence, for any damage or loss caused to the KSEBL due to the failure from the part of the Contractor in completing the Work in all respects within the stipulated period of completion the Contractor shall compensate for the same. The Liquidated Damages (not as penalty) is to be realised at the end of the period of completion. The maximum amount of Liquidated Damages shall be limited to 10% of the accepted Contract Amount or Contract Price whichever is higher. The rate of Liquidated Damages shall be 1% of agreed Probable Amount of Contract or Contract Price whichever is higher per week of delay subject to a maximum of 10% of agreed Probable Amount of Contract or Contract Price, whichever is higher. 19) Payment Conditions:- a. No amount shall be released as mobilisation advance. b. Upon delivery, acceptance and production of ARAI certificates and insurance certificates of the equipment for a particular site, 50% of the total value of materials delivered to the site, shall be released. However the total amount so released for all the sites together shall be limited to 50% of the contract value excluding EXTENDED

Page 12 of 45

WARRANTY charges. Necessary invoices and documentary evidences shall be produced in this regard for release of amount. The Engineer-in-charge is to be informed about the delivery of material at least one week in advance by the contractor. The Engineer in charge shall ensure the site acceptance/ rejection of the received material at site within three days of delivery of material along with submission of the SAT procedure of the delivered material from the vendor by the contractor. The invoices shall be submitted by the contractor as per the accepted price schedule which is to be verified and made ready for release of payment within 15 days of receipt of the invoices subject to the satisfaction of the above conditions. Balance 50% of the total value of contract (except EXTENDED WARRANTY charges) will be released after satisfactory completion, testing & commissioning of the plant at all sites and handing over the entire project after imparting necessary training. However part payment could be released on satisfactory completion, testing, commissioning of the plant at a particular site, after handing over of that particular site. The contractor can submit the final invoice as per the accepted price schedule within 10 days of handing over the project. The invoices shall be verified and final payment will be released subject to the satisfaction of the above conditions. c. The EXTENDED WARRANTY charges shall be released at the end of each year on production of invoice, on the basis of certificate from the Engineer in charge. d. The Quoted taxes and duties etc. as Governed by GST will be released subject to an undertaking from the Contractor in Kerala Government Stamp paper that “If any dispute in payment of taxes and duties etc. as Governed by GST from concerned Tax authorities occurs in future, I shall indemnify KSEBL from such liabilities and shall be liable for the additions, loss or cost on account of such discrepancies/ dispute”. 20) Fixed Price :- Prices quoted by the Bidder shall be fixed during the bidder's performance of the contract and not subject to variation on any account. A bid submitted with an adjustable/ variable price quotation will be treated as non- responsive and rejected. 21) Change in Rates :- No post tender intimation regarding price will be considered. 22) Currency :- The rates quoted should be in the unit specified in the schedule attached and should be only in Indian currency. Offers with any other currency will be liable to rejection of the Bid. 23) Deduction from the Deposits:- The performance guarantee shall, subject to the conditions specified herein, be returned to the contractor after the completion of contract period . But in the event of any dispute arising between the KSEBL and the contractor, the KSEB Ltd. shall be entitled to deduct out of the deposits or the balance thereof until such dispute is determined, the amount of such damage costs, charges and expenses as may be claimed. 24) Solvency Certificate: The bidders should produce a solvency certificate, obtained within a period of 6 months from the Thahasildar/ Nationalized/ Scheduled Bank or Net worth certificate based on the financial statement of the latest financial year issued by a Chartered Accountant for an amount equivalent to 50% PAC or more, along with the bid. Bids without the aforesaid certificate are liable to be rejected. 25) Type of Payment : - KSEB Ltd. has all liberty to change the type of payment depending on the KSEB Ltd's prevailing condition. 26) Jurisdiction : - All disputes arising out of the contract / agreement will be subject to the exclusive jurisdiction of Civil Courts at Thiruvananthapuram. 27) Failure to fulfil the contract :- If the contractor fails to fulfil the contract in full, the remaining part of work may be arranged through other qualified bidders or by alternate means if no other qualified bidders are available. The damages caused to the

Page 13 of 45

KSEB Ltd. by this may be recovered from the defaulting bidder. After termination of contract, KSEB Ltd. will be at liberty to arrange the work through alternative means at the risk and cost of the successful supplier. 28) Notice :- Every notice hereby required or authorized to be given may be either given to the bidder personally or left at his residence or last known place of abode or business, or may be handed over to his agent personally or may be addressed to the bidder by post at his usual or last known place of abode; if so addressed to the contractor and posted shall be deemed to have been sufficiently served on the bidder, on the date on which the ordinary course of mail, would reach his place of abode or business. 29) Standards :- Wherever not mentioned specifically, the contractor shall execute the work according to the relevant standards and specifications. 30) Rate enhancement :- No representation for enhancement of rates once accepted will be considered. 31) Price Split up :- The prices quoted shall indicate all freight, Insurance charges and taxes etc. which may become payable by the contractor under existing law during the course of contract. Also any variation in quoted taxes during the contract period shall be admitted. In the absence of specific stipulation to the contrary in the bids, it will be assumed that the prices quoted are inclusive of all such taxes, transportation charges etc. Extra claims therefore will not be accepted. The ruling rates of taxes as applicable shall be stated in bid. Any increase in taxes on account of crossing limit of turnover of the contractor as specified by Government rules and regulations or due to delay in supply will not be compensated by the KSEB Ltd. Increase in the rate of taxes, outside the contractual delivery period will be to the contractors account. 32) Default on execution of work : - Where due to any default of the contractor in the execution of contract, the KSEB Limited arranges work through other qualified bidders or by alternate means if no other qualified bidders are available, the contractor will be liable to pay the KSEB Ltd. the extra costs incurred by the KSEB Ltd. and also other expenses defrayed. 33) Lowest rate :- The bidder shall quote the lowest rate so as to avoid negotiation after opening of bid. KSEBL may consider splitting up the order between L1 and any other bidder who is willing to match with the L1 rate. Order for a minimum of 70% of the quantity specified, is assured for the qualified L1 bidder. The other qualified bidders if required, may be asked their willingness to match with the L1 rate. If more than one bidder is willing to match with the L1 rate, the remaining 30% could be awarded to the lowest quoted bidder among them. However, KSEBL reserves the right to award the work as a whole or to split up the order at its discretion. 34) Special Conditions:- Special conditions, if any mentioned in the offer of the bidder or in any other communication from him will not be applicable to the contract unless they are expressly accepted in writing by the purchaser. 35) Incidental Expenses :- All incidental expenses incurred by the KSEB Limited for making payment outside the District in which the claims arises shall be borne by the contractor. 36) Appropriation :- Any sum of money due and payable to the contractor (including performance guarantee deposit returnable to him) under this contract may be appropriated by KSEB Ltd. and set off against any claim of KSEB Ltd. for the payment of a sum of money arising out of or under any other contract made by the contractor with KSEB Limited or any other person authorized by KSEB Ltd. 37) Pre- despatch inspection & testing:- The KSEB Limited reserves its right to inspect and approve the equipment before dispatch. All facilities should be rendered

Page 14 of 45

for the KSEB Ltd’s representative for inspecting the materials at Factory site. Factory inspection will be arranged, if necessary. All acceptance tests as prescribed in the relevant IS/ IEC, special/ type test mentioned in the bid document have to be conducted in presence of the KSEBL representative. Advance information of not less than 20 days regarding readiness of equipment for inspection and the date of inspection and testing shall be given by letter/ e-mail to the Agreement authority immediately when it is ready for dispatch from the factory. i) The KSEB Ltd’s representative shall be entitled at all reasonable times during manufacture, to inspect, examine and conduct tests on the equipment to be supplied under this contract. If the equipment offered is being manufactured elsewhere than in the contractor’s premises, the contractor shall obtain permission for the KSEB Ltd’s representatives to inspect & examine the equipmentunder manufacture and also carry out tests efficiently on the items as if they were being manufactured in contractor’s premises. Such inspection, examination and testing shall not release the contractor from the obligations under this contract. ii) The contractor shall give the KSEB Ltd’s representative 20 days notice in writing of the date and place where the item will be ready for testing. vii) The materials will be inspected and relevant tests if deemed necessary will be conducted upon receipt of the material at site 38) Inconsistency :- KSEB Ltd’s General Conditions of Contract and EoI dated 14.08.2019 which forms part of the bid documents and the special conditions mentioned herein are applicable for the contract. In case there is any contradiction or non conformity between the above, the special conditions, mentioned herein will prevail. 39) Warranty and extended warranty :- The contractor shall offer a warranty for a period of 24 months from the date of handing over and extended warranty for further 36months . Any defective or damaged equipment/ material shall be replaced by the supplier free of all costs to the KSEB Limited and to the full satisfaction of the KSEB Limited during the warranty period. The responsibilities of warranty period remain the same for extended warranty period also, but on payment basis, which shall be released annually. 40) Insurance :- All the materials that are ordered have to be fully insured from the time of dispatch from the manufacturer’s works to the destination station and during contract period. Also necessary insurance shall be arranged for the work till commissioning. 41) Force Majeure Condition: - The successful bidder will not be liable for any liquidated damages for such delay due to force majeure conditions such as acts of God, acts of Public enemy, act of Government, fire, floods, epidemics, quarantine restrictions, riots, civil commotion and freight embargo, provided that supplier notify (within 10 days from the beginning of such delay due to force majeure conditions) with valid proof for force majeure conditions. The KSEB Limited will verify the facts on merits and grant suitable extension of time if facts justify. 42) Right for acceptance / rejection :- The KSEB Ltd. reserves the right to accept or reject any bid without assigning any reason whatsoever.

Sd- CHIEF ENGINEER (REES)

Page 15 of 45

Section -II SPECIAL INSTRUCTIONS TO BIDDERS 1) Bids should be submitted online only. 2) Bids with FIXED price will only be considered. 3) The bidders should quote the lowest rates. 4) The rates of taxes shall be clearly specified. 5) The insurance cover should be arranged by the bidder at his cost till completion of work. 6) Conditional offers are liable to be rejected. 7) The equipment offered shall be of the type tested model/ make itself and any other type will disqualify from the bid without intimation. 8) The commercial terms and conditions applicable will be as per the KSEB Ltd’s General Conditions of contract and bid document. i) In the event of the order (LoA), insurance cover for the entire work during contract period should be arranged by the contractor. ii) Any increase in taxes applicable during contract period will be admitted on production of documentary proof. iii) KSEBL may consider splitting up the order between L1 and any other bidder who is willing to match with the L1 rate. Order for a minimum of 70% of the quantity specified, is assured for the qualified L1 bidder. The other qualified bidders if required, may be asked their willingness to match with the L1 rate. If more than one bidder is willing to match with the L1 rate, the remaining 30% could be awarded to the lowest quoted bidder among them. However, KSEBL reserves the right to award the work as a whole or to split up the order at its discretion. 9) Bidders should submit all the relevant documents in full shape along with Bid itself. (i.e., Tender document, GCC and supporting documents etc.) Normally, further correspondence/ clarification will not be entertained after opening the bid. Scanned documents uploaded should be clear and legible. Bidders should take care to avoid uploading unnecessary documents. 10) All the hard copies of the tender documents submitted shall be duly signed and stamped by the Authorized person having power of Attorney. 11) The Name, Contact number including mobile No. and email id of the Bidder shall be clearly written in the Bid form for future correspondence. 12) Bid shall be accepted only from Empanelled bidders of the EoI released by KSEBL on 14.08.2019 “For short listing firms intending to set up Electric Vehicle Charging Stations (EVCS) for Commercial Operation at specified locations in Kerala” with FIXED price alone. 13) The contractor shall offer warranty for the equipment/ material offered for a period of 24 months from the date of handing over and extended warranty of 36months thereafter. 14) Bidder shall agree to KSEB Ltd's General Conditions of Contract and all other bid conditions including payment, penalty, warranty and time schedule mentioned in the bid documents. 15) Offers for full quantity of the item tendered alone will be accepted. Bidders who are quoting part quantity will not be considered. 16) Firms should be willing to accept all conditions of EoI dated 14.08.2019 which forms part of agreement. 17) The commercial terms and conditions applicable will be as per the KSEB Ltd’s General Conditions of contract. Complete details of the commercial terms shall be specifically stated in the bid.

Page 16 of 45

18) All fittings or accessories which may not have been specifically mentioned in this specification, but which are essential and necessary for the satisfactory completion of the work and fulfillment of the contract shall be deemed to be included in this contract and shall be provided by the contractor without any extra cost.

Sd/- CHIEF ENGINEER (REES)

Page 17 of 45

ANNEXURE-I

TECHNICAL SPECIFICATION FOR ITEM

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF ELECTRIC VEHICLE CHARGING INFRASTRUCTURE. TECHNICAL REQUIREMENTS

1. Overview In order to realize the vision of Kerala EV policy 2018 KSEBL, the nodal agency intends to create EV Charging station infrastructure pan- Kerala in order to promote the use of eco-friendly transport. This project shall be implemented in the identified locations in the KSEBL/Govt. owned premises. The infrastructure shall be created in the space provided as per the technical specification given below.

2. Technical Requirements This technical specification describes the definition, requirements and specifications for Ac as well as DC electric vehicle (EV) charging stations in India, also referred to as “AC-001 10kW, DC-001 15kW and CCS + CCS 50kW chargers, for conductive connection to the vehicle.

It also specifies the requirements for digital communication between DC EV charging station and electric vehicle for control of DC charging.

3. EV Charger Technical Specifications The desired technical and functional specifications of the charging equipment (as per Indian Conditions) are mentioned in the subsequent sections of this document. However, the intent is not to specify and capture all the aspects of design and installation associated with charging equipment mentioned herein. It shall be the obligation of the bidder(s) that all the systems, sub-systems and equipment/ devices shall conform in all respects to high standards of engineering, design & workmanship, shall conform to all technical specifications published by GoI in respect of the equipment and shall be capable of performing continuous commercial operation as per best industry standards.

3.1 Bharath EV DC Charger (DC-001)

AC input voltage is 3-phase, 415 V. The DC Charger supplied shall a. Be of tower type compliant with the entire mechanical standard mentioned in the sub-sections. b. Future ready to be integrated with the Central Monitoring System (CMS) and IoT ready with inbuilt GPRS module. c. Have integrated protection towards the voltage fluctuations and surges.

3.1.1. General Requirements

The method for charging an EV is to use an off-board charger for delivering direct current. The EV shall be connected to the EVSE so that in normal conditions of use, the conductive energy transfer function operates safely.

Page 18 of 45

Energy transfer mode: Conductive EVSE type: DC 001 No. of outputs: 1 Charging mode: Mode 4 – DC Charging [DC charging is defined as Mode 4 as per IEC61851-1 section 6.2]

3.1.2 System Structure The System requirement parameters are derived from Table D1 of Annex DD of IEC 61851-23.

• Regulation: Regulated DC EV Charging station with combination of the modes: controlled voltage charging (CVC) and controlled current charging (CCC) • Isolation: Isolated DC EV charging station, according to the type of insulation between input and output a. Basic insulation b. Reinforced insulation c. Double insulation Each DC output should be isolated from each other [Section 7.5.101 of IEC 61851-23]. • Environmental conditions: Outdoor use. EVSEs classified for outdoor use can be used for indoor use, provided ventilation requirements are satisfied. • Power supply: AC mains to DCEV charging station • DC output voltage rating: Up to and including 100 V • Charge control communication: Communicate by digital and analog signals • Output Current: 200A • Interface Inter-operability: Interoperable with any EV (non-dedicated, can be used by any consumer).

3.1.3 Input Requirements • A.C. Supply System is 3 phase, 5 wire AC system (3 phases + N + PE) • Nominal Input Voltage is 415V (+6% and -10%) as per IS 12360. • Input Frequency is 50Hz ± 1.5 Hz • Input Supply Failure back-up: Battery backup for minimum 1 hour for the control system and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

3.1.4. Output Requirements The Charger shall be Bharat DC 001 of 15kW Capacity. It provides adaptive DC output suitable for 48V/72V vehicle battery configurations. The chargers should allow charging of one vehicle with maximum power (15kW). • DC Output voltage: 72 V • Output current: limited to 200A • Converter Efficiency: > 92% at nominal output power • Power factor: > 0.90 (Full Load) The service life of coupler and breaking capacity of the coupler as defined in Section 9 of IEC 61851-23.

3.1.5 Charger Configuration Type

Page 19 of 45

Type 2 - Single vehicle charging at 48V/ 72V with a maximum of 15 kW power.

3.1.6 Output Connector Requirements Number of Output: 1 -: to be used for 15 kW charging, Connector is GB/T20234.3.

3.1.7 Cable Requirements

1. Charging Cable Assembly: As per Section 10 of AIS 138 Part 2 / IEC-60245-6, except the functional characteristics defined as below: Functional characteristics : The maximum cord length will be 5meter, straight cable. 2. Cable Connection Type : supply cable will be with EVSE as per Case C defined in section 6.3.1 of IEC61851-1. 3. Cord Extension Set : No extension cord to be used, as per Section 6.3.2. of AIS 138 Part-1. 4. Adaptors : No adapters to be used as per Section 6.3.3 of AIS 138 Part 5. Storage means of the cable assembly and vehicle connector: EVSE should have storage for cable and connector when not in use, at a height between 0.4m to 1.5m above ground level, as per IEC 61851-23 Section 101.1.3.

3.1.8 User Interface & Display Requirements

Visual Indicator: Error indication, Presence of input supply indication, Charge process indication and other relevant information. Display Messages: Should display appropriate messages for user during the various charging stages like:

a. Vehicle plugged in / Vehicle plugged out b. Duration since start of charge, Time to charge, kWh c. Authorization status d. Idle / Charging in progress: SOC e. Fault conditions. f. Metering Information: Consumption Units. g. Running / Total Cost of the charging session

1. ON- OFF (Start-Stop) switches are simple push button type. 2. “Emergency Stop Switch” is mushroom headed push button type (Red color). 3. Display and Touch Screen Size is minimum 6 inches with 720x480 pixels TFT. 4. User Authentication as described in clause 3.1.3 (OCPP gives only a field mandate, media to be used is open). 5. Support Language: English.

3.1.9 Billing & Payment Requirements 1. Metering - metering as per units consumed for charging the battery of each vehicle as per Indian standards. 2. The DC output shall be metered and the energy consumed and total cost shall be displayed on the panel dynamically. 3. Payment – Smart Payment facilities shall be provided in EVCS and the amount shall be transferred to the KSEBL account specified.

Page 20 of 45

3.1.10 Mechanical Requirements 1. Ingress Protection: The minimum IP degrees for ingress of objects is IP 54 2. Mechanical Impact: As per IEC 61851-1 Section 11.11.2 3. Mechanical Stability: The EVSE - DC shall be installed as intended by the manufacturer's installation instructions. A force of 500 N shall be applied for 5 min in the horizontal direction to the top of the EVSE -DC in each of the four directions or in the worst possible horizontal direction. There shall be neither deterioration of the Electric vehicle charging station nor deformation at its summit greater than 4. 50 mm during the load application; 5. 10 mm alter the load application. 6. Cooling: Air cooled or forced cool for protection and safety of equipment from any fire hazards.

3.1.11 Protection Requirements Protection against Electric Shock: As per AIS 138 Part 1, Section 7.0 Effective earth continuity between the enclosure and the external protective circuit, as per AIS 138 Part 1 Section 6.4.1.2 2.1.1.10. Environmental Requirements • Ambient Temperature Range: 0 to 55°C as per 11.11.1.2 of AIS 138 Part 1 / IEC- 60068-2-14. • Ambient Humidity: 5 to 95% as per AIS 138 Part 1 section 11.2 / IEC 60068-2-30. • Ambient Pressure: 86 kpa to 106 kpa as per AIS 138 Part 1 section 11.11.2.4 / IEC 60529. • Storage temperature: 0 to 60°C.

3.1.12 Communication Requirements

3.1.12.1 EV – EVSE Communication

A dedicated CAN communication is used for digital communication between a DC EV charging station and an EV for control of DC charging. The physical layer shall be CAN bus over twisted pair cable and should comply with requirements defined in ISO 11898 -2:2003. The communication shall use the CAN framing format at a rate of 250 kbps, using 29-bit identifier of CAN extended frame.

The system definition for communication between DC EV charging station and electric vehicle shall follow IEC61851-24B. The application layer for this pair of communication is derived from GB/T 27930 protocol. The amendments in messages for control of DC charging are as below.

Below parameter specified as optional parameters in GB/T 27930 protocol should be made mandatory.

Vehicle Identification Number (VIN) Additional changes are as given in Annex B3 of Bharath DC-001 specifications stipulated in the Committee report published by GoI.

3.1.12.2 EVSE – CMS Communication

Page 21 of 45

The EVSE should be able to communicate with CMS using Open Charge Point Protocol (OCPP) 1.5 or higher version.

Communication interface: Reliable Internet connectivity. This shall be of enable handshaking between EVSE and CMS for its discovery, firmware version, vendor Version, vendor etc. It should authorize the operation, before electric vehicle can start or stop charging. EVSE should respond to CMS for the queried parameters. Reservation, cancellation addition and deletion of EVSE should be possible from CMS.

1. Metering: Metering as per unit consumption of the vehicle. Both the AC & DC outputs shall be metered separately. 2. Should be upgradable to next version of OCPP whenever it is released without any additional cost to KSEB.

3.1.13 Performance Requirements

1. DC Output Voltage and Current Tolerance

• DC Output current regulation in Constant Current Charging (CCC): ± 2.5 A for the requirement below 50 A, and ± 5 % of the required value for 50 A or more • DC Output voltage regulation in Constant Voltage Charging (CVC): Max. 2 % for the max rated voltage of the EVSE

2. Control delay of charging current in CCC • DC output current Demand Response Time: <1 s Ramp up rate: 20 A/s or more • Ramp Down rate: 100 A/s or more

3. Descending rate of Charging Current: EVSE should be able to reduce DC current with the descending rate of 100 A/s or more. 4. Periodic and random deviation (current ripple) DC output current ripple limit of EVSE  1.5 A below 10 Hz  6 A below 5 kHz  9A below 150 kHz

5. Periodic and random deviation (Voltage ripple) • Max. Ripple voltage: ±5 V • Max slew rate: ±20 V/ms

3.2 IS 17017 / IEC 61851 Compliant Charger (CCS-2)

3.2.1 General Requirements The method for charging an EV is to use an off-board charger for delivering direct current. The EV shall be connected to the EVSE so that in normal conditions of use, the conductive energy transfer function operates safely. • Energy transfer mode: Conductive • EVSE type: Dual-connector DC EVSE • No. of outputs: 2 x CCS type 2 • Charging mode: Mode 4 – DC Charging as per the IEC 61851 standards

3.2.2 Input Requirement

Page 22 of 45

• A.C. Supply System is 3 phase, 5 wire AC system (3 phases + N + PE) • Nominal Input Voltage is 415V (+6% and -10%) as per IS 12360. • Input Frequency is 50Hz ± 1.5 Hz • Input Supply Failure back-up: Battery backup for minimum 1 hour for the control System and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

3.2.3 Output Requirements • The 50kW Charger shall have two outputs, compliant with CCS type 2 standards as defined in IEC62196. • The maximum rated output of the Charger shall be limited to 50kW, where in two outputs shall charge the EVSE at a time capable of delivering full load. • The parameters such as DC voltage & current levels, efficiency, power factor etc. shall comply with the applicable IEC61851 series of standards for DC Conductive Charging Systems.

3.2.4 Cable Requirements The charging cable shall be at the EVSE side. The cable assembly, length, storage etc. shall comply with IEC61851.

3.2.5 Mechanical Requirements 1. Ingress Protection: The minimum IP degrees for ingress of objects is IP 54 2. Mechanical Impact: As per IEC 61851-1 Section 11.11.2 3. Mechanical Stability: The EVSE - DC shall be installed as intended by the manufacturer's installation instructions. A force of 500 N shall be applied for 5 min in the horizontal direction to the top of the EVSE - DC in each of the four directions or in the worst possible horizontal direction. There shall be neither deterioration of the Electric vehicle charging neither station nor deformation at its summit greater than

• 50 mm during the load application. • 10 mm alter the load application.

4. Cooling: Air cooled or forced cool for protection and safety of equipment from any fire hazards.

3.2.6 Protection Requirements i. Protection against Electric Shock: Hazardous live parts shall not be accessible. Exposed conductive parts shall not become a hazardous live part under normal conditions (operation as intended use and in the absence of a fault), and under single- fault conditions. Protection against electric shock is provided by the application of appropriate measures for protection both in normal service and in case of a fault. For systems or equipment on board the vehicle, the requirements are defined in AIS-038 (Rev.1) – For systems or equipment external to the vehicle, the requirements are defined in IEC 60364-4-41. Accessibility to live parts: When connected to the supply network, the EVSE shall not have any accessible hazardous live part, even after removal of parts that can be removed without a tool. All accessible parts (eg. metal enclosures) must be prevented

Page 23 of 45 from becoming hazardous live. Compliance is checked by inspection and according to the requirements of IS/IEC 60529 (IPXXB). ii. Disconnection of EV: One second after having disconnected the EV from the supply (mains), the voltage between accessible conductive parts or any accessible conductive part and earth shall be in compliance with IS 13252/IEC 60950. If the voltage is greater than 42.4 V peak (30 Vrms) or 60 V D.C., or the energy is 20 J or more, a warning label shall be attached in an appropriate position. Compliance is checked by inspection and by test. iii. Disconnection of EVSE: Conditions for the disconnections of the EVSE from the supply mains are identical to Clause (ii) of 2.1.2.6. iv. Fault protection: Protection against indirect contact shall consist of one or more recognized provision(s). According to IEC 60364-4-41, recognized individual provisions for fault protection are:

1. Supplementary or reinforced insulation 2. Protective equipotential bonding 3. Protective screening 4. Automatic disconnection of supply 5. Simple separatio n a. Supplementary measures: To avoid indirect contact in case of failure of the basic and/or fault protection or carelessness by users, additional protection against electric shock shall be required. An RCD (I∆N < 30 mA) shall be provided as a part of the EV conductive supply equipment for earthed systems. The RCD shall have a performance at least equal to Type A and be in conformity with standard IEC 60364-4-41 Where power supply circuits that are galvanically separated from mains and are galvanically isolated from earth, electrical isolation between the isolated circuits and earth, and between the isolated circuits and exposed conductive parts of vehicle and EVSE shall be monitored. When a fault condition related to the electrical isolation is detected, the power supply circuits shall be automatically de-energized or disconnected by the EVSE. b. Effective earth continuity between the enclosure and the external protective circuit, as per AIS 138 Part 1 Section 6.4.1.2

3.2.7 Environmental Requirements I. Ambient Temperature Range: 0 to 55°C as per 11.11.1.2 of IEC-60068-2-14. II. Ambient Humidity: 5 to 95% as per IEC 60068-2-30. III. Ambient Pressure: 86 kpa to 106 kpa as per IEC 60529. IV. Storage temperature: 0 to 60°C

3.2.8 Communication Requirements

The conductive digital communication between DC EVSE and EV shall comply with the IEC-61851-24:2014

3.2.8.1 Internet of Things – EVSE The Electric Vehicle Station Equipment shall be IOT enabled. The details about uptime, availability, charge status, power consumption etc as per OCPP 1.5 (or higher version) protocol shall be provided.

Page 24 of 45

The EVSE shall be provided with GPRS communication for EVSE to communicate with CMS. The GPRS services shall be provided by the successful bidder during the warranty and EXTENDED WARRANTY period.

3.2.9 User Authentication Mechanism The EV Charging units shall have user authentication mechanism with the help of which the Charging Stations shall be enabled for unmanned operation along with digitized cashless payment solutions. The important features /requirements are 1. The user authentication mechanism shall be through both mobile application and radio frequency identification (RFID) card reader type. 2. The user must be able to charge the vehicle only after the authorization of the Vehicle through RFID / Mobile app. 3. Once the user is authorized, user must agree to pay the amount which is auto- deducted from the linked payment account. 4. Only after the payment authorization, the charging process shall be initiated. 5. The RFID card reader shall be integrated type and shall be compatible with NFC technology. 6. The successful bidder shall also provide supporting RFID Cards/Tags for each of the charging stations. The user authentication mechanism shall strictly follow the OCPP 1.6 or above. The EVSE thus supplied shall be future proof to be operated as an unmanned EV Charging Station.

3.3 Bharat EV AC Charger (BEVC-AC001) This section presents the specifications of a Public metered AC outlet (PMAO) which is to provide AC input to the vehicle which has on-board chargers. This applies to electric road vehicles for charging at 230V standard single phase AC supply with a maximum output of 15A and at a maximum output power of 3.3kW. PMAO is a slow charger for low-power vehicles.

3.3.1General Requirements The EV shall be connected to PMAO for conductive energy transfer function. The system will have following general specifications: PMAO is supplied with three phase AC power and outputs single phase AC power. a. Energy Transfer Mode is Conductive. b. Each outlet will have up to three independent charging sockets. c. The PMAO has built-in metering, safety &monitoring. d. PMAO and Central Management System (CMS) communicate with each other to serve purposes of firmware, reservation, cancellation, addition and deletion of PMAOs etc. i. CMS should interact with the charger for its above functions, selected as per the user; or by the service provider for tariff related changes. ii. CMS will have interface to user app, and multiple chargers for managing all requests and responses.

3.3.2 Input Requirements a. A.C. Supply System is 3 phase, 5 wire AC system (3 phases + N +PE) b. Nominal Input Voltage is 415V (+6% and -10%)as per IS 12360

Page 25 of 45

c. InputFrequencyis50Hz±1.5Hz d. Input Supply Failure back-up: Battery backup for minimum 1 hour for the control system and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

3.3.3 Output Requirements i) Number of Outputs:3Type of each output: A.C., 230V (+6% and -10%) single phase as per IS 12360 ii) Output Details: 3 Independent charging sockets as per IEC 60309. Female connector to be used on the PMAO Side Output Current: Three vehicles charging simultaneously, each at 15A current iii) Output Connector Compatibility: IEC 60309 Industrial Blue connectors to be used. iv) Connector mounting: ensure IP 54. Angled connector mounted looking downwards for outdoor use is preferred. v) Double-pole breaking RCD (IEC 60309 Blue connector) of less than 30mA (As per section 7.4 of AIS 138 Part 1) is recommended. vi) Limiting Output Current: Circuit breaker for each outlet limited to 16A current output. Breaker should be reset to resume operation. vii) Output selection: the breaker inside to be energized in sequence - one round of all three phases before the second round. viii) Socket readiness: An LED to indicate that the socket is ready. ◦ Three LEDs, one for each Phase/socket shall indicate the readiness/in- use status ◦ LED failure/ LED not glowing shall mean that socket is not ready Isolation: Charger shall comply with class 1 or class 2 insulation class as defined in AIS 138 Part 1 and clause 3.3.2.

3.3.4 Interface and Display requirements 3.3.4.1 Visual Indicator: Error indication, Presence of input supply indication, Charge process indication and other relevant information. 3.3.4.2 Display Messages: PMAO should display appropriate messages for user during the various charging stages like 1. Suggestive sequence of charger operation 2. Vehicle plugged in / Vehicle plugged out 3. Duration since start of charge, kWh consumed 4. Authorization status 5. Fault conditions 3.3.4.3 ON- OFF (Start-Stop) switches ▪ Emergency Stop Switch is mushroom headed push button type (Red color), visible and easily accessible ▪ Display Screen Size is minimum 3.5” inches with 720x480 pixels, user interface can be touch screen or keypad. ▪ Metering Information: Consumption Units

3.3.5 Billing and Payment Requirements 3.3.5.1 Metering - metering as per units consumed for charging the battery of each vehicle as per Indian standards.

Page 26 of 45

3.3.6 Protection and Safety Requirements

3.3.6.1 Safety Parameters: Safety and protection to be ensured for India specific environment (As per AIS 138 Part1). 3.3.6.2 EMI/EMC: as per AIS 138-1 (section 11.11.3.2) 3.3.6.3 Start of Charging: The outlet will be locked and covered; the connector will be exposed to charging only after user authentication using user interface or mobile application. Only when the lock opens and connector is properly connected, the switch/relay will turn ON to feed power to EV. ▪ Lock will be opened only after full charging and authentication by user or the operator (the authentication procedure is detailed in Annexure B) ▪ Once disconnected, the charging session terminates. 3.3.6.4 Power failure: If there is a power failure, user is indicated ▪ If the user wants to terminate the session, the user can shut-off the switch and remove the plug ▪ If user does not remove the plug, the charging resumes when power comes back. 3.3.6.5 Interruption of Charging: i. Temperature based safety mechanism to trigger switching off of the charging to ensure the temperature is not more than 80°C for duration less than 10s. In such situation, anappropriate signal will be sent to turn the switch/relay OFF in order to stop the charging. Once disconnected, the charging session terminates. ii. If plug is taken out (for more than 2 seconds) and then reinserted for charging, the charging- session will disconnect. A new session will be required to continue charging. iii. These shall ensure that no one can remove a vehicle being charged and insert their own cable and use the infrastructure without paying or at someone else’s account

3.3.7 Mechanical Requirements 3.1.7.1 Suggested Cable Security: PMAO should have locking mechanism for the connector while charging. The vehicle may also have locking mechanism during charging to ensure the safety of the cable (Suggestion to OEM to have shutter lock for security purpose of the cable during charging session). 3.1.7.2 Mechanical Stability: i. Shall not be damaged by mechanical impact energy: 20 J (5 kg at 0.4 m) (Section 11.11.2.2. of AIS 138 Part1). ii. IP Ratings: IP 54 (Section 11.11.2.4. of AIS 138 Part 1 ). iii. Cooling: Air cooled or forced air cooled to protect the equipment against temperature hazards. 3.1.8 Environment Requirements • Ambient Temperature Range: 0 to 55°C • Ambient Humidity: 5 to 95% as per AIS 138 Part 1 section 11.2 • Ambient Pressure: 86 kpa to 106 kpa as per AIS 138 Part 1 section 11.11.2.4 • Storage temperature: 0 to60°C

Page 27 of 45

3.1.9 Communication Requirements 3.1.9.1 Communication between PMAO and Central Management System: Open Charge Point Protocol (OCPP) a. Protocol. ◦ The higher versions of OCCP if used should be compatible to OCCP1.5. ◦ Should enable handshaking between PMAO and CMS for discovery. ◦ It should authorize the operation, before electric vehicle can start or stop charging ◦ PMAO should respond to CMS for various queries and commands like reservation, cancellation and other functions specified on OCPP. 3.1.9.2 Metering: Metering as per units consumption of each vehicle 3.1.9.3 Interface between charger and central management system(CMS): Reliable Internet Connectivity

3.1.10 AC001 Specification Summary The specifications discussed previously are summarized in the table below:

Parameter Requirement

General Requirements 1 EVSE Type AC 2 Energy Transfer Mode Conductive Input Requirements 1 AC Supply System Three-Phase, 5 Wire AC system (3Ph.+N+PE) 2 Nominal Input voltage 415V (+6% and -10%) as per IS 12360

3 Input Frequency 50Hz, ±1.5Hz 4 Input Supply Failure backup Battery backup for minimum 1 hour for the control system and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

Environmental Requirements 1 Ambient Temperature Range 0 to 55°C 2 Ambient Humidity 5 to 95% 3 Ambient Pressure 86 kpa to 106 kpa 4 Storage temperature 0 to 60°C Mechanical Requirements 1 Suggested Cable Security PMAO and the vehicle connector outlet to have provision for locking mechanism during charging to ensure the safety of the cable 2 Mechanical Stability Shall not be damaged by mechanical impact energy : 20 J (5 kg at 0.4m) 3 IP Ratings IP 54 4 Cooling Air cooled or forced air cooled to protect the equipment against temperature hazards

Output Requirements

Page 28 of 45

1 Number of outputs 3 2 Type of each output 230V (+6% and -10%) single phase, 15A as per IS 12360 A.C.

3 Output Details 3 Independent charging sockets, given in Annex-A 4 Output Current Three Vehicles charging simultaneously, each at 15A current 5 Output Connector Compatibility IEC 60309 6 Limiting output current Circuit breaker for each outlet limited to 16A current output. Breaker should be reset to resume operation 7 Connector Mounting Angled connector mounted looking downwards for outdoor use 8 Isolation class 1 or class 2 insulation as per AIS138 (3.3.1 and 3.3.2)

User Interface & Display Requirements 1 ON- OFF (Start-Stop)switches Mandatory 2 Emergency stop switch Mushroom headed Push button type (Red color), visible and easily accessible 3 Visual Indicators Error indication, Presence of input supply indication, Charge process indication and other relevant information 4 Display size Minimum 3.5” inches with 720 x 480 pixels, user interface through touch screen /keypad 5 Display Messages EVSE should display appropriate messages for user during the various charging states like • Vehicle plugged in / Vehicle plugged out

Fault conditions; metering: units consumption; Duration since start of charge, Time to charge, kWh 7 Metering Information Consumption Units Billing & Payment Requirements 1 Metering Metering as per units’ consumption for charging each vehicle Communication Requirements 1 Communication between Open Charge Point Protocol (OCPP) 1.5 protocol or higher EVSE and Central Server versions compatible to OCPP 1.5

2 Metering Metering as per units’ consumption of each vehicle 3 Interface between charger and Reliable Internet Connectivity central management system(CMS) Protection & Safety Requirements 1 Safety Parameters Safety and protection to be ensured for India specific environment (As per AIS 138 Part1)

Page 29 of 45

2 Start of Charging The outlet will be locked and covered, the connector will be exposed to charging only after user authentication using user interface or mobile application. Only when the lock opens and connector is properly connected, the switch/relay will turn ON to feed power to EV. Lock will be opened only after full charging and authentication by user or the operator. Once disconnected, the charging session terminates. The authentication procedure is detailed in Annex B. 3 Power failure If there is a power failure, user is indicated about this. The charging resumes when power comes on. If the user wants to terminate the session during power failure, the user can shut-off the switch and remove the plug

4 Interruption of Charging Connector terminals to be mounted with temperature sensors to avoid burning of connectors. Safety mechanism to trigger switching off of the charging at temp.>80°C for a duration <10s.In such situation, an appropriate signal will be sent to turn the switch/relay OFF to stop the charging. Once disconnected, the charging sessionterminates.

If the above locking mechanism is mandated then the following point won't be required: If plug is taken out(for more than 2 seconds) and then reinserted for charging, the charging-session will disconnect. A new session will be required to continue charging to ensure that no one can remove a vehicle being charged and insert their own cable and use the infrastructure without paying or at someone else’s account

3.1.11 Type testing

Clause No. of Criteria Sr. No Parameter AIS 138 Part 1

1 Safety functions Earth Presence Detection 19.4.1.1 Verification (Socket - EVSE) Earth Continuity Check 19.4.1.2 (EVSE-EV) Over Current and Short- Circuit 19.4.1.5 Protection Leakage Current (RCD) 19.4.1.6 Dielectric withstand voltage 11.19.1 2 Mechanical Stability Mechanical impact 11.11.2.2 IP TESTING 11.11.2.4 3 Climatic Ambient air temperature 11.11.1.2 environmental tests Ambient humidity 11.11.1.4

Page 30 of 45

4 EMC Verification Immunity to electrostatic 11.11.3.2 Discharges Supply voltage dips and 11.11.3.2 interruptions. Fast transient bursts 11.11.3.2 Voltage surges 11.11.3.2

4. Type Test of EVSE The EVSEs shall conform to the Bharath Standards, IEC/IS standards and be type tested at any of the ARAI certified, International laboratories respectively for various safety, electrical & mechanical requirements as per the standards.

SlNo Criteria Parameter

1 Safety Functions Earth Presence Detection (Socket – EVSE)

Earth Continuity Check (EVSE-EV)

Over Current and Short Circuit Protection

Leakage Current

Dielectric withstand voltage

2 Mechanical Stability Mechanical Impact (IEC 62262)

2 Mechanical Stability IP testing (IEC60529)

3 Climatic Environmental Ambient air temperature (IEC 60068-2-14)

3 Climatic Environmental Ambient air humidity (IEC 60068-2-30)

3 Climatic Environmental Temperature Rise Test (IEC TS 61439-7)

4 EMC Verification Immunity to electrostatic discharges (IEC 61000-

4 EMC Verification Supply voltage dips and interruptions (IEC61000-

4 EMC Verification Fast transient bursts (IEC 61000-4-4)

4 EMC Verification Voltage surges (IEC 61000-4-5)

4 EMC Verification Radiated Electro Magnetic disturbances Electrical field (30MHz – 1000 MHz) (IEC 61000- 4-3)

4 Civil and Electrical Works

1. Construction of platform is in the scope of successful bidder. 2. Canopy for the EVCS as per the approved design of KSEBL shall be provided by the Bidder. The Canopy shall include the following:

o Hood canopy structure on the top of the EV Charger with sufficient LED panel lights for illumination during evening hours.

Page 31 of 45

o An auto day-light sensor enabled or remotely through ON/OFF using GPRS. o ACP sheet of minimum thickness of 4mm shall be used for the canopy structure. The facia of canopy shall also be of ACP. ACP false ceiling shall be provided. o ACP clad steel pipes shall be used for supporting the canopy structure. o Hood structure should be supplied with pre-branding as approved by KSEBL. o The hood canopy structure should be painted & rust free. o Proper wiring conduits or channels should be used to avoid the theft of electricity. o LED panel lights should be 12V/24V DC operated & will be powered from the EV charger o Bollards around each EV station to protect chargers from vehicle impacts, concrete/MS painted bollards as per site requirement should be used of appropriate thickness (atleast 5 inches) o Minimum four bollards should be used at the front/side/rear of charger. o The bidder should put up relevant signage/markings for identifying the KSEBL parking spot. o Vehicle parking space marking is in the scope of bidder. Vehicle space marking designed shall be approved by KSEBL. 3. The successful bidder shall submit and got approved the drawings for the platform required for installing the Charging Unit(s) showing dimensions before commencing of work. 4. The following works will come under the scope of the contractor: 5. Canopy for the charging station. 6. Vehicle stoppers to avoid vehicle – charger collision. 7. There shall be suitable illumination, 2x8 Amps power sockets for the shelter. 8. All the metal parts shall be painted with anti-rust blue paint. 9. The front of the shelter shall be provided with a name board as approved by KSEBL. 10. Marking of parking space for 2nos of 4wheeler vehicles with sufficient space between the vehicles. 11. Necessary firefighting equipment shall be provided. 12. Operating procedure / instructions and distance to neighboring station shall be displayed. 13. Extension of Power Supply to the CS will be done by KSEBL. However, the successful bidder shall ensure proper safety measures while executing the line works. KSEBL shall not be responsible for an undesired incident that occurs because of not ensuring safety the successful bidder. 14. Also each charging station created shall be subjected to the inspection and approval of the Electrical Inspectorate, before commissioning. 15. KSEBL will not be responsible for any damage caused due to negligence of the contractor during the execution of the works. 16. The EV Charging Stations must be installed so that any socket outlet of supply is at least 800 mm above the finished ground level. 17. The EV Charging Stations must use the armored type cable from EV Charging Station to the Electric Vehicle and the length of the cable shall be 05 metres. 18. Also each charging station created shall be subjected to the inspection and approval of the Electrical Inspectorate, Government of Kerala before commissioning.

Page 32 of 45

19. KSEBL will not be responsible for any damage caused due to negligence of the contractor during the execution of the works. 20. The EV Charging Stations must be installed so that any socket outlet of supply is at least 800 mm above the finished ground level. 21. The EV Charging Stations must use the armored type cable from EV Charging Station to the Electric Vehicle and the maximum length of the cable shall be limited to 05 metres.

5 Labeling of EVSE The EVSEs shall be labeled with KSEBL logo on the front panel of Canopy. The logo will be furnished to the successful bidder before the issue of delivery instructions. The logo shall be of vinyl sticker type. Further the platform for vehicle shall be painted indicating the electric vehicle parking space with symbols/ logos as shown below:

Inside of the shelter painting/name board shall be made to indicate the “Bay” numbering for each parking space. Example: Bay – 1, Bay – 2 etc.

6 Smart Meters The EV Charging Stations shall be provided with Smart Energy Meters for measurement of Electrical Energy Consumption. The 3 Phase, 4 Wire LT CT Operated Smart Energy Meter shall comply with the applicable IS16444:2017 (part 2) and IS15959:2017 (part 3) standards. The general meter specifications shall comply with the IS14697:1999 Class 0.5S accuracy and shall be tamper proof complying with IP65 rating. The type test certificates shall be submitted along with the GTP for approval. The same shall be verified by KSEB during the pre-dispatch inspection and the testing shall be arranged by the bidder at meter manufacturer facility/ NABL accredited laboratories

7 Certification The EV Chargers must be ARAI certified.

8 Quality Control and Inspection 1. The bidder shall be wholly responsible for the quality and performance of the supplied charging equipment as per the tendered specifications. 2. KSEBL reserves the right to visit the manufacturing site or the supply chain for quality inspection at any time. KSEBL at its discretion may order the testing of random samples either at the implementation partner’s premises (if an ARAI-accredited testing

Page 33 of 45 laboratory is available) or at any other third-party ARAI accredited laboratory at cost of the successful bidder. 3. After testing, if the charging equipment are found not matching the specifications at given test parameters, KSEBL at its discretion may order for cancellation of complete order or cancellation of the complete lot of product. The complete loss shall be to the account of the bidder. 4. The items shall be supplied in proper packing (as per relevant IS, if any) to avoid any damage during transit, storage and delivery. The bidder shall be responsible to transport and insure the charging equipment till their delivery at project site.

9 Pre-Dispatch Inspection 1. All materials/equipment manufactured by the bidder against the Letter of Award (LOA) shall be subjected to inspection, check and/or test by the KSEBL or its authorized representative at all stages and place, before, during and after the manufacture. 2. The bidder shall maintain and provide statutory test certificates for each supplied batch, confirming compliance to the technical specifications and other tender requirements. 3. If upon delivery, the material/ equipment does not meet the specifications, the material/ equipment shall be rejected and returned to the bidder for repairs/modifications etc. or for replacement. In such cases, all expenses including the to and fro freight, repacking charges, any other costs etc shall be to the account of the bidder. 4. All tests shall be carried out as per the standards and the successful bidder shall submit the relevant test reports. 5. The following routine tests shall be conducted, in addition to the aforementioned tests, before the dispatch of the EVSE in the presence of representatives of KSEB at the successful bidder’s manufacturing/ testing facility.

 Insulation test: The insulation resistance values shall be verified as per.  Performance test: The EVSE shall be tested for its performance at various loading and voltage levels.  Alarms test: The alarm conditions shall be simulated to test the functionality of alarm  Protective Devices test: The functioning of the protection devices shall be tested.  CAN Protocol Test: The CAN signals shall be tested with the help ofthe simulation/ by capturing the CAN control signals.

The list of tests mentioned above is not exhaustive. However, the tests to be conducted in the presence of KSEBL authority will be intimated to the successful bidder at least 01 week prior to the inspection date. 6. The successful bidder / manufacturer shall make necessary arrangements for carrying out the routine tests mentioned above in the test facility of the manufacturer / ARAI certified laboratories. The tests are not limited to above but additional tests may be insisted by KSEB as requirement arises.

10 TESTS 1. The vendor needs to get the samples to be type tested under KSEBL supervision at an ARAI/NABL/ILAC accredited third party laboratory. The samples for such tests

Page 34 of 45 would be identified by KSEBL and cost of the sample and shipping shall be borne by the bidder. 2. During the contract duration, KSEBL at bidder cost shall conduct additional type tests, if required, at ARAI-accredited laboratory to maintain check on the supplied product. The random sample for such tests would be identified by KSEBL and can be from the manufacturing/ supply chain/customer facility.

11 Documentation along with the supply of EVSE The successful bidder shall provide the following documents (both hard and soft copy) to KSEBL for reference: a. Manual / Guide: User manuals, FAQ, OEM Functional Manuals and Installation Guides, Business process & guides and Troubleshooting guides. b. Firmware c. Certificates: Equipment warranty, inspection & tests Sl. Parameter Specification No. 1 Technical Information a) Dimensional Drawing of Panels along required with minimum clearance to be along with Offer maintained for effective cooling, and Weight b) Technical Catalogue of DC Charger System being offered c) Reference list for similar rating DC Chargers giving the following: Model number, Application, Rating, Year of supply and commissioning.

2 Information / Confirmations a) After Sales Service and Support shall required along with offer be given by the Vendor for a minimum period of 15 (fifteen) years after commissioning. Address of the Sales and Service Representatives in India with complete Contact details: Name/Telephone/Email are to be provided during detailed Engineering. b) Vendor shall give a notice of at least 1 year to the end user of the equipment and KSEBL before phasing out the product / spares to enable the end user for placement of order for spares and services.

Page 35 of 45

3 Information required for a) Dimensional Drawing of Panels along Customer/ Consultant with minimum clearance to be Approval (within 2 weeks maintained for effective cooling, and from Weight the date of LOA of rate b) Schematic Diagram contract) c) Bill of Materials for equipment to be supplied d) Feeder Requirements – UPS, 230V AC and 415V supply e) Losses at Rated Load (including Fans) f) Technical Catalogue of DC Charger System being offered h) Test Protocol and Quality Plan i) Type test certificates of similar rating equipment 1)Short circuit test and Impulse withstand for the panels 2) Degree of protection and EM immunity and Emission for DC Charger panels.

4 Information Required along a) Erection, Commissioning and with Maintenance Manuals along with Final Supply. Drawings and Documentation, FAQ, Maintenance Manuals and OEM Documentation Functional manuals, Installation guides, Business process guides and troubleshooting guides – 3 Copies b) 1 no. CD ROM consisting of the above. c) Test and Guarantee/Warranty Certificates. d) Complete Bill of Material (item wise) for the equipment supplied. e) Firmware f) Certificates: Insurance, tests

Other than the certificates, the above mentioned documents shall be provided in word format to provide flexibility of customization if required.

12 Installation & Commissioning Commissioning of Charger System at Customer place shall be in the scope of the Bidder. Final Acceptance shall be based on successful completion of the same. Any replacement of failed/damaged items during commissioning shall be exclusively at Bidder’s cost. Bidder is advised to stock necessary spares and ensure easy availability to facilitate trouble free commissioning.

13 Functional Guarantees The EVSE set up by the successful bidder shall be under trial inspection/ testing for a period of 15 days during which the EVSEs shall not be turned off manually or from the CMS. (Condition arising due to failure of power supply from the mains, work which is

Page 36 of 45 not carried out by the successful bidder is exclusion). Certain parameters / conditions are monitored to assure the functional guarantee of the EV Charging Stations. The parameters monitored are: 1. Visual indication of Errors, Input power supply condition, Charge process indication etc. at specified intervals. 2. Proper display of the events such as

o Vehicle plugged in / out. o Duration since start of charge, time to charge, kWh etc. o Authorization status o Status of Charge (SOC) to be matched with the SOC displayed inthe vehicle. o Fault Conditions. o Functioning of the Emergency Stop Switch. o User Authentication o Metering information: Energy Audit

3. Failure of power supply: Battery backup for minimum 1 hour for the control system and billing unit. Data logs should be synchronized with. CMS during back up time, in case battery drains out. 4. Cooling System in case of forced air cooling. 5. Performance requirements: • Converter Efficiency > 92% at nominal output power • Power factor > 0.9 @ full load.

14 Handing Over

After the commissioning the Contractor shall hand over the complete system to KSEBL after imparting proper training to the designated personnel. Any component found defective/ inefficient/ worn out shall be rectified/ replaced/ made good at contractor’s cost before handing over the system to the KSEBL. In order to ensure longevity & safety of the core equipment and optimum performance of the system the Contractor should use only genuine spares of high quality standards.

15 Warranty: 1. The Contractor warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Contractor further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Employer's Specifications) or from any act or omission of the Contractor, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination. 2. This warranty of all the Works shall remain valid for 2 year after handing over. During the warranty period of 24 months from the date of handing over, the Contractor shall repair/ replace free of cost, any defect noticed in the works and/or any damage or defects or functional failure noticed in any accessory transported or installed by the Contractor which fails or proves unsatisfactory under normal operations due to his faulty material handling or workmanship. In addition, any defect

Page 37 of 45

or failure developed after commissioning shall also be rectified/ necessary component or equipment replaced free of cost during the warranty period. The Contractor shall, in addition, comply with the performance and/or guarantees specified under the Contract. 4. Upon receipt of notice from the custodian, the Contractor shall, within the period of 15 days and with all reasonable speed, repair or replace the defective Goods or parts thereof, free of cost at the ultimate destination. The Contractor shall take over the replaced parts/goods at the time of their replacement. No claim whatsoever shall lie on the Employer for the replaced parts/goods thereafter.

In the event of any correction of defects or replacement of defective material during the Warranty period, the Warranty for the corrected or replaced material shall be extended to a further period.

5. If the Contractor, having been notified, fails to remedy the defect(s) within 15 days, the Employer may proceed to take such remedial action as may be necessary, at the Contractor's risk and expense and without prejudice to any other rights which the Employer may have against the Contractor under the Contract. The performance guarantee and liquidated damaged be entitled to be recovered without prejudice to other rights of the Employer.

6. During the EXTENDED WARRANTY period, the successful bidder shall ensure sufficient stock of spares.

16 EXTENDED WARRANTY The successful bidder shall provide EXTENDED WARRANTY services for 03 years from the date of expiry of warranty period. The terms and conditions of the warranty period shall be applicable during the EXTENDED WARRANTY period also. However the payment shall be released annually for the extended warranty period. The contractor shall stick to the requirements of KSEBL in all aspects of the work during this period.

17 Functional support of the station Functional support means ensuring minimum downtime of the station for a period of five years after handing over ie. During warranty period and subsequent extended warranty period.

The responsibilities/ works during this period shall include:

1. All the activities required to ensure smooth operation as well as minimum interruption of the station. 2. Stocking of sufficient spares 3. Carrying out the routine maintenance of the station 4. Upgradation/ updation of the firmware as and when released by the OEM/ competent authority, complying with the latest standards. 5. During these 5years, if the contractor fails to attend the faults within time limits specified, penalty shall be applicable as given in the table below. Penalty shall be settled annually by raising invoice to the contractor. If the contractor fails to remit the amount, if any after adjusting the annual payment towards extende warranty, the balance amount shall be deducted from the performance BG and the contractor shall be required to replenish the BG in such case.

Page 38 of 45

Sl. Defined Validation Requirement Penalty No. Parameter Procedure

1 Replacement of The faulty EVSE Certificate by More than 24 hours and up to faulty EVSE: shall be repaired the Engineer 48 hours: The faulty EVSE and/ or replaced in charge 2% penalty of the value of shall be repaired within 24 working concerned EXTENDED WARRANTY and/or replaced hours from the Charges approved for that (during the complaint. month. EXTENDED More than 48 hours and up to WARRANTY 72 hours: period) by the 4% penalty of the value of successful bidder EXTENDED WARRANTY within the defined Charges approved for that duration. month. 72 hours plus: 6% penalty of the value of EXTENDED WARRANTY Charges approved for that month.

15. Mobile app services: The contractor shall make available a mobile application for online booking, billing & payment; The application shall enable the user to locate the nearest compatible charging stations and reserve the available slot for current use. It shall give information regarding the various charging/ payment options available, cost of charging etc. Also it could start a charge from the customer’s phone, track usage, and manage payments.

The mobile application services for management of the PCS have to be maintained by the contractor during the contract period. Integration facility to the future control centre shall also be ensured. After the contract period KSEB shall have the right to use the application.

19. Documents for Review/ Approval The contractor shall prepare and furnish the listed documents for review or approval by the Agreement Authority. 1. Test Certificates of the EVSEs. 2. Guaranteed Technical Particulars (GTP) of the materials supplied by the contractor. 3. Technical Drawings:  Dimensional drawings of EVSEs.  Civil layout drawings of the proposed EV Charging Stations.  Wiring Diagram of the EV Charging Station.  Internal wiring diagram of EVSE.

20. General safety requirement for electric vehicle charging stations:

i) All EV charging stations shall be designed, installed, tested, certified, inspected and connected in accordance with these provisions.

Page 39 of 45 ii) All EV charging stations shall be provided with protection against the overload of input supply and output supply fittings. iii) All EV charging stations shall be installed so that any socket-outlet of supply is at least 800 mm above the finished ground level. iv) A cord extension set or second cable assembly shall not be used in addition to the cable assembly for the connection of the EV to the Electric Vehicle Charging Point. A cable assembly shall be so constructed so that it cannot be used as a cord extension set. v) Adaptors shall not be used to connect a vehicle connector to a vehicle inlet. vi) EV parking place should be such that the connection on the vehicle when parked for charging shall be within 5 metre from the EV charging Point. Note: maximum length of the supply lead is 5m. vii) Portable socket-outlets are not permitted to be used for EV charging. viii) Suitable lightning protection system shall be provided for the EVs charging stations as per IS/ IEC 62305. ix) The EVs charging stations shall be equipped with a protective device against the uncontrolled reverse power flow from vehicle. x) Disconnection of EV: One second after having disconnected the EV from the supply (mains), the voltage between accessible conductive parts or any accessible conductive part and earth shall be less than or equal to 42.4 V peak (30 V rms) , or 60 V D.C., and the stored energy available shall be less than 20 J (as per IEC 60950). If the voltage is greater than 42.4V peak (30V rms) or 60V DC, or the energy is 20J or more, a warning label shall be attached in an appropriate position on the charging stations. xi) Locking of the coupler: A vehicle connector used for D.C. charging shall be locked on a vehicle inlet if the voltage is higher than 60V DC The vehicle connector shall not be unlocked (if the locking mechanism is engaged) when hazardous voltage is detected through charging process including after the end of charging. In case of charging system malfunction, a means for safe disconnection may be provided. xii) Protection against overvoltage at the battery: The DC EV charging point shall disconnect supply of electricity to prevent overvoltage at the battery, if output voltage exceeds maximum voltage limit sent by the vehicle. xiii) Verification of Vehicle Connector Voltage- The EV Charging station shall not energize the charging cable when the vehicle connector is unlocked. The voltage at which the vehicle connector unlocks shall be lower than 60 V.

21. Earth protection system for charging stations: i) Co-ordination of various protective devices shall be required. ii) All EV charging stations shall be provided with an earth continuity monitoring system that disconnects the supply in the event that the earthing connection to the vehicle becomes ineffective. iii) Earthing of all EV charging stations shall be TN system as per IS 732. iv) Detection of the electrical continuity by the protective conductor: A protective earth conductor shall be provided to establish an equipotential connection between the earth terminal of the supply and the conductive parts of the vehicle. The protective conductor shall be of sufficient rating to satisfy the requirements of IEC 60364-5-54.

Page 40 of 45

22. Requirement to prevent fire for EVs Charging Stations: Firefighting system for EVs Charging Stations shall be as per relevant provisions of CEA (Measures Relating to safety and Electric Supply) Regulations 2010. i) Enclosure of charging stations shall be made of fire retardant material with self- extinguishing property and free from Halogen. ii) Fire detection, alarm and control system shall be provided as per relevant IS.

21. Testing of EVs charging stations: i. All apparatus of EV Charging Station shall have the insulation resistance value as stipulated in the relevant IEC 61851-1. ii. Any testing as specified in the manufacturer’s instructions for the RCD and the EV charging station.

22. Maintenance of Records: i. To be tested/inspected by owner/ electrical Inspector/ CESE and keep records that the EV charging station has been designed, constructed and labeled to be compatible with a supply of standard voltage at a nominal frequency of 50 Hertz; ii. Keep records of the relevant test certificate as indicated in these guideline and as per IEC 61851 standard.

23. Periodic maintenance and assessment of EV charging Stations:

i) An electric vehicle charging station custodian shall arrange periodic test/inspection of an EV charging station or EVSE should be carried out by electrical inspector/CESE in every four years. ii) The owner/operator shall establish and implement a safety assessment programme for regularly assessing the electrical safety of EVSE, conductors and fittings. iii) The owner/operator shall keep records of the results of every periodic assessment and details of any issues found during the assessment; and any actions required to be taken in relation to those issues. iv) The owner/operator shall retain a copy of all records, whether in hard copy or electronically, for at least seven years and shall provide a copy of the records to the inspecting officers.

24. Standards for charging stations: i. Safety provisions of all A.C. charging stations shall in accordance with IEC 61851- 1, IEC 61851-21, IEC 61851-22 and IEC 61851-24. ii. Safety provisions of all D.C. charging stations shall in accordance with IEC 61851- 1, IEC 61851-21, IEC 61851-23 and IEC 61851-24 iii. Where the connection point is installed outdoors, or in a damp location, the equipment shall have a degree of protection of at least IPX4 in accordance with IEC 60529. iv. IS 17017

Page 41 of 45

ANNEXURE II Tentative List of locations

Sl No Location Owned by District

1 International Airport Government 2 CET-Thiruvananthapuram Government

3 Nalikera Vikasana Corporation, Mamom () Government

4 Powerhouse KSEBL Trivandrum 5 Electrical Division Neyyatinkara KSEBL

6 Electrical Section KSEBL

7 Electrical Section Vizhinjam KSEBL 8 Karunagapally Substation KSEBL 9 Vydyuthibhavanam, Kottarakkara KSEBL

10 Vydhyuthi Bhavanam, Pathanamthitta KSEBL

11 Substation KSEBL Pathanamthitta 12 Govt. land Pathanamthitta Government 13 Pamba Section Office KSEBL 14 Punnapra Substation premises KSEBL 15 Civil Circle Pallom KSEBL 16 East Section KSEBL Kottayam 17 Gandhinagar substation KSEBL 18 Vydhyuti Bhavanam, KSEBL Idukki 19 Vandiperiyar Substation KSEBL 20 Substation KSEBL 21 Substation KSEBL

22 Electrical Sub Division, Shornur KSEBL 23 Airport Government 24 Venniyoor (Kakkad) KSEBL 25 Circle Office KSEBL Wayanad 26 Kanjanhad Substation KSEBL Kasargod

Page 42 of 45

ANNEXURE – III

DECLARATION BY BIDDER

I hereby declare that I am not in any way related to any KSEB Limited’s servant who is in charge of or having control of this bid. I agree that if, at any stage, it is found that this deed declaration is untrue, the earnest money/ performance guarantee paid by me will be forfeited and the contract entered will stand canceled.

It is understood that the relationship with the KSEB Limited servant referred to herein will be restricted to my Father, Mother, Son, Daughter, Brother, Sister, Direct Uncle, Nephew, Father-in-law, Mother-in-law, Brother-in-law, Sister-in-law and First Cousins of the Officer concerned.

Place :

Date :

Name and Address of Bidder

KERALA STATE ELECTRICITY BOARD LTD

Annexure -IV PROFORMA – A BID NO.KSEB/REES/eP/...... /2019-20 dated .../...... /2019

Note :- Please furnish the details of your offer in the following proforma. No column shall be left unfilled.

Bidders Name

Designation

Address for communication with PIN code of the post office

Mobile phone Number (Minimum two) e- mail id

Date

ANNEXURE – V CHECK LIST Please read the eligibility conditions (Section III) and give specific answers against each of the following questions. The relevant page numbers of the supporting documents shall be given in the appropriate column. Sl. No. Mark whichever is applicable Yes No Page number of supporting document submitted if any 1) Whether EMD and Bid Submission Fee remitted through online as a single

payment 2) Whether bid agreement submitted in hard copies 3) Whether Bid form submitted by online

4) Whether bid was submitted through online 5) Whether Bid quoted with fixed price

6) Whether the item is guaranteed for the earliest of 36 months from the date of acceptance and 30 months from the date of commissioning 7) Whether the GCC, conditions mentioned in the tender for the schedule of supply, conditions of payment, penalty,

guarantee and delivery schedule are accepted 8) Whether the Solvency/ Net worth certificate is furnished in hard copy 9) Whether Quoted Basic price, freight and transit cum one month storage,

insurance, all inclusive rate and total all inclusive price 10) Whether the item is covered by insurance during transit and for one month’s

storage at the store of KSEBL 11) Any other taxes mentioned and if so relevant documents submitted 12) Whether full quantity quoted

13) Whether agrees to split up the order by KSEBL with another bidder 14) Whether Conditional offer is submitted

15) Whether submitted documents in full shape 16) Whether the firm accepts General Conditions of Contract and schedule of

supply 17) Whether Complete details of commercial terms stated in the bid 18) Whether the item will be supplied in anywhere in Kerala without extra cost and supplier will bear the loading and unloading charges 19) Whether objection to provide essential and necessary fittings if any not mentioned in the specification without extra cost 20) Whether the Solvency/ Net worth certificate is furnished in hard copy

Place :

Date :

Name and Address of Bidder