Request for Proposal for Providing Third Party Inspection for 2KWP Capacity Each off-grid Solar Power Generating Systems (Power Plants) at 601 Locations, Regional Commissioner’s

Jurisdiction Wise across

Karnataka Renewable Energy Development Limited (A Government of Karnataka Enterprise) #39, Shanti Gruha, Bharat Scouts & Guides Building, Palace Road, -1 Contact Numbers: 080-22282220/22207851/22208109. Fax: 080-22257399

E-Mail: [email protected]/[email protected] Website: www.kredltest.in

1

Table of Content

1 Introduction ...... 5

1.1 Key Events & Dates ...... 5

1.2 Address for Communication ...... 6

2 Scope of Work ...... 6

2.1 Preparation ...... 6

2.2 Tests to be covered ...... 6

2.3 Test Report ...... 6

2.4 Manpower Requirement ...... 7

2.5 Implementation Schedule and manner of execution ……………………………….7

3 Service Level Agreement ...... 8

4 Bidding Process ...... 8

4.1 Procurement of RFP Document ...... 8

4.2 Clarification on Tender Document ...... 9

4.3 Pre-bid conference ...... 9

4.4 Amendments to RFP ...... 9

4.5 Submission of Bid ...... 10

4.6 Authentication of Bid ...... 10

4.7 Validation of interlineations in Bid ...... 10

4.8 Cost of Bidding ...... 10

4.9 Site Visit ...... 10

4.10 Language of Bids ...... 10

4.11 Bid Prices ...... 10

4.12 Bid Currencies ...... 11

4.13 Bid Security (Earnest Money Deposit) ...... 11

4.14 Bid Validity Period ...... 12 2

5 Bid Evaluation & Vendor Selection ...... 12

5.1 Opening of Bids ...... 12

5.2 Bid Evaluation Process ...... 13

5.3 Evaluation of Pre Qualification Bid ...... 13

5.4 Technical Evaluation Criteria ...... 13

5.5 Evaluation of Commercial bids ...... 14

5.6 Bids Not Considered For Evaluation ...... 14

5.7 Rejection Criteria ...... 14

5.8 Rectification of Errors ...... 15

5.9 Notification of Award ...... 15

5.10 Discharge of Bid Security ...... 16

5.11 Contacting KREDL ...... 16

6 General Terms & Conditions ...... 16

6.1 Expenses for the Contract ...... 16

6.2 Failure to abide by the Agreement ...... 16

6.3 Consortium ...... 16

6.4 Bank Guarantee for Contract Performance ...... 16

6.5 Concessions permissible under statutes ...... 17

6.6 Income Tax Liability ...... 17

6.7 Duration of the Contract ...... 17

6.8 Ownership of the equipments ...... 17

6.9 Notices ...... 17

6.10 Force Majeure ...... 17

6.11 Arbitration ...... 18

6.12 Taxes & Duties ...... 18 3

6.13 Termination of Contract ...... 18

6.14 Suspension of Work ...... 19

6.15 Representations and warranties...... 19

6.16 Approval / Clearances ...... 20

6.17 Liquidated Damages ...... 20

6.18 Penalty ...... 21

6.19 Consequences of Termination ...... 21

6.20 Right of Monitoring, Inspection and Periodic Audit ...... 22

6.21 Terms of Payment ...... 22

7 Tender Response ...... 22

7.1 Pre bid Evaluation ...... 22

7.2 Technical Evaluation ...... 24

7.3 Commercial Evaluation ...... 26

8 Annexure ...... 27

8.1 Annexure 1 - Contract Agreement ...... 27

8.2 Annexure 2 - Contract suggested format of curriculum vitae ...... 28

8.3 Annexure 3 - Instructions for Furnishing Bank Guarantee ...... 29

8.4 Annexure 4 - Proforma of Bank Guarantee towards Performance Security ..... 30

8.5 Annexure – 5 – Scope of Work………………………………………………………….33

8.6 Annexure – 6 - Regional Commissioner’s Jurisdiction Wise………………………35

8.7 Annexure – 7 - Specifications of tender……………………………………………….52

9 Table………………………………………………………………………………………………62

9.1 Table – 1 – Particulars to be submitted in the Commercial Bid …………………..62

4

1 Introduction

Karnataka Renewable Energy Development Karnataka (KREDL) has awarded Revenue Region wise (Bangalore, , Belguam and ) works for Supply, Installation, Commissioning and Maintenance of 2KWP Capacity each off-grid solar power generating System (Power Plant) for 601 locations across Karnataka.

1. Now, KREDL intends to have 100% Inspection/ Testing (percentage may vary) of Solar Panels, Inverters, Batteries, Cables, PVC Mounting of these solar power systems by a third party after the successful installation at the sites, to confirm the products as per the specifications of tender. (Annexure - 7).

2. The components of 2KWP Capacity each off-grid solar power generating Systems (Power Plant) to be tested as per the specifications of tender.

3. Bids are invited from Government, Quasi-Government and non-Government Laboratories or Private Organizations with National Accreditation Board for Testing and Calibration Laboratories (NABL)/Ministry of New and Renewable Energy (MNRE) accreditation for on-site testing and post delivery inspections of the above mentioned products. The inspecting agency should have experience in conducting post installation inspections during the last one year for Government / Government affiliated organizations in Power Sectors.

1.1 Key Events & Dates Following table presents the schedule for the bid process proposed to be carried out by KREDL for selection of the Third party Inspector for this project.

Table 1: Bid Schedule

Event Target Date Notice Inviting Tender KREDL/Solar Nemmadi/2012/Inspection EMD ( Earnest Money Deposit ) Rs. 50,000-00 Last date to send in requests for clarifications on 28.12.2012, 04.00 PM the tender document Date and Time for Pre- Bid Meeting 26.12.2012, 04.00 PM Date & Time for Pre-Bid qualification 27.12.2012, 04.00 PM Last date for submission of bids 31.12.2012, 04.00 PM Opening of Technical bids 02.01.2013, 05.00 PM Opening of commercial bids 04.01.2013, 05.05 PM

5

1.2 Address for Communication For any communication, clarification with reference to this RFP, please contact the concerned mentioned below. The Managing Director, Karnataka Renewable Energy Development Limited, No. 19, Shanthi Gruha, Palace Road, Bangalore – 560001 Email: kredlnce.yahoo.co.in Phone: (+91) 080-22282220, Fax (+91) 080-22257399

2 Scope of Work

The Inspection agency shall follow the procedures in the Inspection methodology outlined in Annexure - 5

2.1 Preparation

1. The Inspection agency shall prepare detailed Inspection checklists (as per Section 2.2) in co-ordination with KREDL based on the Tender Specifications and work order issued to the Supplier. 2. The Inspection agency shall do necessary modifications to the Inspection list as suggested by KREDL and obtain the necessary authorization before proceeding to the Inspection 3. The Inspection agency shall coordinate with the KREDL to obtain necessary clearances and approvals to inspect in a particular location. 4. The Inspection Agency shall ensure that an authorized representative from KREDL and supplier is present during the Inspection period (if necessary). KREDL shall only facilitate the process.

Note: The inspection of each material shall be carried out irrespective of the value of the order.

2.2 Tests to be covered

1. All Inspected and approved materials should have a distinct identification mark and such mark should be made on every item.

2. In case of any rejection, the Inspection Agency shall stamp the materials as rejected and the same shall be mentioned in the deviation section of the report.

3. For any unexpected contingency or issue that arises during the Inspection, the agency shall resolve the problem by escalating it to KREDL.

2.3 Test Report

The original Inspection report (both hard and soft copy) should be sent to the Managing Director, KREDL. The Report shall contain the following sections for each inspected component:

6

A. Defect

a. Accepted . This result will conclude the equipment fit to use and will pass all the tests performed

b. Major Defect . Product failing to meet the contractual requirement for product safety . The product may be inoperative, or does not operate well, or any function is inoperative. . The accessory parts essential for operation is missing.

c. Minor Defect . Components or issues that do not necessarily impact the normal usage of the user. e.g. Product manuals and other accessories are missing.

d. Incidental Defect . Product is dirty/dusty, packaging damaged, how ever the product passes all the physical and power on tests.

B. Evidences a. Photographic evidence of damage b. Reports submitted in the accepted format

C. Deviations a. The inspector shall not accept any deviation in the specification of the materials. b. Any unanticipated exceptions shall be clearly outlined in the deviation report. Any damages occurring during the process of inspection shall be considered as defect and not a deviation.

2.4 Manpower Requirement:

Sl No Resource Qualification & experience Functional responsibility 1 Project . Minimum Qualification He will be the overall in-charge of the Manager/Project Graduate B.E team on-site for all the locations. He Engineer . Minimum 5 years of will ensure that all the Installation are experience in Solar Field. in accordance with the specifications . Good Communication & stated in the contract agreement. He Soft Skills. will be responsible for the quality of . Ability to handle Team work produced by his team members. He will be reporting to member nominated by Managing Director, KREDL on the progress of the assignment. 2 Inspection . Diploma or higher For Inspection of all components as Engineer education. specified in the checklist. . Minimum of 2 years of experience in Solar field 7

. Good Communication & Soft Skills.

The table mentions the minimum qualification and the responsibilities of the manpower to be deployed in the place of inspection depending on requirement during the contract period. The number of manpower deployable depends on the scale of the project. For all the projects though, there shall be only one project manager who is responsible to overlook the whole operation and acts as a one point contact to KREDL.

2.5 Implementation schedule :

The work of third party inspection /testing OFF-GRID SOLAR POWER GENERATING SYSTEMS (Power Plant) should be implemented by the Contractor as per the following implementation schedule: -

1. Signing of Contract 7 days from date of issue of LOI

2.On site Inspection of 2KWp capacity each OFF-GRID SOLAR POWER GENERATING SYSTEMS (Power Plant) 30 days from the date of at the selected Nemmadi Kendra of receipt of the LOI/work Bangalore/Mysore/Belgaum/ Regional Commissioners order Jurisdiction, Karnataka

Penalty termination for non fulfillment of contract : If the Contractor does not execute the work as per the implementation schedule, Security Deposit will be forfeited.

Manner of Execution : Inspection of systems shall be carried out in an approved manner as outlined in the technical specifications or where not outlined, in accordance with relevant MNRE/BIS/Indian Standard Specifications, to the reasonable satisfaction .The contractor should successfully complete the inspection within 30 days from the receipt of the work order/LOI. a) The successful Bidder(s) shall execute an agreement for the fulfillment of the contract on Rs. 500/- non-judicial stamp paper in the prescribed format provided, within seven (7) days from the date of acceptance of the Bid and intimation of the award of contract. b) The incidental expenses of execution of agreement shall be borne by the successful Bidder{s). Hereafter the successful Bidder shall be referred to as "Contractor". c) The conditions stipulated in the agreement should be strictly adhered to and violation of any of the conditions in full or in part will entail termination of the contract without prejudice to the rights of Government of Karnataka 1 Purchase and recovery of any consequential loss from the contractor.

3 Service Level Agreement The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service that shall be provided by the Inspector to KREDL for the duration of this contract. 4 Bidding Process

4.1 Procurement of RFP Document Bidder can download the tender document from the portal (http://eproc.Karnataka.gov.in) till the due date and time for bid submission. Any interested bidder shall pay applicable tender processing fee for using the e-Procurement portal. The tender processing has to be paid through any of the four e-payment options in the portal:  Credit Card , Direct Debit, National Electronic Funds Transfer (NEFT), Over the Counter (OTC) – designated Axis bank branches located across the country

8

Please note that payments submitted through cheque or demand draft shall not be accepted. Further, details regarding e-Payment, please refer to e-Procurement portal at the above mentioned website or call e-procurement helpline 080-22485867. The bidders shall ensure credit of tender processing fee in the respective account of e- Procurement as mentioned in the e-Procurement portal on or before the last date of receipt of bids for the tender. Note: It will be in the interest of the bidders to familiarize themselves with the e- Procurement system to ensure smooth preparation and submission of the tender documents.

4.2 Clarification on Tender Document A prospective Bidder requiring any clarification on the RFP Document may submit his queries, in writing, at the mailing address as indicated in the RFP. The queries must be submitted in the following format only to be considered for clarification:

S. N Section No. Clause No. Reference/ Subject Clarification Sought

......

The queries not adhering to the above mentioned format shall not be responded. The KREDL will respond to any request for clarification to queries on the Tender Document, received not later than the dates as indicated in Section 1.1. The clarifications (including the query but without identifying the source of inquiry) will be uploaded on the portal (http://eproc.karnataka.gov.in)

4.3 Pre-bid Meeting:

The KREDL shall organize a Pre Bid meeting on the scheduled date and time at KREDL Head Office, Bengaluru. The KREDL may incorporate any changes in the RFP based on acceptable suggestions received during the interactive Pre Bid meeting. The decision of the KREDL regarding acceptability of any suggestion shall be final in this regard and shall not be called upon to question under any circumstances. The prospective bidders shall submit their questions in writing at the mailing address not later than Date and Time indicated in the RFP. It may not be possible at the Pre Bid Meet to answer questions which are received late. However, prospective bidders are free to raise their queries during the meeting and responses will be conveyed to all the prospective bidders (by way of hosting amendments/ clarifications on the website i.e. at eproc. Karnataka.gov.in in accordance with the respective clauses of the RFP within 3 working days of completion of the Pre Bid Meeting and no participant would be intimated individually about the response of the KREDL. Any changes in the timing of pre-bid meeting will be intimated through e-procurement portal only.

4.4 Amendments to RFP At any time till 3 days before the deadline for submission of bids, KREDL may, for any reason, whether at own initiative or in response to a clarification requested by a prospective Bidder, modify the bidding document by amendment. All the amendments made in the document would be published in the website of www.eproc.karnataka.gov.in. KREDL would not be responsible if the bidders do not get the individual intimates of such amendments. All such amendments shall be binding on all the bidders. The bidders are also advised to visit the aforementioned

9 website on regular basis for checking necessary updates. KREDL also reserves the rights to amend the dates mentioned in Section 1.1 of this RFP.

4.5 Submission of Bid All interested bidders shall pay EMD and Tender Processing fee and submit their Pre- qualification, Technical and Commercial RFP responses electronically using the unified e-Procurement platform of the Government of Karnataka. The e-Proc portal is available at: http://www.eproc.karnataka.gov.in. The Participants shall submit the tenders only through the unified e-Procurement system before the scheduled date and time for bid submission. Tenders submitted after the due date and time will not be considered and KREDL will not be liable or responsible for any delays due to unavailability of the portal and the internet link.

4.6 Authentication of Bid The original and all copies (hard copies) shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. A letter of authorization shall be supported by a written power-of –attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initialed and stamped by the person or persons signing the bid.

4.7 Validation of interlineations in Bid The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

4.8 Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its bid including cost of presentation for the purposes of clarification of the bid, if so desired by the KREDL. The KREDL will in no case be responsible or liable for those costs, regardless of the outcome of the Tendering process.

4.9 Site Visit The bidders may visit the sites and obtain additional information at their own cost and responsibility.

4.10 Language of Bids The Bids prepared by the Bidder and all correspondence and documents relating to the bids exchanged by the Bidder and the KREDL, shall be written in English language. Any printed literature furnished by the Bidder may be written in another language so long the same is accompanied by a duly attested English translation in which case, for purposes of interpretation of the bid, the English translation shall govern.

4.11 Bid Prices a. The Bidder shall indicate price in the prescribed format (Table -1), the unit rates and total Bid Prices of the equipment / services, it proposes to provide under the Contract. Prices should be shown separately for each item as detailed in Tender Documents. In absence of above information as requested, the bid may be considered incomplete and hence rejected. The price components furnished by the Bidder in accordance with format below will be solely for the purpose of facilitating

10

the comparison of bids by the KREDL and will not in any way limit the KREDL‟s right to contract on any of the terms offered. b. The Bidder shall prepare the bid based on details provided in the tender documents. It must be clearly understood that the scope of work is intended to give the bidder an idea about the order and magnitude of the work and is not in any way exhaustive and guaranteed by the KREDL. The Bidder shall carry out all the tasks in accordance with the requirement of the tender documents & due diligence and it shall be the responsibility of the Bidder to fully meet all the requirements of the tender documents. c. If during the course of execution of the project any revisions to the work requirements can be made to meet the goals of KREDL, all such changes shall be negotiated based on the unit rates specified in the contract or on the prevailing market rates. a. Prices quoted in the bid must be firm and final and shall not be subject to any upward modifications, on any account whatsoever. However, the KREDL reserves the right to negotiate the prices quoted in the bid to effect downward modification. b. The Commercial bid should clearly indicate the price to be charged without any qualifications whatsoever and should include all taxes, duties, fees, levies, works contract tax and other charges as may be applicable in relation to the activities proposed to be carried out. However, should there be a change in the applicable taxes KREDL reserves the right to negotiate with the bidder. c. Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing which the offer shall be liable to be rejected. If price change is envisaged due to any clarification, revised Bid in a separate sealed cover shall be submitted with prior written permission of the KREDL.

4.12 Bid Currencies Prices shall be quoted in Indian Rupees (INR).

4.13 Bid Security (Earnest Money Deposit) The Bid shall contain EMD amount of Rs. 50,000 (Rs. Fifty Thousand only) and shall be paid through any of the four e-payment options in the portal:  Credit Card  Direct Debit  National Electronic Funds Transfer (NEFT)  Over the Counter (OTC) – designated Axis bank branches located across the country Note: e-Procurement portal will deny submission of the bid without submitting the EMD Deposit and it will take min 2-3 days for confirmation from the bank regarding the EMD realization. Please note that payments submitted through cheque or demand draft shall not be accepted. For further details regarding e-Payment, please refer to e-Procurement portal at the above mentioned website. The bidders shall ensure credit of EMD in the respective account of e-Procurement as mentioned in the e-Procurement portal on or before the last date of receipt of bids for the tender.

11

The bidder shall be disqualified in the pre-qualification process if the prescribed EMD is not submitted along with the bid. The EMD (bid security) of the unsuccessful Bidder/s will be discharged / returned as promptly as possible, but not later than 60 days after the award of the contract to the successful bidder. No interest will be payable by KREDL on the amount of the Bid Security. The bid security may be forfeited: 1. If a Bidder withdraws his/her bid or increases the quoted prices during the period of bid validity, or its extended period, without the explicit consent of the department, if any 2. In the case of a successful Bidder, if s/he fails within the specified time limit to:  Sign the Agreement  Furnish the required Performance Bank Guarantee

4.14 Bid Validity Period Bids shall remain valid for 90 days after the date of opening of Technical Bids prescribed by the KREDL. A bid valid for a shorter period may be rejected as non- responsive. However, the prices finalized after opening the tenders shall not increase throughout the period of the contract. In exceptional circumstances, the KREDL may request the Bidder(s) for an extension of the period of validity. The request and the responses thereto shall be made in writing (or by fax). The validity of EMD shall also be suitably extended.  It will be the responsibility of each Bidder to fully acquaint himself with the local conditions and other relevant factors at the proposed sites which would have any effect on the performance of the contract and / or the cost. The Bidders are advised to visit the proposed locations (at its own cost) and due-diligence should be conducted before the pre-bid meeting/ bid-submission.  Failure to obtain the information necessary for preparing the bid and/or failure to perform activities that may be necessary for the providing services before entering into contract will in no way relieve the successful Bidder from performing any work in accordance with the Tender documents.  It will be imperative for each Bidder to fully inform themselves of all legal conditions and factors which may have any effect on the execution of the contract as described in the bidding documents. The KREDL shall not entertain any request for clarification from the Bidder regarding such conditions.  It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the bidding documents will be entertained by the KREDL and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the KREDL on account of failure of the Bidder to appraise themselves of local laws and site conditions.

5 Bid Evaluation & Vendor Selection

5.1 Opening of Bids An evaluation committee has been formed for evaluation of the bids. Decision of the committee would be final and binding upon all the Bidders.

12

5.2 Bid Evaluation Process A three-stage procedure will be adopted for evaluation of proposals, with the pre qualification being completed before the technical evaluation and thereafter financial proposals being opened and compared. Pursuant to the pre-qualification criterion bidders will be short-listed for technical bid. Technical bids will be opened only for the bidders who succeed the pre-qualification criterion. KREDL will review the technical bids of the short-listed bidders to determine whether the technical bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified. The commercial bids for the technically qualified bidders will then be opened and reviewed to determine whether the commercial bids are substantially responsive. Conditional bids are liable to be rejected. The purpose of this clause is only to provide the Bidders an idea of the evaluation process that the KREDL may adopt. However, the KREDL reserves the right to modify the evaluation process at any time during the Tender process, without assigning any reason, whatsoever and without any requirement of intimating the Bidders of any such change.

5.3 Evaluation of Pre Qualification Bid  Bidders need to fulfill all the pre-qualification conditions mentioned in Section 7.1. The KREDL will examine the bids to determine whether they are complete, whether the bid format confirms to the Tender requirements, whether any computational errors have been made, whether required EMD has been furnished, whether the documents have been properly signed, and whether the bids are generally in order.  A bid determined as not substantially responsive will be rejected by the KREDL and may not subsequently be made responsive by the Bidder by correction of the nonconformity.  The KREDL may waive any informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

5.4 Technical Evaluation Criteria Each Technical bid will be evaluated according to the following criteria, but not limited to:  Bidder‟s understanding of KREDL‟s requirements as reflected in the approach presented by the Bidder of the solution offered and technology related issues.  The evaluation will measure if the Bidder‟s proposed solution meets KREDL‟s service needs as outlined in the RFP.  The evaluation will be made based on Bidder‟s responses to all RFP requirements including, but not limited to, data from the Bidder‟s Proposal, questions and answers, Bidder qualifications, expertise and relevant experience.  Bidder‟s demonstrated ability to make available the key personnel at the time of contracting and post those key personnel on the project thereafter.  The evaluation will be done on the basis of the technical evaluation criteria provided in this RFP. The bidders satisfying the minimum technical

13

qualification criterion of 60 technical score shall be qualified for evaluation of their financial bid.  The KREDL may waive any informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.  In order to assist in the examination, evaluation and comparison of Bids, the KREDL may at its discretion ask the Bidder for a clarification regarding its Bid. The clarification shall be given in writing immediately, but no change in the price shall be sought, offered or permitted.  The technical bids submitted by the bidder shall be evaluated as per the table mentioned in 7.2

5.5 Evaluation of Commercial bids The commercial bids will be opened only for the bidders who meet the minimum technical evaluation parameters. The bid with the lowest commercial price (L1) will be considered as the successful bid.

5.6 Bids Not Considered For Evaluation Bids that are rejected during the bid opening process due to incomplete documentation or late receipt shall not be considered for further evaluation.

5.7 Rejection Criteria Besides other conditions and terms highlighted in the tender document, bids may be rejected under following circumstances: a) Pre Qualification Rejection Criteria  Bids submitted without or with improper EMD.  Bids which do not conform to unconditional validity of the bid as prescribed in the Tender.  If the information provided by the Bidder is found to be incorrect / misleading at any stage / time during the Tendering Process.  Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or contract award decisions.  Bids without signature of person (s) duly authorized on required pages of the bid.  Bids without power of authorization and any other document consisting of adequate proof of the ability of the signatory to bind the Bidder.  Failure to furnish proofs (acceptable by KREDL) for information provided. b) Technical Rejection Criteria  Technical Bid containing commercial details.  Revelation of Prices in any form or by any reason before opening the Commercial Bid.  Failure to furnish all information required by the RFP Document or submission of a bid not substantially responsive to the Tender Document in every respect.

14

 Failure to furnish proofs(acceptable by KREDL) for information provided  Bidders not quoting for the complete scope of Work as indicated in the Tender documents, addendum (if any) and any subsequent information given to the Bidder.  Bidders not complying with the Technical and General Terms and conditions as stated in the RFP Documents.  The Bidder not conforming to unconditional acceptance of full responsibility of providing services in accordance with the Scope of work of this tender.  If the bid does not confirm to the timelines indicated in the bid. c) Commercial Rejection Criteria  Incomplete Price Bid  Price Bids that do not conform to the Tender‟s price bid format.  Total price quoted by the Bidder does not include all statutory taxes and levies applicable.

5.8 Rectification of Errors Arithmetical errors in the Financial Bid will be rectified on the following basis.  If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and will be considered for future calculations.  If there is a discrepancy between words and figures, the amount in words shall prevail.  In case of any other discrepancy, KREDL has the right to choose the price that it perceives as true.  If the bidder does not accept the correction of errors, its bid will be rejected and its bid security may be forfeited.

5.9 Notification of Award Before the expiry of the period of validity of the proposal, the KREDL shall notify the successful Bidder in writing by registered letter or by fax, that its bid has been accepted. The Bidder shall acknowledge in writing receipt of the notification of award and shall send his acceptance to enter into agreement within seven (7) days of receiving the notification. Signing of Contract The notification of the award shall constitute signing of the agreement. The signing of agreement will amount to award of contract and bidder will initiate the execution of the wok as specified in the agreement. At the same time as the KREDL notifies the successful Bidder that its bid has been accepted, the KREDL will send the Bidders the Performa for Contract provided in the Tender Document, incorporating all agreements between the parties. Within 7 days of receipt of the Contract/ LOI/Work Order, the successful Bidder shall sign and date the Contract and return it to the KREDL.

15

5.10 Discharge of Bid Security Upon the successful signing of the agreement, the Bidder shall provide performance guarantee pursuant to Section 6.4. On receipt of the performance guarantee, the bid security of all bidders will be released.

5.11 Contacting KREDL  No bidder shall contact the KREDL on any matter relating to its bid, from the time of bid opening to the time the Contract is awarded. If the Bidder wishes to bring additional information to the notice of the KREDL, it should be done in writing.  Any effort by a Bidder to influence the KREDL in its decisions on bid evaluation, bid comparison or contract award may result in rejection of the Bidder‟s bid. 6 General Terms & Conditions

6.1 Expenses for the Contract The incidental expenses of execution of agreement / contract shall be borne by the successful bidder.

6.2 Failure to abide by the Agreement The conditions stipulated in the agreement shall be strictly adhered to and violation of any of the conditions will entail termination of the contract without prejudice to the rights of the KREDL with such penalties as specified in the Bidding document and the Agreement.

6.3 Consortium Consortium or Joint Venture is NOT allowed to participate in the bidding process.

6.4 Bank Guarantee for Contract Performance a. Within 7 days of the receipt of notification of award from the KREDL, the successful Bidder shall furnish the performance security in accordance with the Terms & Conditions of Contract, in the Contract Performance Guarantee Bond prescribed at Annexure 4 - Proforma of Bank Guarantee towards Performance Security Failure of the successful Bidder to comply with the requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD. In case of exigency, if the KREDL gets the work done from elsewhere, the difference in the cost of getting the work done will be borne by the successful Bidder. The Bank Guarantee shall be equal to five percent of the contract amount put to the tender. b. Bank Guarantee for Security Deposit

The successful Agency should pay Security Deposit equivalent to 10% of the value of the contract amount put to tender in the form of Bank Guarantee in prescribed format valid for 2(two) months issued by any nationalized banks for due performance of the contract with in 7 days from the date of issue of LOI/ Work order. The BG will be released after satisfactorily completion of work as per the terms and conditions of the contract.

16

6.5 Concessions permissible under statutes Bidder, while quoting against this tender, must take cognizance of all concessions permissible under the statutes including the benefit under Central Sale Tax Act, 1956, failing which it will have to bear extra cost where Bidder does not avail concessional rates of levies like customs duty, excise duty, sales tax, etc. The KREDL will not take any responsibility towards this. However, KREDL may provide necessary assistance, wherever possible, in this regard.

6.6 Income Tax Liability The bidder will have to bear all Income Tax liability both corporate and personal tax.

6.7 Duration of the Contract The CONTRACT shall remain valid for a period of 4 (four) years from the date of acceptance.

6.8 Ownership of the equipments

Ownership of Equipment supplied under this RFP would rest with KREDL.

6.9 Notices Any notice under this Agreement will be in writing and will be (i) given in person, or (ii) sent by facsimile or electronic mail and confirmed by sending through registered post or courier, or (iii) sent by registered post or courier, with postage prepaid, to the address specified by a party by prior written notice. Any notice delivered by facsimile or electronic mail will be deemed received the day it is sent. Any notice or other communication sent by registered post or courier will be effective of the date of the receipt.

6.10 Force Majeure a. Force Majeure shall not include any events caused due to acts/omissions of such Party or result from a breach/contravention of any of the terms of the Contract, Bid and/or the Tender. It shall also not include any default on the part of a Party due to its negligence or failure to implement the stipulated/proposed precautions, as were required to be taken under the Contract. b. The failure or occurrence of a delay in performance of any of the obligations of either party shall constitute a Force Majeure event only where such failure or delay could not have reasonably been foreseen or where despite the presence of adequate and stipulated safeguards the failure to perform obligations has occurred. In such an event, the affected party shall inform the other party in writing within five days of the occurrence of such event. KREDL will make the payments due for Services rendered till the occurrence of Force Majeure. However, any failure or lapse on the part of Inspection Agency performing any obligation as is necessary and proper to negate the damage due to projected force majeure events or to mitigate the damage that may be caused due to the abovementioned events or the failure to provide adequate disaster management/recovery or any failure in setting up a contingency mechanism would not constitute force majeure, as set out above. c. In case of a Force Majeure all Parties will endeavor to agree on an alternate mode of performance in order to ensure the continuity of service and implementation of the obligations of a party under the Contract and to minimize any adverse consequences of Force Majeure.

17

6.11 Arbitration

KREDL and the successful Inspection Agency shall make every effort to resolve amicably by direct informal negotiation on any disagreement or dispute arising between them under or in connection with the Contract. If, after thirty (30) days from the commencement of such informal negotiations, KREDL and the Inspection Agency have been unable to amicably resolve dispute, either party may require that the dispute be referred for resolution to the formal mechanisms, which may include, but are not restricted to, conciliation mediated by a third party acceptable to both, or in accordance with the Arbitration and Conciliation Act, 1996. All Arbitration proceedings shall be held at Bengaluru, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be in English. KREDL may terminate this contract by giving a written notice of termination of minimum 30 days to the Inspection Agency, if the Bidder fails to comply with any decision reached consequent upon arbitration proceedings. Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be pending, the parties hereto shall continue to be governed by and perform the work in accordance with the provisions under the Scope of Work to ensure continuity of operations

6.12 Taxes & Duties Bidder is liable for all taxes and duties etc. Bidder shall maintain adequate books and records in connection with Contract and shall make them available for inspection and audit by KREDL or any agency authorized by it during the terms of Contract until expiry of the performance guarantee.

6.13 Termination of Contract a. KREDL, without prejudice to any other remedy for breach of the Contract, by written notice of default sent to the vendor, may terminate the contract in whole or in part: . If the vendor fails to deliver any or all of the services within the time period(s) specified in the Contract, or within any extension thereof granted by KREDL as per agreed terms & conditions with the Vendor Or . If the vendor fails to perform any other obligation(s) under the contract Or . If the vendor, in the judgment of KREDL has engaged in corrupt or fraudulent practices in competing for or in executing the contract. b. In the event KREDL terminated the contract in whole or in part, KREDL may procure, upon such terms and in such manner as it deems appropriate, goods or services similar to those undelivered, and the vendor shall be liable to KREDL for any excess costs for such similar goods or services. However, the vendor shall continue performance of the contract to the extent not terminated. c. KREDL may at any time terminate the Contract if the Inspection Agency becomes bankrupt or otherwise insolvent d. Termination for convenience: KREDL, may at any time by giving 30days written notice to the Vendor, terminate the contract, in whole or in part, for its convenience. The notice of termination shall specify the termination is for KREDL /

18

Purchaser‟s convenience, the extent to which performance of the vendor under the Contract is terminated, and the date upon which such termination becomes effective. e. KREDL also reserves the right to terminate the contract if the Inspection Agency breaches any of the terms and conditions mentioned in the contract f. KREDL can conduct surprise visits to the site to inspect the work of the audit vendor. If the service of the vendor is found unsatisfactory, then the contract can be terminated In case of termination of the contract KREDL would  Retain such amounts from the payment due and payable by KREDL to the Inspection Agency of overall contract value as may be required to offset any losses caused to KREDL as a result of such event of default and the Inspection Agency shall compensate KREDL for any such loss, damages or other costs, incurred by KREDL in this regard.  Nothing herein shall effect the continued obligation of the sub Inspection Agency / other members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default.  Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the INSPECTION AGENCY may have resulted from such default and pursue such other rights and/or remedies that may be available to KREDL under law.

6.14 Suspension of Work The Inspection Agency shall, if ordered in writing by the KREDL‟s Representative, temporarily suspend the works or any part thereof for such a period and such a time as ordered. The Inspection Agency shall not be entitled to claim compensation for any loss or damage sustained by him by reason of temporary suspension of the Works as aforesaid.

6.15 Representations . a. Representations by the Inspection Agency . It is a company duly organized and validly existing under the laws of and has all requisite legal power and authority and corporate authorizations to execute the Agreement and carry out the terms, conditions and provisions hereof. . It has in full force and effect all requisite clearances, approvals and permits necessary to enter into the Agreement and perform its obligations hereof. . It will have the legally valid and enforceable title to all Equipment as may be necessary for proper functioning and it will be free from all encumbrances, liens, charges, any security interest and adverse claims of any description. . The Agreement and the transactions and obligations hereof do not contravene its constitutional documents or any law, regulation or government directive and will not contravene any provisions of, or constitute a default under, any other Agreement or instrument to which it is a party or by which it or its property may be bound or any of its obligations or undertakings by which it or any of its

19

assets are bound or cause a limitation on its powers or cause it to exceed its authorized powers. . There is no pending or threatened actions, suits or proceedings affecting the Bidder or its affiliates or any of their respective assets before a court, governmental agency, commission or arbitrator or administrative tribunal which affects the Inspection Agency‟s ability to perform its obligations under the Agreement; and neither Bidder nor any of its affiliates have immunity from the jurisdiction of a court or from legal process (whether through service of notice, attachment prior to judgment, attachment in aid of execution or otherwise). . The Bidder confirms that all representations of the Bidder set forth in the Agreement are true, complete and correct in all respects. . No information given by the Inspection Agency in relation to the Agreement, project documents or any document comprising security contains any material mis-statement of fact or omits to state as fact which would be materially adverse to the enforcement of the rights and remedies of KREDL or which would be necessary to make any statement, representation or warranty contained herein or therein true and correct. b. Representations by KREDL . It has full legal right, power and authority to execute the project and to enter into and perform its obligations under the Agreement and there are no proceedings pending. . The Agreement has been duly authorized, executed and delivered by KREDL and constitutes valid, legal and binding obligation of KREDL. . The execution and delivery of the Agreement with the Bidder does not violate any statutory judgment, order, decree, regulation, right, obligation or rule of any court, government authority or arbitrator of competent jurisdiction applicable in relation to KREDL, its assets or its administration.

6.16 Approval / Clearances Necessary approvals/ clearances, from concerned authorities as required, shall be obtained by the KREDL but Inspection Agency would be required to liaison with the authorities for obtaining the clearances.

6.17 Liquidated Damages Subject to clause for Force Majeure if the bidder fails to complete the Inspection before the scheduled completion date or the extended date or if Inspection Agency repudiates the Contract before completion of the Work, KREDL at its discretion may without prejudice to any other right or remedy available to KREDL the Contract, KREDL will forfeit the security deposit of 10% of the contract price.

KREDL may without prejudice to its right to affect recovery by any other method deduct the amount of liquidated damages from any money belonging to Inspection Agency in its hands (which includes KREDL‟s right to claim such amount against Inspection Agency‟s Bank Guarantee). Any such recovery or liquidated damages shall not in any way relieve Inspection Agency from any of its obligations to complete the Works or from any other obligations and liabilities under the Contract.

20

6.18 Penalty Commencement of activities for auditing the solar system components and ongoing performance and service levels shall be as per timelines and parameters stipulated by KREDL in this contract, failing which KREDL may at its discretion impose penalties on the Inspector as defined in the SLA section of the RFP.

6.19 Consequences of Termination a. In the event of termination of this contract due to any cause whatsoever except termination for KREDL„s convenience Inspection Agency shall be blacklisted and the empanelment will stand cancelled effective from the date of termination of this contract. b. In the event of termination of this Contract due to any cause whatsoever, whether consequent to the stipulated Term of the Contract or otherwise] the KREDL shall be entitled to impose any such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the project which Inspection Agency shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach and further allow and provide all such assistance to KREDL and/or the successor Inspection Agency/service provider, as may be required to takeover the obligations of the erstwhile INSPECTION AGENCY in relation to the execution/continued execution of the scope of this Contract. c. Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of Inspection Agency or due to the fact that the survival of the INSPECTION AGENCY as an independent corporate entity is threatened/has ceased or for any other reason whatsoever KREDL through unilateral re- determination of the consideration payable to Inspection Agency shall pay Inspection Agency for that part of the Services which have been authorized by KREDL and satisfactorily performed by Inspection Agency up to the date of termination. Without prejudice any other rights KREDL may retain such amounts from the payment due and payable by the KREDL to Inspection Agency as may be required to offset any losses caused to KREDL as a result of any act/omissions of the Inspection Agency. In case of any loss or damage due to default on the part of Inspection Agency in performing any of its obligations with regard to executing the scope of work under this Contract, Inspection Agency shall compensate KREDL for any such loss, damages or other costs incurred by KREDL. Additionally the sub INSPECTION AGENCY / other members of its team shall perform all its obligations and responsibilities under this Contract in an identical manner as were being performed before the collapse of Inspection Agency as described above in order to execute an effective transition and to maintain business continuity. All third parties shall continue to perform all/any functions as stipulated by KREDL and as may be proper and necessary to execute the scope of work under the Contract in terms of the Inspection Agency‟s Bid, the Tender and this Contract. d. Nothing herein shall restrict the right of KREDL to invoke the Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to KREDL under law. e. The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of this Contract that are expressly or by implication intended to come into or continue in force on or after such termination.

21

6.20 Right of Monitoring, Inspection and Periodic Audit a. KREDL reserves the right to inspect and monitor/assess the progress/performance/maintenance of the Inspection at any time during the course of the Contract, after providing due notice to the Inspection Agency. KREDL may demand and upon such demand being made KREDL shall be provided with any document, data, material or any other information which it may require to enable it to assess the progress of the project. b. KREDL shall also have the right to conduct, either itself or through another Third Party as it may deem fit, an audit to monitor the performance by the Third Party of its obligations/functions in accordance with the standards committed to or required by KREDL and the INSPECTION AGENCY undertakes to cooperate with and provide to KREDL/ any other INSPECTION AGENCY appointed by KREDL, all documents and other details as may be required by them for this purpose. Any deviations or contravention identified as a result of such audit/assessment would need to be rectified by the INSPECTION AGENCY failing which KREDL may without prejudice to any other rights that it may have issue a notice of default. c. KREDL reserves the right (i) To reject or accept any or all tenders wholly or partly without assigning any reason on the grounds considered advantageous to KREDL, whether it is the lowest tender or not and (ii) To split the quantities against the tender on more than one firm for the same items/ work. No reason will be assigned by KREDL for this and will be binding on the Bidders. Due to large quantum of work & limitation of the time period for completion of the work KREDL may take consent from more than one Bidder if they agree to work on rates standardized by KREDL. KREDL may undergo agreement with those eligible Bidders who give consent to work on rates standardized by KREDL and may place work orders to them.

6.21 Terms of Payment

. Payment will be made after the acceptance of satisfactorily inspection report. Payment will not be made to the contractor unless the work entrusted is completed satisfactorily. Further the KREDL will not make any advance payment or part payment.

. Managing Director, KREDL is entitle to make recoveries such as penalties, excess payment etc. from bidder‟s bill.

7 Tender Response

7.1 Pre bid Evaluation The bidder must possess the requisite experience, strength and capabilities in providing the services necessary to meet the requirements as described in the RFP document. The following criteria are prescribed as pre-qualification criteria for bidder interested in undertaking the project. The bidder must also possess the technical know-how and the financial wherewithal that would be required to successfully provide the services sought by KREDL. The invitation to bid is open to all bidders who qualify the eligibility criteria as given below

22

Sl. Clause Documents Required Vendor No Remarks NABL/MNRE accreditation laboratory Accreditation certificates issued 1 by MNRE/NABL The bidder should have sufficient Declaration in this regard by the 2 devices ( mobile kits ) to conduct the authorized signatory of the bidder inspections at site should be attached. 2 The bidder should be in the similar Relevant documents such as tax( type of field since One year service tax, sales tax ) paid to the government for last 3 years shall be considered 3 The bidder is not a Manufacturer Declaration in this regard by the (OEM) of any of these components authorized signatory of the bidder that are part of the RFP should be attached. 4 The bidder should have experience in Relevant work/service/purchase carrying out tests as outlined in order needs to be provided Section 2.2 of the RFP for at least 1 years 5 The bidder should have done at least Copy of work order / client testing of minimum 50 systems in certificate power sector. preference will be Confirming year and Area of considered for Solar field activity. 6 The bidder must possess 10 Certificate from bidders HR resources with experience in System Department for number of inspection as mentioned technically qualified professionals employed by the company. 7 The average minimum turnover for Chartered Accountant certificate last 3 years should be more than for Net-worth. Rs.10 lakhs from onsite inspection of  Copy of the audited profit & various commodity business and Rs.2 loss account of the company lakhs by system inspection of similar showing turnover of the components. company for the last three years (upto 31-Mar-2012). 8 The company should provide Relevant Documents from testimonials for having rendered good Customers service to their customers 10 The bidder would take up the Relevant Documents or responsibility directly. No part of the Undertaking signed by the deliverables shall be sub-contracted Authorized Signatory. to a third party 11 The bidder (prime) should Earnest Copy of acknowledgement received Money for amount Rs.50,000/- (Fifty through Karnataka e-procurement thousand only) system 12 The bidder should not have filled for Declaration in this regard by the bankruptcy during the last one year authorized signatory of the bidder should be attached. 13 The bidder (prime) shall not be under Declaration in this regard by the

a declaration of ineligibility for authorized signatory of the bidder corrupt or fraudulent practices or should be attached. blacklisted with any of the Government agencies.

All the above documents should be uploaded the E-portal while applying for the tenders

23

7.2 Technical Evaluation

The evaluation committee authorized by the KREDL will carry out its evaluation applying the evaluation criteria and point system specified below. Each responsive proposal will be attributed a technical score (T.S).

Quality and competence of the Third party Inspection services shall be considered as the paramount requirement. Technical proposals scoring not less than 60 Marks of the total points (T.S) will only be considered for financial evaluation.

RFP Reference Technical Sl Schedule Evaluation score No (Marks) 1 A Relevant Experience 7.2.1 60 2 B Resource Experience 7.2.2 40

Please note:

 The bidder needs to provide relevant documents for all the claims made in the technical evaluation criteria  The decision of the evaluation committee shall be final and shall not be questioned upon by the bidder

24

7.2.1 Relevant Experience :

Sl. Criteria Technical score system Vendor No Response 1 NABL / MNRE accreditation If NABL/MNRE accreditation laboratory laboratory in the power sector then 8 If NABL/MNRE accreditation laboratory in the in the solar field then 10

2 The bidder should have sufficient If kits are >=5 then 7 devices (mobile testing equipments kits ) to conduct the inspections at If kits are >=10 then 8 site If kits are >=15 then 10

3 Experience of the bidder in the pre- If >=6 Months then 7 shipment/post-shipment inspection/testing business If>= 1 Year then 8 If>= 2 Year then 10 4 Successfully done pre- If >= 50 then 7 shipment/post-shipment testing of minimum 100 systems in the solar If >= 100 then 8 related field /power sectors If >= 200 then 10

5 Resources with experience in If >= 2 Year then 7 system inspection of power components If >= 3 Year then 8 If >= 5 Year then 10 6 The annual turnover (from Greater than 2 lakhs > 7 31.03.2011 to 31.03.2012) is greater than Rs.2 lakhs by system Greater than 4 lakhs > 8 inspection of components related to Greater than 6 lakhs > 10 Power sector

7 The bidders experience with No project = 7 Government clients in system One project = 8 inspection of components related to Power sectors Two Projects = 9

Greater than two = 10 8 The bidder needs to provide Sample Meets minimum standards = 7 reports that would be typically be Exceeds expectation = generated as per the REP scope of Anywhere between 8-10 based on the judgment of the world evaluation committee

25

7.2.2 Resource Experience

 Curriculum vitae of personnel for assessing the qualifications and experience of the proposed personnel for the assignment should be included with the proposal (in the format prescribed in Annexure)

 If for any reason a resource is replaced during the operation phase, then the replaced resource shall be equivalent or better than the resource mentioned during the RFP and not just meet the minimum qualification criteria mentioned in the RFP

Sl. Resource Technical score system Vendor No Response

1. Project Experience in managing similar projects engineer/ If > 5 years = 7 Manager If > 6 years = 9 If > 7 years = 10

Education Match the minimum criteria specified in RFP More than the minimum criteria specified in RFP ( e.g. additional relevant certifications)

2. Inspection Length of experience Engineer If > 2 years = 7 If > 3 years = 8 If > 4 years = 10

Education Match the minimum criteria specified in RFP More than the minimum criteria specified in RFP ( e.g. additional relevant certifications)

7.3 Commercial Evaluation

. The evaluation committee will determine if the financial proposals are complete and without computational errors. Item wise the lowest financial proposal will be accepted. . The different rates should be quoted depending on place of inspection/testing and quantity. . Hence the rate quoted should be inclusive of all taxes, duties if any, traveling allowances, boarding & lodging, out of pocket expenses, allowance charges etc. . Each device shall be inspected only once, any additional inspection for the same devices shall be counted as additional inspection . The bidder with the lowest total average rate shall be treated as L1. 26

8 Annexure

8.1 Annexure - 1 - Contract Agreement

BETWEEN: Karnataka Renewable Energy Development Limited, (KREDL) No. 19, Shanthi Gruha, Palace Road, Bangalore – 560001 AND

(Herein called as the SECOND PARTY)

1. This agreement is entered into between KREDL, Palace Road, Bangalore. (Herein called as the FIRST PARTY) and ------(Herein called as the SECOND PARTY) 2. This Third party Inspection contract is valid for a period of two years from ----- 2012 to ------2013. 3. The accepted rate for third party inspection is as detailed in the schedule section. 4. The second party has to furnish Rs.____ an unconditional and irrevocable Performance Bank Guarantee from a scheduled bank acceptable to the First party, payable on demand, for due performance and fulfillment of the contract by the Second party. 5. The Second party shall inspect all Solar Panels, Inverters, Batteries, Cables, PVC Mounting as and when First party assigns. 6. The Inspection shall be taken up and completed by the Second Party within 15 days from the receipt of Inspection call from the Managing Director, KREDL and in special cases, the Inspection Agency must be able to taken up and completed the Inspection within 2 days based on priority fixed by the Managing Director, KREDL. 7. The second party shall be liable to penalties as outlined in Section 4- Service level Agreement. 8. All Inspection shall be carried out as outlined in the Scope of Work 9. The Inspection would cover the following and any additional tests required by the Managing Director, KREDL) as mentioned Technical Tests of the RFP. 10. The terms and conditions of tender and work award shall be deemed to form and be read and construed as part of this Agreement. 11. The First Party shall pay Inspection charges as admissible to the Second Party after the satisfactory completion of the inspection. 12. In all matters of dispute arising herein, the matter shall be referred to the Managing Director, KREDL, Palace Road, Bangalore.

First Party: ______

Karnataka Renewable Energy Development Ltd, No. 19, Shanthi Gruha Palace Road, Date: Bangalore – 560 001.

Second Party: ______

Date Bangalore

27

8.2 Annexure 2 - Contract suggested format of curriculum vitae

1. Name:

2. Profession/ Present Designation:

3. Years with Firm/Organization: Nationality:

4. Area of Specialization:

5. Proposed Position on Team:

6. Key Qualifications: (Under this heading, give outline of personnel‟s experience and training most pertinent to assigned work on proposed team. Describe degree of responsibility held by personnel on relevant previous assignments and give dates and locations. Use up to half-a-page.)

7. Education: (Under this heading, summarize college/university and other specialized education of personnel, giving names of schools/colleges, etc., dates attended and degrees obtained. Use up to a quarter page.)

8. Experience: (Under this heading, list all positions held by staff member since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use up to three quarters of a page.)

9. Languages: (Indicate proficiency in speaking, reading and writing of each language by 'excellent', 'good' or 'poor'.)

Signature Date:

28

8.3 Annexure 3 - Instructions for Furnishing Bank Guarantee

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per stamp duty applicable at the place from where the purchase CONTRACT has been placed. The non-judicial stamp paper should be in name of the issuing bank.

2. The bidders should give guarantee the currency of the offer in Indian Rupees only. 3. The expiry date as mentioned in clause 9 should be arrived at by adding 60 days to the CONTRACT completion date unless otherwise specified in the bidding documents.

4. The Bank Guarantee by bidders will be given from Nationalized / Scheduled Banks only.

29

8.4 Annexure 4 - Proforma of Bank Guarantee towards Performance Security

PERFORMANCE GUARANTEE

Ref. No. ______Bank Guarantee No ______Dated ______To,

Managing Director, Karnataka Renewable Energy Development Ltd, No. 39, Shanthi Gruha, Palace Road, Bangalore – 560 001.

Dear Sir,

1. In consideration of Karnataka Renewable Energy Development Limited,, having its office at No.39, “Shanthi Gruha”, Palace Road, Bangalore – 560 001,

(hereinafter referred to as `KREDL', which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and assignees) after receipt of the LOI dated ______with M/s ______having its registered/head office at ______(hereinafter referred to as the 'CONTRACTOR') which expression shall, unless repugnant to the context or meaning thereof include all its successors, administrators, executors and assignees) and KREDL having agreed that the CONTRACTOR shall furnish to KREDL a performance guarantee for Indian Rupees ...... for the faithful performance of the entire CONTRACT.

2. We (name of the bank) ______registered under the laws of ______having head/registered office at ______(hereinafter referred to as "the Bank", which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and permitted assignees) do hereby guarantee and undertake to pay immediately on first demand in writing any /all moneys to the extent of Indian Rs. (in figures) ______(Indian Rupees (in words)______) without any demur, reservation, contest or protest and/or without any reference to the CONTRACTOR. Any such demand made by KREDL on the Bank by serving a written notice shall be conclusive and binding, without any proof, on the bank as regards the amount due and payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and/or any other matter or thing whatsoever, as liability under these presents being absolute and unequivocal. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable until it is discharged by KREDL in writing. This guarantee shall not be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the CONTRACTOR and shall remain valid, binding and operative against the bank.

3. The Bank also agrees that KREDL at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance, without 30 proceeding against the CONTRACTOR and notwithstanding any security or other guarantee that KREDL may have in relation to the CONTRACTOR‟s liabilities.

4. The Bank further agrees that KREDL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said CONTRACT or to extend time of performance by the said CONTRACTOR(s) from time to time or to postpone for any time or from time to time exercise of any of the powers vested in KREDL against the said CONTRACTOR(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said CONTRACTOR(s) or for any forbearance, act or omission on the part of KREDL or any indulgence by KREDL to the said CONTRACTOR(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

5. The Bank further agrees that the Guarantee herein contained shall remain in full force during the period that is taken for the performance of the CONTRACT and all dues of KREDL under or by virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till KREDL discharges this guarantee in writing, whichever is earlier.

6. This Guarantee shall not be discharged by any change in our constitution, in the constitution of KREDL or that of the CONTRACTOR.

7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue. 8. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of Bangalore.

9. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Indian Rs. / (in figures) ______(Indian Rupees/ (in words) ______) and our guarantee shall remain in force until ______.(indicate the date of expiry of bank guarantee)

Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the rights of KREDL under this Guarantee will cease. However, if such a claim has been received by us within the said date, all the rights of KREDL under this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof, the Bank through its authorized officer has set its hand and stamp on this...... day of ...... 20___ at ......

WITNESS NO. 1

------

31

(Signature) (Signature) Full name and official Full name, designation and address (in legible letters) address (in legible letters) with Bank stamp

Attorney as per power of Attorney No...... WITNESS NO. 2 Dated…………………. ------(Signature) Full name and official Address (in legible letters)

32

Annexure – 5

Scope of the work

Post-delivery Inspection:

The inspection team shall conduct post install inspection at selected sites and the focus of the inspection shall be on the functional performance of the single unit the following steps but not limited shall be adopted

1, Solar panel :

O Out/Put Voltage of the panel O No of panel

O Physical verification

O Verification of Solar panel orientation to capture maximum sunlight (north orientation). o Functional verification 2, Inverter with MPPT Controller O PCU O/P Voltage o O/P Current o O/P Frequency o DC INPUT Voltage from panel o DC OUTPUT Voltage from MPPT Controller o DC Energy o AC INPUT Voltage o Grid change output voltage o.Low load test, maximum load test, protection and alarms, battery charging and discharge, data logger performance

O Physical verification.

3. Battery O Battery capacity O Battery voltage o Battery Current O Battery Total VAH o Battery QTY 33

O Physical verification

4. AJB

O Physical verification o Functional verification

5. ACDB

O Physical verification o Functional verification

6. DCDB

O Physical verification o Functional verification

7. Mounting Structure

O Physical verification

8. Earthening o. Physical verification

The inspection report shall consists of detailed inspection report along with name of the test conducted, test results, serial number , types and capacity, comments on the results whether acceptable or not reasons. Opinion of the inspecting officers shall clearly furnished.

34

8.6 Annexure – 6

Regional Commissioner’s Jurisdiction Wise

BANGALORE REGION-198 Sl.No District Name Taluk Name Nada Kacheri Name BANGALORE RURAL 1 Bangalore Rural Nelamangala 2 Bangalore Rural Nelamangala 3 Bangalore Rural Doddaballapur Sasalu 4 Bangalore Rural Doddaballapur Tubagere 5 Bangalore Rural Devanahallu Channarayanapattan 6 Bangalore Rural Devanahallu Kundan 7 Bangalore Rural Sulebele 8 Bangalore Rural Hoskote Nandagudi 9 Bangalore Rural Doddaballapur Mdhure 10 Bangalore Rural Doddaballapur Doddabelavangal 11 Bangalore Rural Hosakote Anugondanahalli 12 Bangalore Rural Hosakote Jadigenahalli 13 Bangalore Rural Devanahalli Vijayapur BANGALORE URBAN Bangalore 14 Urban Bangalore North Dasanpur-1 Bangalore 15 Urban Bangalore North Uttarahalli Bangalore 16 Urban Anekal Hattibele-1 Bangalore 17 Urban Anekal Sarjapur-1 Bangalore 18 Urban Yalahanka Hesarghatta-1 Bangalore 19 Urban Bangalore North Kasaba-1 Bangalore 20 Urban Bangalore North Kasaba-2 Bangalore 21 Urban Bangalore North Yashwantpura-1 Bangalore 22 Urban Bangalore North Yashwantpura-2 Bangalore 23 Urban Bangalore North City Circle Bangalore 24 Urban Bangalore South Beguru 25 Bangalore Bangalore South Kengeri 35

Urban Bangalore 26 Urban Bangalore South Thavarakere Bangalore 27 Urban Bangalore South City Circle Bangalore 28 Urban Anekal Jigni Bangalore 29 Urban K.R.Puram Krishnarajapur Bangalore 30 Urban K.R.Puram Bidarahalli Bangalore 31 Urban K.R.Puram Whitefield Bangalore 32 Urban K.R.Puram Vartur Bangalore 33 Urban K.R.Puram Panatur Bangalore 34 Urban Yalahanka Yalahanka-1 Bangalore 35 Urban Yalahanka Yalahanka-2 Bangalore 36 Urban Yalahanka Yalahanka-3 Bangalore 37 Urban Yalahanka Jala-1 Bangalore 38 Urban Yalahanka Jala-2 Bangalore 39 Urban Yalahanka City Circle CHIKKABALLAPUR 40 Chikkaballapur Gouribidanur Nagarakere 41 Chikkaballapur Gouribidanur D.Palya 42 Chikkaballapur Chikkaballapur Nandhi 43 Chikkaballapur Chikkaballapur Mandikal 44 Chikkaballapur Gudibande Somenahalli 45 Chikkaballapur Bagepalli Pantapalya 46 Chikkaballapur Bagepalli Cheluru 47 Chikkaballapur Sidlghatta Jangamakote 48 Chikkaballapur Sidlghatta Sadalli 49 Chikkaballapur Chintamani Kaivar 50 Chikkaballapur Chintamani Chilakalanerpu 51 Chikkaballapur Chintamani Ambajidurga 52 Chikkaballapur Chintamani Miunganahalli 53 Chikkaballapur Chintamani Murugamalla 54 Chikkaballapur Bagepalli Mittemari 55 Chikkaballapur Bagepalli Guluru 56 Chikkaballapur Sidlaghatta Bashettihalli

36

57 Chikkaballapur Gouribidanuru Manchenahalli 58 Chikkaballapur Gouribidanuru Thondebavi 59 Chikkaballapur Gouribidanuru Hosuru CHITRADURGA 60 Chitradurga Molakalmuru Devasmudra 61 Chitradurga Challakere Parasurampur 62 Chitradurga Challakere Nakanahatti 63 Chitradurga Chitradurga Bharamasagar 64 Chitradurga Chitradurga Turuvanuru 65 Chitradurga Holalkere Talya 66 Chitradurga Holalkere Ramgiri 67 Chitradurga Hosdurga Madadakere 68 Chitradurga Hosdurga 69 Chitradurga Hiriyuru Dharmapur 70 Chitradurga Hiriyuru Javanagondanahalli 71 Chitradurga Chitradurga Hiregontanuru 72 Chitradurga Challakere Thaluku 73 Chitradurga Hiriyuru Imangala 74 Chitradurga Holalkere B.Durga 75 Chitradurga Mathodu DAVANAGERE 76 Davanagere Malebennuru 77 Davanagere Harappanahalli Arasikere 78 Davanagere Harappanahalli Chigateri 79 Davanagere Jagaluru Bilichodu 80 Davanagere Jagaluru Sokke 81 Davanagere Davanagere Anagodu 82 Davanagere Davanagere Mayakonda 83 Davanagere Honnalli Sasivehalli-1 84 Davanagere Honnalli Belagutti 85 Davanagere Channagiri Basavapattana-2 86 Davanagere Channagiri Santebennuru-1 87 Davanagere Channagiri Santhebennuru-2 88 Davanagere Harappanahalli Telagi 89 Davanagere Channagiri Basavapattana-1 90 Davanagere Channagiri Umbrani 91 Davanagere Honnalli Govinakovi-1 92 Davanagere Honnalli Sasivehalli-2 93 Davanagere Honnalli Govinakovi-2 KOLAR 94 Kolar Srinivasapura Yelduru 95 Kolar Srinivasapura Rayalapadu 37

96 Kolar Kolar Holuru 97 Kolar Kolar Hutturu 98 Kolar Maluru Tekal 99 Kolar Maluru Masti 100 Kolar Bangarpet Kyasamballi 101 Kolar Mulabagilu Thayalur 102 Kolar Mulabagilu Byrakur 103 Kolar K.G.F Rabertsonpet 104 Kolar Kolar Okleri 105 Kolar Kolar Narasapur 106 Kolar Kolar Memagal 107 Kolar Kolar Sugatur 108 Kolar Srinivasapur Ronuru 109 Kolar Srinivasapur Nelavani 110 Kolar Bangarpet Betamangal 111 Kolar Bangarpet Kamasamudra 112 Kolar Bangarpet Budikote 113 Kolar Mulabagal Avani 114 Kolar Mulabagal Duggasandra 115 Kolar Malur Lakkuru RAMANAGAR 116 Ramanagar Magadi Thippasandra 117 Ramanagar Magadi Kadur 118 Ramanagar Ramanagar Bidadi 119 Ramanagar Ramanagar 120 Ramanagar Channapattana Maluru 121 Ramanagar Channapattana Virupakshipura 122 Ramanagar Kanakapur Maralawadi 123 Ramanagar Kanakapur Sathanur 124 Ramanagar Ramanagar Kailancha 125 Ramanagar Magadi Madabale 126 Ramanagar Magadi Soluru 127 Ramanagar Kanakapur 128 Ramanagar Kanakapur Uyyamballi 129 Ramanagar Kanakapur SHIMOGA 130 Shimoga Sagar Avinahalli 131 Shimoga Sagar Karuru 132 Shimoga Sorab Jade 133 Shimoga Sorab Anavatti 134 Shimoga Shikaripur Hossuru 135 Shimoga Shikaripur Udagani 38

136 Shimoga Hosanagar Nagar 137 Shimoga Hosanagar Kerehalli 138 Shimoga Thirthahalli 139 Shimoga Thirthahalli Agumbe 140 Shimoga Shivamogga Kumshi 141 Shimoga Shivamogga Haranahalli 142 Shimoga Bhadravati Holehonnuru-2 143 Shimoga Bhadravati Holehonnuru-3 144 Shimoga Shivamogga Nidige 145 Shimoga Shivamogga Holaluru 146 Shimoga Hosanagar Huncha 147 Shimoga Shikaripur Talegonda 148 Shimoga Shikaripur Anjanapur 149 Shimoga Bhadravati Holehonnur 150 Shimoga Bhadravati Kudligere 151 Shimoga Soraba 152 Shimoga Soraba Kuppagedde 153 Shimoga Soraba Chandragutti 154 Shimoga Sagara Anandapuram 155 Shimoga Sagara Telaguppa 156 Shimoga Sagara Barangi 157 Shimoga Thirthahalli Mutturu 158 Shimoga Thirthahalli Mandagadde 159 Tumkur Chikkanayakanahalli handanakere 160 Tumkur Chikkanayakanahalli huliyara 161 Tumkur Shira 162 Tumkur Shira bukkapattana 163 Tumkur Pavagada nidgal 164 Tumkur Pavagada Y. N.hosakote 165 Tumkur Madugiri itakadibbanahalli 166 Tumkur Madugiri kotigenahalli 167 Tumkur Channarayanadurga 168 Tumkur Koratagere Kolal 169 Tumkur Tumakur Hebburu 170 Tumkur Tumakur Bellavi 171 Tumkur Gubbi Kadaba 172 Tumkur Gubbi Hagalawadi 173 Tumkur Tipturu 174 Tumkur Tipturu 175 Tumkur Dandinashivara 176 Tumkur Turuvekere Mayasandra 39

177 Tumkur Kunigal Amruturu 178 Tumkur Kunigal Huliyurudurga 179 Tumkur Tumakur Guluru 180 Tumkur Tumakur Urdigere 181 Tumkur Chikkanayakanahalli Kandikere 182 Tumkur Chikkanayakanahalli Shettikere 183 Tumkur Tumakur Kora 184 Tumkur Gubbi Nitturu 185 Tumkur Gubbi Cheluru 186 Tumkur Gubbi C.S.Pura 187 Tumkur Koratagere 188 Tumkur Koratagere Kottager 189 Tumkur Kunigal 190 Tumkur Kunigal Yadiyuru 191 Tumkur Madhugiri 192 Tumkur Madhugiri Puravar 193 Tumkur Madhugiri Midigeshi 194 Tumkur Sira 195 Tumkur Sira Gowdager 196 Tumkur Tipturu 197 Tumkur Turuvekere Dabbegtte 198 Tumkur Pavagad Nagalamdike

Mysore region-166 Sl.No District Name Taluk Name Nada Kacheri Name CHAMARAJANAGAR 1 Chamarajanagar Gundlupet Hangala 2 Chamarajanagar Gundlupet Terakanambi 3 Chamarajanagar Chamarajanagar Santemaranahalli 4 Chamarajanagar Chamarajanagar Harave 5 Chamarajanagar Yalanduru Agar 6 Chamarajanagar Hanur Hanur 7 Chamarajanagar Hanur Rampur 8 Chamarajanagar Chamarajanagar Chandakawadi 9 Chamarajanagar Chamarajanagar Haradanahalli 10 Chamarajanagar Gundlupet Beguru 11 Chamarajanagar Kollegal Palya 12 Chamarajanagar Hanur Lookanahalli CHICKAMAGALUR 13 Chickamagalur Chickamagalur amble 14 Chickamagalur Chickamagalur vasthre 40

15 Chickamagalur Chickamagalur jagra 16 Chickamagalur Chickamagalur aldur 17 Chickamagalur Chickamagalur avathi 18 Chickamagalur Kadur biburu 19 Chickamagalur Kadur panchanahalli 20 Chickamagalur Kadur hirenelluru 21 Chickamagalur Kadur yagati 22 Chickamagalur Kadur cholahiriyuru 23 Chickamagalur Tharikere Lakkavalli 24 Chickamagalur Tharikere Lingadalli' 25 Chickamagalur Tharikere Amruthpur 26 Chickamagalur Kigga 27 Chickamagalur Bankal 28 Chickamagalur Mudigere Gonibeedu 29 Chickamagalur Koppa 30 Chickamagalur Koppa megunda 31 Chickamagalur Narasimharajapura balehonnuru 32 Chickamagalur Tarikere ajjampura 33 Chickamagalur Tarikere shivani 34 Chickamagalur Kaduru sakkarayapattana 35 Chickamagalur Kaduru singatagere 36 Chickamagalur Chikkamagaluru khandya 37 Chickamagalur Chikkamagaluru lakya 38 Chickamagalur Mudigere 39 Chickamagalur Mudigere baluru DAKSHINA Dhakshina 40 Kannada Mulki Dhakshina 41 Kannada Mangalore Mudabidre Dhakshina 42 Kannada Mangalore Gurupur Dhakshina 43 Kannada Bantwala Panemangalore Dhakshina 44 Kannada Bantwala Vittal Dhakshina 45 Kannada Belthangadi Venuru Dhakshina 46 Kannada Belthangadi Kokkada Dhakshina 47 Kannada Putturu Kadaba Dhakshina 48 Kannada Putturu Uppinangadi Dhakshina 49 Kannada Sulya Panja 41

Dhakshina 50 Kannada Mangalore Mangalore Nagar Dhakshina 51 Kannada Mangalore Surtkal HASSAN 52 Hassan Sakaleshpura Hetturu 53 Hassan Sakaleshpura Hesaluru 54 Hassan Beluru Halebeedu 55 Hassan Beluru 56 Hassan Arasikere Kanakatti 57 Hassan Arasikere Gandasi 58 Hassan Hassan Dudda 59 Hassan Hassan Kattaya 60 Hassan Aluru Palya 61 Hassan Aluru K.Hosakote 62 Hassan Arakalgudu Doddamagge 63 Hassan Arakalgudu Ramanathpur 64 Hassan Holenarasipur Halekote 65 Hassan Holenarasipur Hallimysore 66 Hassan Channarayapattana Sravanabelagola 67 Hassan Channarayapattana Nuggehalli 68 Hassan Hassan Salagame 69 Hassan Hassan Shanthigrama 70 Hassan Alur Kundur 71 Hassan Arkalgud Mallipattna 72 Hassan Arkalgud Konanur 73 Hassan Javgal 74 Hassan Arsikere 75 Hassan Bellur Bichodu 76 Hassan Bellur 77 Hassan Channarayapatana Hirisave 78 Hassan Channarayapatana Baguru 79 Hassan Channarayapatana Dandiganahalli 80 Hassan Sakleshpura Belagodu 81 Hassan Sakleshpura Hanbal KODAGU 82 Kodagu Madikeri Bagamandala 83 Kodagu Madikeri Napolku 84 Kodagu Somavarpet Kushalnagar 85 Kodagu Somavarpet Shanivarasanthe 86 Kodagu Virajpet Srimangala 87 Kodagu Virajpet Ponnampet 88 Kodagu Madikeri Sampaje 42

89 Kodagu Somavarapet Suntekoppa 90 Kodagu Somavarapet Shantalli 91 Kodagu Somavarapet Kodlipete 92 Kodagu Virajpet Ammatti 93 Kodagu Virajpet Balale 94 Kodagu Virajpet Hudikeri MANDYA 95 Mandya K.R.Pete Santebachalli 96 Mandya K.R.Pete Akkihabbalu 97 Mandya Madduru C.A.Kere-1 98 Mandya Madduru Koppa-1 99 Mandya Madya Dudda-1 100 Mandya Madya -1 101 Mandya Honakere 102 Mandya Nagamangala Belluru 103 Mandya Pandavapura Chinakuruli 104 Mandya Pandavapura 105 Mandya Srirangapattana 106 Mandya Srirangapattana Belagola 107 Mandya Malavalli Alaguru 108 Mandya Malavalli B.G.Pur-1 109 Mandya Mandya Kottatti-1 110 Mandya Mandya Kasaba-2 111 Mandya Mandya Kottatti-2 112 Mandya Mandya Keragodu-1 113 Mandya Mandya Keragodu-2 114 Mandya Mandya Dudda-2 115 Mandya Mandya Basaralu-2 116 Mandya K.R.Pete Kikkeri 117 Mandya K.R.Pete Shilanere 118 Mandya K.R.Pete Bukanakere 119 Mandya Madduru Koppa-2 120 Mandya Madduru Koppa-3 121 Mandya Madduru Athagur 122 Mandya Madduru Kasaba-2 123 Mandya Malavalli Kasaba-2 124 Mandya Malavalli Kasaba-3 125 Mandya Malavalli B.G.Pura-2 126 Mandya Malavalli Kirugavalu-1 127 Mandya Malavalli Kirugavalu-2 128 Mandya Malavalli Kirugavalu-3 129 Mandya Nagamangala Devalapur

43

130 Mandya Nagamangala Bindiganavile 131 Mandya Srirangapattana K.-1 132 Mandya Srirangapattana K.Shettihalli-2 MYSORE 133 Mysore Piriyappattan Bettadapur 134 Mysore Piriyappattan Ravandurga 135 Mysore Hunsuru Hanagodu 136 Mysore Hunsuru Bilikere 137 Mysore K.R.Nagar Saligram 138 Mysore K.R.Nagar Mirle 139 Mysore K.R.Nagar Chunchanakatte 140 Mysore Mysore Jaipur 141 Mysore Mysore Varuna 142 Mysore H.D.Kote Hampapur 143 Mysore H.D.Kote Antarasante 144 Mysore H.D.Kote Saraguru 145 Mysore Nanjanagudu Doddakaulande 146 Mysore Nanjanagudu Hullahalli 147 Mysore T.Narasipura Bannuru 148 Mysore T.Narasipura 149 Mysore Mysore Ilavala 150 Mysore Musore Mysore Nagar 151 Mysore Hunsuru Gavadagere 152 Mysore Nanjanagudu Biligere 153 Mysore Nanjanagudu Chikkayyanachatra 154 Mysore T.Narasipura Sosale 155 Mysore K.R.Nagar Hebbala 156 Mysore K.R.Nagar Hosa agrahar 157 Mysore H.D.Kote Kandalike 158 Mysore Piriyapattana Haranahalli 159 Mysore T.Narasipura Muguru UDUPI 160 Udupi Kundapur vandse 161 Udupi Udupi kota 162 Udupi Karkala ajekar 163 Udupi Bynduru Bynduru 164 Udupi Brahmavar Brahmavar 165 Udupi Brahmavar Kota 166 Udupi Udupi Kaupu

44

Gulbarga Region-130 Sl.No District Name Taluk Name Nada Kacheri Name BELLARY 1 Bellary Hadagali hirehadagali 2 Bellary Hadagali ittagi 3 Bellary Hagaribommanahalli hampasagar 4 Bellary Hagaribommanahalli thambrahalli 5 Bellary Hosapet 6 Bellary Hosapet mariyammanahalli 7 Bellary Siruguppa Hacholli 8 Bellary Siruguppa Karuru 9 Bellary Bellary Rupanagundi 10 Bellary Sanduru Choranur 11 Bellary Sanduru Teranagallu 12 Bellary Kudlagi Gudekote 13 Bellary Kudlagi Kotturu 14 Bellary Kurugodu Kurugodu 15 Bellary Bellary Koluru 16 Bellary Bellary Moka 17 Bellary H.B.Halli Kogali 18 Bellary Hosapet Kamalapur 19 Bellary Shiruguppa Tekkalakote 20 Bellary Kudligi 21 Bidar kohinooru 22 Bidar Basavakalyan hunsuru 23 Bidar Bhalki saigao 24 Bidar Bhalki lakangao 25 Bidar kamalanagar 26 Bidar Aurad dabaka 27 Bidar Bidar manahalli 28 Bidar Bidar 29 Bidar Humanabad 30 Bidar Humanabad dubulgundi 31 Bidar Chitaguppa Chitaguppa 32 Bidar Bidar Kamtan 33 Bidar Bidar Janawad 34 Bidar Aurad Chintaki 35 Bidar Aurad Santapur 36 Bidar Aurad Tanakushanur 45

37 Bidar Basavakalyan Manthal 38 Bidar Basavakalyan Mudbi 39 Bidar Basavakalyan 40 Bidar Bhalki Katakachincholli 41 Bidar Bhalki Hulburga 42 Bidar Bhalki (b) 43 Bidar Homanabad Bemalkhed 44 Bidar Homanabad GULBARGA 45 Gulbarga Aland madanahipparagi 46 Gulbarga Aland kajuri 47 Gulbarga Afzlpur athanur 48 Gulbarga Afzlpur karjagi 49 Gulbarga Gulbarga parahathabad 50 Gulbarga kudli 51 Gulbarga Chincholi inapur 52 Gulbarga kudla 53 Gulbarga Sedam mudol 54 Gulbarga Chittapur shahabad 55 Gulbarga 56 Gulbarga Kalagi Kalagi 57 Gulbarga Gulbarga(North) Kamalapur 58 Gulbarga Yadrami Yadrami 59 Gulbarga Gulbarga Aurad(b) 60 Gulbarga Gulbarga 61 Gulbarga Aland Naroon 62 Gulbarga Aland Nimbarga 63 Gulbarga Chincholi 64 Gulbarga Nalavar 65 Gulbarga Jewargi Andhola 66 Gulbarga Jewargi 67 Gulbarga Sedam Adaki 68 Gulbarga Gulbarga(North) Mahagaon 69 Gulbarga Gundgurthi KOPPALA 70 Koppala Yalburga hirevanakalkunte 71 Koppala Yalburga 72 Koppala Kustagi thavaragere 73 Koppala Kustagi hanamanala 74 Koppala Gangavathi 75 Koppala Koppala alavandi 76 Koppala Koppala irakalagada 46

77 Koppala Kartagi Kartagi 78 Koppala Koppala 79 Koppala Gangawati Hulihaidar 80 Koppala Gangawati Navali 81 Koppala Gangawati Venkatagiri 82 Koppala Gangawati Marali 83 Koppala Gangawati Siddapur 84 Koppala Kustagi Hanumasagar 85 Koppala Yalaburga Mangalore 86 Raichur Maski 87 Raichur Raichur Chandraband 88 Raichur Raichur Gillasaguru 89 Raichur Raichur Devasaguru 90 Raichur Devadurga Gabburu 91 Raichur Lingsuguru 92 Raichur Hirekotnekal 93 Raichur Manvi Pavanakallur 94 Raichur Manvi Kalluru 95 Raichur Manvi Kordi 96 Raichur Manvi Halapur 97 Raichur Manvi Mallata 98 Raichur Sidhnur Salgonda 99 Raichur Sidhnur Valkam Dinni 100 Raichur Sidhnur Uda 101 Raichur Sidhnur Goregalla 102 Raichur Sidhnur Jalihala 103 Raichur Sidhnur Godaduru 104 Raichur Sidhnur Balaganuru 105 Raichur Sidhnur Kuntagi 106 Raichur Sidhnur 107 Raichur Sidhnur 108 Raichur Sidhnur Gunjalgi 109 Raichur guragunta 110 Raichur Devadurga arakera 111 Raichur Devadurga jalahalli 112 Raichur Raichur 113 Raichur Raichur yaragera 114 Raichur Manvi 115 Raichur Manvi 116 Raichur Sindanur javalagera 117 Raichur Sindanur thurvihala 47

YADAGIRI 118 Yadagiri Surapura kakkera 119 Yadagiri Shahapur hayyala(b) 120 Yadagiri Shahapur Gogi K 121 Yadagiri Shahapur 122 Yadagiri Surapur Kembavi 123 Yadagiri Yadagiri Balichakra 124 Yadagiri Yadagiri 125 Yadagiri Yadagiri Konkal 126 Yadagiri Yadagiri Hattikuni 127 Yadagiri Vadagera Vadagera 128 Yadagiri Gurumitkal Gurumitkal 129 Yadagiri Hunsagi Hunsagi 130 Yadagiri Hunsagi Kodekal

BELGAUM REGION-107 Sl.No District Name Taluk Name Nada Kacheri Name BAGALAKOTE 1 Bagalakote Jamkhandi Savalgi 2 Bagalakote Jamkhandi Terdala 3 Bagalakote Bilgi Anagawadi 4 Bagalakote Mudhola Lokapur 5 Bagalakote Kerur 6 Bagalakote Bagalakote kaladagi 7 Bagalakote aminagada 8 Bagalakote Hunagunda karadi 9 Bagalakote Guledgudda 10 Bagalakote Ilkal 11 Bagalakote Badami Kulageri 12 Bagalakote Bagalakote Seetamani BELAGAUM 13 Belagaum Chikkodi Sadalaga 14 Belagaum Athani Kagawada 15 Belagaum Athani Telsanga 16 Belagaum Rayabagh Kudachi 17 Belagaum Gokak Arebhavi 18 Belagaum Gokak Kaujalagi 19 Belagaum Hukkeri Yamakanamardi 20 Belagaum Hukkeri Sankeshwar 21 Belagaum Belagaum Hirebagewadi 22 Belagaum Belagaum Kakati 48

23 Belagaum Jamboti 24 Belagaum Khanapur Bidi 25 Belagaum Sampagaon Nesaragi 26 Belagaum Parasagada Yargatti 27 Belagaum Parasagada Murgod 28 Belagaum Ramdurga Katkol 29 Belagaum Ramdurga K.Chandargi 30 Belagaum Kitturu Kitturu 31 Belagaum Nippani Nippani 32 Belagaum Belgaum Belgaum Nagar 33 Belagaum Belgaum Uchagaun 34 Belagaum Athani Ananthapur 35 Belagaum Chickodi Nagaramunoli 36 Belagaum Khanapur Gunji 37 Belagaum Ramadurga Sureban 38 Belagaum Ramadurga Mudakavi 39 Belagaum Savadatti Manoli 40 Bijapur Bijapur Thikota 41 Bijapur Bijapur Nagatan 42 Bijapur Bijapur Mamadapur 43 Bijapur Alamela 44 Bijapur Muddebihal Davalagi 45 Bijapur Indi ballolli 46 Bijapur Sindagi devarahipparagi 47 Bijapur Basavanabagevadi huvinahipparagi 48 Bijapur Muddebihala nalathavada 49 Bijapur Nidagundi Kohlar 50 Bijapur Babaleshwar Babaleshwar 51 Bijapur Chadachana Chadachana 52 Bijapur Talikote Talikote DHARAWAD 53 Dharawad Dharawad garaga 54 Dharawad Dharawad alnavar 55 Dharawad Navalgunda annigere 56 Dharawad chabbi 57 Dharawad Hubli shiraguppi 58 Dharawad Kalgatgi dummavada 59 Dharawad Kalgatgi thabakadonnahalli 60 Dharawad Kundagola shamshi 61 Dharawad Dharwad Aminbavi 62 Dharawad Navalgund Morab 49

GADAG 63 Gadag Naragunda konnuru 64 Gadag Rona holyaluru 65 Gadag Gadag betagere 66 Gadag Mundaragi dambala 67 Gadag Gajendragada Naregal 68 Gadag Lakshmishwar Lakshmishwar HAVERI 69 Haveri Shiggao dundashi 70 Haveri Shiggao 71 Haveri Savanur hattimatturu 72 Haveri Hanagal akkialur 73 Haveri Hanagal bammanahalli 74 Haveri Haveri guttal 75 Haveri Haveri 76 Haveri Byadagi kaginele 77 Haveri Hirekerur rattihalli 78 Haveri Hirekerur hamsabhavi 79 Haveri Ranibennuru kuppelur 80 Haveri Ranibennuru medleri UTTARA KANNADA 81 Uttara Kannada Savantawad 82 Uttara Kannada Karwar Bada 83 Uttara Kannada Kumta Kojalli 84 Uttara Kannada Ankola Basagod 85 Uttara Kannada Murkawad 86 Uttara Kannada Siddapur 87 Uttara Kannada Sirsi Sampakanda 88 Uttara Kannada Bhatkal Sosagad 89 Uttara Kannada Karavar ghadasai 90 Uttara Kannada Karavar kinnare 91 Uttara Kannada Supa kumbaravada 92 Uttara Kannada Supa kastalerock 93 Uttara Kannada Haliyala sambrani 94 Uttara Kannada Haliyala dandeli 95 Uttara Kannada Yallapura manchikeri 96 Uttara Kannada Mundagoda pala 97 Uttara Kannada Sirsi 98 Uttara Kannada Sirsi hulekal 99 Uttara Kannada Ankola belekeri 100 Uttara Kannada Ankola balale 101 Uttara Kannada Kumata mirjana 50

102 Uttara Kannada Kumata gokarna 103 Uttara Kannada Siddapura umbalamane 104 Uttara Kannada Siddapura kodkani 105 Uttara Kannada Honnavara manki 106 Uttara Kannada Honnavara mavinakurve 107 Uttara Kannada Bhatkal mavalli

51

Annexure 7 - TECHNICAL SPECIFICATIONS

EACH OFF-GRID SOLAR POWER GENERATING SYSTEM (Power Plant)

Description of Items Capacity UNIT

Supply of Mono/poly crystalline SPV modules of 2kWp 1 Set composite capacity, hot dip galvanized module mounting structure as required at site, for holding modules on structure along with related accessories, as per tender norms.*

Supply of low maintenance, solar tubular type lead 96V/150Ah 1Set acid battery each of 12 / 2 Volts or VRLA-AGM battery each of 2V having C/10 rating 96V/150Ah Or Or 48V/300 AH (Ampere hour) along with float valve 48V/300Ah as per relevant BIS to be connected in series in each bank as per specification. Each Battery bank will contain suitable wooden rack / MS Stand and connecting lead of adequate size.*

Supply of power conditioning unit , which consist of 3 KVA 1 set MMPT charge controller \full sine wave Inverters Grid charges with mentioned DC input and single Phase 230 v-50HZ AC output suitable for both stand alone and hybrid mode of operation along with all partition controlling arrangement and required accessories suitable for the mentioned capacity of SPV plant.*

Supply of DC distribution board as per specification* As per tender Set

Supply of AC distribution board as per specification* Set

Installation & commissioning of the OFF-GRID 2kWp Set SOLAR POWER PLANTS including all items not mentioned above but required for installation, commissioning and testing of the OFF-GRID SOLAR POWER PLANTS on turnkey basis, as per tender specifications and norms. Inclusive of design & construction of RCC foundation base for holding the above structures (the work includes necessary excavation, concreting, back filling, shoring & shattering etc) lightening & over-voltage protection, earthling protection as per specifications.*

*MNRE Approved

52

1. SPV MODULES

1.1 Type and Quality

The total Solar PV array capacity shall be as specified in price schedule and shall be assembled with modules of capacity each 200 Wp minimum and with more than 13% efficiency Poly/Mono Crystalline/MNRE approved solar modules. The modules should be tested and certified by a Govt. of India authorized test centers or should conform to relevant IEC standard as per MNRE guidelines. Offered module shall have a power output warranty of 90% of the rated power for 10 years and 80% at the end of 25 years. The rated output power of any supplied module shall not vary less than 1% from the specified power rating of the modules, in any case. Every module should have suitable by-pass diode at its terminal box.

1.2 The modules used shall have following specifications:

Type: Mono crystalline/ Poly crystalline as per MNRE Norms

Modules Specification and standard : Confirming to the existing MNRE guidelines.

1.3 The PV modules must conform to the latest edition of any of the following IEC /equivalent BIS Standards for PV module design qualification and type approval: Crystalline Silicon Terrestrial PV Modules: IEC 61215 / IS14286. In addition the modules must conform to IC 61730 Part 1 requirements for construction and Part 2 requirements for testing fro safety qualification or equivalent IS (under Dev.) PV modules to be used in a highly corrosive atmosphere, (costal areas etc) must qualify Salt Mist Corrosion Testing as per IEC 610701 / IS 61701.

1.4 Each PV module used in solar power project must have a RF identification tag (RFID), which must contain the following information. The RFID can be inside/ outside the module laminate, but must be able to withstand harsh environmental conditions.

1. Name of the manufacturer of PV Module 2. Name of the Manufacturer of Solar cells 3. Month and year of the manufacture (separately for solar cells and module) 4. Country of origin (separately for solar cells and module) 5. I-V curve for the module 6. Peak Wattage, Im, Vm and FF for the module 7. Unique Serial No and Model No of the module 8. Date and year of obtaining IEC PV module qualification certificate 9. Name of the test lab issuing IEC certificate 10. Other relevant information on traceability of solar cells and module as per ISO 9000 series.

53

The panel with the remark "NEMMADI-GOK-MNRE PROGRAMME-2012-13. Inter connections of solar modules should be through good quality male female joint. Name of manufacturer, S. No. of Module & manufacturing year should be clearly fixed inside the glass lamination of every module. Thermal sticker should be affixed behind every module which should clearly state the specifications & capacity of the module.

The total capacity of the Solar Photovoltaic Power Plants mentioned is the minimum capacity in wattage of the total SPV modules installed in the Power Plant with reference to the Voltage at which the SPV Power Plant is designed. Capacities mentioned are the minimum name plate value of the SPV Power Plant. Supplier should submit the drawing of the Steel structures which they shall supply & install along with the array support structure for mounting of SPV modules, as per scope of work. For drawing & specification of module mounting structures (MMS) is required.

2. Mechanical Components: MODULE MOUNTING STRUCTURE (MMS):

Supplier should submit the drawing of the MMS which they shall supply. MMS should be installed along with the hot dipped galvanized (minimum 80 microns) array support structure for mounting of SPV modules at site. The panel frame structure should be capable of withstanding a minimum wind load of 150 Km per hour, after grouting and installation. MMS should be sturdy & designed to assist SPV Modules to render maximum output. The hardware (fasteners) used for installation of SPV Modules & MMS should be of suitable Stainless Steel (SS 304).

3. Foundation:

The PCC foundation shall have to be designed on the basis of the weight of the structure with module and minimum wind speed of the site, i.e. 150 Km/hour. Each MMS should be with four legs grouted on pedestals of minimum 500x500x500 mm size

4. Junction Boxes for Cables from Solar Array: The junction boxes shall be made up of FRP (Hensel or equivalent make)/PP/ABS with dust, water and vermin proof. It should be provided with proper locking arrangements.

a. Series / Array Junction Box (SJB/AJB): All the arrays of the modules shall be connected to MJB/DCDB through AJB. AJB shall have terminals of bus-bar arrangement of appropriate size Junction boxes shall have suitable cable entry with suitable grounding arrangement for both input and output cables. Suitable markings on the bus bars shall have to be provided to identify the bus bars etc. suitable ferrules shall also have to be provided to identify interconnections. Every AJB should have suitable arrangement Reverse Blocking diode (Schottky diode of suitable rating with respect to the capacity of array) connected in such a manner that the diode is mounted on a proper heat sink so as to increase the life of diode. Suitable MOV/SPD has to be installed in AJB for protection purpose. If, in any case Schottky diode & MOV/SPD are installed in the PCU, then also it should be installed in AJB. Each AJB should preferably not have more than four array inputs. Cable interconnection arrangement shall be within conduit pipe on saddles installed properly. Cable connection should be done in such a manner that fault findings if any, can be identified easily. The cables 54

should be connected in such a manner that clamp meter can be comfortably inserted around the individual cables to measure the data like current, voltage etc. AJB should also be marked as A1, A2, & so on. Wherever conduits are laid on roof or ground, then it should be installed on cable tray or appropriate civil structure which should be at least four inches above roof / ground level.

5. POWER CONDITIONING UNIT (PCU):

Main Features of the PCU:

PCU should be a combined unit comprising of inverter, charge controller, visual display and necessary protections.

• It should be Industrial grade bi-directional Inverter

• It should have Integrated MPPT P V Charger Controller.

• It should be rated for continuous operation at full load.

• It should have Programmable battery management parameters.

• It should have Temperature compensated battery charging.

• It should have solar priority grid charging.

• It should Automatic re-start after over load triggered shutdown.

• It should have Continuous battery life and state of health monitoring.

The PCU should be equipped with data logger for collecting and recording the energy generated from Solar.

The PCU should have provision for PCU by pass arrangement so as to cater the load directly through Grid, in case of PCU fails.

Specification PCU:

Switching elements IGBT

Type of Charge Controller With MPPT charge controller with regulated constant output and controlled charging with auto boost, float and trickle mode charging.

Nominal Inverter Capacity 3 KVA

Nominal Array Capacity 2 kWp suitable MPPT Range For 96 Volts input

Or For 48 volts input

Battery nom Volt ≥ 96 V or ≥ 48 V

55

Inverter Surge Rating @ 40 deg C 150% > 30 sec

200 % > 5 sec

Inverter Output Voltage 230V +/- 1% for single phase

Inverter Output Frequency 50+/- 0.5 Hz (Synchronized to Mains during grid operation)

Grid Voltage 170V- 270V. (PCU should charge the battery & Inverter should able to work at this voltage range.)

Grid Frequency 50 Hz (47 to 53 Hz)

THD < 3%

DC Ripple < 2%

Dielectric strength 1.1 KV Between input/output and ground with EMI protections removed

Inverter Efficiency @ 40 deg C, Nominal  90 % at peak load load

Operating Ambient Temperature 0 to 50 deg C

Humidity 95% max. non condensing

Enclosure Free standing, IP 21, Epoxy powder coated

Cooling Forced air cooling

Protection 1. Short Circuit 2. Overload 3. Over Temperature 4. Over Voltage 5. Lightning Output wave form Sine wave

Grid Charger capacity Suitable to charge the battery and feed to Inverter simultaneously. minimum 10% to the battery AH capacity to be provided to charge the battery

Valid Test Certificates to be attached for the following

Environmental Testing- PCU/inverter with IEC 60068-2 (1,2,14,30) built in MPPT charge controller. / Equivalent BIS Std

Efficiency Measurements – PCU with built IEC 61683 / IS 61683 in MPPT charge controller

56

Operation

The MPPT charge controller should provide the constant output voltage for any variation of solar panel voltage .The variations of the voltage from the solar panel should be regulated by the charge controller and constant voltage should be given to charge the battery. It should be possible to set the charge controller output voltage depends upon type of battery.

The inverter should be switched on directly from the solar power and battery. There is no external grid power required to start the inverter. Supply of PCU which consists of MPPT charge controller, Full sine wave inverter ,Grid charger with mentioned DC input and single phase 230V-50 Hz AC output suitable for both Stand alone and hybrid mode of operation along with all protection, controlling arrangement and required accessories suitable for the following capacity of SPV plant.

The microprocessor control circuit should automatically adjust the DC-DC converter to ensure that it should always match to the PV array under varying conditions and transfers the maximum possible power. The battery bank should get charged from this DC bus, the charging rate and other parameters being controlled by the supervisory circuit.

A bidirectional/hybrid inverter should sit between the DC and the AC bus. The DC power should be converted to AC. The PCU should have the provision for connecting to a dedicated load. If the grid is absent or goes out of range the inverter should not interrupt supply. If PV power is available it should be directed to the load and the excess power shall be used for charging the batteries. So the power from the Solar is not wasted. The Inverter should be programmed for solar priority mode of operation. This means that the maximum use be made of the solar energy. Grid power should be used only when the batteries are over discharged or sufficient solar energy is not available from the PV array. If disengaged from the grid battery should keep supplying the power to the dedicated load, ensuring uninterrupted supply. When Solar Energy is available the PCU should use Solar Energy and access Solar Energy should charge the battery. When Solar radiation reduces to less than the PCU requirement, the PCU should draw the balance power from the battery. If battery power is not available PCU should share the required power from the Grid automatically. PCU should not use any changeover rely for this. Once the battery reaches the low voltage setting, the grid charger should automatically turn on and charge the batteries.

The PCU should have following feature:

 If energy consumed by the load connected to PCU is more than the solar power being generated at any instance, during sunny hours then the load should first consume maximum solar power & balance power required by the connected load should be drawn from the battery and then from the grid power if required.  There should be emergency stop switch.  There should be provision of bypass arrangement available in PCU. Bypass means that power supply from the grid to the connected load can be bypassed from the PCU, in case PCU goes out of order.

57

PROTECTION & SAFETY:

Specifically the inverter should be a single phase static solid state type power conditioning unit. Both AC & DC lines shall have suitable MCB/MCCB to allow safe start up and shut down of the system. PCU should have protections for overload, surge current, high Temperature, over/ under voltage and over/ under frequency.

The inverter shall have provision for input & output isolation each solid-state electronic device shall have to be protected to ensure long life of the inverter as well as smooth functioning of the inverter. Inverter should have safety measures to protect inverter from reverse short circuit current due to lightening or line faults of distribution network.

BATTERY BANK: i) The battery bank shall not be less than 14400 VAH @ C10 Rating, Batteries type should be of Tubular lead acid or VRLA- AGM type. The general specifications shall be as under:

(A) The Manufacturers of Batteries should have been approved and tested at any of the NABL approved Labs/ETDC, and should posses the Valid ISO9001 certificate & ISO 14001 certificates, and should have BIS Standards as per the existing MNRE guidelines.

(B)The battery bank shall consist of required number of deep-discharge electrochemical storage cells, suitably interconnected as required. Parallel connections of storage cells will be discouraged.

(C) The Batteries should have been rated for C10 discharge & the cells shall be capable of deep discharge and frequent cycling with long maintenance intervals and high columbic efficiency. Automotive or car batteries shall not be accepted.

(D)The nominal voltage and capacity of the storage bank shall be selected and specified by the supplier in the bid.

(E)The self-discharge rate of the battery bank or individual cell shall not exceed four (4) percent per month.

(F)The permitted maximum depth of discharge (DOD) shall be specified by the supplier in the bid. Supplier should also specify the expected life of the Battery bank.

(G)The cells shall include explosion proof safety events.

(H)The cells shall include the required number or corrosion resistant inter-cell required chemicals electrolyte packed in separate containers. Full instructions and technical details shall be provided for electrolyte filling and battery recharging at site for the first time.

(I)The cells shall preferably be supplied in charged condition, complete with all required chemicals electrolyte packed in separate containers. Full instructions and technical details shall be provided for electrolyte filling and battery recharging at site for the first time.

(K)If the cells are supplied in uncharged conditions, then the supplier shall provide full instructions for first time charging including, but not limited to, the following: 58

A checklist of all items required:

 Minimum specification with possible alternatives of the required battery charger for first time charging.  Instruction of electrolyte filling, battery charging etc. and instructions on the transportation of charged batteries, if required.

(a) Suitable number of corrosion resistant and acid-proof storage racks shall be supplied to accommodate the cells. The rack design shall be such that minimum space is required, without any way obstructing the maintenance requirements. For metallic racks, standards specified for control panel enclosures and other metallic shall govern. (b) All the connectors should be insulated except for the end portions. (c) All technical and other details pertaining to the storage cells shall be supplied including the following: -

1. Rated voltage and ampere-hour capacity of each storage cell as the rated discharge rate.

2. Permitted maximum DOD.

3. Self discharge rate.

4. Cycle life of the storage cell and the anticipated life (in years) of the battery bank.

5. Total number of storage cells in use.

6. Details on cell interconnections, if any. All the connectors should be insulated except at both ends from where the connectors are connected to battery terminals. Every cell should have proper numbering marked clearly for its identification. Only pre insulated connectors should be used.

ii) Battery Rack: Battery rack should be of matured treated sapwood/MS stand single tier or two tier (if required), duly painted. Placement of battery should be such that maintenance of the battery could be carried out easily. The non-reactive acid proof mat should be provided to cover the entire floor space covering the battery rack. Battery rack should compulsorily be placed on the appropriate rubbers pads to avoid the contact of wooden racks with the floor, to protect wooden rack particularly from termite.

LIGHTNING AND OVER VOLTAGE PROTECTION:

The SPV Power Plant should be provided with suitable lightening and over voltage protection. The principal aim in this protection is to reduce the over voltage to a tolerable value before it reaches the PV or other sub-systems components. The source of over voltage can be lightening or any other atmospheric disturbance. Each LA shall have to be earthed through suitable size earth bus with earth pits. The earthing pit shall have to be made as per IS 3043. LA should be installed to protect the array field, all machines and control panels installed in the control rooms. 59

EARTHING PROTECTION:

Each array structure of the PV yard should be grounded properly using adequate number of earthing kits. Each kit should contain super earth mixture and galvanized clamp and SS rod. In addition the lightening arrestor/masts should also be provided inside the array field. Provision should be kept for shorting and grounding of the PV array at the time of maintenance work. All metal casing/shielding of the plant should be thoroughly grounded in accordance with Indian Electricity Act/IE rules as amended up to date. Each Resistance should be tested after earthling by calibrated earth tester. The Bidder shall make testing arrangements. The earthling pit shall have to be made as per IS: 3043. All the array structures, equipments & control systems should be compulsorily connected to the earth.

DC DISTRIBUTION BOARD (DCDB):

This should consist of Box of suitable powder coated metal casting. In this box a separate arrangement which shall consist of MCCBs of suitable specifications & which can withstand respective flow of current, with the purpose of providing the option for isolating the battery bank & SPV arrays should be made. There should be copper bus bars of suitable rating. Proper rating HRC fuse & MCCB/Isolator for DC application should be suitably installed in DCDB as battery bank isolator. Best quality current meter has to be installed to measure the cumulative charging & discharging status of battery bank.

AC DISTRIBUTION BOARD (ACDB):

This should consist of box of suitable powder coated metal casting. One feeder should be provided in ACDB with MCB of suitable capacity installed at feeder in the ACDB. One electronic energy meter, ISI make, Single phase of good quality shall also be installed in ACDB suitably placed to measure the consumption of the SPV power plant. Proper rating MCB shall be installed to protect feeders from short circuit current as per the requirements of the site. A separate dedicated feeder from conventional / grid line to PCU as well as ACDB should also be installed. A separate change over switch of proper rating should also be suitably installed in the ACDB to isolate the existing connected load from solar system and cater the power to the existing load from the conventional power (grid) in case of emergency. ACDB should be connected between PCU and load.

DANGER BOARDS:

Danger boards should be provided as and where necessary as per IE Act/IE Rules as amended up to date & affixed at various appropriate locations.

CABLES/WIRE:

All cables should be of copper as per ISI and should be of 650V/1.1 KV grade as per requirement. All connections should be properly made through suitable lug/terminal crimped with use of suitable proper cable glands. The size of cables/wires should be designed considering the line loses, maximum load on line, keeping voltage drop within permissible limit and other related factors. The cable/wire should be of ISI/ISO mark for overhead distribution as per the existing norms of MNRE.

60

For normal configuration the Minimum suggested sizes of copper cables are:

Module to module/SJB/AJB - 4 sq mm (single core)

AJBs to MJBs/DCDB - 10 / 16 sq mm (two core), with respect to current ratings of designing

MJBs to DCDB - minimum 25 sq mm (single core) or as per design & rating

DCDB to PCU - minimum 25 sq mm (single core), or as per design & rating

Battery to BPP - minimum 25 sq mm (single core) or as per design & rating

BPP to DCDB - minimum 25 sq mm (single core) or as per design & rating

DCDB to PCU - minimum 25 sq mm (single core) or as per design & rating

PCU to ACDB - as per design & rating

The size & rating of the cables may vary depending on the site condition, design & capacity of SPV Power Plant.

JUNCTION BOXES: Junction Boxes (SJB / AJB / MJB) shall be mounted on poles of array support structure. It should be provided with proper locking arrangements.

COMPREHENSIVE OPERATION AND MAINTENANCE:

Comprehensive Operation and Maintenance of SPV Power Plants along with the Power Distribution Network system of Solar system installed at site have to be done from the day of commissioning of SPVPP for consecutive five years. A thorough monitoring of operational status of the installed SPVPP has to be done once in a month and the report has to be maintained. Apart from the monthly monitoring, regular periodical maintenance of SPVPP has to be done with reference to capacity of SPVPP. The report has to be maintained in a prescribed table format in a register maintained at Nemmadi Kendra which should contain Month, Inspection Date, Energy Generated During The Month, Cumulative Energy Generation, Terminal Voltage Levels, Specific Gravity, Condition of the Battery Terminals, Action taken against the Defects found in the System and Remarks of the representative of Nemmadi Kendra along with signatures of both Service Engineer and Nemmadi representative.

61

Table - 1

PARTICUILARS TO BE SUBMITED IN THE COMMERCIAL BID (SECOND COVER)

PRICE SCHEDULE FOR on site third party testing of 601 No.S OFF-GRID SOLAR POWER GENERATING SYSTEMS (Power plant) in selected Nemmadi Kendra Regional Commissioners Jurisdiction, (Bangalore RC / Mysore RC/Gulbarga RC/Belgaum RC )Karnataka

Rates quoted by the bidder:

The rates should be mentioned item wise clearly both in words and figures

Item wise details of rates quoted

Sl Item details/name as per the Rate quoted by the Rate quoted by the No. Section V bidder /unit bidder /total

(Amount in Rs.) (Amount in Rs.)

1 On site third party Inspection of 198 No.S OFF-GRID SOLAR POWER GENERATING SYSTEMS (Power plant) in selected Nemmadi Kendra of Bangalore Regional Commissioners Jurisdiction, Karnataka

2 On site third party Inspection of 166 No.S OFF-GRID SOLAR POWER GENERATING SYSTEMS (Power plant) in selected Nemmadi Kendra of Mysore Regional Commissioners Jurisdiction, Karnataka

3 On site third party Inspection of 107 No.S OFF-GRID SOLAR POWER GENERATING ( SYSTEMS (Power plant) in selected Nemmadi Kendra of Gulabarga Regional 62

Commissioners Jurisdiction, Karnataka

4 On site third party testing of 130 No.S OFF-GRID SOLAR POWER GENERATING SYSTEMS (Power plant) in selected Nemmadi Kendra of Belgaum Regional Commissioners Jurisdiction, Karnataka

Total Rs.

(Rate has to be quoted Through e-procurement portal only).

CONDITIONS

1. If our tender is accepted, we are here by undertake to abide as per the stipulated Terms and Conditions, for the testing of the OFF-GRID SOLAR POWER GENERATING SYSTEMS(POWER PLANT) at respective Nemmadi Kendras as per the item awarded. 2. We agree to abide by this Tender for bid validity of 12 months after the date fixed for opening of Second Envelope under clause 12.1 of this Tender document and shall remain binding upon us and may be accepted at any time before the expiry of the period. 3. We agree to abide by this tender for and if the award is made to us, in executing the above contract we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of corruption act 1988”. 4. We understand that you are not bound to accept a lowest offer that you may receive after Tender validity.

Dated this...... day of...... 2012

Signature

(Name and Address of the Tender with seal)

(In the capacity of . . … ...... Duly authorized to sign the Tender for and on behalf of______)

63