0% found this document useful (0 votes)
164 views43 pages

Haryana KUSUM-C Tender

This document outlines an online tender for the design, supply, installation, commissioning and 5 years of operation and maintenance of solar pumping systems to replace existing AC pumps in Biana and Marupur, Haryana. Key details include: 1) The tender is divided into a technical and financial bid. 2) The estimated value is Rs. 1650 lakh for replacing approximately 466 pumps of various capacities. 3) Important dates for bid submission and opening are provided. 4) Instructions are given for online payment of tender fees, EMD fees and e-service fees. 5) The scope of work and technical specifications for the solar pumping systems are described.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
164 views43 pages

Haryana KUSUM-C Tender

This document outlines an online tender for the design, supply, installation, commissioning and 5 years of operation and maintenance of solar pumping systems to replace existing AC pumps in Biana and Marupur, Haryana. Key details include: 1) The tender is divided into a technical and financial bid. 2) The estimated value is Rs. 1650 lakh for replacing approximately 466 pumps of various capacities. 3) Important dates for bid submission and opening are provided. 4) Instructions are given for online payment of tender fees, EMD fees and e-service fees. 5) The scope of work and technical specifications for the solar pumping systems are described.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
  • Tender Overview and Schedule
  • General Instructions to Bidders
  • Terms and Conditions for Stores
  • Annexure I - Specifications
  • Supporting Documents
  • Financial Bid Details
  • Annexure IA - Technical Bid Format

Online tenders are invited in two stage bid system i.e.

Technical bid and Financial Bid as


per the details given below in Schedule-A

SCHEDULE-A
(Effective w.e.f 11.12.2019)
Sr. PARTICULARS REMARKS
No.
1 Tender Notice No. 17/ 2020-2021
2 Sr. No. of Tender. 02
3 Superscribed No. of Tender. 54/HR/RC/E-4/2020-21
4 Online submission of EMD, Tender fee & e-Service On or before last date of
Fee submission of Technical Bids
Option-1: Through Net Banking and Debit card upto 12:00 Noon
5 Online submission of EMD On or before 16.07.2020 Upto
Option-2: Through RTGS/ NEFT- 02:00 P.M.
(In case of above, the bidder has to pay Tender
Fee & e-Service Fee Through Net Banking and
Debit card as per the given date & time schedule)
6 On line Bid Preparation & submission. Upto 20.07.2020 at 02:00 P.M.
7 Date & time of opening of Technical Bids/s. On or after 20.07.2020 at 02:30
P.M.
8 Date & time of opening of Financial Bids/s To be decided later on
9 Tender Fee:

(I) For Haryana based manufacturing Micro and NIL


Small Enterprises (MSEs) & Khadi Village
Industries Unit eligible as per the “Haryana
State Public Procurement Policy for MSME -
2016” notified vide G.O. No. 2/2/2016-4I
BII(1) dated 20-10-2016 and as amended
from time to time.
(II) For Haryana based Startups/First Generation NIL
Entrepreneurs eligible as per State policy
“Concession/benefits in Public Procurement
to Startups/First Generation Entrepreneurs of
State” issued vide G.O No.2/2/2016-4I B-II
dated 03.01.2019.
(III) For remaining bidders both from the Haryana Rs. 5000/-
and Non Haryana
Earnest Money Deposit (EMD) required:
(I) For Haryana based manufacturing Micro and NIL
Small Enterprises (MSEs) & Khadi Village
Industries Unit eligible as per the “Haryana
State Public Procurement Policy for MSME -
10 2016” notified vide G.O. No. 2/2/2016-4I
BII(1) dated 20-10-2016 and as amended
from time to time.
(II) For Haryana based Startups/First Generation NIL
Entrepreneurs eligible as per State policy
“Concession/benefits in Public Procurement
to Startups/First Generation Entrepreneurs of

Page 1 of 43
State” issued vide G.O No.2/2/2016-4I B-II
dated 03.01.2019.
(III) Central or Haryana Public Sector Enterprises NIL
and “approved sources” as declared by the
Industries Department, Haryana
(IV) For remaining bidders both from the Haryana 2,00,000/-
and Non Haryana
11 E-Service Fee Rs. 1000/-
12 Date and time of receipt of samples (if required) N.A
13 Rates to be kept valid for acceptance upto: 31.12.2020

A. Information to Bidders:
The Bidders can download the tender documents from the Portal:
https://etenders.hry.nic.in
1. Date and Time of making payment of tender fee, earnest money deposit (EMD) and
e-service fee is as under:
A Online submission of EMD, Tender fee & e-Service Fee On or before last date of
Option-1: Through Net Banking and Debit card submission of Technical Bids
upto 12:00 Noon
B Online submission of EMD On or before 16.07.2020
Option-2: Through RTGS/ NEFT- Upto 02:00 P.M.
(In case of above, the bidder has to pay Tender fee &
e-Service fee Through Net Banking and Debit card as
per the given date & time schedule)
2. As the Bids are to be submitted online and are required to be encrypted and
digitally signed, the Bidders are advised to obtain Digital Signature Certificate (DSC)
at the earliest. For obtaining Digital Certificate, the Bidders should follow Point
No.- 2 under “Instructions to bidder on Electronic Tendering System” and
available at the link: https://etenders.hry.nic.in
3. The Bidders shall have to pay for the Tender Documents Fee, EMD Fees & e-Service
Fee online by using the service of secure electronic payment gateway. The secure
electronic payments gateway is an online interface between bidders and online
payment authorization networks.
4. The bidders must have Net Banking account in order to pay Tender Document Fee
and e-Service Fee.
5. Payment of Tender Fee:- The payment for the Tender Document Fee shall be made
by the interested bidder online directly through Net Banking with the available
Banks at e-GRAS e-Payment Gateway.
6. Payment of e-Service Fee:- E-Service Fee payment shall be made separately by
the interested bidders/ contractors online directly through Net Banking Account.
7. Payment of EMD:- The payment of EMD can be made through Net Banking or RTGS/
NEFT as per details at Para-3 above. In this regard please refer to ‘Online Payment
Guideline’ available at the link: https://etenders.hry.nic.in
8. Intending bidders will be mandatorily required to sign-up online (create user
account) on the website https://etenders.hry.nic.in to be eligible to participate in
the e-Tender. In case the intended bidder fails to pay EMD fee under the stipulated
time frame, he/she shall not be allowed to submit his/ her bids for the respective
event/ Tenders.
9. In case of payment of EMD through RTGS/ NEFT, the interested bidders must remit
the funds at least T+1 working day (Transaction + One Day) in advance i.e. on or
before 16.07.2020 upto 2.00 P.M; and make payment via RTGS/NEFT to the
beneficiary account number specified under the online generated challan. The
intended bidder/ Agency thereafter will be able to successfully verify their payment

Page 2 of 43
online, and submit their bids on or before the expiry date & time of the respective
events/ Tenders at https://etenders.hry.nic.in
10. However, the details of the EMD, Tender document Fee & E – Service Fee are
required to be filled/ provided at the time of online Bid Preparation.
11. Online Technical Envelope—Reference details of the Earnest Money Deposit, Tender
Document Fee & e - Service Fee instrument and scanned copies of supporting
documents and QR/technical criteria with proper index and page numbering on all
the documents have to be provided as per Annexure-IA of this document.
12. If the tenders are cancelled or recalled on any grounds, the Tender Document Fee
and e-Service Fee will not be refunded to the bidder.

B. Brief Description of Procuring/ Rate Contract item:


Sr. Description of Stores Quantity/ Value of Rate Place of Delivery
No. Contract
1 Design, Supply, Installation, On Annual Rate Contract Biana (Karnal
Commissioning along with basis district) and
Operation & Maintenance for (Approx. 466 pumps of Marupur
5 Years for replacement of various capacities with (Yamunanagar
existing AC pumpsets with an estimated value of Rs. district) or
grid connected DC Solar 1650.00 Lakh). anywhere in
Pumping Systems. Haryana

The capacity wise tentative requirement of the pumps are as under:


Number of grid-connected farmers Biana feeder (Karnal Marupur feeder
district) (Yamunanagar district)
Distribution of (registered)
Connected Load:
- 3 HP 12 108
- 5 HP 23 61
- 7.5 HP 126 5
- 10 HP 73 6
- 12.5 HP 44 0
- 15 HP 8 0
TOTAL 286 180

The detailed technical specification/ description of the above stores are available at
Annexure-I of this document.

C. Specific Terms & Condition/ Eligibility Criteria related to above Store:

1. The Bidder should be either a body incorporated in India under the Companies Act, 1956
or 2013 including any amendment thereto or a proprietary/partnership/LLP firm. A copy
of certificate of incorporation shall be furnished along with the bid in support of above.
Page 3 of 43
2. Bidder should be a registered manufacturer of Solar PV Module OR solar water pump.
3. It will be mandatory to use indigenously manufactured solar panels with indigenous
solar cells and modules. Further, motor-pump-sets, inverter/controllers and balance of
system should also be manufactured indigenously. The vendor has to declare the list of
imported components used manufacturing of equipment used in the solarisation system.
Bidder shall submit proof for manufacturer of solar PV module OR solar water pump.
4. The bidder should have minimum average annual turnover 30% of the estimated value
in the last three years, ending 31st March of the previous Financial Year i.e. up to 2018-
19 duly certified by Charted Accountant.
5. The bidder should be profitable in last financial year i.e. 2018-19 and any of the one of
the financial year out of 2016-17 or 2017-18.
6. Experience of having successfully completed, similar purchase/contracts costing not
less than the amount equal to 40% of the estimated value of the indent, during last
three years ending 31st March of the previous Financial year (2018-19), to Govt. / Semi
Govt. Organizations. Similar items mean:-
(i) Off-grid solar water pumping systems
(ii) Grid connected solar water pumping systems
7. The bidder shall have to mandatorily submit the acknowledgement of the sample
submitted in their name for quoted capacity (ies) of solar Pumping Systems from the
National Institute of Solar Energy or any other lab accredited by NABL/MNRE for testing
of solar PV Water Pumping System as per MNRE specifications 2019-20 and testing
procedure and are authorized to issue approval certificate on successful testing of a
solar PV water pumping system.
The successful bidder(s) shall have to submit the test certificated for each capacity
pump in which they are qualified as per MNRE specifications 2019-20 and testing
procedure within 30 days of issuance of rate contract, failing which their contract will
be terminated without giving any notice.
8. The manufacturing firm should have a valid ISO 9001:2015 Certificate in the field of
quoted item and copy of valid ISO 9001:2015. Certificate must be attached with offer.
9. Bidder should have not been debarred/blacklisted by any Govt. Deptt’s / organization/
PSU’s / institutions/ agencies/ autonomous Organizations.
10. The Bidder should have valid GST registration certificate. A copy of which should be
enclosed.
11. The Successful Bidder shall be required to establish at least one Service Centre at
District Level in their area of operation in Haryana & the contact details of the same
should be available on bidder’s website. The successful bidder should maintain the
inventory of required spare parts at the service center(s).
12. Bidders should provide an undertaking that after the expiry of warranty period, they will
provide necessary spare and services for the maintenance of items up to the period of
additional five years.

Page 4 of 43
13. Technical Catalogue of the product is required to be provided along with the material to
the end user & same should be available on bidder’s website.
14. Rate contract will be made / valid for one year from the date of issue.
15. The rates quoted should be inclusive of all other charges like FOR, insurance etc.
(whichever applicable) and inclusive of GST.
16. Delivery period (includes supply, installation & commissioning):- 4 months from the
date of placement of work order.
17. Warranty: - Five years from the date of commissioning and PV module(s) will be
warranted for a minimum period of 25 years from the date of supply. PV modules used
must be warranted for their output peak watt capacity, which should not be less than
90% at the end of Ten (10) years and 80% at the end of Twenty five (25) years.
18. Payment :-
i. 60% payment will be released within one month time on submission of material
receipt of physical delivery of inspected/ accepted goods in physically good
condition at consignee godown on submission of bill of material supported by
material receipt duly signed by PO/APO of the concerned district.
ii. 29% will be released after satisfactory installation / working of the items on
submission of Joint Commissioning Report (JCR) as per the prescribed format duly
signed by the user, representative of DISCOM & PO/APO of the consignee
department/ office with countersignature of Additional Deputy Commissioner-cum-
CPO of the concerned district.
iii. Balance 10% against submission of BG of equal value, valid for 5 years or 2% on
completion of each year subject to submission of satisfactory report from the
respective district offices.
iv. Balance 1% after expiry of 25 year warranty period of modules.
19. In case of any complaint in the working of the items during the warranty period, the
firm shall attend the same within 24 hours from the time of logging of first
complaint/call by the consignee and the items must be repaired within three days
thereafter. The complaints would be logged by the Department officers by e-mail/fax in
order to keep the proper delivery records. Further in case of failure to do so, penalty @
0.1% of the system cost per day (subject to max. 10% of the cost) after expiry of 72
hours shall be imposed. If the firm does not attend the complaint within the max
penalty period then the system may be got repaired/replaced from the performance
security amount. In case whole performance security amount is utilized and complaint/s
are still pending then an online/registered notice will be sent to the firm to attend the
complaint and if failed to attend the complaint within 7 days then firm may be
blacklisted for repeated violation (more than 3 times) and a legal proceedings may be
initiated against the firm for breach the agreement.
20. Material shall be strictly as per DNIT specifications/requirements. If there is any left out
specification, the same shall be considered as per the latest specifications/requirements

Page 5 of 43
applicable as per MNRE/ BIS/International Standards. The bidders are advised to be well
conversant with these specifications/requirements for their compliance.
21. The make of major parts of system i.e. Module, Pump, Controller, Grid tied inverter (as
mentioned in a separate test report) should be strictly as per the make mentioned in the
test reports and accordingly, the same be mentioned in the technical bid. The tenderer
may submit more than one test report (maximum three) for a particular capacity of
pump with different makes of major component i.e. Modules, pumps and pump
controller, grid tied inverter and the same will be acceptable.
22. BUYBACK OF OLD PUMP SET: The Successful bidder(s) shall buy back the old pump set
i.e. the pump set which is to be replaced from the farmer.
23. INSURANCE: The successful bidders will have to get the insurance of the systems done
during the entire warranty period of 5 years from any of Public/Private Sector
Insurance Companies.
The solar water pumping systems shall be insured for natural calamities, theft &
burglary during 05 years warranty period.

Note: The format of the Technical Bid/ Index for the Technical Bid Documents will
be as per Annexure-IA of this document and the bidders are requested to upload
their Technical Bids on the Portal with index as provided in Annexure-IA.

In case of non submission of required Eligibility Documents as at Annexure-IA,


the bid of the firm will not be considered and no further chance will be given for
the submission of these documents. However, clarification, if any, of already
submitted documents may be obtained in case required as per the rules.

D. Standard Terms and Conditions (wherever applicable these terms & conditions will
overrule the specific terms and conditions as at Para ‘C’ above):-
1. All the annexure from ‘Annexure-III to XIII’ including ‘Schedule-B of Supply’ are part
of this DNIT and are available as ‘Tender Forms’ at Link
http://dsndharyana.gov.in/Portals/0/documents/Tender%20Forms%20DSnD_11042
019.zip?ver=2019-06-20-103057-847 or the same can be downloaded from home
page of http://dsndharyana.gov.in/en-us/ under ‘Downloads’ > ‘Tender Form’.

2. Procurement of Stores through Rate Contract System:-


Where ever Government considers expedient that more than one supplier/
manufacturers should be kept on rate contract, it may so decide on case to case
basis subject to conditions available at Annexure ‘III’.
3. EMD:-
The firms are required to deposit Earnest Money as indicated above failing which the
tenders are liable to be rejected. Manufacturing Micro & Small Enterprises (MSEs) of
the State, Central or Haryana Public Sector Enterprises, “approved sources” as
declared by the Industries Department, Haryana, and Startups/First Generation
Entrepreneurs are exempt from the deposit of EMD. The condition at Sr. No. 7 of
“Instructions to Tenderers of the TENDER FORM” shall be deemed to be amended to
this extent as per provisions contained at Para 13 (i) (ii) of G.O. No.2/2/2010-4I-BII
of dated 28.05.2010 and Para no 3(A)(ii) of G.O. No. 2/2/2016-4I BII (1) of dated
20.10.2016 (or as amended from time to time in this regard)

Page 6 of 43
The condition at Sr. No. 6 of Annexure “A” – “Conditions with TENDER FORM” shall
be deemed to be cancelled. (amendments with effect from may 28, 2010)
4. Performance Security:
The successful tenderer shall be required to deposit Performance Security Deposit as
per provisions contained in Govt. of Haryana G.O. No. 2/2/2016-4I BII(2) dated 20-
10-2016 as under:-
Sr. Type of Firm/Enterprises Value of Performance Security Deposit
No.
1 Haryana based firms:-
(i) # Haryana Based Micro (i) @0.2% of the order value or estimated value of
and Small Enterprises Rate Contract (where maximum value of rate
(MSEs) contract (RC) is indicated, it will be on the
basis of the same)
(ii) Haryana based other (ii) @2% of the order value or estimated value of
firms/enterprises Rate Contract (where maximum value of rate
contract (RC) is indicated, it will be on the
basis of the same)
2 Other States/ UTs based firms @5% of the order value or estimated value of Rate
Contract (where maximum value of rate contract
(RC) is indicated, it will be on the basis of the
same)
# Haryana based MSEs will be eligible for performance security deposit @ 0.2% who have
filed Entrepreneurs Memorandum ( Micro or Small Enterprise category) in the Industries
Department Haryana and who participate directly in the tendered/quoted items and
offering to supply the entire quoted quantity manufactured from their own Haryana
based unit.
The performance security in excess of the EMD already deposited can be submitted
in the shape of Demand Draft/Call Deposit Receipt/Banker’s Cheque or in the shape
of equivalent Bank Guarantee of any scheduled bank with branch in Chandigarh/
Panchkula. The condition at Sr. No. 8 of “Instructions to Tenderers of the TENDER
FORM” shall be deemed to be amended to this extent as per provisions contained
G.O. No. 2/2/2016-4I II(2) dated 20-10-2016 as at Annexure IV (or as amended from
time to time in this regard)
5. Price Fall Clause:
Price fall clause will be as per condition no. 15 of “General Conditions of Supply” as
available at Annexure-V. The same is that the price quoted in the
tender/quotation or approved in the Rate Contract for the stores shall not exceed
in any way the lowest price at which the tenderer quote for the supply the
stores of identical description to DGS&D, New Delhi/ State Government
Institutions/Undertakings/any other person during the delivery period/currency
period of the rate contract. If, at any time during the delivery period/currency
period, the successful tenderer reduces the rates/sale price of the quoted stores
to any person at the price lower than the price chargeable under the supply
order/ rate contract, the tenderers should forthwith notify such reduction and
inform this office and the price payable under the supply order/contract
for the stores supplied after the date of coming into force of such reduction of
the rates shall stand correspondingly reduced to that level. The successful
tenderers shall promptly notify the reduction of rates to this office as well as to the
concerned Indenting Officer/ Consignees. The tenderer shall also give a certificate
on their bills that the rates charged by them are not in any way higher to those
quoted by them to the DGS&D, New Delhi and other State Government etc., during
the corresponding period. The Indenting Officer shall be required to ensure that
requisite certificate is given by the concerned firm on the bills before releasing
their payments.

Page 7 of 43
6. Penalty to firm on Delay in delivery: Should the contractor fail to deliver or
dispatch any consignment within the period prescribed for such delivery or
dispatch stipulated in the supply order, the delayed consignment will be
subject to 2% penalty per consignment per month recoverable on the value of
the stores supplied. The other details will be as per provision contained in Sr. No. 14
of “Schedule-‘B’ Condition of Contract”.
7. The bidders are required to quote the basic rates, the delivery/ transportation
costs/ applicable GST and duties etc, and the place of billing for the supply of
stores clearly and separately. The bidders are required to intimate the place of
billing.
8. Penalty Clause for Department/ Govt. Agencies for delay in Payment
Delay in payments to the suppliers beyond the stipulated credit period indicated in
the supply order, unless supported by cogent reasons and approved by a higher
authority, will attract penal interest on the defaulting amount @ Rs. 25/- per rupees
one lakh per day of delay beyond the stipulated credit period. Non provision of
adequate budget will be no ground for delay in payments to the supplier. This is as
per provisions contained at Para 17 of G.O. No.2/2/2010-4I-BII of dated 28.05.2010
(or as amended from time to time in this regard).
9. Negotiation of Rates
Regarding negotiations of rates, policy issued by the State Government vide G.O.
No.2/2/2010-4-IB-II dated 18.06.2013 (Annexure-VI), G.O. No.2/2/2010-4-IB-II
dated 16.06.2014 (Annexure-VII), G.O. No.2/2/2010-4-IB-II dated 09.02.2015
(Annexure-VIII) will be applicable.
10. The State Government has notified “Haryana State Public Procurement Policy for
MSME -2016” vide G.O. No. 2/2/2016-4I BII(1) dated 20-10-2016 (Annexure-IX) and
amendment vide G.O. No. 2/2/2016-4IB-II dated 11.12.2019 (Annexure-X) which
will be applicable in respect of concessions to Haryana based MSMEs and KVIs. For
claiming the relevant concession/s like Tender Fee, Earnest Money Deposit (EMD),
Turnover, Exemption in respect of Past Performance & Experience, Purchase
Preference and Performance Security, the bidders are required to submit the
documentary proof from Government authorities showing that they come under
Haryana based manufacturing MSME/KVI units as the case may be e.g.
*Entrepreneurs Memoranda/Udhyog Aadhar in Haryana in bidder’s name and further
subject to fulfillment of eligibility criteria as provided in the said Policy of 2016.
11. Concession/benefits to Startups/First Generation Entrepreneurs of State:
The State Government has notified “Concession/benefits in Public Procurement to
Startups/First Generation Entrepreneurs of State” issued vide G.O. No. 2/2/2016-4I
B-II dated 03.01.2019 (Annexure-XII) which will be applicable in respect of
concessions to Startups/First Generation Entrepreneurs of State. For claiming the
relevant concession/s like Tender Fee, Earnest Money Deposit (EMD), Turnover,
Exemption in respect of Past Performance & Experience, Purchase Preference and
Performance Security, the bidders are required to submit the documentary proof as
per the said policy.
12. In case of evidence of cartel formation by the bidder(s), the EMD is liable to be
forfeited along with other actions as are permissible to Government like filing
complaints with the Competition Commission of India and/ or other appropriate
forums.
13. Purchase Preferences for approved Sources
The Director, Supplies & Disposals, Haryana, reserves the right to allow purchase
preference to the approved sources, including Central or Haryana State Public
Sector Undertakings/Enterprises, provided that such approved source takes part in
the bidding process and the quoted prices of the approved source is within 10% of
the lowest acceptable price, other things being equal. However, such purchase
Page 8 of 43
preference would be available to the approved source only at the lowest acceptable
price. The latest list of Approved Source is contained in Government Order no.
6/03/2007-4IB-II dated: 14-02-2008 of the Industries Department and is subject to
further amendment from time to time.
14. Penalty clause for rejected samples/ material offered by the Bidder:
In case, the material offered for inspection by the firm fails to meet the
specifications stipulated in NIT/Order/Contract and the samples are rejected by the
Inspecting Committee, the Indenting Department will have the right to levy a
penalty at 0.1% of the total order value. In case, the material offered for inspection
fails during the 2nd inspection also, the Indenting Department will have the right to
increase the penalty to 0.25% of the total order value. In case, the material offered
fails during the 3rd and final inspection also, the firm will be liable for penal action
including forfeiture of security, risk purchase, debarring/ blacklisting in future, and
no further opportunity for inspection would be provided to the supplier firm.
15. Grievance Redressal Mechanism for dealing with the representations/
complaints/ letters of the participating bidders/ firms:
A time bound Grievance Redressal Mechanism for dealing with the representations/
complaints/ letters of the participating bidders/ firms in the tendering process in
the State Public Procurement will be governed by State Government Policy issued
vide G.O No.2/2/2016-4I-B II of dated 25.07.2016 (Annexure-XI). All the bidders/
firms who want to make any representation/ complaint against any issue related to
their technical scrutiny of the bids may do the same within 5 working days (up to
05:00 P.M. of the Fifth Working day) of the date of issue of letter/ intimation
regarding their As per NIT/ Not as per NIT status. They have to ensure that their
communication is delivered/ reached within 5 working days and delay in postal will
not be counted as a valid reason. No representation/ complaint in whatsoever
manner from the bidders/ firms will be entertained after the opening of Financial
Bid.
16. Arbitration Clause
The Arbitration if any will be decided as per the provision contained at Sr. No.18 of
“Schedule ‘B’ Conditions of Contract”
17. Jurisdiction
All disputes will be settled within the jurisdiction of the Head Quarters of Director,
Supplies & Disposals, Haryana at Panchkula.
E. OTHER TERMS AND CONDITIONS
1. The firms are required to mention bifurcation of their rates showing the detail of Basic
Rates, GST, Duties etc. in their bid. In case, the supplies are delayed by the firm beyond the
stipulated delivery period & there has been any upward revision in the rates of GST/ Duties
ON THE CONTRACTED ITEM, no such increase will be allowed. However, if there has been any
reduction in GST/Duties, the same will be availed. No variation in GST/ Duties on raw
material will be applicable.
2. All documents to be submitted by the tenderers with their offer should be self attested in
case the same are copies of original documents.
3. The Earnest money of the tenderers will be forfeited to Govt. account and blacklisting/
debarring besides other penal action, if they withdraw their offer/ rates or modify the terms
& conditions of the same at any time during the validity of their offer before acceptance.
4. The Bid i.e. Technical Bid as well as Financial Bid is to be submitted online on web portal
https://etenders.gov.in/eprocure/app. The Technical Bids uploaded on the portal should
have proper indexing and page numbering on all the documents forming the Technical bid.
However, the firms have option to submit the supporting documents as required to be
supported along with Technical Bid either in on-line mode along with their Technical Bids or
in offline mode in physical form to the office of DS&D by due date and time. In case
supporting documents are to be supplied in physical mode, then it should be so specified in
their Technical Bid and the supporting document must be deposited in the office of Supplies
& Disposals, Haryana before the due date & time of opening of Technical Bids.
Page 9 of 43
5. The Financial bid/s of only those bidders/ items will be opened who qualify on the basis of
their Technical Bids. The date & time of opening of the financial bids will be intimated in
the due course.
6. The offer without prescribed earnest Money, tender Fee & E-Service fee is liable to be
summarily rejected. The deficiency in the remaining documents and tender requirement can
be made subject to the rules in this regard and decision by Director, Supplies & Disposals,
Haryana, Panchkula
7. The quantity of Stores can be increased or decreased.
8. Notwithstanding anything contained in the Tender, Supplies & Disposals Department Haryana
reserves the right to accept or reject any Bid, and to cancel the bid process and reject the
Tender, at any time, without thereby incurring any liability to the affected Bidder or Bidders
and without any obligation to inform the participating/affected Bidder (s) the reason for
such decision.
9. Other terms & conditions as contained in various Annexure/ Documents as available
under the folder “TENDER FORMS” as available at the link
http://dsndharyana.gov.in/Portals/0/documents/Tender%20Forms%20DSnD_11042019.zi
p?ver=2019-06-20-103057-847 or the same can be downloaded from home page of
http://dsndharyana.gov.in/en-us/ under ‘Downloads’ > ‘Tender Form’ form part of this
DNIT.
10. Instructions to bidder on Electronic Tendering System.
Registration of bidders on e-Procurement Portal, Information about Digital Certificate,
Instructions about Online Payment of Tender Document fee/e-Service Fee/Earnest Money,
Important Instructions & Help manual for online bidding and other General issues option
available on Home page of NIC e-procurement portal i.e https://etenders.hry.nic.in.
In case bidders need any clarifications or if training required participating in online tenders
they can contact office Timings of Help-desk support & Contract Details:-
The detail may be seen under “ Contract US” option available on Home Page of NIC e-
Procurement portal i.e https://etenders.hry.nic.in.
For support related to Haryana Tenders in addition to Helpdesk:-
In addition, For support related to Haryana Tenders in addition to helpdesk you may also
contract to following:-
E -mail: [email protected]
Desk: 0172-2700275
Assistant Director,
For & on behalf of Governor of Haryana.

Page 10 of 43
Annexure-I
The detailed Specifications of the Store items as mentioned in Para B of the Schedule-A/NIT
are as under:-

BLDC/PMSM/SRM Grid Connected Solar Water Pumping System

Following is the operating model of the solar photovoltaic water pumping system:

DC power from solar panels is passed through controller with MPPT to operate BLDC/PMSM/SRM
submersible pump. Excess solar power shall be converted to AC power using inverter and is
injected into the grid. However, farmer cannot withdraw energy from grid as
BLDC/PMSM/SRM pump set requires DC power to operate.
These solar water pumping system should meet the minimum technical specifications of the
MNRE, GOI issued vide circular no. 41/3/2018-SPV Division dated 17.7.2019 (as amended
from time to time) for standalone solar water pumping systems, these specifications also cover
specifications for pump/motor, solar modules, Module Mounting Structure and other balance of
system for upto 10 HP capacity pumps. The same shall be adopted as minimum system
specifications for solarisation of these grid connected agriculture pumps. For grid-tied inverters
etc., applicable BIS/MNRE/IEC specifications shall be followed. Protection equipment including
surge protection devise, lightning arrestors, earthing, MCB/MCCB/RCCB, etc., shall be provided
as per BIS/IEC standard.
A. DISCHARGE OF GRID CONNECTED SOLAR WATER PUMPING SYSTEMS AT VARIOUS HEADS
Page 11 of 43
Discharge Liters Per Day at various Head (m)
SN Type Of Pump Cap Watt
30 50 70 100 150 200

1 DC Submersible 03 HP 3000 114000 69000 45000 -- -- --

2 DC Submersible 05 HP 4800 -- 110400 72000 50400 -- --

3 DC Submersible 7.5 HP 6750 -- 155250 101250 70875 -- --

4 DC Submersible 10.0 HP 9000 -- 207000 135000 94500 -- --

5 DC Submersible 12.5 HP* 11250 -- 258750 168750 118125 95625 73125

6 DC Submersible 15.0 HP* 13500 -- 310500 202500 141750 114750 87750

*As conveyed by MNRE to HAREDA. The other specification for these 12.5 and 15.0 HP
BLDC/PMSM/SRM pumps, the minimum technical specifications of the MNRE, GOI issued vide
circular dated 17.7.2019 shall be applicable

B. Requirements of Remote Monitoring System

1. State Implementing Agency (SIA) will have a common SWPS (Solar Water Pumping System)
Management platform for monitoring of operation and performance of SWPS installed
under PM KUSUM Scheme.
2. Remote Monitoring System (RMS) of SWPS should have following minimum features or
modules:
a. Solar System Performance: DC Voltage, DC current, AC output Current, Power, Drive
frequency, Energy (including energy injected into the grid), etc.
b. Pump Performance: Running Hours, Water Discharge (Output), etc.
c. RMS Performance: %Device Connectivity, %Data Availability, etc.
d. Geo Location: Real time latitude and longitude should be captured
e. Events and Notifications: Faults related to Pump Operation, Solar generation,
Controller/Drive faults like overload, dry run, short circuit, etc.
f. Consumer Management: Name, Agriculture details, Service No. Contact Details, etc.
g. Asset Management: Ratings, Serial Number, Make, Model Number of Pump, Panel and
Controller, Geo Location, IMEI number (of communication module) and ICCID (of
SIM).
h. Complaint and Ticket Management- HAREDA will provide state level Solar water
pumping system (SWPS) software to integrate multiple remote monitoring system of
KUSUM component A, B & C. Complaint & Ticket Management system is one of the
software module of SWPS. This software module will auto-generate tickets and
notifications if data is not available for consecutive 3 days.
a. Consumer Mobile Application: Generation, Running Hours, Water Discharge,
Complaint logging, etc.
3. RMS provided by all bidder’s should connect to State Level Solar Energy Data Management
platform, which will have interface with National Level Solar Energy Data Management
platform.
4. Scope of work for Remote Metering and Communication system

Page 12 of 43
4.1. The Bidder shall supply the following hardware, software along with necessary licenses
(wherever required) to the Client:
(a) Bidirectional and unidirectional energy meters with specifications (including CTs and
communication formats) as per DISCOM requirement
(b) An ‘internet of things’ (IoT) device consisting of device communication interfaces and field
interfaces (inputs/ outputs), microprocessors, data storage, remote communication and
auxiliary features as per specification in this section.
(c) A comprehensive ‘Metering Console’ to house the energy meters, IOT device internal power
and communication wiring, busbars, auxiliary equipment, etc. in an enclosure as per
specification in this section. The Bidder shall supply the Metering Console after integrating all
equipment within the Metering Console into plug and play ‘sets’ as per the requirement of this
Tender. Further, the Metering Console shall be commissioned at site as a single unit. Energy
meters of metering unit will be standardized to communicate either on DLMS or MODBUS
protocol.

Remote Monitoring System shall capture data from

1. Energy meters using DLMS/Modbus RTU Protocol


2. Inverter using Modbus RTU Protocol
3. Pump Controller using Modbus RTU Protocol
For standardization of communication between RMS and state level SWPS software, common
JSON message format of Energy Meters/Inverter/Pump Controller will be provided by HAREDA
4.2. The Bidder shall undertake the integration, operation and maintenance of the above
components along with its proof of concept (PoC) and user acceptance test (UAT).

4.3. The Bidder shall provide the Approach Paper highlighting the compliance of the hardware
and software to be supplied along with their designs, features, procedures, timeframes of
supply, and so on. The Approach Paper shall have to be approved by the Client prior to
commencement of supply by the Bidder.
4.4. Field Maintenance Services of 5 years including SIM cards should be in scope of Bidder
5. The following are the technical specifications:
5.1 General Arrangements of Metering Console

5.1.1 The general arrangement of the Metering Console is in line with the schematic given in
Figure below The Metering Console shall consist of energy meters with required CTs,
IoT-based DCU, aluminium bus bars of appropriate ampere ratings, device mountings,
internal wiring for power, measurements and data communication, requisite terminals
and ports, auxiliary equipment, etc.

Page 13 of 43
5.1.2 The Metering Console shall be an SMC Box with facilities to be wall mounted in an
agriculture field of the intended consumer. The complete SMC box shall be fixed at the
existing point of supply of the consumer. However, if existing service cable and the load
side power cable are not of enough length, then DISCOM shall supply the new service
wire to the Metering Console.
5.1.3 The Metering Console shall consist of energy meters in sets as defined in this Tender.
The Solar Meter (or Generation Meter) and Net Meter (i.e. Billing Meter), shall all be bi-
directional meters. The Solar Meter will record generation of energy by solar PV power
plant; the Net Meter will record import and export energy to grid. Apart from Solar
Meter and Net Meter, The Metering console shall have provision to monitoring Pump
Electrical and Energy parameters as per 6.11.
5.1.4 All installations and replacements of meters within the Metering Console shall be as per
the standard operating procedures (SOP) defined by State Regulator. The dismantling &
wrapping of the existing energy meter of the consumer and inspection of commissioning
& testing of new metering console shall be done in presence of DISCOMs engineers.
5.1.5 The SMC box of the Metering Console shall be consist of double doors, inner and outer.
The outer door shall be accessible to the consumer for physical meter reading, while
the inner door shall be sealed by the DISCOM and shall be opened only in the presence
of the DISCOM’s representative.
5.1.6 The Metering Console shall have a door sensor to sense whether the inner door is open
or closed, and the signal for the same shall be relayed to the cloud server via the IoT
device.
5.1.7 Each and every Consumer participating in the Scheme will be provided a Metering
Console including new energy meters of respective capacity and type, IoT-based DCU
and auxiliary components. The dismantling of the existing energy meter of the
consumer shall be in the scope of the DISCOM as per their prevailing practice. The
Contractor shall provide the metering set as per the contract load of the consumer.
5.1.8 The Contractor shall also provide installation and commissioning services for metering
console i.e. grid connection of the DISCOM supply, interconnection of the PV system,
and termination of motor wiring to their existing system as per the instructions the
DISCOM’s in-charge engineers.
5.1.9 There shall be the MODBUS communication between all the meters with IoT base DCU.
Also, refer to clause 4.1 c)
Page 14 of 43
5.1.10 The system should be capable of acquiring Instantaneous, data on programmable
interval of 15 minute (push mode) and can pull the data as and when required from
meters connected to IoT base DCU by GPRS connectivity. Pre-defined alerts such as low
generation, various alerts generated by inverter, etc. should be pushed automatically at
the pre-defined remotely configurable interval of 15 minutes. It shall also propose to
obtain the instantaneous data with time stamp from each installed meter, through
Modbus RTU protocol to IoT base DCU at predefined interval (as of now 15 minutes).
The IoT base DCU shall push these acquired data to the Central Client and Cloud servers
through GPRS communication. HAREDA will provide state level Solar water pumping
system (SWPS) software to integrate multiple remote monitoring system of KUSUM
component A, B & C.
5.1.11 The register mapping for instantaneous parameters, Load Survey and Tamper events
shall be uniform for all the meter manufacturer. Bidder must provide all the parameters
irrespective of the make of the meter only in the standard format to confirm the
seamless interoperability in future for the whole system. Interoperability here shall
mean, Meter of various make shall be capable to communicate with the IoT based DCU
& vice versa.
5.1.12 The scope also contain the confirmation from the bidder for the onsite data acquisition
in case of communication failure and unavailability of data on server. The data can be
accessed from the IoT base DCU with the help of Ethernet port AND/OR from individual
meters with the help of MRI through optical port. The data shall be uploaded to the
server immediately through “SINK” option as the device assure the connectivity with
the server. No other option for data transfer shall be allowed.
5.1.13 Real-time Monitoring of important parameters of Solar Inverter by RS-485
communication through Modbus protocol to the IoT Base DCU and from DCU to server
via GPRS/3G/LTE communication with cloud server.

5.2 Components and Combinations of Metering Sets

5.2.1 Metering Set -1 : Up to 7.5 HP Pumps


Sr. Description Qty
No
1 Solar Generation Meter, 0.2s class with test report from NABL accredited 1
laboratory, Bi-directional, with RS485 port, compatible to communicate
through DLMS/MODBUS protocol, LT 3 Ph 4 Wire, as per Technical
Specifications.
2 Net Energy Meter, Bi-directional, with RS485 port and compatible to 1
communicate through DLMS/MODBUS protocol, LT 3 Ph 4 Wire, Whole Current
10-60 Amp as per Technical Specifications.(Accuracy Class as per DISCOM)
3 IoT-based DCU to communicate with all meters, BLDC pump controller and 1
Inverters through MODBUS protocol and with cloud server through secure
communication protocol (as per 6)
3.1 Pump Electrical Parameter Monitoring Unit
3.2 Electrical Protections
3.3 Relays/Contactors for Remote Operations up to 7.5 HP Pump
4 Three Phase SMPS 1
5 Surge Protection Device for Power Supply 1

Page 15 of 43
Note:
(i) Respective SNA/DISCOM may have multiple such Metering sets of different
capacity for On Grid Solar Pumps having more than 7.5 HP ratings.
(ii) In all sets, Bidder should provide Energy Meters, CT, Bus Bar and SMC box as per
DISCOM requirements and standards
5.2.2 The register mapping for instantaneous parameters, load survey and tamper events shall
be uniform for all the meter makes and models. Contractor shall provide all the
parameters irrespective of the make of the meter only in the standard format to
confirm the seamless interoperability in future for the entire solution.

5.3 Metering Console (SMC Type): All meters shall be housed in single SMC Box with its other
components like IoT base DCU Device, Ring Type CTs, Bus Bar of required ampere capacity,
Power and Control wiring etc. The SMC Box shall be wall mounted or shall have facility to
install on the agriculture field at the consumer installation. The complete SMC box shall be
required to fix at the existing point of supply of the agriculture consumer.
6. Communication Architecture should be as per following:
The near real time Communication within the metering console between all the meters with
IoT base DCU and from DCU to the cloud server software for data acquisition and management
is very critical for the success of the operation, monitoring and controlling of the whole
scheme. The IoT shall collect data from all four meters inside the metering console and from
inverter at regular interval of 15 minutes( can be modified in the slab of 1 minute to 1 day if
required in future) using RS 485 port and MODBUS protocol. The sufficient internal memory
storage shall be required in meter for storing data of load survey of 15 min. interval for at least
45 days and IoT DCU to store the required data in case of communication failure. Following are
the specific components of the communication system and its minimum architecture
requirement

6.1 IoT-based DCU:


The IoT-based DCU (also referred to as “DCU”) shall be capable of on interfacing with the
energy meters, solar inverters, peripheral devices/ sensors and other communication devices
with respect to the Metering Console as per the specification in this section.

6.2 Communication with energy meters and solar inverters:


(i) The DCU shall communicate with the energy meters and inverters using DLMS/MODBUS
protocol over RS485/RS 232. The PV installer shall provide the RS485 cable from the BLDC
pump controllers/inverters to the Metering Console.

(ii) The DCU shall log power and energy-related data as well as fault/ tamper signals from the
energy meters and solar inverters as well as BLDC pump controllers.

(iii) The DCU shall consist of at least 4 numbers isolated RS485/RS 232 ports to communicate
with the meters and pump controllers/inverters. Each meter shall be connected independently
to an RS485/RS 232 port. The inverters from the field may be daisy-chained and signal to the
Page 16 of 43
Metering Console may be brought through a single RS485 cable, in which case, the inverters
may be connected to the DCU through a single RS485 port.

Bidder may carry out their own field survey to decide the maximum length of communication
cable. Also, refer to clause no 6.2(vi) Apart from Isolation, RS485 Communication ports for
inverter should have surge protection up to +/- 6kV by internal or external mechanism and
submission of type test reports for surge protection as per IEC 61000-4-5 is mandatory and refer
to figure shown in clause 5.1.1 to determine no of RS485 ports

(iv) MODBUS communication shall be over a 2-wire as specified under TIA/EIA-485-A. The
DCU shall be able to communicate on a baud rate of 9600, 19200, 38400, 57600 and 115200 bps
as per the requirement of the individual connected equipment.

(v) All RS485 communication ports should have minimum 2000 Vrms Isolation from Input Power
Supply, Field IO and Controller

(vi) Apart from Isolation, RS485 Communication ports for inverter should have surge protection
up to +/- 6kV by internal or external mechanism and submission of type test reports for surge
protection as per IEC 61000-4-5 is mandatory.

6.3 Communication with other Field Interfaces:


(i) The DCU shall provide for additional field interfaces through 8 Dry/Potential Free digital
inputs with optical isolation up to 2000 Vrms for integration with multiple digital sensors (3
Inputs for 3 Phase operation feedback, 1 for Door Sensors, Level Sensor, Moisture Switch etc.)

(ii) The DCU shall be supplied with 4 analog Inputs with 0.1% FSR accuracy for sensor
integration (e.g. Irradiation, Moisture, Level Transmitter, Flow Transmitter). Current scope of
work does not include supply of sensors but bidder should provide provision of 4 Analog inputs
with 0.1 FSR accuracy

6.4 Remote Operations with Different Operation Modes:


(i) The DCU shall have internal or external arrangements to operate three phase motor. In
default configuration it shall be capable of handling rated currents up to 16 A (to operate 3
phase pump load up to 7.5 HP) , In rush currents up to 80 A, isolation up to 4000 VAC,
electrical endurance of at least 100,000 cycles and mechanical endurance of at least
10,000,000 cycles.

(ii) In case of higher pump ratings additional relay / contactors of AC3 category shall be used.

(iii) DCU shall have provision to operate Pump in different modes selected by farmer using
mobile application to conserve water level

a. Remote On / Off with configurable “ON hours” : To turn on or off pump remotely using
mobile application
b. Local On / Off : To turn on or off pump locally
c. Automatic Operations for water conservation:
a. Schedule Based Operations of desired duration

Page 17 of 43
b. Moisture Sensor Based Operations for Micro Irrigation method
c. Level Sensor based operations in case of local water storage
(iv) DCU shall have provision to configure Operation Mode Priority remotely

6.5 Communication with Cloud/Central Server:


(i) Communication Medium: Remote communication of DCU with Server shall be established
using SIM based GSM/GPRS/2G/3G cellular connectivity.

(ii) Communication Protocol: DCU shall communicate with server using MQTT protocol

(iii) Communication Format: DCU shall provide data in JSON message format. Required JSON
message formats shall be provided during engineering to successful bidder.

(iv) Communication Security: Multilayer security shall be implemented for the communication
between DCU and Central/Cloud Server

a. Communication between DCU and Server should be secured and encrypted using
TLS/SSL/X.509 certificate etc.
b. As a part of IoT protocol, Authentication and Authorization should be implemented
using token/password mechanism
c. OTP based token and key exchange mechanism should be established between DCU
and Central / Cloud Server where every 15/30 minutes new token and key shall be
generated against a specific device ID which is required as a part of JSON message.
(v) Communication Modes:

a. Push Data on Event/Notification: such as pump on, pump off, protection operated
etc.

b. Push Data Periodically : important parameters of solar pump (as mentioned in


tender) should be pushed to central server on configurable interval
c. Pull On demand : If required, central server can fetch data from device on user
demand or request
d. Command On Demand : It should be possible to send commands to Remote
monitoring system either to control pump operations or to update configuration
(vi) Remote Diagnostics: The DCU shall be capable of supporting remote diagnostics such as
RSSI (signal strength), network status, GPRS status, connectivity status and shall be capable
of remotely restarting the GPRS module. The DCU shall also be capable of local RS485 master
diagnostics including number of communication failures per port, number of errors per port,
meter-level and inverter-level communication error, and so on.

(vii) Over The Air Capabilities: Configuration over the air update shall be provided for
important parameters such as IP, APN, Data Logging frequency, Set points for events and
protections etc.

(viii) Data Storage and Retrieval: In case of temporary non availability of GPRS network, DCU
shall store data locally in SD card / Flash based storage. Once GPRS connectivity is restored,
the DCU shall synchronize with cloud / central server and communicate all missing data.

Page 18 of 43
(ix) SMS based connectivity: DCU shall send SMS for important billing and energy parameters
which are critical for processing of billing

6.6 Local Communication Connectivity:


(i) Ethernet: Local Ethernet based wired Connectivity shall be provided with built in Web
Server and Security for DCU configuration as well as data retrieval. Ethernet connectivity
should be compliant to IEEE 802.3 with 1500 Vrms magnetic isolation. Communication shall
be done using HTTP protocol. Ethernet port shall be used for DCU programming and firmware
update as well.

(ii) Wi-Fi: The DCU shall have the capability of being connected locally through its own secure
WiFi. Access to this WiFi shall be through a hand-held device such a mobile phone. The
Contractor shall provide an appropriate mobile application (the “Mobile App” or “App”) to
connect with this WiFi in a secure password-protected manner in order to connect to the DCU.
Only meter reading shall be allowed over WiFi; the capability of programming the DCU over
WiFi shall be disabled.

6.7 Functionality for local meter reading:


(i) It is assumed that the Ethernet connectivity will only be used occasionally at the time of
commissioning of the Metering Console, and later whenever there is any replacement of
meters, inverters, etc.

(ii) On the other hand, WiFi may be used more often especially in areas with poor mobile data
connectivity. In such cases, the DisCom’s meter reader will have to physically go to the
Metering Console to fetch the meter (and inverter) data.

(iii) Once the DisCom’s meter reader (or the DisCom/ Client/ Contractor via the Ethernet port)
locally transfers the DCU’s data into its mobile device, the Mobile App shall be capable of
transferring and synchronizing this data with the cloud server and its database in order to
ensure a seamless database.

6.8 Clock of the DCU:


(i) The DCU shall have an internal real-time clock (RTC) with 10-year battery backup.

(ii) The DCU shall collect all data from local equipment (meter, inverter, other inputs/ output,
etc.) based on the time of the RTC and NOT as per the timing of the local equipment.

(iii) The DCU shall apply the time-stamp to all communication data as per its own RTC and
communicate the same to the cloud server.

(iv) The DCU shall have internal or external arrangements to automatically synchronize RTC
with GPS Time Stamp to avoid drift of RTC

(v) In case of drift, The DCU shall synchronize its RTC with reference to the timing of the cloud
server automatically

Page 19 of 43
(vi) There shall also be a provision for manually synchronizing the DCU’s RTC

6.9 Internal Memory Storage:


(i) The DCU shall have sufficient internal memory (SD Card / Flash based) to store data at 15-
minute interval for at least 3 months.

(ii) In addition, the internal memory shall be able to store up to 1,000 events logged via the
meters and inverters along with their time stamp.

6.10 Power Supply:


(i) DCU shall be powered up from a 3-phase, 4-wire SMPS having 24 VDC output using any two
wire operations.

(a) Input Supply Voltage: 3-Phase, 85-520 VAC

(b) Output Supply Voltage: 12/24 VDC

(c) Output Power: at least 5 W

(ii) DCU Primary Supply Voltage: up to 36 VDC

(iii) Isolation: Up to 1500 Vrms Three Way Isolation

a. Input Supply to Micro Controller Supply Isolation


b. Input Supply to Communication Isolation
c. Microcontroller to Communication Isolation
(iv) Surge Protection Device for Three phase Input Power Supply to be provided separately.

(vi) Separate Earthing for metering console is essential for effective operation of Surge
Protection Device.

(vii) To initiate Grid supply failure alert, there shall be battery backed power supply of
required capacity.

6.11 Electrical Parameter Monitoring:


(i) DCU shall have internal or external arrangements to measure and monitor various electrical
parameters with accuracy class 0.5s or better related to pump such as:

a. Voltage, Current, Power, Frequency

b. Active Energy, Apparent Energy

c. Quadrant wise Reactive energy (Q1, Q2, Q3, Q4)

f. Voltage/Current/Power - Fundamental and % THD values

g. Phase Angle – Voltage to current, phase to phase.


Page 20 of 43
6.12 Electrical Protections:
(i) DCU shall have internal or external arrangements to activate various electrical protections
such as:

a. Under Voltage / Over Voltage Protection

b. Voltage Un Balance / Current Un Balance Protection

c. Overload Protection

d. Short Circuit Protection (optional)

(ii) All protections shall have provision to enable/disable protection as well as configure set
points and limits remotely

(iii) All protections shall have auto re closure, locking and remote reset mechanism

6.13 Embedded Features:


a. Built in Web Server to configure device using web browser using MODBUS over HTTP. As
per tender clause no 6.6 (i) and 6.13 (b) built in web serve is required to configure DCU
as well as to retrieve locally stored data
b. Event/Alarm Processing:
i. To configure and process events against any measured parameter (Load/Power
Factor/KVAR)
ii. In case of Event, Alarm server will push message to remote server with snapshot of
all meter parameters in that group.
iii. Built in Temperature Sensor with alarms and notifications against temperature rise.
c. Electrical System Diagnosis, Status update and Notifications: Grid Supply Availability,
Three Phase Supply, Single Phase Supply, Pump Status, Over Load, Short Circuit, Over
Voltage, Under Voltage, Voltage Un balance
d. Performance Calculations: Water Discharge calculations based on pump characteristics,
%CUF calculations
e. Running Hours: Power On Hours, Three Phase Supply on Hours, Single Phase Supply
Hours, Pump Running Hours, Over Voltage Hours, Voltage Unbalance Hours, Over Load
Hours, Low PF Hours etc.
f. Remote Inverter Configuration: DCU shall have capabilities of updating inverter set
points remotely from server mainly Voltage, Active Power, Reactive Power, Frequency
etc.

6.14 EMI/EMC Certifications:

1 Surge Immunity Test (IEC 61000-4-5) : Level 3, +/- 2kV A

2 Electrical Fast Transient (IEC 61000-4-4) : Level 3, +/- 2 kV A

3 Electrostatic Discharge (IEC 61000-4-2) : Level 2, 4 kV A

Page 21 of 43
4 Radiated Electromagnetic Field Test (IEC 61000-4-3) : Level 3, 10 V/m A

6 Power Frequency Magnetic Field (IEC 61000-4-8) : Level 3, 30 A/m A

7 Conducted Disturbances induced by radio frequency (IEC 61000-4-6) : Level 3, A


10 V

8 Voltage Dips, short interruptions(IEC 61000-4-11) : Level 2 A

9 Dry Heat test (IEC 60068-2-2), continuous operations @ 55 deg C O

10 Damped Heat Test (IEC 60068-2-78), @ 95% RH and 40 deg C O

Remote monitoring shall be inline with new technical specification of solar water pumping
system issued by MNRE in 2019 and it's subsequent amendments.
Besides above parameters, successful bidder(s) shall also make available the following data to
DNRE & HAREDA using remote monitoring in 15 minutes time block. Data shall be extracted
locally and uploaded to the server in the event of loss of communication. Software associated
with remote monitoring should also provide location of SPV pumping system. Controller should
have support of sufficient Internal memory/ SD card / memory card to support remote
monitoring in case of network failure.
Format for data to be captured by Successful Bidder(s) after COD (all details captured for every
15 minute time block)*
Farmer Farmer Feeder Gross Energy Water Pump Pump run Net
Name Service and generation consumed discharge availability time injection
No. Substation (kWH) by pump (Lts.) time (minutes) into grid
details (kWh) (minutes) (kWh)

*In addition to the parameters mentioned above.

Note:- Passing Criteria


A: Temporary degradation or loss of function or performance which is self-recoverable
O: Normal performance within the specified Limits

As described in tender clause no 5.1.1 and CEA guidelines for grid connected solar plant, bidder
shall provide standard/routine energy meters having RS232/RS485 communication port. Smart
meter is not required as per sepcifications of this tender. To reduce capital and operating cost
of multiple data loggers / modems and sim cards, single Remote monitoring system capable of
integrating energy meter, inverter and pump controller data using single sim card is proposed.

C. SPECIFICATIONS FOR INVERTER:


As SPV array produce direct current electricity, it is necessary to convert this direct current
Page 22 of 43
into alternating current and adjust the voltage levels to match the grid voltage. Conversion
shall be achieved using an electronic Inverter and the associated control and protection
devices. All these components of the system are termed the “Inverter”. In addition, the
inverter shall also house MPPT (Maximum Power Point Tracker), an interface between Solar PV
array & the Inverter, to the power conditioning unit/inverter, if necessary. Inverter output
should be compatible with the grid frequency. Typical technical features of the inverter shall
be as follows:

Specifications of Inverter
Parameters Detailed Specifications
Switching devices IGBT/MOSFET
Capacity The Rated Capacity of the Inverter shall not be less than the
solar PV array capacity subject to variation of 5%.
Control Microprocessor /DSP
Nominal Voltage 230V / 415V as the case may be
Voltage range Single Phase: Shall work from 180 Volts to 270 Volts;

Three Phase: Shall work from 180 Volts to 270 Volts per phase
Operating frequency/ 50 Hz (47 to 52 Hz)
range
Grid Frequency ± 3 Hz or more
Synchronization range
Waveform Sine Wave
Harmonics AC side total harmonic current distortion < 5%
Ripple DC voltage ripple content shall not be more than 1%.
Efficiency 1. The inverters should be tested as per IEC standards. The
following criteria should be followed :
1. The benchmarking efficiency criteria for the Grid tied (
string inverters ) inverter
• At nominal voltage and full load is >95%
• For load >25% is >92% .
2. No load losses should not be more than 5%.
Losses Maximum losses should be less than 1% of the rated power of
the inverter/controller
Casing protection levels Degree of protection: IP 65 certification
Temperature Should withstand from -10 to +50 deg Celsius
Humidity Should withstand up to 95% (relative humidity)
Operation Completely automatic including wake up, synchronization

MPPT (phase-locking)
Maximum powerand shut
point down shall be integrated in the inverter
tracker
to maximize energy drawn from the array.

MPPT range must be suitable to individual array voltages in


power packs

Page 23 of 43
Protections Mains Under / Over Voltage

Over current

Over/Under grid frequency

Over temperature
Short circuit

Lightening

Surge voltage induced at output due to external source


Anti Islanding (for grid synch. mode)

System Monitoring Inverter voltage & current


Parameters
Mains Voltage, Current & Frequency

PV Voltage, Amps & KWH

System Mimic & Faults

Recommended LCD Accurate displays on the front panel:


Display on Front Panel DC input voltage
DC current
AC Voltage ( all 3 phases, in case of 3 phase)
AC current ( all 3 phases in case of 3 phase)
Ambient temperature
Instantaneous & cumulative output power
Daily DC energy produced
Battery Voltage (in case of Hybrid PCU)
Communication RS 485 / RS 232
interface
PCU shall also house MPPT (Maximum Power Point Tracker), an
interface between Solar PV array to the power conditioning
Power Factor > 0.9
THD <3%
Test Certificates The inverter should be tested from the MNRE approved test
centres / NABL /BIS /IEC accredited/authorised testing-
calibration laboratories.

a) The inverter should have a feature to allow only export of power to the grid and the
import of power from grid shall not be allowed.
b) Three phase inverter shall be used with each pumping system
c) Inverter shall be capable of complete automatic operation including wake-up,
synchronization & shutdown.

Page 24 of 43
d) The output of power factor of inverter is suitable for all voltage ranges or sink of
reactive power, inverter should have internal protection arrangement against any
sustainable fault in feeder line and against the lightning on feeder.
e) Built-in meter and data logger to monitor plant performance through external
computer shall be provided (Providing Computer is not part of DNIT & is in the scope
of user).
f) Anti-islanding (Protection against Islanding of grid): The inverter shall have anti
islanding protection in conformity to IEEE 1547/UL 1741/ IEC 62116/IS16169 or
equivalent BIS standard.
g) Successful Bidders shall be responsible for galvanic isolation of solar water pumping
systems plant with electrical grid or LT panel.
h) In Inverter, there shall be a direct current isolation provided at the output by means
of a suitable isolating transformer.
i) The inverter generated harmonics, flicker, DC injection limits, Voltage Range,
Frequency Range and Anti-Islanding measures at the point of connection to the utility
services should follow the latest CEA (Technical Standards for Connectivity
Distribution Generation Resources) Guidelines.
j) The inverter should comply with applicable IEC/ equivalent BIS standard for
efficiency measurements and environmental tests as per standard codes IS/IEC 61683
and IEC 60068-2 (1,2,14,30)/ Equivalent BIS Std./EN50530,IEC 61727 (all clauses
except clause 5.2.2). in case of clause 5.2.2, it should withstand the over/under
frequency in the range 47 to 52 Hz.
k) The MPPT units environmental testing should qualify IEC 60068-2 (1, 2, 14, 30)/
Equivalent BIS std. The junction boxes/ enclosures should be IP 65 (for outdoor)/ IP
54 (indoor) and as per IEC 529 specifications.
l) Controller with MPPT and Grid tied Inverter could be either a single unit or
combination of controller and Grid Tied Inverter.

1. INTEGRATION OF PV POWER WITH GRID:


(i) The output power from SPV would be fed to the inverters which converts DC
produced by SPV array to AC and feeds it into the main electricity grid after
synchronization. In case of grid failure, or low or high voltage, solar PV system shall
be out of synchronization and shall be disconnected from the grid. 4 pole isolation of
inverter output with respect to the grid connection need to be provided.
(ii) The solar generation meter along with CT/PT (if required) with Surge Protection
Device (SPD) should be of 0.2S accuracy class is in the scope of bidder. For LT
connection the accuracy shall be as per requirement of DISCOMs.
(iii) CEA guideline 2013 for interconnecting solar power with Grid shall be followed.

Page 25 of 43
(iv) Certification of Islanding protection in the inverter from the manufacturer of the
equipment shall be mandatory. This shall be arranged by the supplier from the
manufacturer.
(v) Technical Standards for Interconnection:
S. No. Parameters Requirements Reference

1. Overall Reference to regulations Conditions for Supply


Conditions of of Electricity of Distribution
Service Licensees

2. Overall Grid Reference to regulations Central Electricity


Authority (Grid Standards)
Standards Regulations

2010

3. Equipment Applicable industry standards IS/IEC standards

4. Safety and Reference to regulations, Central Electricity


Chapter Authority
Supply
III (General Safety (Measures of Safety and
Requirements) Electricity Supply)
Regulations, 2010 and
subsequent amendments

5. Meters Reference to regulations and Central Electricity


additional conditions issued Authority
by the Commission.
(Installation & Operation of
Meters) regulations 2006
and subsequent
amendments

6. Harmonic Harmonic current injections IEEE 519 relevant CEA


from a generating station shall (Technical Standards for
Current not exceed the limits Connectivity of the
specified in IEEE 519 distributed generation
resource) regulations 2013
and subsequent
amendments

7. Synchronization Photovoltaic system must Relevant CEA (Technical


be equipped with a grid Standards for Connectivity
frequency synchronization of the distributed
device, if the system is using generation resources)
synchronizer inherently built regulations 2013 and
into the inverter than no
Page 26 of 43
separate synchronizer is subsequent amendments.
required.

8. Voltage The voltage-operating


window should minimize
nuisance tripping and should be
under operating range of 80%
to 110% of the nominal
connected voltage. beyond a
clearing time of 2 seconds, the
Photovoltaic system must
isolate itself from the grid.

9. Flicker Operation of Photovoltaic Relevant CEA regulations


system shouldn’t cause
voltage flicker in excess of the 2013 and subsequent if
limits stated in IEC 61000 or any, (Technical Standards
other equivalent Indian for Connectivity of the
standards, if any distributed generation
resource)
10. Frequency When the Distribution system
frequency deviates outside the
specified conditions (52 Hz
on upper side and 47 Hz on
lower side up to 0.2 sec), the
Photovoltaic system shouldn’t
energize the grid and should
shift to island mode.

11. DC Injection Photovoltaic system should


not inject DC power more than
0.5% of full rated output at
the interconnection point.
or 1% of rated inverter
output current into
distribution system under any
operating conditions

12. Power Factor While the output of the


inverter is greater than 50%, a
lagging power factor of
greater than 0.9 shall be
maintained

13. Islanding and The Photovoltaic system in


the event of voltage or
Disconnection frequency variations must
island/ disconnect itself
Page 27 of 43
within IEC standard on
stipulated period

14. Overload and The inverter should have the


facility to automatically
Overheat switch off in case of overload
or overheating and should
restart when normal
conditions are restored

15 Cable For interconnecting Modules, Relevant CEA regulations


Connecting modules and 2013 and subsequent if
junction Boxes and junction any, (Technical Standards
boxes to inverter, DC copper for Connectivity of the
cable of proper sizes shall be distributed generation
used. To connect inverter with resource)
AC panel aluminium cable of
proper size shall be used. All
the internal cables to be used
in the systems shall be
included in the cost while 100
mtr. AC aluminium cable of
proper size to be used to
connect inverter/PCU to AC
panel shall be included in the
cost of the system.

a) All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II
and III/ IS60947 part I, II and III.
b) The change-over switches, cabling work should be undertaken by the bidder as part of
the project.
2. JUNCTION BOXES FOR CABLES FROM SOLAR ARRAY:
The junction boxes shall be made up of FRP/PP/ABS with dust, water and vermin proof. It
should be provided with proper locking arrangements.

Series / Array Junction Box (SJB/AJB) (whichever is required): All the arrays of the
modules shall be connected to DCCB. AJB shall have terminals of bus-bar arrangement of
appropriate size Junction boxes shall have suitable cable entry with suitable glanding
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 of suitable rating. Suitable SPD, suitable Isolation switches to
Page 28 of 43
isolate the DC input to Inverter has to be installed in AJB for protection purpose. Thus
AJB should have DC isolator for disconnecting the arrays from inverter input. If in any
case diodes, HRC Fuses, SPDs and isolators are installed in the string inverters, then there
is need to install these again in AJB. If some of these safety gadgets are not installed in
String Inverter it should be installed in AJB. 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 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 wall/roof or ground, then it
should be suitably laid in cable tray or appropriate civil structure which should be at least
four inches above roof/ground level.
3. PROTECTION & SAFETY:
Both AC & DC lines have suitable MCB/MCCB, Contactors, SPD, HRC Fuse etc to allow safe
start up and shut down before & after string inverter installed in the system. String
inverters should have protections for overload, surge current, high Temperature, over/
under voltage and over/ under frequency & reverse polarity. The complete operation
process & safety instructions should printed on the sticker & suitably pasted on the near
inverters.

Inverter should have safety measures to protect inverter from reverse short circuit
current due to lightening or line faults of distribution network.

Inverter should be suitably placed in covered area on a suitable platform or concrete


platform (on rubber mat) with complete safety measure as per norms.
4. INVERTER/ARRAY SIZE RATIO:
• The combined wattage of all inverters should not be less than rated capacity of power
plant under STC in KW subject to variation of -5%..

• Maximum power point tracker shall be integrated in the inverter to maximize energy
drawn from the array
5. AC COMBINER BOX BOARD (ACCB):
This shall consist of box of at least cum grid interphase panel or good quality FRP/
suitable powder coated metal casing. One Electronic Energy Meter (0.2S Class), ISI make,
Three Phase duly tested by DISCOMs (Meter testing Division) with appropriate CT (if
required), of good quality shall have to be installed in ACCB suitable placed to measure
the power daily generated from SPV Power Plant, as per HERC Net Metering Regulations.
Proper rating MCCB & HRC fuse and AC SPDs shall be installed to protect feeders from the
short circuit current and surges as per the requirement of the site. Operation AC Isolator
Switch of Grid Connectivity should be such that it can be switched ON or OFF without
opening the ACCB.
6. CABLES/WIRE:

Page 29 of 43
All cables should be of copper as per IS 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. For normal configuration the minimum suggested sizes of cables
are:
Module to module/SJB/AJB : 4 sq mm (single core) DC Cable.
AJBs to MJBs/DCDB • Up to capacity of 10 kWp Solar Plant, minimum 6 sq
mm (Single/Double core) DC Cable, with respect to
current ratings of designing.
• For capacity more than 10 kWp & up to 20 kWp
Solar Plant, minimum 10 sq. mm (Single/Double
core) DC Cable, with respect to current ratings of
designing.
MJBs to DCCB • Up to capacity of 10 kWp Solar Plant, minimum 10
sq mm (single core) DC Cable, with respect to
current ratings of designing.
• For capacity more than 10 kWp & upto 20 kWp Solar
Plant, minimum 16 sq mm (single core) DC Cable,
with respect to current ratings of designing.
DCCB to Inverter • Up to capacity of 10 kWp Solar Plant, minimum 10
sq mm (single core) DC Cable, with respect to
current ratings of designing.
• For capacity more than 10 kWp & upto 20 kWp Solar
Plant, minimum 16 sq mm (single core) DC Cable,
with respect to current ratings of designing.
Inverter to ACCB AC Cable as per design & rating.
The size & rating of the cables may vary depending on the design & capacity of the Solar
water pumping system.
7. CABLE TRAY:
All the cables should be laid in appropriate cable tray as per the requirement of the site,
No cable should be laid directly on ground or wall cable tray should be laid such that
there is gap of at least four inches above ground/roof/wall.
8. DISPLAY Plate (Could be installed anywhere on the site):
The bidder has to display plate (2X2 ft.) at the project site mentioning the following:
• Capacity of solar water pumping system
• Month and year of installation
• Project Cost
• Consumer care number of the firm

Page 30 of 43
• DANGER BOARDS: Danger boards should be provided as and where necessary as per IE
Act. /IE rules as amended up to date.
9. PROTECTIONS
The system should be provided with all necessary protections like earthing, Lightning, and
grid anti- islanding as follows:

(ii) Lightning And Over Voltage Protection:


The SPV Power Plant shall be provided with conventional type lightening arrester 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. The
Lighting Arrestor (LA) is to be made of 1¼" diameter (minimum) and 12 feet long GI spike
on the basis of the necessary meteorological data of the location of the projects.
Necessary foundation for holding the LA is to be arranged keeping in view the wind speed
of the site and flexibility in maintenance in future. 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 shall be installed to protect the array field, all machines and control
panels installed in the control rooms. Number of LA shall vary with the capacity of SPV
Power Plant & location. Number of LA should be in such a manner that total layout of
solar modules should the effective coverage of LA’s.

(iii) Earthing Protection:


Each array structure of the PV yard shall be grounded properly. In each array every
module should be connected to each other with copper wires, lug teethed washers
addition the lightening arrestor/masts shall also be provided inside the array field.
Provision shall be kept for shorting and grounding of the PV array at the time of
maintenance work. All metal casing/shielding of the plant shall be thoroughly grounded
in accordance with Indian Electricity Act/IE rules as amended up to date. The earthing
pit shall be made as per IS: 3043. All the array structures, equipments & control systems
shall be compulsorily connected to the earth. Number of earthling shall vary with the
capacity of SPV Power Plant & location. G.I. /Copper strips should be used for earthling
instead of G.I. wires. LA should be installed to protect the array field & machines
installed in the control rooms. Number of LA shall vary with the capacity of SPV Power
Plant & location. Earth resistance shall not be more than 5 ohms. It shall be ensured
that all the earthing points are bonded together to make them at the same potential.

(iv) Surge Protection:


Internal surge protection shall consist of three MOV type surge-arrestors connected
from +ve and –ve terminals to earth (via Y arrangement)

(v) Grid Islanding:


a) In the event of a power failure on the electric grid, it is required that any
independent power-producing inverters attached to the grid turn off in a short

Page 31 of 43
period of time. This prevents the DC-to-AC inverters from continuing to feed
power into small sections of the grid, known as “islands.”
Powered islands present a risk to workers who may expect the area to be
unpowered, and they may also damage grid-tied equipment. The Rooftop PV
system shall be equipped with islanding protection. In addition to disconnection
from the grid (due to islanding protection) disconnection due to under and over
voltage conditions shall also be provided.

b) A manual disconnect pole isolation switch beside automatic disconnection to grid


would have to be provided at utility end to isolate the grid connection by the
utility personnel to carry out any maintenance. This switch shall be locked, if
required, by the utility personnel
10. CONNECTIVITY:
The maximum capacity for interconnection with the grid at 415V-three phase as per site
requirement.
11. NET METERS:
The provision to provide net meters shall be in the scope of the bidders. The Department
shall provide all assistance in installation of these meters and grid connection to the
bidders.
12. DRAWINGS & USER MANUALS:
Two sets of Engineering, electrical drawings and Installation and O&M manuals are to be
supplied. Bidders shall provide complete technical data sheets for each equipment giving
details of the specifications along with make/makes to the user along with basic design of
the power plant and power evacuation, synchronization along with protection equipment.
13. SAFETY MEASURES:
The bidder shall take entire responsibility for electrical safety of the installation(s)
including connectivity with the grid and follow all the safety rules & regulations
applicable as per Electricity Act, 2003 and CEA guidelines etc. All work shall be carried
out in accordance with the latest edition of the Indian Electricity Act and rules formed
there under and as amended from time to time.

14. CODES AND STANDARDS


The Power Conditioners/Inverters of the SPV power plants conform to the latest edition of
MNRE/ BIS /IEC Standards and specifications/requirments as specified below:
Table Head
Efficiency Measurements IEC 61683
Environmental Testing IEC 60068-2
Electromagnetic Compatibility (EMC) IEC 61000 series-relevant parts
Electrical Safety IEC 62109-1&2

Page 32 of 43
Protection against Islanding of Grid IEC 62116 / IS61619

Any left out specification, requirements, codes and standards shall be as per the latest
specification, requirements of the MNRE/BIS/IEC standards. Accordingly, all the bidders
are advised to go through the specifications of stand-alone solar water pumping system,
inverters and other equipments issued by the MNRE/BIS/IEC/CEA etc. from time to time.

Page 33 of 43
Information in support of meeting essential eligibility conditions regarding average annual
turnover of the bidder in last three financial year ending on 31st March, 2019

Name of Bidder:

Annual turnover data for last three years ending on 31st March 2019

S.No. Year Turnover


(Rs. in Lacs)
1. 2016-17
2. 2017-18
3. 2018-19
4. Sub-Total
(1+2+3)
Average turnover in last three years ending on 31st March 2019

Signature with seal of bidder Signature with seal of


Chartered Accountant

Name:
Membership No.
Contact No.

Note:

1. Bidder must furnish the information in this form.


2. The information provided shall be certified by Chartered Accountant.

Page 34 of 43
INFORMATION IN SUPPORT OF ELIGIBILITY CRITERIA FOR EXPERIENCE – SOLAR SYSTEMS/
PROJECTS COMMISSIONED IN LAST THREE YEARS ENDING ON 31ST MARCH 2019

Name of Bidder:

S. No Name of Work Name of Work Value No. of systems Copy of


Customer order system & order of commissioned & Work
no. no. of value Work month/year of Completion
&date systems (Rs in Done commissioning Certificate
ordered Lakhs) along with
satisfactory
report of
the
customer
(to be
uploaded
online)

Signature with seal of


bidder

Note:

Bidder must upload copies of work order, work completion report and satisfactory
performance. Work orders may be got verified, if required.

Page 35 of 43
DECLARATION OF MATERIAL PROPOSED FOR SUPPLY UNDER THIS BID BY THE TENDERER
(STRICTLY AS PER TEST REPORT)

Name of Bidder:

Detail of major components proposed to deploy in the system

S.No. Name of major component Manufacturing Make Tested from


of the Grid Connected
Solar Water Pumping ( Own/ tie Up)# ( name of { Enclose the test
Systems manufacturer with certificate}
address)

1.

2.

3.

4.

5.

# In case tie-up, also submit tie-up certificate in the format of DNIT.

Signature of Bidder
With seal

Page 36 of 43
TIE UP CERTIFICATE

(From manufacturer on his letter pad)

We undertake to supply …………… (name of component) confirming to the specifications


as per tender no. …………. to M/s ………………….. ( name of bidder) for New and Renewable Energy
Department, Haryana requirement as and when ordered by the bidder.

Authorized Signatory

(with seal)

Name: ………………

Designation: ………….

Page 37 of 43
BRIEF DETAILS OF THE BIDDER

The brief details of the bidder should be filled in by the bidder as under:

S. No. Particulars required: Details


1. Name of Bidder firm
2. Postal Address
3. Telephone, Telex, Fax No
3. E-mail
4. Web site
5. Name &designation of the authorized signatory
to whom reference shall be made
6. Registration Number
7. Date of Registration
8. Name and address of registering authority
9. Registered Address with Tel. Number
10. Address of Manufacturing unit
with Tel. Number :
11. Present activities/business of the firm
i. Pump Manufacturer
ii. Modules Manufacturer
12. Bidder applied as Manufacturer of Solar PV
Module OR solar water pump
13. Name of major components (s) to be deployed
in the offered system being manufactured at
their own:
14. Name of major components (s) being
Outsourced ( to be tied up)
15. Name of Directors of Company (1)
( at least Two directors with email IDs &
contact Numbers) (2)
16. State of Billing
17. Year from which firm is in the business of
Renewable Energy Technology
18. Type of firm
(Private Ltd. Company/ Public Ltd. Company/
Partnership/ Proprietorship/ LLP)
19. Category of firm
( Micro/ Small/ Medium)
20. GST Number
21. Banker Details of the Bidder for RTGS / Direct
Transfer of payments, if any
1- Name of firm
2- Bank Account Number
3- IFSC Code
4- Name of Bank
5- Bank address
22. Name of the any close/near relative of the Name
shareholders of the bidding firm working in Designation
New & Renewable Energy Department, Place of Posting
Haryana or HAREDA Relationship
Page 38 of 43
23. Whether, the bidder has applied as Haryana
based any one of the following :
(i) Manufacturing Small Enterprises (including
Khadi & Village Industries)
(ii) Manufacturing Micro Enterprises (including
Khadi & Village Industries)
(iii) Manufacturing Medium Enterprises
(including Khadi & Village Industries)
Please specify
24. Any other information

(Signature of Bidder)
With Seal

Page 39 of 43
FINANCIAL BID-PERFORMA

(TO BE SUBMITTED ONLINE ONLY)

Note:- THE PRICE SHOULD BE FILLED IN THE SEPARATE BOQ (PRICE BID) FILE AND TO BE
UPLOADED ON THE WEB PORTAL

Bidder shall quote rates / costs (excluding GST) in the format given below for design, supply,
installation and commissioning of 3/5/7.5/10/12.5/15 HP Grid Connected Solar Water Pumping
System as per guidelines and specifications/standards specified in the DNIT complete with all
accessories, auxiliaries and components F.O.R. site including installation &, commissioning
(I&C), insurance and 5 Years warranty and with 25 Years warranty for the PV modules for
output wattage which should not be less than 90% at the end of 10 Years and 80% at the end of
25 years.
Type of pump Cost GST on Cost of GST on Any Total Buy GST Serv Tota Final
of pump services, services, other cost back ice l cost of
pump material installation installation tax, of cost of cha cost new
mater and and levies, pump old rges of pump
ial commission commission freight pump , if old after
ing etc. ing etc. etc. any pum buy
p back
of old
pump
1 2 3 4 5 6=1+2 7 8 9 10=7 11=6-
+3+4+ +8+9 10
5
3 HP (DC,
Submersible)
5 HP (DC,
Submersible)
7.5 HP (DC,
Submersible)
10 HP (DC,
Submersible)
12.5 HP (DC,
Submersible)
15 HP (DC,
Submersible)

Signature of the Bidder/

Authorised Signatory.

Note:
1. It is clarified to the bidders that for evaluation/ negotiation purposes, the total cost
for each pump size plus duties per system minus BUY BACK PRICE of existing pump
would only be considered.
2. If a bidder does not want to quote for a particular capacity pump(s), then ZERO (0)
price may be quoted and accordingly, it would be considered that the firm has not
offered the bid for the said capacity pump.

Page 40 of 43
Annexure-IA

Technical Bid format/ Index for the Technical Bid documents

Sr. No. Name of Document Status of Page Number as per


Submission numbering given to
(Yes/No) the technical bid
documents uploaded
on the portal
1 Submission of online payments i.e Earnest Yes/ No
Money Deposit, Tender Document Fee & e
- Service Fee and scanned copies of
supporting documents.
2 Submit a signed copy of DNIT Yes/ No
3 The Bidder should be either a body Yes/ No
incorporated in India under the Companies
Act, 1956 or 2013 including any
amendment thereto or proprietary/
partnership/LLP firm. A copy of
certificate of incorporation shall be
furnished along with the bid in support of
above.
4 Bidder should be a registered Yes/ No
manufacturer of Solar PV Module OR solar
water pump Bidder shall submit proof for
the same. Submit documentary proof.
5 Submit declaration regarding list of Yes/ No
imported components used in
manufacturing of equipment used in the
solarisation system.
6 Affidavit on Non judicial stamp Paper duly Yes/ No
certified by the notary stating that the
bidder has not been blacklisted/debarred
by any Govt. or procuring entity
7 All the documents submitted by the Yes/ No
bidder as part of its Technical bid are
attested by the signing authority of the
bidder
8 Submit an undertaking by the bidding firm Yes/ No
in reference to acceptance of all the
terms & conditions of the Schedule-A/
DNIT
9 The manufacturing firm should have a Yes/ No
valid ISO: 9001:2015 Certificate in the
field of quoted items and copy of valid
ISO: 9001 certificate must be attached
with offer.

Page 41 of 43
10 Bidder should submit its performance Yes/ No
report and proof/certificates of supplying
items in the field of quoted items in Govt.
/Semi-Govt. Organization, Institutes for
last two years.
11 Bidder should provide an undertaking that Yes/ No
after the expiry of warranty period, they
will provide necessary spare and services
for the maintenance of items up to the
period of additional five year
12 Bidder is required to submit the test Yes/ No
report of the quoted item issued by any
of the MNRE/BIS/NABL accredited
th
laboratory on or after 17 July, 2019.
13 In case of manufacturer: - Bidder should Yes/ No
be manufacturer of any of the major
components (Module/Pump) to be used in
the quoted item and bidder will submit
tie-up certificate for remaining major
component/s from the Original
manufacturer of the component.
Also furnish detail of major components
to be deployed in format attached with
DNIT
14 Technical Catalogue of the product is Yes/ No
required to be provided along with the
material to the end user & same should
be available on bidder’s website.
15 The bidder should have minimum average Yes/ No
annual turnover 30% of the total
estimated value in the last three years,
ending 31st March of the previous Financial
Year i.e. upto 2018-19. The turnover
should be self-attested and CA
Certificate.
Furnish in format attached with DNIT.
16 Experience and Past Performance of Yes/ No
having successfully completed, similar
purchase/contracts costing not less than
the amount equal to 40% of the estimated
value of the indent, during last three
years ending 31st March of the previous
Financial year (2018-19), to Govt. / Semi
Govt. Organizations.
Page 42 of 43
Furnish in format attached with DNIT.
17 Acceptance of warranty clause as per NIT Yes/ No
18 Acceptance of Delivery period as per NIT Yes/ No
19 Acceptance of payment terms as per NIT Yes/ No
20 Brief detail of bidders in the format Yes/ No
attached with DNIT

Signature Not Verified


Page 43 of 43
Digitally signed by Mohit Kaushik
Date: 2020.06.18 13:26:30 IST
Location: Haryana-HR

Page 1 of 43 
 
 
Online tenders are invited in two stage bid system i.e. Technical bid and Financial Bid as 
per the details
Page 2 of 43 
 
State” issued vide G.O No.2/2/2016-4I B-II 
dated 03.01.2019. 
(III) Central or Haryana Public Sector Enterpr
Page 3 of 43 
 
online, and submit their bids on or before the expiry date & time of the respective 
events/ Tenders at  http
Page 4 of 43 
 
2. Bidder should be a registered manufacturer of Solar PV Module OR solar water pump.  
3. It will be mandato
Page 5 of 43 
 
13. Technical Catalogue of the product is required to be provided along with the material to 
the end user &
Page 6 of 43 
 
applicable as per MNRE/ BIS/International Standards. The bidders are advised to be well 
conversant with thes
Page 7 of 43 
 
  
The condition at Sr. No. 6 of Annexure “A” – “Conditions with TENDER FORM” shall     
be deemed to be canc
Page 8 of 43 
 
6. 
Penalty to firm on Delay in delivery: Should the  contractor fail   to  deliver or   
dispatch  any   con
Page 9 of 43 
 
preference would be available to the approved source only at the lowest acceptable 
price. The latest list of
Page 10 of 43 
 
5. The Financial bid/s of only those bidders/ items will be opened who qualify on the basis of 
their Techni

You might also like