raj bhawan

Upload: kapishsharma

Post on 04-Jun-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/13/2019 Raj Bhawan

    1/109

    1

    Assam Energy Development Agency,

    Bigyan Bhawan, G.S. Road, Guwahati 781005Tel: 0361-2450147 / 2450646; Fax: 0361-2464617Email: [email protected]

    AEDA/319/2010/45 Date: 2.9.2013

    Short Tender Notice

    Sealed & Separate tenders along with IPO of Rs. 20.00 in favour of Director,AEDA are invited from all eligible manufacturers or EPC contractors for Design,Supply, Installation, Testing & commissioning of Renewable Energy Systems in the Raj

    Bhawan, Guwahati, under Special Area Demonstration Programme(SADP) of theMinistry of New and Renewable Energy, Govt. of India. in the following three groups:

    GROUP A : 30 KWp Solar PV grid interactive plant and 6 KW Wind Generator withBattery Bank.

    GROUP B : 20 Nos AC LED Garden Lights and 15 Nos.AC LED Street Lights.

    GROUP C : Aggregate 2700LPD Solar Hot water System.

    A tenderer should submit tender for all groups but each tender should be selfcontained and submitted separately.

    The last date of submission of tenders is 27.9.2013 up to 12.00 A. M

    The detailed notice, eligibility criteria and tender document can be seen in/downloaded from http:www.assamrenewable.org from 2.9.2013 Any furthernotice/information related to this tender shall be uploaded on the same website .

    DirectorAEDA, Guwahati

  • 8/13/2019 Raj Bhawan

    2/109

    2

    Tender DocumentFor

    Design, Supply, Installation, Testing & Commissioning ofRenewable Energy Systems in the Raj Bhawan, Guwahati

    under Special Area Demonstration Programme of theMinistry of New and Renewable Energy, Govt. of India.

    Assam Energy Development Agency,Bigyan Bhawan, G.S. Road

    Guwahati 781005Tel: 0361-2450147 / 2450646

    Fax: 0361-2464617Email: [email protected]: assamrenewable.org

    Tender Notice No. AEDA/319/2010/45 Date: 2.9.2013Closing date & time : 27.9.2013 at 12.00 AMOpening date & time : 27.9.2013 at 2.00 PM

    NAME OF FIRM. TO WHOM TENDER IS ISSUED................................................................................

    Issued by

    For Director, Assam Energy Development AgencyGuwahati

    Assam Energy Development Agency,Bigyan Bhawan, G.S. Road, Guwahati 781005

    Tel: 0361-2450147 / 2450646; Fax: 0361-2464617Email: [email protected]

  • 8/13/2019 Raj Bhawan

    3/109

    3

    TENDER NOTICESealed tenders are invited from eligible manufacturers and project developers

    for the under mentioned work Design, Supply, Installation, Testing & commissioning ofRenewable Energy Systems in the Raj Bhawan, Guwahati under Special AreaDemonstration Programme of the Ministry of New and Renewable Energy, Govt. of

    India.1.1PARTICULARS OF THE TENDERSlNo

    Particulars Details

    1 Tender Notice No. AEDA/319/2010/45 Date: 2.9.20132 Name of the work Group-A

    (a)Design, Supply, Installation, Testing & Commission of30 KWp Solar Power plant with PCU complete withconnection and interface with existing power supplysystem of Rajbhawan, Guwahati, along with all controls,metering and real time data logging facility.

    (b)Design, Supply, Installation and Commission of 6KWWind Turbine Generator and Battery bank and chargerwith all control, metering integrating with essential powersupply system of the Rajbhawan.Group-Ba) Design, Supply, Installation, Testing & Commissioningof 20 Nos. AC LED 5W Garden Lights and 15 Nos. ACLED 20W Street Lights complete with poles, supportingstructure, controls, cables and connections with theessential power supply system at the Rajbhawan.Group-C

    a) Supply, installation and commissioning of FPC based14 Solar Hot Water Systems, out of which 13 are 200LPD ( 4 Sq.m) and one 100 LPD ( 2 Sq.m) aggregatecapacity being 2700LPD (54 sq. m. ) . 12 systems arewithout electric back up and 2 systems of Governorsresidence are with electric backup..

    3 Cost of tender document Rs. 5000/- (for Group A)Rs. 1000 /- (for Group - B)Rs. 1000 /- (for Group C)

    4 Date & time of pre-bidmeeting

    To be informed due course of time

    5 Last date & time ofsubmission of Tender 27.9.2013 at 12.00 AM

    6 Amount of Earnest Money 2 % of the estimated price, i.e.,Rs. 114000 /- ( for Group A)Rs. 12000 /- ( for Group B)Rs. 9500 /- ( for Group C)

    7 Validity of offer 6 months8 Date and Time of opening

    of tender27.9.2013 at 2.00 PM

    9 Place of opening of tender AEDA Office, Bigyan Bhawan, GS Road, Guwahati 5

  • 8/13/2019 Raj Bhawan

    4/109

    4

    1. The tender document can be obtained on any working day during office hours fromAEDA Office, Bigyan Bhawan, GS Road, Guwahati 5, from 2.9.2013 to till 11.00A.M.of 27.9.2013 after paying the cost of tender document through Bank draft drawn in

    favour of Director, Assam Energy Development Agency, payable at Guwahati.

    2. It can also be downloaded from http://www.assamrenewable.org from 2.9.2013. Thecost of tender document may be paid by Bank draft drawn in favour of the DirectorAEDA, and attached along with the technical bid (Group-A) of the tender document.

    3. Tender document issued by Assam Energy Development Agency or downloadedfrom the above website will only be considered as valid acceptable document.

    4. The undersigned reserves all the rights to reject any or all the tenders withoutassigning any reason thereof.

    DirectorAssam Energy Development Agency,

    Guwahati

  • 8/13/2019 Raj Bhawan

    5/109

    5

    GROUP-AWORKS

    (a) Design, Supply, Installation, Testing & Commission of 30 KWp SolarPower plant with PCU complete with connection and interface with existingpower supply system of Rajbhawan, Guwahati, along with all controls,metering and real time data logging facility.

    (b) Design, Supply, Installation and Commission of 6KW Wind TurbineGenerator and Battery bank and charger with all control, meteringintegrating with essential power supply system of the Rajbhawan.

  • 8/13/2019 Raj Bhawan

    6/109

    6

    INDEX

    1. GENERAL GUIDELINES TO TENDERERS

    2. GENERAL CONDITIONS OF CONTRACT

    3. TECHNICAL PARAMETERS AND SCOPE OF THE CONTRACT

    4. TECHNICAL BIDS

    5. FINANCIAL BID

    6. ANNEXURE- TECHNICA SPECIFICATIONS

  • 8/13/2019 Raj Bhawan

    7/109

    7

    1. GENERAL GUIDELINES TO TENDERERS

    1.1 GENERAL PARTICULARS OF TENDERER

    A tenderer is required to provide the following information:

    Sl No Particulars Details1 Name of Tenderer/Firm

    2 Postal Address

    3 E-mail address for communication

    4 Telephone, Fax No.

    5 Name, designation & contact number of the

    representative of the

    tenderer to whom all references shall be made.

    6 Nature of the firm & status (Individual/

    Partnership/Consortium/ Pvt. Ltd /Public Ltd.

    Co. /Public Sector etc.) Attach attested copy of

    Registration & Partnership deed/Memorandum

    of Association

    7 Does the tenderer fulfill the pre-qualification

    requirements as specified in item 2.2 below ? IfYes furnish details in a statement form item

    wise, with supporting documents .

    8 Amount and particulars of the earnest money

    deposited.

    9 a. Annual Turnover for last three years(Attach balance sheets from CA in this

    regard)

    b. Income tax returns of last three yearsand to be attached by the bidders.

    10 Name and address of the

    Indian/foreign collaboration if any.

    11 Income Tax/CST/VAT/Sales Tax Registration

    documents and latest clearance certificate ofeach (Certified copies to be furnished )

    12 Has the tenderer/firm ever been

    debarred by any institution for

    undertaking any work?

    13 Any other information attached by

    the tenderer (Details and Annexure

    / page no. where its enclosed)

    14 Does tenderer have any relative

    working in AEDA? If yes state the name and

    designation.

  • 8/13/2019 Raj Bhawan

    8/109

    8

    2.2 ELIGIBILITY:PRE-QUALIFICATION REQUIREMENTS OFTENDERER

    2.2.1 The tenderer shall be a reputed systems integrator and turnkey executor of Solar

    Photovoltaic Power Plant, being recognized/approved by the Ministry of New and Renewable

    Energy, Govt. of India. Local dealers/agents will be issued Tender Documents but they willhave to submit authorisation document from their Principal Organization in Format A

    provided under item 2.9.2 below. The Tender document shall be issued in the name of the

    Principal Organisation only.

    2.2.2 The tenderer should have own manufacturing facility of any one of the following major

    components :-

    (a) Solar module(b) Wind turbine

    (c) Power Conditioner Unit (PCU)

    Copy of Test Reports for each of the above product of type/size/rating similar to product to be

    supplied, from MNRE approved Test Laboratory for respective item, issued during last 12months shall be attached.

    2.2.3 The tenderer should have experience in supplying and installation of Solar Wind Grid

    Hybrid project of aggregate capacity 200 KW during the last 3 years with at least two plants withsolar PV module 30 KWp peak or above. Details may be submitted in Format B under Item 2.9.3

    below with supporting work orders and certificates.

    2.2.4 Manufacturers fulfills the terms and conditions of eligibility as an indigenous manufacturer

    of Solar PV, Wind, PCU Systems in accordance with the directions of Ministry of New and

    Renewable Energy Government of India. The tenderer is required to submit documents regarding

    eligibility as an indigenous manufacturer of Solar PV/Wind/ PCU systems.

    2.2.5 The tenderer should have adequate financial stability and status to meet the financial

    obligations pursuant to the scope of work. The firm must have annual turnover of minimum 3

    crores during last three years. Document in this regard shall be submitted as given in Sl. No. 9under item 2.1 above.

    2.2.6 The tenderer should have adequate local service setup to provide dependable and quick

    after sale services including necessary repair and maintenance of the system to be installed and

    submit necessary documents regarding such setup.

    2.2.7 The Solar PV Module must have Valid Test Certificate of IES 61215(revised orequivalent).Test Certificate of the module to be supplied should be submitted with the Tender.

    2.2.8 The above stated requirements need be fulfilled by the tenderer as pre qualification

    requirement, AEDA may also ask for any additional information as may be deemed necessary.

  • 8/13/2019 Raj Bhawan

    9/109

    9

    2.3 RESPONSIBILITY OF TENDERER TO STUDY SITE AND OBTAIN

    INFORMATION:

    2.3.1 The tenderer must obtain for himself on his own responsibility and at his own expense allthe information which may be necessary for the purpose of filling this tender and for entering

    into contract for the execution of the same .He must inspects the site of the work. The visit to thesite may be undertaken with prior intimation to AEDA or concerned Department as may be

    advised by AEDA. The tenderer shall be deemed to have carefully examined the works and site

    conditions, the general and the special conditions, specifications and schedules and shall be

    deemed to have visited the sites of the work and to have fully informed himself regarding localconditions and carried out his own investigations to arrive at rates quoted in the tenderer.

    2.3.2 If tenderer shall have any doubt regarding this project in any matter regarding the generalconditions or the special conditions, or the scope of the work or the specifications, or any other

    matter concerning the contract, he shall attend the Pre-Bid meeting. Once the Tender is

    submitted, the matter will be decided according to the Tender conditions in the absence of such

    authentic pre-clarification.

    2.4 THE TENDER DOCUMENT

    2.4.1 CONTENT OF TENDER DOCUMENT

    2.4.1.1 The tender procedure and contract terms are prescribed in the tender document. In

    addition to the invitation of tender, the tender document includes the various other documents asgiven in the table of particulars of tender (item2.1).

    2.4.1.2 The tenderer is expected to examine all instructions, terms and conditions, specifications,

    forms and formats etc as mentioned/ enclosed in the tender document. Failure to furnish allinformation required in the tender document or submission of a tender not substantially

    responsive to the tender document in every respect will be at the tenderers risk and is likely to

    result in out-right rejection of the tender.

    2.4.2 INFORMATION REQUIRED WITH THE TECHNICAL BID OF THE TENDER

    2.4.2.1 The tender shall clearly indicate the name of the manufacturer, type and model of each

    principal item or equipment proposed to be supplied. The tender may also contain details of

    specifications and other comprehensive descriptive materials in support of technical

    specifications.

    2.4.2.2The above information may be provided by the tenderer in separate sheets, specifications,

    catalogues etc.

    2.4.2.3 Any tender not containing sufficient descriptive material to describe the proposed

    equipment may be treated as incomplete and hence may be rejected. Such descriptive materials

    and specifications submitted by the tenderer will be retained by AEDA. Any deviations from

    these will not be permitted during the execution of contract, without specific written permissionof AEDA.

  • 8/13/2019 Raj Bhawan

    10/109

    10

    2.4.3 CLARIFICATION ON TENDER DOCUMENT

    2.4.3.1 Any prospective tenderer requiring any clarification on the tender document

    regarding various provisions / requirements/ preparation/ submission of the tender, may contact

    AEDA in writing by letter or fax/ email within one week (7 days) from the date of

    publication/up-loading of tender at Website. Queries received later shall not be entertained.

    2.4.3.2 Verbal clarifications and informations shall not be entertained in any way.

    2.4.4 AMENDMENTS IN TENDER DOCUMENT

    2.4.4.1 At any time prior to the due date for submission of the tender or even prior to the opening

    of the financial bid, AEDA may for any reason, whether at its own initiative or as a result of a

    request for clarification/ suggestion by a prospective tenderer, amend the tender document byissuing a notice.

    2.4.4.2 The amendments will be notified on the website at least 3 days before the proposed date

    of submission of the tender. AEDA will bear no responsibility or liability arising out of non

    receipt of the information in time or otherwise. If any amendment is required to be notified

    within 3 days of the proposed date of submission of the tender, the last date of submission shall

    be extended for a suitable period of time.

    2.4.4.3 In case amendments is notified by AEDA after received of the tender (prior to theopening of financial bids), all the tenders received by AEDA shall be returned in sealed

    condition to the concerned tenderer through registered post or courier, for getting their offer

    revised according to the amended terms and conditions.

    2.5. PREPARATION OF TENDER

    2.5.1 LANGUAGE OF TENDER AND QUALITY

    The tender prepared by the tenderer along with all the related documents shall be in English.

    Unit measurements shall be metric in accordance with International System. All correspondence

    between the tenderer and AEDA shall also be in English. The original copy of the tender should

    be clean computer print out. The tender shall contain no interlink actions, erasers or overwriting

    except as necessary to correct the errors made by the tenderer in the preparation of tender. The

    person or persons signing the tender shall sign at all such corrections.

    2.5.2 SIGNING OF TENDER

    The tender must contain the name and places of business of the firm/person/persons participating

    in the tender and must be signed with the legal name of the corporation/ company by the

    President/ Managing Director/ Secretary of the firm or a person duly authorized to bid. In case of

    authorized person the letter of authorization supported by power-of-attorney should be enclosedwith the tender. The person or persons signing the tender shall initial all pages of the tender

    document. Tender by a partnership firm must be supported by a partnership deed.

  • 8/13/2019 Raj Bhawan

    11/109

    11

    2.5.3 EARNEST MONEY

    2.5.3.1 The tenderer shall furnish earnest money as mentioned in the Particulars of Tender inthe form of demand draft from any nationalized bank in favour of Director, Assam Energy

    Development Agency, Guwahati, along with his tender document. Tenders without EMD shall

    be rejected by AEDA as being non-responsive. No interest shall be paid by AEDA on the

    amount of earnest money deposit. The format for submitting earnest money is incorporated under

    item 2.9.4 as Format C.

    2.5.3.2 The earnest money may be forfeited:-

    a) If a tenderer withdraws his tender during the specified period of validity of offer.

    b) If the successful tenderer fails to sign the contract agreement within stipulated period.

    2.5.3.3 The earnest money of the successful tenderer shall be released at the time of signing of

    the agreement with AEDA. At this time, the tenderer shall have to deposit security money

    amounting to 10% of the value of the work in the form of demand draft from any nationalized

    bank in favour of Director, Assam Energy Development Agency, Guwahati. No interest shall

    be paid by AEDA on the amount of security money deposit.

    .

    2.6 PERIOD OF VALIDITY OF TENDER

    2.6.2 Validity of the offer should be Six (06) months from the date of opening of the Technicalbid , without which the tender will not be accepted.

    2.6.3 In exceptional circumstances, AEDA may solicit the consent of the tenderer to anextension of the period of validity of offer. The request and the response there of shall be

    recorded in writing.

    2.7 PRICE AND CURRENCIES

    The tenderer shall submit his rates in Indian Rupees only, on the format for Financial Bidattached to this tender document. The rates should include all applicable taxes, duties,

    surcharges, entry tax, transportation, octroi etc.

    2.8 SUBMISSION OF TENDER

    2.8.1 FORMAT OF FORWARDING LETTER FOR SUBMITTING TENDER

    The tenderer shall submit a tender under cover of a letter in the Format I provided under item2.9.1

  • 8/13/2019 Raj Bhawan

    12/109

    12

    2.8.2 DECLARATION BY THE TENDERER

    The tenderer shall incorporate a declarations as an Affidavit with the tender in the Format D

    under item 2.9.5.

    2.8.3 SEALING AND MARKING OF TENDER

    2.8.3.1 The tender must be complete in all technical and commercial respect and should contain

    requisite certificates, drawings, informative literature etc. as required in the tender document.

    2.8.3.2 First sealed envelope (Part-I) should contain cost of the tender document (In case its

    downloaded from website), requisite earnest money, brochures, literature and other documents

    regarding technical specifications. It should be subscribed with TENDER NO.

    AEDA/319/2010/45 date: 2.9.2013'Earnest Money and Technical Bid'.

    2.8.3.3 The complete tender document in original (excluding financial bid) issued by AEDA or

    downloaded from the website should be submitted by the tenderer in the first envelope (Part- I)after furnishing all the required information on relevant pages. Each page of the tender document

    should be signed & stamped. Tenders with any type of change or modification in any of the

    terms/ conditions of this document shall be rejected. If necessary, additional papers may be

    attached by the tenderer to furnish/ submit the required information. Any modification /changeproposed may be incorporated in the Deviation Statement at Sl. 5.3 .

    2.8.3.4 Second sealed envelope (Part-II) should contain financial bid only. It should be

    subscribed with TENDER NO AEDA/319/2010/45 Date:2.9.2013. and Financial bid of Broup-

    A. The tenderer should submit his duly signed and stamped financial bid on the financial bid

    format attached with this tender document, after writing the price only.

    2.8.3.5 Any term/condition proposed by the tenderer in his technical bid which is not in

    accordance with the terms and conditions of the tender document or any financial conditions,

    payment terms, rebates etc. mentioned in financial bid shall be considered as a conditional tenderand will make the tender invalid.

    2.8.3.6 Both the above sealed envelopes i.e. Part-I and Part-II will be sealed in another one

    envelope, subscribed with TENDER NO. AEDA/319/2010/45 Date:2.9.2013 Group-A This

    envelope shall be addressed to the Director, Assam Energy Development Agency, BigyanBhawan, G.S. Road, Guwahati 781005.

    2.8.4 DEADLINE FOR SUBMISSION OF TENDER

    2.8.4.1 Tender must be received by AEDA within the date & time of submission as specified in

    tender document.

    2.8.4.2 Any tender received after the specified date & time of submission will be rejected and

    returned unopened to the tenderer.

  • 8/13/2019 Raj Bhawan

    13/109

    13

    2.9 FORMATS OF SUBMITTING DOCUMENTS WITH THE TENDER

    2.9.1 FORMAT FOR SUBMITTING TENDER (Reference item no 2.8.1)The tender shall be submitted under cover of the following format in letterhead of the organisation

    FORMAT I

    FROM:- (Full name and address of the tenderer)

    M/s.

    .

    ..

    To,

    The Director

    Assam Energy Development AgencyBigyan Bhawan, G.S. Road, Guwahati 781005

    Subject: - Offer in response to Tender Notice No.

    Sir,

    We hereby submit our offer in full compliance with terms & conditions of the attached tender.

    The tender is being submitted in two separate and sealed envelopes marked Part-I & Part-II.

    (Signature of Tendererer)

    Name:Designation:

  • 8/13/2019 Raj Bhawan

    14/109

    14

    2.9.2 FORMAT OF AUTHORISATION BY A PRINCIPAL ORGANISATION (Reference

    item No 2.2.1)

    FORMAT A

    Sub. : Authorization by a Principal Organisation

    DECLARATION

    (To be submitted on Rs. 100/- stamp paper)

    We are a established manufacturer of Solar PV/ Wind Generator/Power Conditioner Unit forSolar Photovoltaic System having factory at Document (certified copy) in respect ofour recognition/authorization of Ministry of New and Renewable Energy (with validity upto ) is

    enclosed herewith.

    Hereby authorize M/s._______________________________ (name & address of distributor / agent)to bid, negotiate and conclude the order with you as our authorized agent.

    We shall remain responsible for the tender/ Agreement negotiated by M/s___________________________, jointly and severely. No company or firm or individual other than

    M/s ______________________________ are authorized to bid, negotiate and conclude the order inregard to this business against this specific tender as for all business in the entire territory of India.In case duties of the agent/distributor are changed or agent/ distributor is changed it shall be

    obligatory on us to automatically transfer all the duties and obligations to the new Indian Agent

    failing which we will ipso-facto become liable for all acts of commission or omission on the part of

    new Indian Agent/ distributor.

    [Name & Signature]

    for and on behalf of M/s. ___________________ [Name of Principal Organisation]

    Date: Place:

  • 8/13/2019 Raj Bhawan

    15/109

    15

    2.9.3 FORMAT FOR WORK EXPERIENCE( Reference item no-2.2.3)

    FORMAT B

    Name of the Organisation

    Works (similar to the work for which this tender is submitted)executed during last threeyears

    Sr.

    No

    Name

    of the

    Project

    Name &

    Address

    of the

    Client

    Contact

    telephone

    Number

    of the

    client

    Major

    items of

    works

    with

    size/rating

    Value

    of

    works

    in Rs

    Start

    date

    Date of

    completion

    Present

    functional

    status

    Note : Attach relevant Work Order and completion certificates from the implementing

    Agency/ Owner for works in previous 3 years.

    Authorized Signatory

    Company Seal

    Date:

    Place:

  • 8/13/2019 Raj Bhawan

    16/109

    16

    2.9.5 FORMAT OF DECLARATION BY THE TENDERERAS AN AFFIDAVIT WITH

    THE TENDER(Reference Item no 2.8.2)

    FORMAT D

    (Declaration by the Tenderer)

    I/We

    .

    (Hereinafter referred to as Tenderer) being desirous of tendering for the work, under this tender and

    having fully understood the nature of the work and having carefully noted all the terms and conditions,

    specifications etc. as mentioned in the tender document do hereby declare that-

    1. The tenderer is fully aware of all the requirements of the tender document and agrees with all

    provisions of the tender document and accepts all risks, responsibilities and obligations directly or

    indirectly connected with the performance of the tender.

    2. The tenderer is fully aware of all the relevant information for proper execution of the proposed work,with respect to the proposed place of works/ site, its local environment, approach road and connectivity

    etc. and is well acquainted with actual and other prevailing working conditions, availability of required

    materials and labour etc. at site.

    3. The tenderer is capable of executing and completing the work as required in the tender and is

    financially solvent and sound to execute the tendered work. The tenderer is sufficiently experienced and

    competent to perform the contract to the satisfaction of AEDA. The tenderer gives the assurance to

    execute the tendered work as per specifications, terms and conditions of the tender on award of work.

    4. The tenderer has no collusion with other tenderers, any employee of AEDA or with any other person or

    firm in the preparation of the tender.

    5. The tenderer has not been influenced by any statement or promises by AEDA or any of its employees

    but only by the tender document.

    6. The tenderer is familiar with all general and special laws, acts, ordinances, rules and regulations of the

    Municipal, District, State and Central Government that may affect the work, its performance or personnel

    employed therein.

    7. The tenderer has never been debarred from similar type of work by any Government undertaking

    /Department. (An undertaking on Stamp paper in this regard shall be submitted)

    8. The tenderer accepts that the earnest money may be absolutely forfeited by AEDA if the tenderer fails

    to sign the contract or to undertake the work within stipulated time.

    9. This offer shall remain valid for acceptance for 6 (Six) months from the proposed date of opening of

    the Technical Bid.

    10. All the information and the statements submitted with the tender are true.

    (Signature of Tenderer)

    Seal

  • 8/13/2019 Raj Bhawan

    17/109

    17

    2.10 CHECK LIST

    CHECK LIST OF FORMATS AND DOCUMENTS TO BE SUBMITTED WITH THE

    TENDER:

    1. Forwarding Letter, in Format I.

    2. Document to be submitted in Envelope I(Part I) Technical Bid

    i) IPO of Rs. 20 /- drawn in favour of Director, AEDA.

    ii) Tender fee payment document if Tender down loaded from internet

    iii) General particulars of the tender in Format under item 2.1 with the following

    documents in reference to items of this Format

    a) Attested copy of document regarding status of Firm, Registration Certificate,

    MOA etc.

    b) Details regarding fulfillment of prequalification requirement in statement with

    supporting documents .

    c) Details of annual turnover for last three years plus Income Tax Return of last

    3 years with supporting documents .

    d) Details of Income Tax/CST/VAT/ Sales Tax Registration documents and

    latest Clearance certificate (Photocopies to be submitted).

    iv) Format of Authorisation from Principal Organisation in Format A .

    v) Work experience in Format B.

    vi) Documents regarding eligibility as an indigenous manufacturer

    vii) Test Certificate of IES 61215(revised or equivalent).in respect of the module to besupplied .

    viii) Letter of authorization supported by power-of-attorney(in case of authorized

    person).

    ix) Copy of partnership deed in case of tender by a partnership firm.

    x) Declaration of tenderer in the Format D .

    xi) Any other information and document (Brochures , Literatures etc. ) to be

    separately listed.

    xii) Technical Bid as detailed in item 5

    3. Document to be submitted in Envelope II

    i) Financial Bid as detailed in item 6

  • 8/13/2019 Raj Bhawan

    18/109

    18

    2.11 TENDER OPENING AND EVALUATION

    2.11.1 OPENING OF TENDER

    The procedure of opening of the tender shall be as under:

    2.11.1 First envelop (Part-I) bearing TENDER NO. AEDA/319/2010/45 Date:2.9.2013andsubscribed 'Earnest Money and Technical Bid Group-A' shall be opened by AEDAs

    representatives at the time and date mentioned in the Particulars of Tender, in the presence

    of tenderer who choose to be present. The financial and technical suitability of offers will be

    examined by AEDA in detail. If required, clarifications regarding the suitability of the offers

    will be obtained.

    2.11.2 Second envelope (Part-II) bearing TENDER NO. AEDA/319/2010/45 Date:2.9.2013

    and subscribed "Financial bid Group-A" of only those tenderer shall be opened whosetechnical bid is found responsive, suitable and in accordance with the various requirements of

    the tender.

    2.11.3 In case it is not possible to open second envelop (part-II) on the same date, then a

    suitable date for this purpose shall be announced or shall be communicated to tenderers by

    letter/ fax/ email ( either mode). To avoid postponement of opening of financial bid, it is inthe interest of the tenderers to send their authorized representatives who are well conversant

    with the tender and competent enough to take decisions on technical and financial matters atthe time of opening of bids.

    2.12 CLARIFICATIONS REGARDING THE SUBMITTED TENDERS

    2.12.1 During the process of evaluation of the tender, AEDA may at its discretion ask thetenderer for a clarification of his tender. The request for clarification and the response shall

    be in writing.

    2.12.2 Any query regarding any clarification required by AEDA on the informationsubmitted by the tenderer, must be replied by the tenderer within the following time

    schedule.

    Email/ fax query should be replied by Email/ fax within 3 days.

    Query by letter must be replied by letter within 7 days of receipt of the letter.

    2.13 AWARD OF CONTRACT

    2.13.1 EVALUATION CRITERION

    The whole work shall be on Turn Key basis. The tender shall be finalized on the basis of total

    cost of Solar Wind Power Plant system and CMC as offered by the tenderer in his Financial

    Bid.

  • 8/13/2019 Raj Bhawan

    19/109

    19

    2.13.2 NOTIFICATION OF AWARD

    Prior to the expiry of validity period of offer, AEDA will notify the successful tenderer by

    registered Letter/Email/ Fax that his tender has been accepted.

    2.13.3 AWARD OF WORK CONTRACT

    Before placement of supply orders, an agreement shall be signed between AEDA and the

    successful tenderer. Complete work shall ordinarily be awarded to the lowest tenderer only.

    The denial of the lowest bidder to undertake the whole work shall be treated as breach of

    contract and AEDA may forfeit EMD/ Security amount submitted by him.

    2.14 RIGHT TO VARY QUANTITIES

    AEDA may increase or decrease the quantity mentioned in the tender notice at the time ofaward of contract and to split the work among various tenderers without any change in price

    or other terms and conditions & without assigning any reason thereof.

    2.15 RIGHT TO ACCEPT/REJECT ANY OR ALL TENDERS.

    AEDA reserves all the rights to reject any or all the tenders, accept any tender in total or in

    part.

    2.16 EXPENSES OF AGREEMENT

    The respective suppliers shall pay all the expenses of stamp duties and other requirements for

    signing the agreement with AEDA.

  • 8/13/2019 Raj Bhawan

    20/109

    20

    3. GENERAL CONDITIONS OF CONTRACT

    3.1. PARTIES TO THE CONTRACT AND THE CONTRACT

    3.1.1 AEDA shall mean The Director or his representative of Assam Energy DevelopmentAgency, with its Head office at G.S. Road, Guwahati 5, Distt.-Kamrup (Metro). The

    Contractor shall mean the Firm/ Person (whose tender has been accepted by AEDA) and shall

    include his legal representatives, successor in interest and assignees. The Contract is between

    AEDA and the Contractor.

    3.1.2 The contract shall be for Design, Supply, Installation, Testing & commissioning of 30

    KWp Solar PV grid interactive plant with 6KW Wind Generator with Battery Bank at the Raj

    Bhawan, including 2 years warranty and 5 years CMC.

    3.2. COMPLETION PERIOD

    3.2.1 The completion period of the entire work shall be six (6) months from the date of issue ofwork order. An activity Bar Chart is to be furnished by the tenderer.

    The work shall have to be completed within time and shall be binding on the contractor. In caseof any urgency, the contractor may be asked to complete the work even earlier and contractor

    will be bound to fulfill the requirements.

    3.2.2 In case the contractor fails to execute the said work or related obligations within stipulated

    time, AEDA will be at liberty to get the work executed by other agency, at the risk and cost ofthe contractor, without calling any tender and without any notice to the contractor. Any

    additional cost incurred by AEDA during such execution of the work shall be recovered from thecontractor.

    3.2.3 All risks & responsibilities related to the execution of the said work and fulfillment of

    related obligations directly or indirectly connected with the performance of the contract shall be

    the sole responsibility of contractor.

    3.2.4 The calculation of aforesaid additional cost will be finalized by the AEDA at its sole

    discretion. The contractor shall have no right to challenge the mode or amount relating tocalculation at any forum. For completion of the work through any other agency, in case somechanges are required in terms and conditions of the contract; the contractor shall not have any

    right to challenge the decision of AEDA.

    3.3 LIQUIDATED DAMAGES

    If the contractor fails to perform the work within the time periods specified in the work orders or

    within the extended time period if any, AEDA shall without prejudice to its other remedies under

    the contract, deduct from the contract price as liquidated damage, a sum equivalent to 1% of theprice of the un-performed work/ services for each week of delay until actual completion of work,

    up to a maximum deduction of 10%. Once the maximum is reached, AEDA may consider

    termination of the contract.

  • 8/13/2019 Raj Bhawan

    21/109

  • 8/13/2019 Raj Bhawan

    22/109

    22

    security deposit or in other lawfull manner. The amount of losses/penalty shall be decided by

    Director, AEDA and will be binding on the contractor.

    3.6.2 WARRANTY

    It is an essential part of the contract that the tenderer shall provide warranty of the system as awhole for 2 years . However, the PV modules used in solar power plant must be warranted for

    output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of

    25 years. The 2 yr warranty shall cover the following:.

    1) Monthly checking up and replacement of the any defective component or subcomponentsof the system as per requirement, for proper operation of the system.

    2) The scope of work includes repairing/replacement to make the system functional withinwarranty period whenever a complaint is lodged by the user. The contractor shall attendthe same within a reasonable period of time and in any case a breakdown shall be

    rectified within a period not exceeding 3 days.

    3) In case of any damage or breakage of the component due to negligence or fault ofbeneficiary or theft etc, the same shall be replaced at users cost.

    4) If the system or any component of it, is found damaged/defective due to non maintenanceand repaired by the contractor, the cost for correcting the breakdown system (including

    component/material cost) will be deducted from contractors payment/security deposit.

    5) In case of Solar PV array is damaged due to natural calamity, contractor shall replace thesame free of cost, once, if required during warranty and CMC period. Thus the

    contractor in his own interest shall insure the Solar PVArray against such eventuality and

    the cost of the insurance should be included in the price bid.

    6) The safety and security of the system shall be sole responsibility of the user and any lossor damage of any component /material should be brought to the notice of AEDA by the

    contractor by a written intimation, immediately on such event coming to his knowledge.

    3.6.3 COMPREHENSIVE MAINTENANCE CONTRACT(CMC)

    1 After the expiry of the warranty period, it will be mandatory on the part of the contractor to

    enter into a Comprehensive maintenance contract with AEDA for 03 years. The period of C.M.Cshall start from the next day of the end of the Warranty period. The acts under Comprehensive

    maintenance shall be same as those of covered under warranty under clause 3.6.2 above.

    2 It is mandatory for the contractor to submit a quarterly performance/ maintenance report foreach system to the concerned project officer AEDA.3 The CMC shall be executed by the firm himself or the authorized dealer/ service center of the

    firm in the concerned district. The CMC will include the total system including the Battery bank

    .

  • 8/13/2019 Raj Bhawan

    23/109

    23

    3.7 SAFETY, STANDARDS AND REGULATORY REQUIREMENTS

    3.7.1 . The electrical power supply from the solar system shall be completely separate from the

    existing electrical system and wires /cable of the solar PV system shall not run the same conduit

    as those for the existing system.

    3.7.2 The PV system may be treated as energized all the time, as power is generated wheneversolar energy falls on the panel. All necessary precautions need to be taken in this respect andonly trained persons having competency to work in such system only shall be engaged in

    operation and maintenance of the system. Such persons shall be authorized for specific works

    3.7.3 The goods supplied and works executed under this contract shall conform to the standards

    mentioned in the technical specification and where no applicable standard is mentioned, thelatest version of Indian Standard Institution or Bureau of Indian Specification shall be applicable.

    3.7.4 While in the installation the provisions of National Electric Code 2011 in general need becomplied with, in particular the provision under Part 8( Solar PV power supply system) of the

    above mentioned Code should be strictly adhered to.

    3.7.5. Safety provisions of the Central Electricity Authoritys Measure Relating to Safety and

    Electric Supply Regulation 2010 need be duly complied with.

    3.7.6 Electrical installation works including addition, alteration and adjustment to existing

    installation at voltage above 250 shall be carried out by the contractor only through a licensedelectrical contractor, as required under Regulation 29(1) of the above mentioned Regulations

    and in consultation with the Engineer-in-charge (electrical works of the Rajbhawan ) of Assam

    PWD.

    3.8 INSPECTION AND TESTS

    3.8.1 AEDA or its duly authorized representatives shall have the right to inspect and /or to test

    the equipments/goods to confirm their quality according to the contract and shall have access to

    the contractors works premises and the power to inspect and examine the materials and

    workmanship of the different components of the project at all reasonable times during theirmanufacture.

    3.8.2 The contractor shall inform AEDA through a written notice regarding any material being

    ready for testing at least 7 days in advance. The conditions of contract and/or the technicalspecifications shall specify what inspections and tests shall be conducted by AEDA. All thearrangements of necessary equipments and expenses for such tests shall be on the contractors

    account excluding the expenses of the inspector.

    3.8.3 AEDAs Inspector, unless the witnessing of the tests is virtually waived off, will inspect

    and attend such test within 7 days from the date on which the equipments are notified as being

    ready for test /inspection. MNRE officer may also be present at the time of such testing.

    3.8.4 AEDA shall within 7 days, give written notice to the contractor, about any objection

    regarding the quality of the system. The contractor shall either make the necessary modifications

    to remove the cause of such objection or shall clarify the objections in writing if modificationsare not necessary to comply with the contract.

  • 8/13/2019 Raj Bhawan

    24/109

    24

    3.8.5 After satisfactory testing of the systems during inspection, AEDAs Inspector shall issue ofdispatch clearance for the supply of material at site.

    3.9 SPARE PARTS

    The contractor shall make arrangement to maintain a sufficient stock of essential spares andconsumable spare parts to ensure proper and promt maintenance of the system .

    3.10 PACKING FORWARDING3.10.1 Contractors, wherever applicable shall properly pack , carry and store all materials insuch a manner as to protect them from deterioration and damage during transportation. The

    contractor shall be responsible for all damage due to improper packing.

    3.10.2 The contractor shall inform the Director, AEDA and Project site officer regarding the

    probable date of each shipment of materials from his works.

    3.11. DEMURRAGE WHARFAGE, ETC

    All demurrage, wharf age and other expenses incurred due to delayed clearance of the material or

    any other reason shall be on the account of the contractor.

    3.12 INSURANCE

    3.12.1 The goods supplied under the contract shall be fully insured against loss or damage

    incidental to manufacture or acquisition; transportation and the expenses shall be borne by thecontractor.

    3. 12.2 The contractor shall arrange security & storage of their materials to avoid any theft orlosses during execution of work. AEDA will, in no case, shall be responsible for providing any

    security/storage for the materials & equipments lying at site during execution of work. Under the

    contract contractor shall be responsible for any loss or damage until the systems/ supplies are

    taken over.

    3.13 LIABILITY FOR ACCIDENTS AND DAMAGES

    During the Warrantee period, the contractor shall assume all responsibilities for direct damagescovering all type of accident, injury or property damage caused by manufacturing defects orfaulty installation on the systems.

    3.14 DUTIES AND TAXESThe rates/ prices mentioned in the price-schedule include all applicable taxes, duties, surcharges,

    octroi, entry tax, transportation charge etc. No additional payments shall be made by AEDA on

    this account. Moreover, Director, AEDA is not responsible for providing road permit. Necessary

    road permit has to be obtained by selected bidder at their own cost.

    3.15. PATENT RIGHT AND ROYALTIES

    The contractor shall indemnify AEDA against all third party claims of infringement of patent,

    royalties, trademark or industrial design rights arising from use of the goods supplied/ installed

    by the contractor or any part thereof.

  • 8/13/2019 Raj Bhawan

    25/109

  • 8/13/2019 Raj Bhawan

    26/109

    26

    maintenance of the installed systems. This report must also contain all Technical Details,

    Detailed Circuit Diagram of the Electronic/ Electrical components of all the system.

    3.23. OTHERS CONDITIONS

    3.23.1 The contractor shall not transfer, assign or sublet the work under this contract or anysubstantial part thereof to any other party without the prior consent of AEDA in writing.

    3.23.2 AEDA may at any time either stop the work all together or reduce or cut it down by

    sending notice in writing to the contractor. If the work is stopped all together, the contractor will

    only be paid for work done and expenses distinctly incurred by him as on preparation or the

    execution of the work up to the date on which such notice is received by him. The decision of

    AEDA regarding assessment of such expenses shall be final and binding on the contractor. If the

    work is cut down, the contractor will not be paid any compensation what to ever for the loss of

    profit which he might have made if he had been allowed to complete all the work awarded tohim.

    3.23.3 Fulfillment of various requirements, not particularly mentioned in the specifications or

    drawings but necessary for satisfactory and proper completion of the work shall be the

    contractor's responsibility within the prices offered by him. But additional works beyond the

    scope and essence of this contract shall be carried out by the contractor as extra items. For such

    works the rates shall be decided by AEDA and shall be binding on the contractor.

    3.23.4 Work carried out without AEDAs approval shall not be accepted and AEDA shall haverights to get it removed and to recover the cost so incurred from the contractor.

    3.23.5 The contractor shall not display the photographs of the work and not take advantage

    through publicity of the work without written permission of AEDA.

    3.23.6 The contractor shall not make any other use of any of the documents or information of

    this contract, except for the purposes of performing the contract.

    3.23.7 AEDA will not be bound by any Power of Attorney granted/ issued by the contractor or

    by any change in the composition of the firm made during or subsequent to the execution of the

    contract. However recognition to such Power of Attorney and change (if any) may be given by

    AEDA after obtaining proper legal advice, the cost of which will be chargeable to the contractor

    concerned.

    3.24. STATUTORY ACTS

    3.24.1 All legal formalities/clearances are to be obtained by the contractor regarding the

    execution of the said work. Statutory clearance/ approval from competent authority for chargingthe electrical systems need be obtained by the tenderer.

    3.24.2 In respect of all labour directly or indirectly employed on the work by the contractor, the

    contractor shall comply with all the provisions of hiring the contract labour and rules of State/

    Central Government or any other authority framed from time to time. The rules and other

    statutory obligations in this regard will be deemed to be the part of this contract.

  • 8/13/2019 Raj Bhawan

    27/109

    27

    3.24.3 The contractor shall comply with the all the Acts & rules and regulations, laws and

    bylaws framed by State/ Central Government/ Organization in whose premises the work has tobe done. AEDA shall have no liabilities in this regard.

    3.25. APPLICABLE LAW

    The contract shall only be interpreted under Indian laws. The station of AEDA Headquarter

    Guwahati shall have exclusive jurisdiction in all matters arising under this contract.

    3.26. RESOLUTION OF DISPUTES / ARBITRATION

    Any disputes arises regarding this tender will be settled under area of jurisdiction of head office

    of AEDA.

    3.27. NOTICES

    3.27.1 Any notice to be given by one party to the other, pursuant to the contract shall be sent in

    writing. A notice shall be effective when delivered or from the effective date mentioned in the

    notice, whichever is later.

    3.27.2 Notices, statements and other communications sent by AEDA to the contractor at his

    specified addresses through registered post/ email/ fax shall be deemed to be delivered to the

    contractor.

    3.28. APPLICATION

    These general conditions shall apply to the extent that provisions in other parts of the contract do

    not supersede them.

    3.29. PAYMENT TERMS

    3.29.1 50% of the contract value shall be paid after successful supply, erection and

    commissioning of Solar PV Power Plant Systems at site and subject to receipt of fund fromMNRE, GOI .

    3.29.2 Balance 40% amount shall be paid after 3 months of satisfactory working of the systemsand subject to receipt of fund from MNRE, GOI. Security money deposited by the contractor at

    the time of signing of contract agreement will also be released at this stage.

    3.29.3 Balance 10% of the contract value shall be paid in 5 equal yearly installments against

    satisfactory performance and maintenance of the systems and subject to receipt of fund fromMNRE, GOI.

    3.30 OTHER TERMS AND CONDITIONS:

    3.30.1 The firms shall furnish complete and satisfactory type test reports for each solar flat

    plate collector as per contract specification from any govt. laboratory. Type test reports shall be

    complete with authenticated drawing giving complete details of the various component used in

  • 8/13/2019 Raj Bhawan

    28/109

    28

    the solar flat plate collector. Type test reports shall include all the tests listed in IS: 12933

    (part 1) with amdt.no.1(excluding test requirements as per cl. 7.2.7 and 7.2.8 of IS) and

    IS:12933(Part 2)/2003 and also the tests included on various components of solar flat plate

    collector as per IS:12933 (pt 2) / 2003 .

    3.30.2. The tenderer shall work in consultation with and as per guidelines provided by AEDA,concerned officials of Rajbhawan, Guwahati and PWD department looking after Raj Bhawan

    installations .

    3.30.3. Any discrepancy of conditions specified by MNRE / AEDA ,observed during the period

    of installation and commissioning, and duly recorded by AEDA ,shall be final & binding.

    3.30.4. AEDA will not pay any interest on any amount due from AEDA.

    3.30.5 No price escalation due to any reason (including any change in the applicable taxes,duties, surcharge etc.) shall be considered by AEDA during the validity/ extended validity of the

    contract agreement

    3.30.6. In the event of dispute arise during installation & commissioning of the systems related to

    the work and documents, decision of the Director, AEDA shall be final.

    3.30.7. At the time of placing work order and during the implementation AEDA can revise the

    technical terms and conditions if revised by MNRE, which will be binding on the tenderers.

  • 8/13/2019 Raj Bhawan

    29/109

    29

    4. TECHNICAL PARAMETERS AND SCOPE OF THE

    CONTRACT

    4.1.SYSTEM DESCRIPTION:

    A 30 KWp grid interactive solar power plant shall supplement during the day time the

    electricity needs of the premise by using clean and renewable solar energy. A small 6 KW wind

    operated electricity generator with a battery bank will also be installed to provide power to meetessential load during power failure. Thus, the system installed shall be a Grid-Solar- Wind hybrid

    system.The D.C. power generated from solar PV array shall be converted to AC power by an inverter

    and the system shall be connected and synchronized to the supplier grid system through a Power

    Conditioner Unit (PCU). Power generated from the solar PV system during the daytime is

    utilized fully for meeting electricity requirement of Governors residential complex and excess

    power, if any, shall be fed to grid. In cases, when solar power is not available (i.e at night) or is

    not sufficient due to cloud cover etc. the electrical loads are served by drawing power from thegrid.

    4.2.LOGIC OF OPERATION OF THE GRID- SOLAR- WIND HYBRID SYSTEM

    The balance of system in the Power Conditioning Unit will be designed in such a way that it

    always give preference to the Solar Power and will use Grid/DG power only when the Solar

    Power is insufficient to meet the load requirement. Any excess requirement will be drawn from

    the grid/DG power. On the other hand any excess solar generation will be fed to the grid .The

    aggregate power drawn from the grid will be recorded by Net Metering from i.e export and

    import metering arrangement and billed by the distribution utility accordingly.

    The battery bank for essential power supply will be normally charged by the wind generator .But

    the charge controller will also have a supply from the grid solar PV system and will charge the

    battery when charging from the wind generator will not adequate and voltage of the battery bank

    falls below a predetermined value.

    4.3. EXISTING POWER SUPPLY SYSTEM AND PHYSICAL INTEGRATION OF

    RENEWABLE ENERGY SYSTEM TO EXISTING POWER SUPPLY SYSTEM:

    The power supply to the Raj Bhavan premises is from the power utilitys grid system through

    two 250 KVA transformers. There are two standby 250KVA diesel generators to provide

    electricity during power failures / power cuts.

    One transformer supplies the Governors residence, the guest house and Governors personal

    office. While the other transformers supply the Governors secretariat and Darbar Hall. It is

    proposed to connect the solar PV system to the Governors residence power supply

  • 8/13/2019 Raj Bhawan

    30/109

    30

    4.4SCOPE OF WORKThe tenderer shall carry out following woks under the contract-

    4.4.1 GRID INTERECTIVE SOLAR POWER PLANT

    A.SOLAR POWER PLANT

    Supply and fitting of 30 KWp Solar PV modules on ground with module mounting structure suitable for the site condition andfoundation as per specifications

    Supply, fitting & fixing of hot dip galvanized MS angle frame for Module mounting on ground with proper grouting as per

    specifications and fix solar modules on the same.

    Design, manufacture, supply and installation of Power Conditioning Unit complete with protection, control, data logging and data

    acquisition system as per specification .

    Supply , laying and connecting armoured PVC sheathed PVC insulated copper conductor cable connecting the module and the st to

    the PCU and other equipments in the main control room as per drawing and as per specification including supply and fixing ofcompression type best quality cable glands made of brass as required.

    Design, manufacture, supply and installation of LT AC distribution board, to which the consumer supply will be connected.

    Lighting protection and earthling as per specification

    Civil works including design and construction of suitable RCC structure for the modules as per Assam PWD specification asapplicable

    Installation , testing & Commissioning of the solar PV system and trial run for 4 weeks with training of operating staff.

    B.MODIFICATION AND RENOVATION OF EXISTING ELECTRICAL SYSTEM

    System modification including laying of separate line from the main control room to the distribution control room .

    Modification of the existing control room including flooring with Ceramic and acid proof tiles, as required

    4.4.2 GRID WIND GENERATOR WITH ESSENTIAL ESSETIAL LOAD BACK UP

    SYSTEMA. Wind generator

    Supply and installation of Aero Generator 6 KW rated capacity at 11 m/s, complete with tower and accessories as per

    specification

    Design ,supply of all components and installation of Rajbhaban wind grid hybrid essential load back up system as

    per drawing and specifications provided.

    Supply and installation of low maintenance tubular plate type lead acid battery bank connected at 48 /96 volt with acapacity of 500/250 Ah

    Testing & Commissioning of the wind generator system and trial run for 4 weeks with training of operating staff.

  • 8/13/2019 Raj Bhawan

    31/109

  • 8/13/2019 Raj Bhawan

    32/109

    32

    5. TECHNICAL BID:

    5.1 GENERAL

    The tenderer has to execute the work as per technical requirements and scope of work specifiedunder item 4 above and as per the technical specification of different items are provided in the

    Annexure I.

    Any deviation proposed shall be clearly indicated and described in the format provided underitem 5.3 below

    5.2 SPECIFIC INFORMATIONThe following specific information need be provided

    i) SPV Modules

    Particulars Information on product proposedType of Module (Mono/Poly crystalline)

    Name of Manufacture

    If RFID tag provided

    Max power at STC Pmax (W)

    Max power voltage Vmp(V)

    Max power current Imp(A)

    Open circuit voltage Voc (V)

    Short circuit current Isc (A)

    Load voltage V ld (V)

    Conversion EfficiencyNo of cells per module

    Solar module frame material

    Module Dimension

    Module Weight

    No of Modules

    Series/ parallel combination

    Supporting documents submitted if any,with detailsIf there is any deviation in the product specification

    from specification of this document ? If yes provide

    details in Format at Item 5.3 below

    ii) PCU

    Particulars Information on product proposed1.Name of the manufacturer

    2..Brand name ,if any

    3. KVA rating

    4 Test certificate shall be provided from

    5 Supporting documents submitted if any,with

    details6 If there is any deviation in the product specification

    from specification of this document ? If yes provide

    details in Format at Item 5.3 below

  • 8/13/2019 Raj Bhawan

    33/109

    33

    ii) Wind Generator

    Particulars Information on product proposed1.Name of the manufacturer

    2..Brand name ,if any3. Rated power

    4 Test certificate shall be provided from

    5 Supporting documents submitted if any,with

    details6 If there is any deviation in the product specification

    from specification of this document ? If yes provide

    details in Format at Item 5.3 below

    ii) Battery

    ParticularsInformation on product proposed1 Name of the manufacturer

    2 Type

    3 Brand name

    4 Cell voltage

    5 Cell Amp Hr

    6 Dimensions of Cell (size)

    7 Battery Bank Voltage

    8 Battery Bank Amp Hr

    9 Supporting documents submitted if any,with

    details

    10 If there is any deviation in the product specificationfrom specification of this document ? If yes provide

    details in Format at Item 5.3 below

    5.1 DEVIATION STATEMENT

    Deviation from stipulated technical parameters(Item 4 in the Tender Document) and Technical

    Specifications need be incorporated in the statement below. Seperate statements may be provided

    for each itemReference(Sl.No

    in the document

    /Annexure)

    Item Provision Deviation

    proposed

    Justification for

    deviation

  • 8/13/2019 Raj Bhawan

    34/109

  • 8/13/2019 Raj Bhawan

    35/109

    35

    ANNEXURE I

    GENERAL TECHNICAL

    SPECIFICATIONS

    I. GRID INTERACTIVE SOLAR PV SYSTEM:

    1. PHOTO VOLTAIC PANELS MODULES:

    1.1The minimum array capacity of total Solar Photovoltaic Modules (Mono / Poly Crystalline) should

    not be less than 30 KWp. Module less than 150 Wp capacity should not be installed.

    1.2The PV modules used in the grid connected solar power projects shall be of Crystalline Silicon

    Solar Cell and must qualify the relevant IES 61215/ IS 14286.In addition, PV modules must qualify

    to IEC 61730 Part I & II , for safety qualification testing .

    1.3The PV modules must be tested and approved by one of the IEC authorized test centres Certificates

    has to be from any of the NABL/BIS Accredited Testing / Calibration Laboratories. At present

    Solar Energy centre (SEC) and ETDC, Bangalore are authorized by the MNRE for Testing of PV

    Modules as per IEC and IS standards. Test report from any test centre as may be authorised by

    MNRE shall be accepted.

    1.4The PV module shall perform satisfactorily in humidity up to 85 % with temperature

    between 40 deg. C to +85 deg C and with stand wind dust upto 200 km/h from back side of the

    panel. Photo / electrical conversion efficiency of SPV module shall be greater than 13%.Since the

    modules would be used with an grid, the high voltage insulation test shall be carried out on each

    module and a test certificate to that effect provided.

    1.5The rated output power of any supplied module shall not vary more than 3(three) percent from the

    average power rating of all modules.

    1.6Except where specified otherwise, the front module surface shall consist of impact resistant, low-

    iron and high-transmission toughened glass.

    1.7The module frame, shall be made of a corrosion-resistant material which shall be electrolytic ally

    compatible with the structural material used for mounting the modules.

    1.8The module shall be provided with a junction box with provision of external screw terminal

    connection and with arrangement for provision for by-pass diode to minimize power drop from

    shades. The box shall have hinged, weather proof lid with captive screws and cable gland entry

    points. They should be proper, shock proof, corrosion resistant & proper provision for cleaning,

    repair & maintains/replacement.

  • 8/13/2019 Raj Bhawan

    36/109

    36

    1.9Each PV module to be use must use a RF identification tag. The following information must be

    mentioned in the RFID used on each modules. This can be inside of outside the laminate, but must

    be able to withstand harsh environment conditions.

    i) Name of the manufacturer of Solar Cells

    ii) Name of the manufacturer of PV Module

    iii) Month and year of the manufacture ( separately for solar cells and module)

    iv) Country of origin ( separately for solar cells and module)

    v) I-V curve for the module

    vi) Wattage , lm, Vm and FF for the module

    vii) Unique Serial No and Model No of the module

    viii) Date and year of obtaining ICS PV module qualification certificate

    ix) Name of the test lab issuing IEC certificate

    x) Other relevant information on traceability of solar cells and module as per ISO 9000 series.

    2. PANEL MOUNTING STRUCTURES :

    2.1 The PV penal structure material shall be designed in such a way that it shall withstand the wind

    speed of 150 Km per hour in case of storms.

    2.2 Structural material shall be corrosion resistant and electrolytic ally compatible with the materials

    used in the module frame, its fasteners, nuts and bolts. . Hot dip galvanized iron mounting

    structures may be used for mounting the modules/ panels/arrays The mounting structure steel

    shall be as per latest IS 2062: 1992 and galvanization of the mounting structure shall be in

    compliance of latest IS 4759.

    2.3 The structures shall be designed to allow easy replacement of any module.

    2.4 The structures shall be designed for simple mechanical and electrical installation. There shall be

    no requirement of welding or complex machinery at the installation site. The civil work for

    installation of panel structure should be minimum. The civil works required will have to be done

    by the supplier.

    2.5 The module structurel be fixed and grouted in the PCC foundation columns madewith 1:2:4

    cement concrete. The minimum clearance of the lowest part of any module s tructure

    shallnot be less 500 mm from ground level. While making foundation design, due

    2.6 The supplier shall specify installation details of the PV modules and the support structures with

    appropriate diagrams and drawings. Such details shall include, but not limited to, the following:

    a) Determination of true south at the site;

    b) Array tilt angle to the horizontal, with permitted tolerance;

    c) Details with drawings for fixing the modules;

    d) Details with drawings of fixing the junction/terminal boxes;

    e) Interconnection details inside the junction/terminal boxes;

    f) Structure installation details and drawings;

    g) Electrical grounding (earthing);

  • 8/13/2019 Raj Bhawan

    37/109

    37

    h) Inter-panel/Inter-row distances with allowed tolerances; and

    2.7 Safety precautions to be taken.

    3. ARRAY JUNCTION BOX AND MAIN JUNCTION BOXES:

    i) Junction Boxes as per IP 65 specifications

    ii) The junction boxes are to be provided in the PV yard for termination of connecting cables from

    array to Main JB & Main JB to Sequential Energy controller. The Junction Boxes shall be made of

    FRP / aluminium/ABS Plastic with full dust, water & vermin proof arrangement. All wires/cables

    must be terminated through cable lugs. The J.Bs shall be such that input & output termination can be

    made through suitable cable gland made of GFRP or cast aluminium/ABS Plastic.

    iii) Copper bus bars/terminal blocks housed in the junction box with suitable termination threads

    conforming to IP65 standards for outdoor and IP21 for indoor.

    iv) Hinged door with EPDM rubber gasket to prevent water entry.

    v) Single compression cable glands.

    vi) Provision of earthing

    vii) MOVs provided within the box to protect against lightning

    viii) Suitably rated DC MCB provided to protect against overload, short-circuit.

    4. POWER CONDITIONING UNIT (PCU):

    4.1 Function of PCU and basic technical requirements :

    Power conditioning equipment is the most important component of a SPV power plant. Power

    conditioners process the DC power produced by a photovoltaic system to AC power and match the same

    with grid power. In a grid-connected Photovoltaic(PV) system the power conditioning unit

    (PCU) is

    used to optimize the energy transfer from the PV generatorto the user load by using the maximum power

    pointtracker, and also to invert, regulate, and wave shape thepower between the components of the

    system.

    The PCU shall be self commuted and shall utilize a circuit topology and components suitable for meetingthe specifications listed below at high conversion efficiency and with high reliability. The PCU shall be

    Hybrid one and shall feed the Loads from Solar Energy being produced and shall draw the additional

    power from mains to meet the load requirements in the case load is more than solar energy being ControlType : Voltage source , microprocessor assisted , output

    Regulation

    Out put voltage : 3 phase, 415 V ac (+12.5 %, - 20 % V ac)

    Frequency : 50 Hz ( +3 Hz, -3 Hz)Maximum current ripple : 4% PP

    Reactive Power : 0.95 inductive to 0.95 capacitive

    Continuous rating : 30 KVA Hybrid inverter

    Dc link voltage range : 0 to 600 V

    Nominal Power : 30 kVA

    Total Harmonic Distortion : less than 3%

    Operating temperature Range : 0 to 55 deg C

    Housing cabinet : PCU to be housed in suitable switch cabinet,

  • 8/13/2019 Raj Bhawan

    38/109

    38

    Within IP 20 degree of ingress protection

    PCU efficiency : 94 % and above at full load,

    Power Control : MPPT

    PCU/Array size ratio : The PCU continuous power rating shall be above 94% atfull load.

    Note: The PCU shall continuously control the utility interface within the stipulated range (on three

    Phase sides ) mentioned above in respect of Output voltage, Frequency, Maximum current ripple

    and Reactive Power.

    4.2 Important Features/Protections required in the PCU :

    i. Mains (Grid) over-under voltage and frequency protection

    ii. Fool proof protection against Islanding.

    iii. Included authentic tracking of the solar array's maximum power operation voltage (MPPT).

    iv. Array ground fault detection.

    v. LCD and piezoelectric keypad operator interface Menu driven

    vi. Automatic fault conditions reset for all parameters like voltage, frequency and/or black out. MOV

    type surge arresters on AC and DC terminals for over voltage protection from lightning-induced

    surges.

    vii. PCU should be rated to operate at 0-55 deg. Centigrade unless provision for air conditioning is

    included in PCU

    viii. All paramenters should be accessible through an industrial standard communication link.

    ix. Over load capacity ( for 10 sec ) should be 150% of continuous rating.

    4.3 Other technical requirements:

    The PCUs required shall be of 30 KVA Hybrid and should convert DC power produced by SPV

    modules in to AC power and adjust the voltage & frequency levels to suit the local grid conditions. It

    shall feed power to the lighting and fan/ dedicated loads and supply excess solar power to local LT grid.

    The PCU shall be self commuted and shall utilize DSP technology to meet the specifications listed above

    at high conversion efficiency and with high reliability. The PCU shall be Hybrid one and shall give the

    preference to feed the Loads from Solar Energy being produced and shall draw the additional power from

    mains to meet the load requirements in the case load is more than solar energy being produced.

    Conversely it should feed the solar power to the Grid if the load is less than the solar energy generated. It

    shall also draw the Power from Mains for charging of Battery Bank in case of Low Battery conditions.

    The PCU shall also have the ability for automatic starting, transfer and no-break transfer to an optional

    generator for extended grid failure periods.

  • 8/13/2019 Raj Bhawan

    39/109

    39

    4.4Qualifying criteria:

    The inverters of the PCU shall qualify to IEC 6183 or equivalent standard .The inverter should also

    qualify at the IEC 60068 2(6,21,27,30,75,78) or atleast the following tests i.e Damp heat cycling/study

    state and thermal cycling (as per the relevant standard) .Further the inverter should qualify the Drop test

    (IEC 60068-2-28). Test certificates from any of the following MNRE authorized centres must beproduced- Electronic Regional Test Laboratory,ERTL (East); ERTL (West) ; ERTL (North) and Central

    Power Research Institute , CPRI, Bangalore .

    4.5 Technical Performance Specifications :

    4.5.1 Basic performance requirements of the PCU:

    i. The PCU shall be self commuted and shall utilize a circuit topology and componentssuitable for meeting the specifications listed above at high conversion efficiency and withhigh reliability.

    ii. The PCU should have high operational efficiency. The DC to AC conversion efficiencyshall at least be 93 percent for output ranging from 20 percent of full load to full load.

    The idling current -it no load must not exceed 2 percent of the full-load current.iii. In PCU there shall be a direct current isolation provided at the output by means of a

    suitable isolating transformer.

    iv. The PCU output shall be 415 VAC, 50 Hz 3 phase,

    v. The PCU shall be capable of operating in parallel with the grid utility service and shall becapable of interrupting line-to-line fault currents and line-to-ground fault currents.

    vi. The PCU shall be able to withstand an unbalanced output load to the extent of 30 %vii. The PCU shall include appropriate self protective and self diagnostic features to protect

    itself and the PV array from damage in the event of PCU component failure or fromparameters beyond the PCU'S safe operating range due to internal or external causes. The

    self-protective features shall not allow signals from the PCU front panel to cause the PCU

    to be operated in a manner which may be unsafe or damaging. Faults due to

    malfunctioning within the PCU, including commutation failure, shall be cleared by thePCU protective devices and not by the existing site utility grid service circuit breaker.

    viii. The PCU shall go to the shut down/ standby mode with its contacts open under the

    following conditions before attempting and automatic restart after an appropriate timedelay in insufficient solar power output.

    a) Utility-Grid Over or Under Voltage

    The PCU shall restart after an over or under voltage shutdown when the utility grid

    voltage has returned to within limits for a minimum of two minutes.

    b) Utility-Grid Over or Under Frequency

    The PCU shall restart after an over or under frequency shutdown when the utility grid

    voltage has returned to the within limits for minimum of two minutes.

  • 8/13/2019 Raj Bhawan

    40/109

    40

    ix. The PCU generated harmonics measures at the point of connection to the utility serviceswhen operating at the rated power shall not exceed a total harmonic current distortion of

    4 percent, a single frequency current distortion of 4 percent and single frequency voltage

    distortion of 1 percent when the first through the fiftieth integer harmonics of 50 Hz are

    considered.x. The PCU Power factor at the point of utility service connection shall be 0.95 lagging orleading when operating at above 25 percent of the rated output, but may be less than 0.95

    lagging below 25 percent of the rated output.

    xi. The high voltage and power circuits of the PCU shall be separated from the low-voltageand control circuits. The internal copper wiring of the PCU shall have flame resistant

    insulation. Use of PVC is not acceptable. All conductors shall be made of standard

    copper.

    xii. The PCU shall withstand a high voltage test of 2000 V rms, between either the input or

    the output terminals and the cabinet (chassis).

    xiii. Full protection against accidental open circuit and reverse polarity at the input shall beprovided.

    xiv. The PCU shall not produce Electromagnetic interference (EMI) which may causemalfunctioning of electronic and electrical instruments including communication

    equipment, which are located within the facility in which the PCU is housed.

    xv. The PCU shall have an appropriate display on the front panel to display the instantaneousAC power output and the DC voltage, current and power input. Each of these

    measurement displays shall have an accuracy of 1 percent of full scale or better. Thedisplay shall be visible from outside the PCU enclosure. Operational status of the PCU,

    alarms, trouble indicators and AC and DC disconnect switch positions shall also be

    communicated by appropriate messages or indicator lights on the front of the PCU

    enclosure.

    xvi. Communication Modbus protocol with LAN/WAN options along with remote accessfacility and SCADA package with latest monitoring systems

    4.5 Electrical safety, earthing and protection:

    i. Internal Faults : In built protection for internal faults including excess temperature,commutation failure, overload and cooling fan failure (if fitted) is obligatory.

    ii. Galvanic Isolation: Galvanic Isolation is required to avoid any DC component beinginjected into the grid and the potential for AC components appearing at the array.

    iii. Over Voltage Protection: Over Voltage Protection against atmospheric lightningdischarge to the PV array is required. Protection is to be provided against voltage

    fluctuations in the grid itself and internal faults in the power conditioner, operational

    errors and switching transients.iv. Earth fault supervision: An integrated earth fault device shall have to be provided to

    detect eventual earth fault on DC side and shall send message to the supervisory system.

  • 8/13/2019 Raj Bhawan

    41/109

    41

    v. Cabling practice: Cable connections must be made using PVC Cu cables, as per BISstandards. All cable connections must be made using suitable terminations for effectivecontact. The PVC Cu cables must be run in GL trays with covers for protection.

    vi. Other safety requirements:

    a) Fast acting semiconductor type current limiting fuses at the main bus-bar toprotect from the grid short circuit contribution.

    b) The PCU shall include an easily accessible emergency OFF button located at anappropriate position on the unit.

    c) The PCU shall include ground lugs for equipment and PV array grounding.

    d) All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, andpainted or otherwise suitably protected to survive a nominal 30 years design life

    of the unit.

    e) The PCU enclosure shall be weatherproof and capable of surviving climaticchanges and should keep the PCU intact under all conditions in the room where itwill be housed. The INVERTER shall be located indoor and should be either wall

    / pad mounted. Moisture condensation and entry of rodents and insects shall be

    prevented in the PCU enclosure.

    f) Components and circuit boards mounted inside the enclosures shall be clearlyidentified with appropriate permanent designations, which shall also serve toidentify the items on the supplied drawings.

    g) All doors, covers, panels and cable exits shall be gasketed or otherwise designed

    to limit the entry of dust and moisture. All doors shall be equipped with locks. Allopenings shall be provided with grills or screens with openings no larger than

    0.95 cm. (about 3x8 inch).

    h) In the design and fabrication of the PCU the site temperature ( 5 to 55C),incident sunlight and the effect of ambient temperature on component life shall be

    considered carefully. Similar consideration shall be given to the heat sinking and

    thermal for blocking diodes and similar components.

    4.6 Factory Testing requirements:

    a. The PCU shall be tested to demonstrate operation of its control system and the ability tobe automatically synchronized and connected in parallel with a utility service, prior to its

    shipment.

    b. Operation of all controls, protective and instrumentation circuits shall be demonstrated by

    direct test if feasible or by simulation operation conditions for all parameters that can not

    be directly tested.

    c. Special attention shall be given to demonstration of utility service interface protection

    circuits and functions, including calibration and functional trip tests of faults andisolation protection equipment.

    d. Operation of start up, disconnect and shutdown controls shall also be tested anddemonstrate. Stable operation of the PCU and response to control signals shall also be

    tested and demonstrated.

  • 8/13/2019 Raj Bhawan

    42/109

  • 8/13/2019 Raj Bhawan

    43/109

  • 8/13/2019 Raj Bhawan

    44/109

    44

    5. POWER AND CONTROL CABLES:

    a) Power cables

    i. Power Cables of adequate rating shall be required for interconnection of :

    - Modules/panels within array

    - Array and PUC

    -PUC and AC dstribution panel

    ii. The cable shall be 1.1 grade, heavy duty, stranded copper/ aluminum conductor, PVC type A

    insulated, galvanized steel wire/strip armoured, flame retardant low smoke (FRLS) extruded

    PVC type ST-1 outer sheathed. The cables shall, in general conform to IS-1554 P+I & other

    relevant standards.

    iii. Power cables size for 415 V systems shall be chosen taking into account the full load current

    & voltage drop. The allowable voltage drop at terminal of the connected equipment shall be

    max. 2.5% at full load. The derating factors viz. group duration of temp. duration shall also be

    considered while choosing the conductor size.

    iv. The permissible voltage drop from the SPV Generator to the Charge controller shall not be

    more than 2% of peak power voltage of the SPV power source (generating system). In the light

    of this fact the cross-sectional area of the cable chosen is such that the voltage drop introduced

    by it shall be within 2% of the system voltage at peak power.

    vi. All connections should be properly terminated, soldered and/or sealed from outdoor and indoor

    elements. Relevant codes and operating manuals must be followed. Extensive wiring and

    terminations (connection points) for all PV components is needed along with electrical

    connection to lighting loads.

    b) Control Cables

    The cable shall be 1.1 grades, heavy duty, stranded copper conductor, PVC type A insulated, galvanizedsteel wire/strip armoured, flame retardant low smoke (FRLS) extruded PVC type ST-1 outer sheathed.

    The cables shall, in general conform to IS-1554 P+I & other relevant standards.

    6. DISTRIBUTION BOARDS AND PANELS :

    A DC distribution panel should be provided to receive the DC output from the array field with analog

    measurement panel for voltage, current from different MJBs so as to check any failure in the array field. It

    shall have MCCBs of suitable rating for connection and disconnection of array sections. DCDB shall

    have sheet iron enclosure of dust & vermin proof.

    Common AC Distribution Panel Board (DPB) shall control the AC power from PUC TO THE AC Panel .There shall arrangement for measuring all electrical quantities such as Voltage, Current, Frequency, of

    different feeder line & energy supplied to the different feeder. DPB shall have the provision of visual

    indication of existence of power input & output through MIMIC diagram.

    The DBs shall have sheet iron enclosure of dust & vermin proof & shall have adequate cooling

    arrangement. The bus-bars are to be made of copper of desired size.

    Design & Drawing is to be submitted before manufacturer assembly on installation for obtaining

    necessary approval from purchaser.

  • 8/13/2019 Raj Bhawan

    45/109

    45

    7. LIGHTNING PROTECTION AND EARTHING:

    Required numbers of suitable lightning arrestors should be installed in the array area. Lightning

    protection shall be provided by the use of suitable earthling conductors and electrodes so that any

    lightning strike may find an alternate route to earth. Protection shall meet requirements of Indian

    Electricity Rules 1956 and IS 2309:1969( Protection of Buildings and allied structures from lighting).

    Each array structure of the PV system should be grounded properly as per IS:3043-1987. Provision

    should be kept for shorting and grounding of the PV array at the time of maintenance work. All metal

    casing/shielding of the plant should be thoroughly grounded in accordance with Indian Electricity Rules

    1956. Details of lighting protection and earthing arrangement incorporated below-

    i) Providing and fixing lightening conductor finial, made of 25 mm dia. 300mm long copper

    tube, having single prong at top, with 85 mm dia 3mm thick copper base plate including holes

    etc. complete as required

    ii) Riveting, sweating and soldering copper (with another copper / GI tape, base of the finial, orany other metallic object) as required

    iii) Providing and fixing copper tape 20mmx3mm thick connecting the highest points of the array

    structure complete as required for horizontal run.

    iv) Providing & fixing copper tape 20mmx3mm thick on parapet or surface of wall for lighting

    conductor complete as required for vertical run.

    v) Providing & fixing testing joints, made of 20mm x 3mm thick copper strip, 125mm long,

    with 4 nos. of tinned brass bolts, nuts, check nuts and spring washers etc. complete as

    required

    vi) Providing and laying copper tape 32mm x 6mm from earth electrode directly in ground and

    required for lightning conductorvii) Earthing with copper earth plate 600mm x 600mm x 3mm thick including accessories &

    providing masonry enclosure with cover plate having locking arrangement and watering pipe

    etc. including charcoal and salt) complete as required

    Earth resistance should be tested in a dry weather in presence of the representative of purchaser, after

    earthling work is complete, by a calibrated earth tester and should have a value not more than the value

    specified in the relevant Code/Rules

    8. TOOLS & TACKLES AND SPARES:

    After completion of installation & commissioning of the power plant, necessary tools & tackles are to beprovided free of cost by the contractor for maintenance purpose. A list of requisite spares in case of PCU

    comprising of a set of control logic cards, IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc.

    along with spare set of PV modules be indicated, which shall be supplied along with the equipment. A

    minimum set of spares shall be maintained in the plant itself for the entire period of warranty and

    comprehensive Operation & Maintenance contract which upon its use shall be replenished.

    9. METERING:

    All metering shall be as per CEA Regulations on Installation and Operation of Meters: 2006 and in

    conformity with IS 13779 or IS 14679

  • 8/13/2019 Raj Bhawan

    46/109

    46

    II. WIND BATTERY CHARGER SYSTEM:

    1. AERO GENERATOR

    The aero generator shall be designed for the use located in low to moderate wind speed averages. It shall

    have an optimized rotor diameter and swept area that provides greater output at low wind speed averages.

    Power output (W) > 6000 (Single or combined) @11m/s

    Voltage (V) 48/96

    Frequency (Hz) 50

    Cut in wind speed (m/s) 2.7

    Survival wind speed (m/s) 55

    Generator Permanent magnet type

    Generator control Automatic

    Body and components Ruggedised body frame and SS components

    Propeller diameter: Optimum

    Material of rotor blades High impact Carbon fiber reinforced

    Max. Speed (rpm) 450

    Speed control (kmph) 40

    Drive system Gearless

    Braking mechanism Automatic / Manual Corrigendum

    2. WIND CHARGE CONTROLLER :

    The charge controller shall prevent the battery bank from overcharging and other discharge. The chargecontroller will have a DC supply for the wind generator as also and AC supply from the grid solar PV

    system.

    Controller for Wind Mill should have the following capabilities and facilities:

    1. Circuit breaker switches

    2. Should display frequency / RPM of turbine (digital)

    3. Battery level indicator

    4. Ah generation from wind

    5. Record the flow of energy from wind generator and grid system within a specified time

    ( say 1 month)

    3. BATTERY BANK :

    The batteries should be of flooded electrolyte type, positive tubular plate, low maintenance, lead acid

    batteries. The batteries shall use 2V cells and battery capacity is to be designed at C10 rate with end cell

    cut off voltage of 1.80V / cell. The Battery terminals should be provided with covers and should be

    provided with micro porous vent plugs with floats. Charging instructions should be provided along with

    the batteries. Suitable carrying handle should be provided.

    A suitable Battery rack with interconnections & end connector shall be provided to properly house the

    batteries in the bank.

  • 8/13/2019 Raj Bhawan

    47/109

  • 8/13/2019 Raj Bhawan

    48/109

    48

    GROUP-B WORKS

    Design, Supply, Ins