Vous êtes sur la page 1sur 63

1

Request for Proposal for


Providing Third Party Inspection for 2KWP
Capacity Each off-grid Solar Power
Generating Systems (Power Plants) at 601
Locations, Regional Commissioners
Jurisdiction Wise across Karnataka



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

E-Mail: mdkredlkar@gmail.com/kredlnce@yahoo.co.in
Website: www.kredltest.in





2

Table of Content
1 Introduction .................................................................................................. 5
1.1 Key Events & Dates .......................................................................................... 5
1.2 Address for Communication .............................................................................. 6
2 Scope of Work ............................................................................................... 6
2.1 Preparation ....................................................................................................... 6
2.2 Tests to be covered ........................................................................................... 6
2.3 Test Report ....................................................................................................... 6
2.4 Manpower Requirement .................................................................................... 7
2.5 Implementation Schedule and manner of execution .7
3 Service Level Agreement ................................................................................ 8
4 Bidding Process ............................................................................................ 8
4.1 Procurement of RFP Document .......................................................................... 8
4.2 Clarification on Tender Document ..................................................................... 9
4.3 Pre-bid conference ............................................................................................ 9
4.4 Amendments to RFP ......................................................................................... 9
4.5 Submission of Bid ........................................................................................... 10
4.6 Authentication of Bid ...................................................................................... 10
4.7 Validation of interlineations in Bid .................................................................. 10
4.8 Cost of Bidding ............................................................................................... 10
4.9 Site Visit ......................................................................................................... 10
4.10 Language of Bids ............................................................................................ 10
4.11 Bid Prices ........................................................................................................ 10
4.12 Bid Currencies ................................................................................................ 11
4.13 Bid Security (Earnest Money Deposit) ............................................................. 11
4.14 Bid Validity Period .......................................................................................... 12
3


5 Bid Evaluation & Vendor Selection .............................................................12
5.1 Opening of Bids .............................................................................................. 12
5.2 Bid Evaluation Process ................................................................................... 13
5.3 Evaluation of Pre Qualification Bid ................................................................. 13
5.4 Technical Evaluation Criteria .......................................................................... 13
5.5 Evaluation of Commercial bids ....................................................................... 14
5.6 Bids Not Considered For Evaluation ............................................................... 14
5.7 Rejection Criteria ............................................................................................ 14
5.8 Rectification of Errors ...................................................................................... 15
5.9 Notification of Award ...................................................................................... 15
5.10 Discharge of Bid Security ................................................................................ 16
5.11 Contacting KREDL .......................................................................................... 16
6 General Terms & Conditions .......................................................................16
6.1 Expenses for the Contract ............................................................................... 16
6.2 Failure to abide by the Agreement .................................................................. 16
6.3 Consortium ..................................................................................................... 16
6.4 Bank Guarantee for Contract Performance ..................................................... 16
6.5 Concessions permissible under statutes ......................................................... 17
6.6 Income Tax Liability ........................................................................................ 17
6.7 Duration of the Contract .................................................................................. 17
6.8 Ownership of the equipments ......................................................................... 17
6.9 Notices ............................................................................................................ 17
6.10 Force Majeure ................................................................................................. 17
6.11 Arbitration ...................................................................................................... 18
6.12 Taxes & Duties ............................................................................................... 18
4

6.13 Termination of Contract .................................................................................. 18
6.14 Suspension of Work ........................................................................................ 19
6.15 Representations and warranties..................................................................... 19
6.16 Approval / Clearances .................................................................................... 20
6.17 Liquidated Damages ....................................................................................... 20
6.18 Penalty ........................................................................................................... 21
6.19 Consequences of Termination ......................................................................... 21
6.20 Right of Monitoring, Inspection and Periodic Audit .......................................... 22
6.21 Terms of Payment ........................................................................................... 22
7 Tender Response .........................................................................................22
7.1 Pre bid Evaluation .......................................................................................... 22
7.2 Technical Evaluation ....................................................................................... 24
7.3 Commercial Evaluation ................................................................................... 26
8 Annexure .....................................................................................................27
8.1 Annexure 1 - Contract Agreement ................................................................... 27
8.2 Annexure 2 - Contract suggested format of curriculum vitae ........................... 28
8.3 Annexure 3 - Instructions for Furnishing Bank Guarantee .............................. 29
8.4 Annexure 4 - Proforma of Bank Guarantee towards Performance Security ..... 30
8.5 Annexure 5 Scope of Work.33
8.6 Annexure 6 - Regional Commissioners Jurisdiction Wise35
8.7 Annexure 7 - Specifications of tender.52
9 Table62
9.1 Table 1 Particulars to be submitted in the Commercial Bid ..62



5


1 Introduction

Karnataka Renewable Energy Development Karnataka (KREDL) has awarded Revenue
Region wise (Bangalore, Mysore, Belguam and Gulbarga) works for Supply,
Installation, Commissioning and Maintenance of 2KWP Capacity each off-grid solar
power generating System (Power Plant) for 601 locations across Karnataka.
1. Now, KREDL intends to have 100% Inspection/ Testing (percentage may vary) of
Solar Panels, Inverters, Batteries, Cables, PVC Mounting of these solar power
systems by a third party after the successful installation at the sites, to confirm
the products as per the specifications of tender. (Annexure - 7).

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

3. Bids are invited from Government, Quasi-Government and non-Government
Laboratories or Private Organizations with National Accreditation Board for
Testing and Calibration Laboratories (NABL)/Ministry of New and Renewable
Energy (MNRE) accreditation for on-site testing and post delivery inspections of
the above mentioned products. The inspecting agency should have experience in
conducting post installation inspections during the last one year for Government /
Government affiliated organizations in Power Sectors.
1.1 Key Events & Dates
Following table presents the schedule for the bid process proposed to be carried out by
KREDL for selection of the Third party Inspector for this project.

Table 1: Bid Schedule
Event Target Date
Notice Inviting Tender KREDL/Solar
Nemmadi/2012/Inspection
EMD ( Earnest Money Deposit ) Rs. 50,000-00
Last date to send in requests for clarifications on
the tender document
28.12.2012, 04.00 PM
Date and Time for Pre- Bid Meeting 26.12.2012, 04.00 PM
Date & Time for Pre-Bid qualification 27.12.2012, 04.00 PM
Last date for submission of bids 31.12.2012, 04.00 PM
Opening of Technical bids 02.01.2013, 05.00 PM
Opening of commercial bids 04.01.2013, 05.05 PM


6

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

2 Scope of Work

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

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

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

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

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

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

2.3 Test Report

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



7


A. Defect

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

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

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

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

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

C. Deviations
a. The inspector shall not accept any deviation in the specification of the
materials.
b. Any unanticipated exceptions shall be clearly outlined in the deviation
report. Any damages occurring during the process of inspection shall be
considered as defect and not a deviation.
2.4 Manpower Requirement:
Sl No Resource Qualification & experience Functional responsibility
1 Project
Manager/Project
Engineer
Minimum Qualification
Graduate B.E
Minimum 5 years of
experience in Solar Field.
Good Communication &
Soft Skills.
Ability to handle Team

He will be the overall in-charge of the
team on-site for all the locations. He
will ensure that all the Installation are
in accordance with the specifications
stated in the contract agreement. He
will be responsible for the quality of
work produced by his team members.
He will be reporting to member
nominated by Managing Director,
KREDL on the progress of the
assignment.
2 Inspection
Engineer
Diploma or higher
education.
Minimum of 2 years of
experience in Solar field
For Inspection of all components as
specified in the checklist.
8


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

2.5 Implementation schedule :
The work of third party inspection /testing OFF-GRID SOLAR POWER GENERATING SYSTEMS
(Power Plant) should be implemented by the Contractor as per the following implementation
schedule: -
Penalty termination for non fulfillment of contract : If the Contractor does not execute
the work as per the implementation schedule, Security Deposit will be forfeited.
Manner of Execution : Inspection of systems shall be carried out in an approved manner as
outlined in the technical specifications or where not outlined, in accordance with relevant
MNRE/BIS/Indian Standard Specifications, to the reasonable satisfaction .The contractor
should successfully complete the inspection within 30 days from the receipt of the work
order/LOI.
a) The successful Bidder(s) shall execute an agreement for the fulfillment of the
contract on Rs. 500/- non-judicial stamp paper in the prescribed format provided, within
seven (7) days from the date of acceptance of the Bid and intimation of the award of
contract. b) The incidental expenses of execution of agreement shall be borne by the
successful Bidder{s). Hereafter the successful Bidder shall be referred to as "Contractor".
c) The conditions stipulated in the agreement should be strictly adhered to and
violation of any of the conditions in full or in part will entail termination of the contract
without prejudice to the rights of Government of Karnataka 1 Purchase and recovery of any
consequential loss from the contractor.
3 Service Level Agreement
The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define
the levels of service that shall be provided by the Inspector to KREDL for the duration of this
contract.
4 Bidding Process
4.1 Procurement of RFP Document
Bidder can download the tender document from the portal (http://eproc.Karnataka.gov.in) till
the due date and time for bid submission. Any interested bidder shall pay applicable tender
processing fee for using the e-Procurement portal. The tender processing has to be paid
through any of the four e-payment options in the portal:
Credit Card , Direct Debit, National Electronic Funds Transfer (NEFT), Over the Counter
(OTC) designated Axis bank branches located across the country
Good Communication &
Soft Skills.
1. Signing of Contract 7 days from date of issue of
LOI
2.On site Inspection of 2KWp capacity each OFF-GRID
SOLAR POWER GENERATING SYSTEMS (Power Plant)
at the selected Nemmadi Kendra of
Bangalore/Mysore/Belgaum/ Regional Commissioners
Jurisdiction, Karnataka
30 days from the date of
receipt of the LOI/work
order
9

Please note that payments submitted through cheque or demand draft shall not be
accepted. Further, details regarding e-Payment, please refer to e-Procurement portal at
the above mentioned website or call e-procurement helpline 080-22485867. The
bidders shall ensure credit of tender processing fee in the respective account of e-
Procurement as mentioned in the e-Procurement portal on or before the last date of
receipt of bids for the tender.
Note: It will be in the interest of the bidders to familiarize themselves with the e-
Procurement system to ensure smooth preparation and submission of the tender
documents.
4.2 Clarification on Tender Document
A prospective Bidder requiring any clarification on the RFP Document may submit his
queries, in writing, at the mailing address as indicated in the RFP. The queries must
be submitted in the following format only to be considered for clarification:

S. N Section No. Clause No. Reference/ Subject Clarification Sought
.. .. .. .. ..
The queries not adhering to the above mentioned format shall not be responded. The
KREDL will respond to any request for clarification to queries on the Tender
Document, received not later than the dates as indicated in Section 1.1. The
clarifications (including the query but without identifying the source of inquiry) will be
uploaded on the portal (http://eproc.karnataka.gov.in)
4.3 Pre-bid Meeting:

The KREDL shall organize a Pre Bid meeting on the scheduled date and time at
KREDL Head Office, Bengaluru. The KREDL may incorporate any changes in the RFP
based on acceptable suggestions received during the interactive Pre Bid meeting. The
decision of the KREDL regarding acceptability of any suggestion shall be final in this
regard and shall not be called upon to question under any circumstances. The
prospective bidders shall submit their questions in writing at the mailing address not
later than Date and Time indicated in the RFP. It may not be possible at the Pre Bid
Meet to answer questions which are received late. However, prospective bidders are
free to raise their queries during the meeting and responses will be conveyed to all the
prospective bidders (by way of hosting amendments/ clarifications on the website i.e.
at eproc. Karnataka.gov.in in accordance with the respective clauses of the RFP within
3 working days of completion of the Pre Bid Meeting and no participant would be
intimated individually about the response of the KREDL. Any changes in the timing of
pre-bid meeting will be intimated through e-procurement portal only.
4.4 Amendments to RFP
At any time till 3 days before the deadline for submission of bids, KREDL may, for any
reason, whether at own initiative or in response to a clarification requested by a
prospective Bidder, modify the bidding document by amendment. All the amendments
made in the document would be published in the website of
www.eproc.karnataka.gov.in. KREDL would not be responsible if the bidders do not
get the individual intimates of such amendments. All such amendments shall be
binding on all the bidders. The bidders are also advised to visit the aforementioned
10

website on regular basis for checking necessary updates. KREDL also reserves the
rights to amend the dates mentioned in Section 1.1 of this RFP.
4.5 Submission of Bid
All interested bidders shall pay EMD and Tender Processing fee and submit their Pre-
qualification, Technical and Commercial RFP responses electronically using the
unified e-Procurement platform of the Government of Karnataka. The e-Proc portal is
available at: http://www.eproc.karnataka.gov.in.
The Participants shall submit the tenders only through the unified e-Procurement
system before the scheduled date and time for bid submission. Tenders submitted
after the due date and time will not be considered and KREDL will not be liable or
responsible for any delays due to unavailability of the portal and the internet link.
4.6 Authentication of Bid
The original and all copies (hard copies) shall be signed by the Bidder or a person or
persons duly authorized to bind the Bidder to the Contract. A letter of authorization
shall be supported by a written power-of attorney accompanying the bid. All pages of
the bid, except for un-amended printed literature, shall be initialed and stamped by
the person or persons signing the bid.
4.7 Validation of interlineations in Bid
The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the Bidder, in which case such corrections shall be initialed by
the person or persons signing the bid.
4.8 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its
bid including cost of presentation for the purposes of clarification of the bid, if so
desired by the KREDL. The KREDL will in no case be responsible or liable for those
costs, regardless of the outcome of the Tendering process.
4.9 Site Visit
The bidders may visit the sites and obtain additional information at their own cost
and responsibility.
4.10 Language of Bids
The Bids prepared by the Bidder and all correspondence and documents relating to
the bids exchanged by the Bidder and the KREDL, shall be written in English
language. Any printed literature furnished by the Bidder may be written in another
language so long the same is accompanied by a duly attested English translation in
which case, for purposes of interpretation of the bid, the English translation shall
govern.
4.11 Bid Prices
a. The Bidder shall indicate price in the prescribed format (Table -1), the unit rates
and total Bid Prices of the equipment / services, it proposes to provide under the
Contract. Prices should be shown separately for each item as detailed in Tender
Documents. In absence of above information as requested, the bid may be
considered incomplete and hence rejected. The price components furnished by the
Bidder in accordance with format below will be solely for the purpose of facilitating
11

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

4.12 Bid Currencies
Prices shall be quoted in Indian Rupees (INR).
4.13 Bid Security (Earnest Money Deposit)
The Bid shall contain EMD amount of Rs. 50,000 (Rs. Fifty Thousand only) and
shall be paid through any of the four e-payment options in the portal:
Credit Card
Direct Debit
National Electronic Funds Transfer (NEFT)
Over the Counter (OTC) designated Axis bank branches located across the country
Note: e-Procurement portal will deny submission of the bid without submitting the
EMD Deposit and it will take min 2-3 days for confirmation from the bank regarding
the EMD realization.
Please note that payments submitted through cheque or demand draft shall not be
accepted. For further details regarding e-Payment, please refer to e-Procurement portal
at the above mentioned website. The bidders shall ensure credit of EMD in the
respective account of e-Procurement as mentioned in the e-Procurement portal on or
before the last date of receipt of bids for the tender.
12

The bidder shall be disqualified in the pre-qualification process if the prescribed EMD
is not submitted along with the bid. The EMD (bid security) of the unsuccessful
Bidder/s will be discharged / returned as promptly as possible, but not later than 60
days after the award of the contract to the successful bidder.
No interest will be payable by KREDL on the amount of the Bid Security. The bid
security may be forfeited:
1. If a Bidder withdraws his/her bid or increases the quoted prices during the period
of bid validity, or its extended period, without the explicit consent of the
department, if any
2. In the case of a successful Bidder, if s/he fails within the specified time limit to:
Sign the Agreement
Furnish the required Performance Bank Guarantee
4.14 Bid Validity Period
Bids shall remain valid for 90 days after the date of opening of Technical Bids
prescribed by the KREDL. A bid valid for a shorter period may be rejected as non-
responsive. However, the prices finalized after opening the tenders shall not increase
throughout the period of the contract.
In exceptional circumstances, the KREDL may request the Bidder(s) for an extension
of the period of validity. The request and the responses thereto shall be made in
writing (or by fax). The validity of EMD shall also be suitably extended.
It will be the responsibility of each Bidder to fully acquaint himself with the local
conditions and other relevant factors at the proposed sites which would have any
effect on the performance of the contract and / or the cost. The Bidders are advised
to visit the proposed locations (at its own cost) and due-diligence should be
conducted before the pre-bid meeting/ bid-submission.
Failure to obtain the information necessary for preparing the bid and/or failure to
perform activities that may be necessary for the providing services before entering
into contract will in no way relieve the successful Bidder from performing any work
in accordance with the Tender documents.
It will be imperative for each Bidder to fully inform themselves of all legal
conditions and factors which may have any effect on the execution of the contract
as described in the bidding documents. The KREDL shall not entertain any
request for clarification from the Bidder regarding such conditions.
It is the responsibility of the Bidder that such factors have properly been
investigated and considered while submitting the bid proposals and that no claim
whatsoever including those for financial adjustment to the contract awarded under
the bidding documents will be entertained by the KREDL and that neither any
change in the time schedule of the contract nor any financial adjustments arising
thereof shall be permitted by the KREDL on account of failure of the Bidder to
appraise themselves of local laws and site conditions.

5 Bid Evaluation & Vendor Selection
5.1 Opening of Bids
An evaluation committee has been formed for evaluation of the bids. Decision of the
committee would be final and binding upon all the Bidders.
13

5.2 Bid Evaluation Process
A three-stage procedure will be adopted for evaluation of proposals, with the
pre qualification being completed before the technical evaluation and thereafter
financial proposals being opened and compared. Pursuant to the pre-qualification
criterion bidders will be short-listed for technical bid. Technical bids will be opened
only for the bidders who succeed the pre-qualification criterion.
KREDL will review the technical bids of the short-listed bidders to determine whether
the technical bids are substantially responsive. Bids that are not substantially
responsive are liable to be disqualified.
The commercial bids for the technically qualified bidders will then be opened and
reviewed to determine whether the commercial bids are substantially responsive.
Conditional bids are liable to be rejected.
The purpose of this clause is only to provide the Bidders an idea of the evaluation
process that the KREDL may adopt. However, the KREDL reserves the right to modify
the evaluation process at any time during the Tender process, without assigning any
reason, whatsoever and without any requirement of intimating the Bidders of any
such change.
5.3 Evaluation of Pre Qualification Bid
Bidders need to fulfill all the pre-qualification conditions mentioned in Section
7.1. The KREDL will examine the bids to determine whether they are complete,
whether the bid format confirms to the Tender requirements, whether any
computational errors have been made, whether required EMD has been furnished,
whether the documents have been properly signed, and whether the bids are
generally in order.
A bid determined as not substantially responsive will be rejected by the KREDL
and may not subsequently be made responsive by the Bidder by correction of the
nonconformity.
The KREDL may waive any informality or non-conformity or irregularity in a bid
which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any Bidder.
5.4 Technical Evaluation Criteria
Each Technical bid will be evaluated according to the following criteria, but not limited
to:
Bidders understanding of KREDLs requirements as reflected in the approach
presented by the Bidder of the solution offered and technology related issues.
The evaluation will measure if the Bidders proposed solution meets KREDLs
service needs as outlined in the RFP.
The evaluation will be made based on Bidders responses to all RFP requirements
including, but not limited to, data from the Bidders Proposal, questions and
answers, Bidder qualifications, expertise and relevant experience.
Bidders demonstrated ability to make available the key personnel at the time of
contracting and post those key personnel on the project thereafter.
The evaluation will be done on the basis of the technical evaluation criteria
provided in this RFP. The bidders satisfying the minimum technical
14

qualification criterion of 60 technical score shall be qualified for evaluation of
their financial bid.
The KREDL may waive any informality or non-conformity or irregularity in a bid
which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any Bidder.
In order to assist in the examination, evaluation and comparison of Bids, the
KREDL may at its discretion ask the Bidder for a clarification regarding its Bid. The
clarification shall be given in writing immediately, but no change in the price shall
be sought, offered or permitted.
The technical bids submitted by the bidder shall be evaluated as per the table
mentioned in 7.2
5.5 Evaluation of Commercial bids
The commercial bids will be opened only for the bidders who meet the minimum
technical evaluation parameters. The bid with the lowest commercial price (L1) will
be considered as the successful bid.
5.6 Bids Not Considered For Evaluation
Bids that are rejected during the bid opening process due to incomplete
documentation or late receipt shall not be considered for further evaluation.
5.7 Rejection Criteria
Besides other conditions and terms highlighted in the tender document, bids may be
rejected under following circumstances:
a) Pre Qualification Rejection Criteria
Bids submitted without or with improper EMD.
Bids which do not conform to unconditional validity of the bid as prescribed in
the Tender.
If the information provided by the Bidder is found to be incorrect / misleading
at any stage / time during the Tendering Process.
Any effort on the part of a Bidder to influence the bid evaluation, bid
comparison or contract award decisions.
Bids without signature of person (s) duly authorized on required pages of the
bid.
Bids without power of authorization and any other document consisting of
adequate proof of the ability of the signatory to bind the Bidder.
Failure to furnish proofs (acceptable by KREDL) for information provided.

b) Technical Rejection Criteria
Technical Bid containing commercial details.
Revelation of Prices in any form or by any reason before opening the
Commercial Bid.
Failure to furnish all information required by the RFP Document or submission
of a bid not substantially responsive to the Tender Document in every respect.
15

Failure to furnish proofs(acceptable by KREDL) for information provided
Bidders not quoting for the complete scope of Work as indicated in the Tender
documents, addendum (if any) and any subsequent information given to the
Bidder.
Bidders not complying with the Technical and General Terms and conditions as
stated in the RFP Documents.
The Bidder not conforming to unconditional acceptance of full responsibility of
providing services in accordance with the Scope of work of this tender.
If the bid does not confirm to the timelines indicated in the bid.
c) Commercial Rejection Criteria
Incomplete Price Bid
Price Bids that do not conform to the Tenders price bid format.
Total price quoted by the Bidder does not include all statutory taxes and levies
applicable.
5.8 Rectification of Errors
Arithmetical errors in the Financial Bid will be rectified on the following basis.
If there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail and will be
considered for future calculations.
If there is a discrepancy between words and figures, the amount in words shall
prevail.
In case of any other discrepancy, KREDL has the right to choose the price that it
perceives as true.
If the bidder does not accept the correction of errors, its bid will be rejected and its
bid security may be forfeited.
5.9 Notification of Award
Before the expiry of the period of validity of the proposal, the KREDL shall notify the
successful Bidder in writing by registered letter or by fax, that its bid has been
accepted. The Bidder shall acknowledge in writing receipt of the notification of award
and shall send his acceptance to enter into agreement within seven (7) days of
receiving the notification.
Signing of Contract
The notification of the award shall constitute signing of the agreement. The signing of
agreement will amount to award of contract and bidder will initiate the execution of
the wok as specified in the agreement. At the same time as the KREDL notifies the
successful Bidder that its bid has been accepted, the KREDL will send the Bidders the
Performa for Contract provided in the Tender Document, incorporating all agreements
between the parties. Within 7 days of receipt of the Contract/ LOI/Work Order, the
successful Bidder shall sign and date the Contract and return it to the KREDL.
16

5.10 Discharge of Bid Security
Upon the successful signing of the agreement, the Bidder shall provide performance
guarantee pursuant to Section 6.4. On receipt of the performance guarantee, the bid
security of all bidders will be released.
5.11 Contacting KREDL
No bidder shall contact the KREDL on any matter relating to its bid, from the time
of bid opening to the time the Contract is awarded. If the Bidder wishes to bring
additional information to the notice of the KREDL, it should be done in writing.
Any effort by a Bidder to influence the KREDL in its decisions on bid evaluation,
bid comparison or contract award may result in rejection of the Bidders bid.
6 General Terms & Conditions
6.1 Expenses for the Contract
The incidental expenses of execution of agreement / contract shall be borne by the
successful bidder.
6.2 Failure to abide by the Agreement
The conditions stipulated in the agreement shall be strictly adhered to and violation of
any of the conditions will entail termination of the contract without prejudice to the
rights of the KREDL with such penalties as specified in the Bidding document and the
Agreement.
6.3 Consortium
Consortium or Joint Venture is NOT allowed to participate in the bidding process.
6.4 Bank Guarantee for Contract Performance
a. Within 7 days of the receipt of notification of award from the KREDL, the
successful Bidder shall furnish the performance security in accordance with the
Terms & Conditions of Contract, in the Contract Performance Guarantee Bond
prescribed at Annexure 4 - Proforma of Bank Guarantee towards Performance
Security
Failure of the successful Bidder to comply with the requirement shall constitute
sufficient grounds for the annulment of the award and forfeiture of the EMD. In case
of exigency, if the KREDL gets the work done from elsewhere, the difference in the cost
of getting the work done will be borne by the successful Bidder.
The Bank Guarantee shall be equal to five percent of the contract amount put to
the tender.
b. Bank Guarantee for Security Deposit
The successful Agency should pay Security Deposit equivalent to 10% of the value of
the contract amount put to tender in the form of Bank Guarantee in prescribed format
valid for 2(two) months issued by any nationalized banks for due performance of the
contract with in 7 days from the date of issue of LOI/ Work order. The BG will be
released after satisfactorily completion of work as per the terms and conditions of the
contract.
17

6.5 Concessions permissible under statutes
Bidder, while quoting against this tender, must take cognizance of all concessions
permissible under the statutes including the benefit under Central Sale Tax Act, 1956,
failing which it will have to bear extra cost where Bidder does not avail concessional
rates of levies like customs duty, excise duty, sales tax, etc. The KREDL will not take
any responsibility towards this. However, KREDL may provide necessary assistance,
wherever possible, in this regard.
6.6 Income Tax Liability
The bidder will have to bear all Income Tax liability both corporate and personal tax.
6.7 Duration of the Contract
The CONTRACT shall remain valid for a period of 4 (four) years from the date of
acceptance.
6.8 Ownership of the equipments
Ownership of Equipment supplied under this RFP would rest with KREDL.
6.9 Notices
Any notice under this Agreement will be in writing and will be (i) given in person, or (ii)
sent by facsimile or electronic mail and confirmed by sending through registered post
or courier, or (iii) sent by registered post or courier, with postage prepaid, to the
address specified by a party by prior written notice. Any notice delivered by facsimile
or electronic mail will be deemed received the day it is sent. Any notice or other
communication sent by registered post or courier will be effective of the date of the
receipt.
6.10 Force Majeure
a. Force Majeure shall not include any events caused due to acts/omissions of such
Party or result from a breach/contravention of any of the terms of the Contract,
Bid and/or the Tender. It shall also not include any default on the part of a Party
due to its negligence or failure to implement the stipulated/proposed precautions,
as were required to be taken under the Contract.
b. The failure or occurrence of a delay in performance of any of the obligations of
either party shall constitute a Force Majeure event only where such failure or delay
could not have reasonably been foreseen or where despite the presence of adequate
and stipulated safeguards the failure to perform obligations has occurred. In such
an event, the affected party shall inform the other party in writing within five days
of the occurrence of such event. KREDL will make the payments due for Services
rendered till the occurrence of Force Majeure. However, any failure or lapse on the
part of Inspection Agency performing any obligation as is necessary and proper to
negate the damage due to projected force majeure events or to mitigate the damage
that may be caused due to the abovementioned events or the failure to provide
adequate disaster management/recovery or any failure in setting up a contingency
mechanism would not constitute force majeure, as set out above.
c. In case of a Force Majeure all Parties will endeavor to agree on an alternate mode of
performance in order to ensure the continuity of service and implementation of the
obligations of a party under the Contract and to minimize any adverse
consequences of Force Majeure.
18

6.11 Arbitration
KREDL and the successful Inspection Agency shall make every effort to resolve
amicably by direct informal negotiation on any disagreement or dispute arising
between them under or in connection with the Contract. If, after thirty (30) days from
the commencement of such informal negotiations, KREDL and the Inspection Agency
have been unable to amicably resolve dispute, either party may require that the
dispute be referred for resolution to the formal mechanisms, which may include, but
are not restricted to, conciliation mediated by a third party acceptable to both, or in
accordance with the Arbitration and Conciliation Act, 1996. All Arbitration
proceedings shall be held at Bengaluru, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall
be in English.
KREDL may terminate this contract by giving a written notice of termination of
minimum 30 days to the Inspection Agency, if the Bidder fails to comply with any
decision reached consequent upon arbitration proceedings. Notwithstanding the fact
that settlement of dispute(s) (if any) under arbitration may be pending, the parties
hereto shall continue to be governed by and perform the work in accordance with the
provisions under the Scope of Work to ensure continuity of operations
6.12 Taxes & Duties
Bidder is liable for all taxes and duties etc. Bidder shall maintain adequate books and
records in connection with Contract and shall make them available for inspection and
audit by KREDL or any agency authorized by it during the terms of Contract until
expiry of the performance guarantee.
6.13 Termination of Contract
a. KREDL, without prejudice to any other remedy for breach of the Contract, by
written notice of default sent to the vendor, may terminate the contract in whole or
in part:
If the vendor fails to deliver any or all of the services within the time period(s)
specified in the Contract, or within any extension thereof granted by KREDL as
per agreed terms & conditions with the Vendor
Or
If the vendor fails to perform any other obligation(s) under the contract
Or
If the vendor, in the judgment of KREDL has engaged in corrupt or fraudulent
practices in competing for or in executing the contract.
b. In the event KREDL terminated the contract in whole or in part, KREDL may
procure, upon such terms and in such manner as it deems appropriate, goods or
services similar to those undelivered, and the vendor shall be liable to KREDL for
any excess costs for such similar goods or services. However, the vendor shall
continue performance of the contract to the extent not terminated.
c. KREDL may at any time terminate the Contract if the Inspection Agency becomes
bankrupt or otherwise insolvent
d. Termination for convenience: KREDL, may at any time by giving 30days written
notice to the Vendor, terminate the contract, in whole or in part, for its
convenience. The notice of termination shall specify the termination is for KREDL /
19

Purchasers convenience, the extent to which performance of the vendor under the
Contract is terminated, and the date upon which such termination becomes
effective.
e. KREDL also reserves the right to terminate the contract if the Inspection Agency
breaches any of the terms and conditions mentioned in the contract
f. KREDL can conduct surprise visits to the site to inspect the work of the audit
vendor. If the service of the vendor is found unsatisfactory, then the contract can
be terminated
In case of termination of the contract KREDL would
Retain such amounts from the payment due and payable by KREDL to the
Inspection Agency of overall contract value as may be required to offset any losses
caused to KREDL as a result of such event of default and the Inspection Agency
shall compensate KREDL for any such loss, damages or other costs, incurred by
KREDL in this regard.
Nothing herein shall effect the continued obligation of the sub Inspection Agency /
other members of its Team to perform all their obligations and responsibilities
under this Contract in an identical manner as were being performed before the
occurrence of the default.
Invoke the Performance Bank Guarantee and other Guarantees furnished
hereunder, enforce the Deed of Indemnity, recover such other costs/losses and
other amounts from the INSPECTION AGENCY may have resulted from such
default and pursue such other rights and/or remedies that may be available to
KREDL under law.
6.14 Suspension of Work
The Inspection Agency shall, if ordered in writing by the KREDLs Representative,
temporarily suspend the works or any part thereof for such a period and such a
time as ordered. The Inspection Agency shall not be entitled to claim compensation
for any loss or damage sustained by him by reason of temporary suspension of the
Works as aforesaid.
6.15 Representations .
a. Representations by the Inspection Agency
It is a company duly organized and validly existing under the laws of India and
has all requisite legal power and authority and corporate authorizations to
execute the Agreement and carry out the terms, conditions and provisions
hereof.
It has in full force and effect all requisite clearances, approvals and permits
necessary to enter into the Agreement and perform its obligations hereof.
It will have the legally valid and enforceable title to all Equipment as may be
necessary for proper functioning and it will be free from all encumbrances,
liens, charges, any security interest and adverse claims of any description.
The Agreement and the transactions and obligations hereof do not contravene
its constitutional documents or any law, regulation or government directive and
will not contravene any provisions of, or constitute a default under, any other
Agreement or instrument to which it is a party or by which it or its property
may be bound or any of its obligations or undertakings by which it or any of its
20

assets are bound or cause a limitation on its powers or cause it to exceed its
authorized powers.
There is no pending or threatened actions, suits or proceedings affecting the
Bidder or its affiliates or any of their respective assets before a court,
governmental agency, commission or arbitrator or administrative tribunal
which affects the Inspection Agencys ability to perform its obligations under the
Agreement; and neither Bidder nor any of its affiliates have immunity from the
jurisdiction of a court or from legal process (whether through service of notice,
attachment prior to judgment, attachment in aid of execution or otherwise).
The Bidder confirms that all representations of the Bidder set forth in the
Agreement are true, complete and correct in all respects.
No information given by the Inspection Agency in relation to the Agreement,
project documents or any document comprising security contains any material
mis-statement of fact or omits to state as fact which would be materially
adverse to the enforcement of the rights and remedies of KREDL or which would
be necessary to make any statement, representation or warranty contained
herein or therein true and correct.
b. Representations by KREDL
It has full legal right, power and authority to execute the project and to enter
into and perform its obligations under the Agreement and there are no
proceedings pending.
The Agreement has been duly authorized, executed and delivered by KREDL
and constitutes valid, legal and binding obligation of KREDL.
The execution and delivery of the Agreement with the Bidder does not violate
any statutory judgment, order, decree, regulation, right, obligation or rule of
any court, government authority or arbitrator of competent jurisdiction
applicable in relation to KREDL, its assets or its administration.
6.16 Approval / Clearances
Necessary approvals/ clearances, from concerned authorities as required, shall be
obtained by the KREDL but Inspection Agency would be required to liaison with the
authorities for obtaining the clearances.
6.17 Liquidated Damages
Subject to clause for Force Majeure if the bidder fails to complete the Inspection before
the scheduled completion date or the extended date or if Inspection Agency repudiates
the Contract before completion of the Work, KREDL at its discretion may without
prejudice to any other right or remedy available to KREDL the Contract, KREDL will
forfeit the security deposit of 10% of the contract price.
KREDL may without prejudice to its right to affect recovery by any other method
deduct the amount of liquidated damages from any money belonging to Inspection
Agency in its hands (which includes KREDLs right to claim such amount against
Inspection Agencys Bank Guarantee). Any such recovery or liquidated damages shall
not in any way relieve Inspection Agency from any of its obligations to complete the
Works or from any other obligations and liabilities under the Contract.
21


6.18 Penalty
Commencement of activities for auditing the solar system components and ongoing
performance and service levels shall be as per timelines and parameters stipulated by
KREDL in this contract, failing which KREDL may at its discretion impose penalties on
the Inspector as defined in the SLA section of the RFP.
6.19 Consequences of Termination
a. In the event of termination of this contract due to any cause whatsoever except
termination for KREDLs convenience Inspection Agency shall be blacklisted and
the empanelment will stand cancelled effective from the date of termination of this
contract.
b. In the event of termination of this Contract due to any cause whatsoever, whether
consequent to the stipulated Term of the Contract or otherwise] the KREDL shall
be entitled to impose any such obligations and conditions and issue any
clarifications as may be necessary to ensure an efficient transition and effective
business continuity of the project which Inspection Agency shall be obliged to
comply with and take all available steps to minimize loss resulting from that
termination/breach and further allow and provide all such assistance to KREDL
and/or the successor Inspection Agency/service provider, as may be required to
takeover the obligations of the erstwhile INSPECTION AGENCY in relation to the
execution/continued execution of the scope of this Contract.
c. Where the termination of the Contract is prior to its stipulated term on account of
a Default on the part of Inspection Agency or due to the fact that the survival of the
INSPECTION AGENCY as an independent corporate entity is threatened/has
ceased or for any other reason whatsoever KREDL through unilateral re-
determination of the consideration payable to Inspection Agency shall pay
Inspection Agency for that part of the Services which have been authorized by
KREDL and satisfactorily performed by Inspection Agency up to the date of
termination. Without prejudice any other rights KREDL may retain such amounts
from the payment due and payable by the KREDL to Inspection Agency as may be
required to offset any losses caused to KREDL as a result of any act/omissions of
the Inspection Agency. In case of any loss or damage due to default on the part of
Inspection Agency in performing any of its obligations with regard to executing the
scope of work under this Contract, Inspection Agency shall compensate KREDL for
any such loss, damages or other costs incurred by KREDL. Additionally the sub
INSPECTION AGENCY / other members of its team shall perform all its obligations
and responsibilities under this Contract in an identical manner as were being
performed before the collapse of Inspection Agency as described above in order to
execute an effective transition and to maintain business continuity. All third
parties shall continue to perform all/any functions as stipulated by KREDL and as
may be proper and necessary to execute the scope of work under the Contract in
terms of the Inspection Agencys Bid, the Tender and this Contract.
d. Nothing herein shall restrict the right of KREDL to invoke the Bank Guarantee and
other Guarantees furnished hereunder, enforce the Deed of Indemnity and pursue
such other rights and/or remedies that may be available to KREDL under law.
e. The termination hereof shall not affect any accrued right or liability of either Party
nor affect the operation of the provisions of this Contract that are expressly or by
implication intended to come into or continue in force on or after such termination.
22

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

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

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

7 Tender Response
7.1 Pre bid Evaluation
The bidder must possess the requisite experience, strength and capabilities in
providing the services necessary to meet the requirements as described in the RFP
document. The following criteria are prescribed as pre-qualification criteria for bidder
interested in undertaking the project. The bidder must also possess the technical
know-how and the financial wherewithal that would be required to successfully
provide the services sought by KREDL.
The invitation to bid is open to all bidders who qualify the eligibility criteria as given
below
23

Sl.
No
Clause Documents Required Vendor
Remarks
1
NABL/MNRE accreditation laboratory Accreditation certificates issued
by MNRE/NABL

2
The bidder should have sufficient
devices ( mobile kits ) to conduct the
inspections at site
Declaration in this regard by the
authorized signatory of the bidder
should be attached.

2 The bidder should be in the similar
type of field since One year
Relevant documents such as tax(
service tax, sales tax ) paid to the
government for last 3 years shall
be considered

3
The bidder is not a Manufacturer
(OEM) of any of these components
that are part of the RFP
Declaration in this regard by the
authorized signatory of the bidder
should be attached.

4 The bidder should have experience in
carrying out tests as outlined in
Section 2.2 of the RFP for at least 1
years
Relevant work/service/purchase
order needs to be provided

5 The bidder should have done at least
testing of minimum 50 systems in
power sector. preference will be
considered for Solar field
Copy of work order / client
certificate
Confirming year and Area of
activity.

6 The bidder must possess 10
resources with experience in System
inspection as mentioned
Certificate from bidders HR
Department for number of
technically qualified professionals
employed by the company.

7 The average minimum turnover for
last 3 years should be more than
Rs.10 lakhs from onsite inspection of
various commodity business and Rs.2
lakhs by system inspection of similar
components.
Chartered Accountant certificate
for Net-worth.
Copy of the audited profit &
loss account of the company
showing turnover of the
company for the last three
years (upto 31-Mar-2012).

8 The company should provide
testimonials for having rendered good
service to their customers
Relevant Documents from
Customers

10 The bidder would take up the
responsibility directly. No part of the
deliverables shall be sub-contracted
to a third party
Relevant Documents or
Undertaking signed by the
Authorized Signatory.

11 The bidder (prime) should Earnest
Money for amount Rs.50,000/- (Fifty
thousand only)
Copy of acknowledgement received
through Karnataka e-procurement
system

12 The bidder should not have filled for
bankruptcy during the last one year
Declaration in this regard by the
authorized signatory of the bidder
should be attached.

13 The bidder (prime) shall not be under
a declaration of ineligibility for
corrupt or fraudulent practices or
blacklisted with any of the
Government agencies.
Declaration in this regard by the
authorized signatory of the bidder
should be attached.



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

24



7.2 Technical Evaluation

The evaluation committee authorized by the KREDL will carry out its evaluation
applying the evaluation criteria and point system specified below. Each responsive
proposal will be attributed a technical score (T.S).
Quality and competence of the Third party Inspection services shall be considered as
the paramount requirement. Technical proposals scoring not less than 60 Marks of
the total points (T.S) will only be considered for financial evaluation.
Sl
No
Schedule Evaluation
RFP Reference Technical
score
(Marks)
1 A Relevant Experience 7.2.1 60
2 B Resource Experience 7.2.2 40

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

25

7.2.1 Relevant Experience :

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

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

3 Experience of the bidder in the pre-
shipment/post-shipment
inspection/testing business
If >=6 Months then 7
If>= 1 Year then 8
If>= 2 Year then 10

4 Successfully done pre-
shipment/post-shipment testing of
minimum 100 systems in the solar
related field /power sectors
If >= 50 then 7
If >= 100 then 8
If >= 200 then 10

5 Resources with experience in
system inspection of power
components
If >= 2 Year then 7
If >= 3 Year then 8
If >= 5 Year then 10

6 The annual turnover (from
31.03.2011 to 31.03.2012) is
greater than Rs.2 lakhs by system
inspection of components related to
Power sector
Greater than 2 lakhs > 7
Greater than 4 lakhs > 8
Greater than 6 lakhs > 10

7 The bidders experience with
Government clients in system
inspection of components related to
Power sectors
No project = 7
One project = 8
Two Projects = 9
Greater than two = 10

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

26

7.2.2 Resource Experience

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

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

Sl.
No
Resource Technical score system Vendor
Response
1. Project
engineer/
Manager
Experience in managing similar projects
If > 5 years = 7
If > 6 years = 9
If > 7 years = 10

Education
Match the minimum criteria specified in RFP
More than the minimum criteria specified in RFP
( e.g. additional relevant certifications)
2. Inspection
Engineer
Length of experience
If > 2 years = 7
If > 3 years = 8
If > 4 years = 10

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

7.3 Commercial Evaluation

The evaluation committee will determine if the financial proposals are complete
and without computational errors. Item wise the lowest financial proposal will be
accepted.
The different rates should be quoted depending on place of inspection/testing and
quantity.
Hence the rate quoted should be inclusive of all taxes, duties if any, traveling
allowances, boarding & lodging, out of pocket expenses, allowance charges etc.
Each device shall be inspected only once, any additional inspection for the same
devices shall be counted as additional inspection
The bidder with the lowest total average rate shall be treated as L1.
27

8 Annexure
8.1 Annexure - 1 - Contract Agreement

BETWEEN:
Karnataka Renewable Energy Development Limited, (KREDL)
No. 19, Shanthi Gruha, Palace Road,
Bangalore 560001
AND
(Herein called as the SECOND PARTY)
1. This agreement is entered into between KREDL, Palace Road, Bangalore. (Herein
called as the FIRST PARTY) and ---------------------------------------------- (Herein
called as the SECOND PARTY)
2. This Third party Inspection contract is valid for a period of two years from -----
2012 to -------- 2013.
3. The accepted rate for third party inspection is as detailed in the schedule section.
4. The second party has to furnish Rs.____ an unconditional and irrevocable
Performance Bank Guarantee from a scheduled bank acceptable to the First party,
payable on demand, for due performance and fulfillment of the contract by the
Second party.
5. The Second party shall inspect all Solar Panels, Inverters, Batteries, Cables, PVC
Mounting as and when First party assigns.
6. The Inspection shall be taken up and completed by the Second Party within 15
days from the receipt of Inspection call from the Managing Director, KREDL and in
special cases, the Inspection Agency must be able to taken up and completed the
Inspection within 2 days based on priority fixed by the Managing Director, KREDL.
7. The second party shall be liable to penalties as outlined in Section 4- Service level
Agreement.
8. All Inspection shall be carried out as outlined in the Scope of Work
9. The Inspection would cover the following and any additional tests required by the
Managing Director, KREDL) as mentioned Technical Tests of the RFP.
10. The terms and conditions of tender and work award shall be deemed to form and
be read and construed as part of this Agreement.
11. The First Party shall pay Inspection charges as admissible to the Second Party
after the satisfactory completion of the inspection.
12. In all matters of dispute arising herein, the matter shall be referred to the
Managing Director, KREDL, Palace Road, Bangalore.

First Party: __________________________

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

Second Party: ___________________________

Date Bangalore
28

8.2 Annexure 2 - Contract suggested format of curriculum vitae

1. Name:

2. Profession/
Present Designation:

3. Years with Firm/Organization: Nationality:

4. Area of Specialization:

5. Proposed Position on Team:

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

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

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

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




Signature Date:








29

8.3 Annexure 3 - Instructions for Furnishing Bank Guarantee

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

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

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



















30

8.4 Annexure 4 - Proforma of Bank Guarantee towards Performance Security

PERFORMANCE GUARANTEE

Ref. No. _______________________________ Bank Guarantee No ___________
Dated __________________________
To,
Managing Director,
Karnataka Renewable Energy Development Ltd,
No. 39, Shanthi Gruha,
Palace Road,
Bangalore 560 001.

Dear Sir,

1. In consideration of Karnataka Renewable Energy Development Limited,, having its
office at No.39, Shanthi Gruha, Palace Road, Bangalore 560 001,
(hereinafter referred to as `KREDL', which expression shall, unless repugnant to the
context or meaning thereof, include all its successors, administrators, executors and
assignees) after receipt of the LOI dated _______________ with M/s
__________________________ having its registered/head office at
______________________(hereinafter referred to as the 'CONTRACTOR') which
expression shall, unless repugnant to the context or meaning thereof include all its
successors, administrators, executors and assignees) and KREDL having agreed
that the CONTRACTOR shall furnish to KREDL a performance guarantee for Indian
Rupees .............. for the faithful performance of the entire CONTRACT.

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

3. The Bank also agrees that KREDL at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance, without
31

proceeding against the CONTRACTOR and notwithstanding any security or other
guarantee that KREDL may have in relation to the CONTRACTORs liabilities.

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

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

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

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

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

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

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


WITNESS NO. 1

-------------------------- -------------------------
32

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

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




















33


Annexure 5
Scope of the work
Post-delivery Inspection:
The inspection team shall conduct post install inspection at selected sites and the
focus of the inspection shall be on the functional performance of the single unit the
following steps but not limited shall be adopted
1, Solar panel :
O Out/Put Voltage of the panel
O No of panel
O Physical verification
O Verification of Solar panel orientation to capture maximum sunlight (north
orientation).
o Functional verification
2, Inverter with MPPT Controller
O PCU O/P Voltage
o O/P Current
o O/P Frequency
o DC INPUT Voltage from panel
o DC OUTPUT Voltage from MPPT Controller
o DC Energy
o AC INPUT Voltage
o Grid change output voltage
o.Low load test, maximum load test, protection and alarms, battery charging and
discharge, data logger performance
O Physical verification.
3. Battery
O Battery capacity
O Battery voltage
o Battery Current
O Battery Total VAH
o Battery QTY
34

O Physical verification

4. AJB
O Physical verification
o Functional verification
5. ACDB
O Physical verification
o Functional verification
6. DCDB
O Physical verification
o Functional verification

7. Mounting Structure
O Physical verification

8. Earthening
o. Physical verification

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









35


8.6 Annexure 6
Regional Commissioners Jurisdiction Wise

BANGALORE REGION-198
Sl.No District Name Taluk Name Nada Kacheri Name
BANGALORE RURAL
1 Bangalore Rural Nelamangala Sompur
2 Bangalore Rural Nelamangala Thyamagondlu
3 Bangalore Rural Doddaballapur Sasalu
4 Bangalore Rural Doddaballapur Tubagere
5 Bangalore Rural Devanahallu Channarayanapattan
6 Bangalore Rural Devanahallu Kundan
7 Bangalore Rural Hoskote Sulebele
8 Bangalore Rural Hoskote Nandagudi
9 Bangalore Rural Doddaballapur Mdhure
10 Bangalore Rural Doddaballapur Doddabelavangal
11 Bangalore Rural Hosakote Anugondanahalli
12 Bangalore Rural Hosakote Jadigenahalli
13 Bangalore Rural Devanahalli Vijayapur
BANGALORE URBAN
14
Bangalore
Urban Bangalore North Dasanpur-1
15
Bangalore
Urban Bangalore North Uttarahalli
16
Bangalore
Urban Anekal Hattibele-1
17
Bangalore
Urban Anekal Sarjapur-1
18
Bangalore
Urban Yalahanka Hesarghatta-1
19
Bangalore
Urban Bangalore North Kasaba-1
20
Bangalore
Urban Bangalore North Kasaba-2
21
Bangalore
Urban Bangalore North Yashwantpura-1
22
Bangalore
Urban Bangalore North Yashwantpura-2
23
Bangalore
Urban Bangalore North City Circle
24
Bangalore
Urban Bangalore South Beguru
25 Bangalore Bangalore South Kengeri
36

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

57 Chikkaballapur Gouribidanuru Manchenahalli
58 Chikkaballapur Gouribidanuru Thondebavi
59 Chikkaballapur Gouribidanuru Hosuru
CHITRADURGA
60 Chitradurga Molakalmuru Devasmudra
61 Chitradurga Challakere Parasurampur
62 Chitradurga Challakere Nakanahatti
63 Chitradurga Chitradurga Bharamasagar
64 Chitradurga Chitradurga Turuvanuru
65 Chitradurga Holalkere Talya
66 Chitradurga Holalkere Ramgiri
67 Chitradurga Hosdurga Madadakere
68 Chitradurga Hosdurga Srirampura
69 Chitradurga Hiriyuru Dharmapur
70 Chitradurga Hiriyuru Javanagondanahalli
71 Chitradurga Chitradurga Hiregontanuru
72 Chitradurga Challakere Thaluku
73 Chitradurga Hiriyuru Imangala
74 Chitradurga Holalkere B.Durga
75 Chitradurga Hosadurga Mathodu
DAVANAGERE
76 Davanagere Harihara Malebennuru
77 Davanagere Harappanahalli Arasikere
78 Davanagere Harappanahalli Chigateri
79 Davanagere Jagaluru Bilichodu
80 Davanagere Jagaluru Sokke
81 Davanagere Davanagere Anagodu
82 Davanagere Davanagere Mayakonda
83 Davanagere Honnalli Sasivehalli-1
84 Davanagere Honnalli Belagutti
85 Davanagere Channagiri Basavapattana-2
86 Davanagere Channagiri Santebennuru-1
87 Davanagere Channagiri Santhebennuru-2
88 Davanagere Harappanahalli Telagi
89 Davanagere Channagiri Basavapattana-1
90 Davanagere Channagiri Umbrani
91 Davanagere Honnalli Govinakovi-1
92 Davanagere Honnalli Sasivehalli-2
93 Davanagere Honnalli Govinakovi-2
KOLAR
94 Kolar Srinivasapura Yelduru
95 Kolar Srinivasapura Rayalapadu
38

96 Kolar Kolar Holuru
97 Kolar Kolar Hutturu
98 Kolar Maluru Tekal
99 Kolar Maluru Masti
100 Kolar Bangarpet Kyasamballi
101 Kolar Mulabagilu Thayalur
102 Kolar Mulabagilu Byrakur
103 Kolar K.G.F Rabertsonpet
104 Kolar Kolar Okleri
105 Kolar Kolar Narasapur
106 Kolar Kolar Memagal
107 Kolar Kolar Sugatur
108 Kolar Srinivasapur Ronuru
109 Kolar Srinivasapur Nelavani
110 Kolar Bangarpet Betamangal
111 Kolar Bangarpet Kamasamudra
112 Kolar Bangarpet Budikote
113 Kolar Mulabagal Avani
114 Kolar Mulabagal Duggasandra
115 Kolar Malur Lakkuru
RAMANAGAR
116 Ramanagar Magadi Thippasandra
117 Ramanagar Magadi Kadur
118 Ramanagar Ramanagar Bidadi
119 Ramanagar Ramanagar Kotekal
120 Ramanagar Channapattana Maluru
121 Ramanagar Channapattana Virupakshipura
122 Ramanagar Kanakapur Maralawadi
123 Ramanagar Kanakapur Sathanur
124 Ramanagar Ramanagar Kailancha
125 Ramanagar Magadi Madabale
126 Ramanagar Magadi Soluru
127 Ramanagar Kanakapur Kodigehalli
128 Ramanagar Kanakapur Uyyamballi
129 Ramanagar Kanakapur Harohalli
SHIMOGA
130 Shimoga Sagar Avinahalli
131 Shimoga Sagar Karuru
132 Shimoga Sorab Jade
133 Shimoga Sorab Anavatti
134 Shimoga Shikaripur Hossuru
135 Shimoga Shikaripur Udagani
39

136 Shimoga Hosanagar Nagar
137 Shimoga Hosanagar Kerehalli
138 Shimoga Thirthahalli Agrahar
139 Shimoga Thirthahalli Agumbe
140 Shimoga Shivamogga Kumshi
141 Shimoga Shivamogga Haranahalli
142 Shimoga Bhadravati Holehonnuru-2
143 Shimoga Bhadravati Holehonnuru-3
144 Shimoga Shivamogga Nidige
145 Shimoga Shivamogga Holaluru
146 Shimoga Hosanagar Huncha
147 Shimoga Shikaripur Talegonda
148 Shimoga Shikaripur Anjanapur
149 Shimoga Bhadravati Holehonnur
150 Shimoga Bhadravati Kudligere
151 Shimoga Soraba Ulavi
152 Shimoga Soraba Kuppagedde
153 Shimoga Soraba Chandragutti
154 Shimoga Sagara Anandapuram
155 Shimoga Sagara Telaguppa
156 Shimoga Sagara Barangi
157 Shimoga Thirthahalli Mutturu
158 Shimoga Thirthahalli Mandagadde
TUMKUR
159 Tumkur Chikkanayakanahalli handanakere
160 Tumkur Chikkanayakanahalli huliyara
161 Tumkur Shira hulikunte
162 Tumkur Shira bukkapattana
163 Tumkur Pavagada nidgal
164 Tumkur Pavagada Y. N.hosakote
165 Tumkur Madugiri itakadibbanahalli
166 Tumkur Madugiri kotigenahalli
167 Tumkur Koratagere Channarayanadurga
168 Tumkur Koratagere Kolal
169 Tumkur Tumakur Hebburu
170 Tumkur Tumakur Bellavi
171 Tumkur Gubbi Kadaba
172 Tumkur Gubbi Hagalawadi
173 Tumkur Tipturu Honnavalli
174 Tumkur Tipturu Nonavinakere
175 Tumkur Turuvekere Dandinashivara
176 Tumkur Turuvekere Mayasandra
40

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

Mysore region-166
Sl.No District Name Taluk Name Nada Kacheri Name
CHAMARAJANAGAR
1 Chamarajanagar Gundlupet Hangala
2 Chamarajanagar Gundlupet Terakanambi
3 Chamarajanagar Chamarajanagar Santemaranahalli
4 Chamarajanagar Chamarajanagar Harave
5 Chamarajanagar Yalanduru Agar
6 Chamarajanagar Hanur Hanur
7 Chamarajanagar Hanur Rampur
8 Chamarajanagar Chamarajanagar Chandakawadi
9 Chamarajanagar Chamarajanagar Haradanahalli
10 Chamarajanagar Gundlupet Beguru
11 Chamarajanagar Kollegal Palya
12 Chamarajanagar Hanur Lookanahalli
CHICKAMAGALUR
13 Chickamagalur Chickamagalur amble
14 Chickamagalur Chickamagalur vasthre
41

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

50
Dhakshina
Kannada Mangalore Mangalore Nagar
51
Dhakshina
Kannada Mangalore Surtkal
HASSAN
52 Hassan Sakaleshpura Hetturu
53 Hassan Sakaleshpura Hesaluru
54 Hassan Beluru Halebeedu
55 Hassan Beluru Arehalli
56 Hassan Arasikere Kanakatti
57 Hassan Arasikere Gandasi
58 Hassan Hassan Dudda
59 Hassan Hassan Kattaya
60 Hassan Aluru Palya
61 Hassan Aluru K.Hosakote
62 Hassan Arakalgudu Doddamagge
63 Hassan Arakalgudu Ramanathpur
64 Hassan Holenarasipur Halekote
65 Hassan Holenarasipur Hallimysore
66 Hassan Channarayapattana Sravanabelagola
67 Hassan Channarayapattana Nuggehalli
68 Hassan Hassan Salagame
69 Hassan Hassan Shanthigrama
70 Hassan Alur Kundur
71 Hassan Arkalgud Mallipattna
72 Hassan Arkalgud Konanur
73 Hassan Arsikere Javgal
74 Hassan Arsikere Banavara
75 Hassan Bellur Bichodu
76 Hassan Bellur Madihalli
77 Hassan Channarayapatana Hirisave
78 Hassan Channarayapatana Baguru
79 Hassan Channarayapatana Dandiganahalli
80 Hassan Sakleshpura Belagodu
81 Hassan Sakleshpura Hanbal
KODAGU
82 Kodagu Madikeri Bagamandala
83 Kodagu Madikeri Napolku
84 Kodagu Somavarpet Kushalnagar
85 Kodagu Somavarpet Shanivarasanthe
86 Kodagu Virajpet Srimangala
87 Kodagu Virajpet Ponnampet
88 Kodagu Madikeri Sampaje
43

89 Kodagu Somavarapet Suntekoppa
90 Kodagu Somavarapet Shantalli
91 Kodagu Somavarapet Kodlipete
92 Kodagu Virajpet Ammatti
93 Kodagu Virajpet Balale
94 Kodagu Virajpet Hudikeri
MANDYA
95 Mandya K.R.Pete Santebachalli
96 Mandya K.R.Pete Akkihabbalu
97 Mandya Madduru C.A.Kere-1
98 Mandya Madduru Koppa-1
99 Mandya Madya Dudda-1
100 Mandya Madya Basaralu-1
101 Mandya Nagamangala Honakere
102 Mandya Nagamangala Belluru
103 Mandya Pandavapura Chinakuruli
104 Mandya Pandavapura Melukote
105 Mandya Srirangapattana Arakere
106 Mandya Srirangapattana Belagola
107 Mandya Malavalli Alaguru
108 Mandya Malavalli B.G.Pur-1
109 Mandya Mandya Kottatti-1
110 Mandya Mandya Kasaba-2
111 Mandya Mandya Kottatti-2
112 Mandya Mandya Keragodu-1
113 Mandya Mandya Keragodu-2
114 Mandya Mandya Dudda-2
115 Mandya Mandya Basaralu-2
116 Mandya K.R.Pete Kikkeri
117 Mandya K.R.Pete Shilanere
118 Mandya K.R.Pete Bukanakere
119 Mandya Madduru Koppa-2
120 Mandya Madduru Koppa-3
121 Mandya Madduru Athagur
122 Mandya Madduru Kasaba-2
123 Mandya Malavalli Kasaba-2
124 Mandya Malavalli Kasaba-3
125 Mandya Malavalli B.G.Pura-2
126 Mandya Malavalli Kirugavalu-1
127 Mandya Malavalli Kirugavalu-2
128 Mandya Malavalli Kirugavalu-3
129 Mandya Nagamangala Devalapur
44

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


45


Gulbarga Region-130
Sl.No District Name Taluk Name Nada Kacheri Name
BELLARY
1 Bellary Hadagali hirehadagali
2 Bellary Hadagali ittagi
3 Bellary Hagaribommanahalli hampasagar
4 Bellary Hagaribommanahalli thambrahalli
5 Bellary Hosapet kampli
6 Bellary Hosapet mariyammanahalli
7 Bellary Siruguppa Hacholli
8 Bellary Siruguppa Karuru
9 Bellary Bellary Rupanagundi
10 Bellary Sanduru Choranur
11 Bellary Sanduru Teranagallu
12 Bellary Kudlagi Gudekote
13 Bellary Kudlagi Kotturu
14 Bellary Kurugodu Kurugodu
15 Bellary Bellary Koluru
16 Bellary Bellary Moka
17 Bellary H.B.Halli Kogali
18 Bellary Hosapet Kamalapur
19 Bellary Shiruguppa Tekkalakote
20 Bellary Kudligi Hosahalli
BIDAR
21 Bidar Basavakalyan kohinooru
22 Bidar Basavakalyan hunsuru
23 Bidar Bhalki saigao
24 Bidar Bhalki lakangao
25 Bidar Aurad kamalanagar
26 Bidar Aurad dabaka
27 Bidar Bidar manahalli
28 Bidar Bidar bagdal
29 Bidar Humanabad hallikheda
30 Bidar Humanabad dubulgundi
31 Bidar Chitaguppa Chitaguppa
32 Bidar Bidar Kamtan
33 Bidar Bidar Janawad
34 Bidar Aurad Chintaki
35 Bidar Aurad Santapur
36 Bidar Aurad Tanakushanur
46

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

77 Koppala Kartagi Kartagi
78 Koppala Koppala Hitnal
79 Koppala Gangawati Hulihaidar
80 Koppala Gangawati Navali
81 Koppala Gangawati Venkatagiri
82 Koppala Gangawati Marali
83 Koppala Gangawati Siddapur
84 Koppala Kustagi Hanumasagar
85 Koppala Yalaburga Mangalore
RAICHUR
86 Raichur Maski Maski
87 Raichur Raichur Chandraband
88 Raichur Raichur Gillasaguru
89 Raichur Raichur Devasaguru
90 Raichur Devadurga Gabburu
91 Raichur Lingsuguru Mudgal
92 Raichur Manvi Hirekotnekal
93 Raichur Manvi Pavanakallur
94 Raichur Manvi Kalluru
95 Raichur Manvi Kordi
96 Raichur Manvi Halapur
97 Raichur Manvi Mallata
98 Raichur Sidhnur Salgonda
99 Raichur Sidhnur Valkam Dinni
100 Raichur Sidhnur Uda
101 Raichur Sidhnur Goregalla
102 Raichur Sidhnur Jalihala
103 Raichur Sidhnur Godaduru
104 Raichur Sidhnur Balaganuru
105 Raichur Sidhnur Kuntagi
106 Raichur Sidhnur Badarli
107 Raichur Sidhnur Hedaginal
108 Raichur Sidhnur Gunjalgi
109 Raichur Lingasugur guragunta
110 Raichur Devadurga arakera
111 Raichur Devadurga jalahalli
112 Raichur Raichur kalmala
113 Raichur Raichur yaragera
114 Raichur Manvi siravara
115 Raichur Manvi kavital
116 Raichur Sindanur javalagera
117 Raichur Sindanur thurvihala
48

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

BELGAUM REGION-107
Sl.No District Name Taluk Name Nada Kacheri Name
BAGALAKOTE
1 Bagalakote Jamkhandi Savalgi
2 Bagalakote Jamkhandi Terdala
3 Bagalakote Bilgi Anagawadi
4 Bagalakote Mudhola Lokapur
5 Bagalakote Badami Kerur
6 Bagalakote Bagalakote kaladagi
7 Bagalakote Hunagunda aminagada
8 Bagalakote Hunagunda karadi
9 Bagalakote Guledgudda Guledgudda
10 Bagalakote Ilkal Ilkal
11 Bagalakote Badami Kulageri
12 Bagalakote Bagalakote Seetamani
BELAGAUM
13 Belagaum Chikkodi Sadalaga
14 Belagaum Athani Kagawada
15 Belagaum Athani Telsanga
16 Belagaum Rayabagh Kudachi
17 Belagaum Gokak Arebhavi
18 Belagaum Gokak Kaujalagi
19 Belagaum Hukkeri Yamakanamardi
20 Belagaum Hukkeri Sankeshwar
21 Belagaum Belagaum Hirebagewadi
22 Belagaum Belagaum Kakati
49

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

GADAG
63 Gadag Naragunda konnuru
64 Gadag Rona holyaluru
65 Gadag Gadag betagere
66 Gadag Mundaragi dambala
67 Gadag Gajendragada Naregal
68 Gadag Lakshmishwar Lakshmishwar
HAVERI
69 Haveri Shiggao dundashi
70 Haveri Shiggao bankapura
71 Haveri Savanur hattimatturu
72 Haveri Hanagal akkialur
73 Haveri Hanagal bammanahalli
74 Haveri Haveri guttal
75 Haveri Haveri karajagi
76 Haveri Byadagi kaginele
77 Haveri Hirekerur rattihalli
78 Haveri Hirekerur hamsabhavi
79 Haveri Ranibennuru kuppelur
80 Haveri Ranibennuru medleri
UTTARA KANNADA
81 Uttara Kannada Karwar Savantawad
82 Uttara Kannada Karwar Bada
83 Uttara Kannada Kumta Kojalli
84 Uttara Kannada Ankola Basagod
85 Uttara Kannada Haliyal Murkawad
86 Uttara Kannada Siddapur Kondli
87 Uttara Kannada Sirsi Sampakanda
88 Uttara Kannada Bhatkal Sosagad
89 Uttara Kannada Karavar ghadasai
90 Uttara Kannada Karavar kinnare
91 Uttara Kannada Supa kumbaravada
92 Uttara Kannada Supa kastalerock
93 Uttara Kannada Haliyala sambrani
94 Uttara Kannada Haliyala dandeli
95 Uttara Kannada Yallapura manchikeri
96 Uttara Kannada Mundagoda pala
97 Uttara Kannada Sirsi banavasi
98 Uttara Kannada Sirsi hulekal
99 Uttara Kannada Ankola belekeri
100 Uttara Kannada Ankola balale
101 Uttara Kannada Kumata mirjana
51

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
























52

Annexure 7 - TECHNICAL SPECIFICATIONS
EACH OFF-GRID SOLAR POWER GENERATING SYSTEM (Power Plant)
*MNRE Approved
Description of Items Capacity UNIT
Supply of Mono/poly crystalline SPV modules of
composite capacity, hot dip galvanized module
mounting structure as required at site, for holding
modules on structure along with related accessories,
as per tender norms.
*

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

96V/150Ah
Or
48V/300Ah
1Set
Supply of power conditioning unit , which consist of
MMPT charge controller \full sine wave Inverters
Grid charges with mentioned DC input and single
Phase 230 v-50HZ AC output suitable for both stand
alone and hybrid mode of operation along with all
partition controlling arrangement and required
accessories suitable for the mentioned capacity of
SPV plant.
*

3 KVA 1 set
Supply of DC distribution board as per specification
*
As per tender Set
Supply of AC distribution board as per specification
*
Set
Installation & commissioning of the OFF-GRID
SOLAR POWER PLANTS including all items not
mentioned above but required for installation,
commissioning and testing of the OFF-GRID SOLAR
POWER PLANTS on turnkey basis, as per tender
specifications and norms. Inclusive of design &
construction of RCC foundation base for holding the
above structures (the work includes necessary
excavation, concreting, back filling, shoring &
shattering etc) lightening & over-voltage protection,
earthling protection as per specifications.
*

2kWp Set
53



1. SPV MODULES

1.1 Type and Quality
The total Solar PV array capacity shall be as specified in price schedule and shall be
assembled with modules of capacity each 200 Wp minimum and with more than 13%
efficiency Poly/Mono Crystalline/MNRE approved solar modules. The modules should
be tested and certified by a Govt. of India authorized test centers or should conform to
relevant IEC standard as per MNRE guidelines. Offered module shall have a power
output warranty of 90% of the rated power for 10 years and 80% at the end of 25
years. The rated output power of any supplied module shall not vary less than 1%
from the specified power rating of the modules, in any case. Every module should have
suitable by-pass diode at its terminal box.
1.2 The modules used shall have following specifications:
Type: Mono crystalline/ Poly crystalline as per MNRE Norms
Modules Specification and standard : Confirming to the existing MNRE
guidelines.
1.3 The PV modules must conform to the latest edition of any of the following IEC
/equivalent BIS Standards for PV module design qualification and type approval:
Crystalline Silicon Terrestrial PV Modules: IEC 61215 / IS14286. In addition the
modules must conform to IC 61730 Part 1 requirements for construction and Part
2 requirements for testing fro safety qualification or equivalent IS (under Dev.) PV
modules to be used in a highly corrosive atmosphere, (costal areas etc) must
qualify Salt Mist Corrosion Testing as per IEC 610701 / IS 61701.
1.4 Each PV module used in solar power project must have a RF identification tag
(RFID), which must contain the following information. The RFID can be inside/
outside the module laminate, but must be able to withstand harsh environmental
conditions.
1. Name of the manufacturer of PV Module
2. Name of the Manufacturer of Solar cells
3. Month and year of the manufacture (separately for solar cells and module)
4. Country of origin (separately for solar cells and module)
5. I-V curve for the module
6. Peak Wattage, Im, Vm and FF for the module
7. Unique Serial No and Model No of the module
8. Date and year of obtaining IEC PV module qualification certificate
9. Name of the test lab issuing IEC certificate
10. Other relevant information on traceability of solar cells and module as per ISO
9000 series.

54

The panel with the remark "NEMMADI-GOK-MNRE PROGRAMME-2012-13. Inter
connections of solar modules should be through good quality male female joint. Name
of manufacturer, S. No. of Module & manufacturing year should be clearly fixed inside
the glass lamination of every module. Thermal sticker should be affixed behind every
module which should clearly state the specifications & capacity of the module.
The total capacity of the Solar Photovoltaic Power Plants mentioned is the minimum
capacity in wattage of the total SPV modules installed in the Power Plant with
reference to the Voltage at which the SPV Power Plant is designed. Capacities
mentioned are the minimum name plate value of the SPV Power Plant. Supplier
should submit the drawing of the Steel structures which they shall supply & install
along with the array support structure for mounting of SPV modules, as per scope of
work. For drawing & specification of module mounting structures (MMS) is required.
2. Mechanical Components: MODULE MOUNTING STRUCTURE (MMS):

Supplier should submit the drawing of the MMS which they shall supply. MMS
should be installed along with the hot dipped galvanized (minimum 80 microns) array
support structure for mounting of SPV modules at site. The panel frame structure
should be capable of withstanding a minimum wind load of 150 Km per hour, after
grouting and installation. MMS should be sturdy & designed to assist SPV Modules to
render maximum output. The hardware (fasteners) used for installation of SPV
Modules & MMS should be of suitable Stainless Steel (SS 304).
3. Foundation:
The PCC foundation shall have to be designed on the basis of the weight of the
structure with module and minimum wind speed of the site, i.e. 150 Km/hour. Each
MMS should be with four legs grouted on pedestals of minimum 500x500x500 mm
size
4. Junction Boxes for Cables from Solar Array: The junction boxes shall be made
up of FRP (Hensel or equivalent make)/PP/ABS with dust, water and vermin
proof. It should be provided with proper locking arrangements.
a. Series / Array Junction Box (SJB/AJB): All the arrays of the modules shall be
connected to MJB/DCDB through AJB. AJB shall have terminals of bus-bar
arrangement of appropriate size Junction boxes shall have suitable cable entry
with suitable grounding arrangement for both input and output cables. Suitable
markings on the bus bars shall have to be provided to identify the bus bars etc.
suitable ferrules shall also have to be provided to identify interconnections.
Every AJB should have suitable arrangement Reverse Blocking diode (Schottky
diode of suitable rating with respect to the capacity of array) connected in such
a manner that the diode is mounted on a proper heat sink so as to increase the
life of diode. Suitable MOV/SPD has to be installed in AJB for protection
purpose. If, in any case Schottky diode & MOV/SPD are installed in the PCU,
then also it should be installed in AJB. Each AJB should preferably not have
more than four array inputs. Cable interconnection arrangement shall be within
conduit pipe on saddles installed properly. Cable connection should be done in
such a manner that fault findings if any, can be identified easily. The cables
55

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

5. POWER CONDITIONING UNIT (PCU):
Main Features of the PCU:
PCU should be a combined unit comprising of inverter, charge controller, visual
display and necessary protections.
It should be Industrial grade bi-directional Inverter
It should have Integrated MPPT P V Charger Controller.
It should be rated for continuous operation at full load.
It should have Programmable battery management parameters.
It should have Temperature compensated battery charging.
It should have solar priority grid charging.
It should Automatic re-start after over load triggered shutdown.
It should have Continuous battery life and state of health monitoring.
The PCU should be equipped with data logger for collecting and recording the energy
generated from Solar.
The PCU should have provision for PCU by pass arrangement so as to cater the load
directly through Grid, in case of PCU fails.
Specification PCU:
Switching elements IGBT
Type of Charge Controller

With MPPT charge controller with
regulated constant output and controlled
charging with auto boost, float and trickle
mode charging.
Nominal Inverter Capacity 3 KVA
Nominal Array Capacity 2 kWp
suitable MPPT Range For 96 Volts input
Or For 48 volts input
Battery nom Volt 96 V or 48 V
56

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

200 % > 5 sec
Inverter Output Voltage 230V +/- 1% for single phase
Inverter Output Frequency 50+/- 0.5 Hz (Synchronized to Mains
during grid operation)
Grid Voltage 170V- 270V. (PCU should charge the
battery & Inverter should able to work at
this voltage range.)
Grid Frequency 50 Hz (47 to 53 Hz)
THD < 3%
DC Ripple < 2%
Dielectric strength 1.1 KV Between input/output and ground
with EMI protections removed
Inverter Efficiency @ 40 deg C, Nominal
load
90 % at peak load
Operating Ambient Temperature 0 to 50 deg C
Humidity 95% max. non condensing
Enclosure Free standing, IP 21, Epoxy powder
coated
Cooling Forced air cooling
Protection 1. Short Circuit
2. Overload
3. Over Temperature
4. Over Voltage
5. Lightning
Output wave form Sine wave
Grid Charger capacity Suitable to charge the battery and feed to
Inverter simultaneously. minimum 10% to
the battery AH capacity to be provided to
charge the battery
Valid Test Certificates to be attached for the following
Environmental Testing- PCU/inverter with
built in MPPT charge controller.
IEC 60068-2 (1,2,14,30)
/ Equivalent BIS Std
Efficiency Measurements PCU with built
in MPPT charge controller
IEC 61683 / IS 61683
57


Operation
The MPPT charge controller should provide the constant output voltage for any
variation of solar panel voltage .The variations of the voltage from the solar panel
should be regulated by the charge controller and constant voltage should be given to
charge the battery. It should be possible to set the charge controller output voltage
depends upon type of battery.
The inverter should be switched on directly from the solar power and battery. There is
no external grid power required to start the inverter. Supply of PCU which consists of
MPPT charge controller, Full sine wave inverter ,Grid charger with mentioned DC
input and single phase 230V-50 Hz AC output suitable for both Stand alone and
hybrid mode of operation along with all protection, controlling arrangement and
required accessories suitable for the following capacity of SPV plant.
The microprocessor control circuit should automatically adjust the DC-DC converter
to ensure that it should always match to the PV array under varying conditions and
transfers the maximum possible power. The battery bank should get charged from this
DC bus, the charging rate and other parameters being controlled by the supervisory
circuit.
A bidirectional/hybrid inverter should sit between the DC and the AC bus. The DC
power should be converted to AC. The PCU should have the provision for connecting to
a dedicated load. If the grid is absent or goes out of range the inverter should not
interrupt supply. If PV power is available it should be directed to the load and the
excess power shall be used for charging the batteries. So the power from the Solar is
not wasted. The Inverter should be programmed for solar priority mode of operation.
This means that the maximum use be made of the solar energy. Grid power should be
used only when the batteries are over discharged or sufficient solar energy is not
available from the PV array. If disengaged from the grid battery should keep supplying
the power to the dedicated load, ensuring uninterrupted supply. When Solar Energy
is available the PCU should use Solar Energy and access Solar Energy should charge
the battery. When Solar radiation reduces to less than the PCU requirement, the PCU
should draw the balance power from the battery. If battery power is not available PCU
should share the required power from the Grid automatically. PCU should not use
any changeover rely for this. Once the battery reaches the low voltage setting, the grid
charger should automatically turn on and charge the batteries.
The PCU should have following feature:
If energy consumed by the load connected to PCU is more than the solar power
being generated at any instance, during sunny hours then the load should first
consume maximum solar power & balance power required by the connected load
should be drawn from the battery and then from the grid power if required.
There should be emergency stop switch.
There should be provision of bypass arrangement available in PCU. Bypass means
that power supply from the grid to the connected load can be bypassed from the
PCU, in case PCU goes out of order.



58

PROTECTION & SAFETY:

Specifically the inverter should be a single phase static solid state type power
conditioning unit. Both AC & DC lines shall have suitable MCB/MCCB to allow safe
start up and shut down of the system. PCU should have protections for overload,
surge current, high Temperature, over/ under voltage and over/ under frequency.
The inverter shall have provision for input & output isolation each solid-state
electronic device shall have to be protected to ensure long life of the inverter as well as
smooth functioning of the inverter. Inverter should have safety measures to protect
inverter from reverse short circuit current due to lightening or line faults of
distribution network.
BATTERY BANK:
i) The battery bank shall not be less than 14400 VAH @ C10 Rating, Batteries type
should be of Tubular lead acid or VRLA- AGM type. The general specifications shall be
as under:
(A) The Manufacturers of Batteries should have been approved and tested at any of the
NABL approved Labs/ETDC, and should posses the Valid ISO9001 certificate & ISO
14001 certificates, and should have BIS Standards as per the existing MNRE
guidelines.
(B)The battery bank shall consist of required number of deep-discharge
electrochemical storage cells, suitably interconnected as required. Parallel connections
of storage cells will be discouraged.
(C) The Batteries should have been rated for C10 discharge & the cells shall be
capable of deep discharge and frequent cycling with long maintenance intervals and
high columbic efficiency. Automotive or car batteries shall not be accepted.
(D)The nominal voltage and capacity of the storage bank shall be selected and
specified by the supplier in the bid.
(E)The self-discharge rate of the battery bank or individual cell shall not exceed four
(4) percent per month.
(F)The permitted maximum depth of discharge (DOD) shall be specified by the supplier
in the bid. Supplier should also specify the expected life of the Battery bank.
(G)The cells shall include explosion proof safety events.
(H)The cells shall include the required number or corrosion resistant inter-cell
required chemicals electrolyte packed in separate containers. Full instructions and
technical details shall be provided for electrolyte filling and battery recharging at site
for the first time.
(I)The cells shall preferably be supplied in charged condition, complete with all
required chemicals electrolyte packed in separate containers. Full instructions and
technical details shall be provided for electrolyte filling and battery recharging at site
for the first time.
(K)If the cells are supplied in uncharged conditions, then the supplier shall provide full
instructions for first time charging including, but not limited to, the following:
59


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

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

1. Rated voltage and ampere-hour capacity of each storage cell as
the rated discharge rate.
2. Permitted maximum DOD.
3. Self discharge rate.
4. Cycle life of the storage cell and the anticipated life (in years) of
the battery bank.
5. Total number of storage cells in use.
6. Details on cell interconnections, if any. All the connectors
should be insulated except at both ends from where the
connectors are connected to battery terminals. Every cell should
have proper numbering marked clearly for its identification. Only
pre insulated connectors should be used.
ii) Battery Rack: Battery rack should be of matured treated sapwood/MS
stand single tier or two tier (if required), duly painted. Placement of
battery should be such that maintenance of the battery could be carried
out easily. The non-reactive acid proof mat should be provided to
cover the entire floor space covering the battery rack. Battery rack
should compulsorily be placed on the appropriate rubbers pads to
avoid the contact of wooden racks with the floor, to protect wooden
rack particularly from termite.
LIGHTNING AND OVER VOLTAGE PROTECTION:
The SPV Power Plant should be provided with suitable lightening and over voltage
protection. The principal aim in this protection is to reduce the over voltage to a
tolerable value before it reaches the PV or other sub-systems components. The source
of over voltage can be lightening or any other atmospheric disturbance. Each LA shall
have to be earthed through suitable size earth bus with earth pits. The earthing pit
shall have to be made as per IS 3043. LA should be installed to protect the array field,
all machines and control panels installed in the control rooms.
60


EARTHING PROTECTION:
Each array structure of the PV yard should be grounded properly using adequate
number of earthing kits. Each kit should contain super earth mixture and galvanized
clamp and SS rod. In addition the lightening arrestor/masts should also be provided
inside the array field. Provision should be kept for shorting and grounding of the PV
array at the time of maintenance work. All metal casing/shielding of the plant should
be thoroughly grounded in accordance with Indian Electricity Act/IE rules as
amended up to date. Each Resistance should be tested after earthling by calibrated
earth tester. The Bidder shall make testing arrangements. The earthling pit shall have
to be made as per IS: 3043. All the array structures, equipments & control systems
should be compulsorily connected to the earth.
DC DISTRIBUTION BOARD (DCDB):
This should consist of Box of suitable powder coated metal casting. In this box a
separate arrangement which shall consist of MCCBs of suitable specifications & which
can withstand respective flow of current, with the purpose of providing the option for
isolating the battery bank & SPV arrays should be made. There should be copper bus
bars of suitable rating. Proper rating HRC fuse & MCCB/Isolator for DC application
should be suitably installed in DCDB as battery bank isolator. Best quality current
meter has to be installed to measure the cumulative charging & discharging status of
battery bank.
AC DISTRIBUTION BOARD (ACDB):
This should consist of box of suitable powder coated metal casting. One feeder should
be provided in ACDB with MCB of suitable capacity installed at feeder in the ACDB.
One electronic energy meter, ISI make, Single phase of good quality shall also be
installed in ACDB suitably placed to measure the consumption of the SPV power
plant. Proper rating MCB shall be installed to protect feeders from short circuit
current as per the requirements of the site. A separate dedicated feeder from
conventional / grid line to PCU as well as ACDB should also be installed. A separate
change over switch of proper rating should also be suitably installed in the ACDB to
isolate the existing connected load from solar system and cater the power to the
existing load from the conventional power (grid) in case of emergency. ACDB should
be connected between PCU and load.
DANGER BOARDS:
Danger boards should be provided as and where necessary as per IE Act/IE Rules as
amended up to date & affixed at various appropriate locations.
CABLES/WIRE:
All cables should be of copper as per ISI and should be of 650V/1.1 KV grade as per
requirement. All connections should be properly made through suitable lug/terminal
crimped with use of suitable proper cable glands. The size of cables/wires should be
designed considering the line loses, maximum load on line, keeping voltage drop
within permissible limit and other related factors. The cable/wire should be of ISI/ISO
mark for overhead distribution as per the existing norms of MNRE.

61

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

Module to module/SJB/AJB - 4 sq mm (single core)
AJBs to MJBs/DCDB - 10 / 16 sq mm (two core), with respect to current
ratings of designing
MJBs to DCDB - minimum 25 sq mm (single core) or as per design
& rating
DCDB to PCU - minimum 25 sq mm (single core), or as per design
& rating
Battery to BPP - minimum 25 sq mm (single core) or as per design
& rating
BPP to DCDB - minimum 25 sq mm (single core) or as per design
& rating
DCDB to PCU - minimum 25 sq mm (single core) or as per design
& rating
PCU to ACDB - as per design & rating

The size & rating of the cables may vary depending on the site condition, design &
capacity of SPV Power Plant.
JUNCTION BOXES: Junction Boxes (SJB / AJB / MJB) shall be mounted on poles of
array support structure. It should be provided with proper locking arrangements.
COMPREHENSIVE OPERATION AND MAINTENANCE:
Comprehensive Operation and Maintenance of SPV Power Plants along with the Power
Distribution Network system of Solar system installed at site have to be done from the
day of commissioning of SPVPP for consecutive five years. A thorough monitoring of
operational status of the installed SPVPP has to be done once in a month and the
report has to be maintained. Apart from the monthly monitoring, regular periodical
maintenance of SPVPP has to be done with reference to capacity of SPVPP. The report
has to be maintained in a prescribed table format in a register maintained at Nemmadi
Kendra which should contain Month, Inspection Date, Energy Generated During The
Month, Cumulative Energy Generation, Terminal Voltage Levels, Specific Gravity,
Condition of the Battery Terminals, Action taken against the Defects found in the
System and Remarks of the representative of Nemmadi Kendra along with signatures
of both Service Engineer and Nemmadi representative.




62

Table - 1
PARTICUILARS TO BE SUBMITED IN THE COMMERCIAL BID (SECOND COVER)

PRICE SCHEDULE FOR on site third party testing of 601 No.S OFF-GRID SOLAR
POWER GENERATING SYSTEMS (Power plant) in selected Nemmadi Kendra Regional
Commissioners Jurisdiction, (Bangalore RC / Mysore RC/Gulbarga RC/Belgaum
RC )Karnataka
Rates quoted by the bidder:
The rates should be mentioned item wise clearly both in words and figures
Item wise details of rates quoted

Sl
No.
Item details/name as per the
Section V
Rate quoted by the
bidder /unit
(Amount in Rs.)
Rate quoted by the
bidder /total
(Amount in Rs.)
1 On site third party Inspection
of 198 No.S OFF-GRID SOLAR
POWER GENERATING
SYSTEMS (Power plant) in
selected Nemmadi Kendra of
Bangalore Regional
Commissioners Jurisdiction,
Karnataka






2

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






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



(

63

Commissioners Jurisdiction,
Karnataka

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





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


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

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

(Name and Address of the Tender with seal)
(In the capacity of . . .. . . .. Duly authorized to sign the Tender for and on behalf
of___________________________________)

Vous aimerez peut-être aussi