Sunteți pe pagina 1din 97

REQUEST FOR PROPOSAL (RFP) FOR

SELECTION OF SUPPLIERS IN THE STATE OF


ANDHRA PRADESH FOR DESIGN, SUPPLY,
INSTALLATION & COMMISSIONING ALONG
WITH OPERATION &MAINTENANCE FOR 5
YEARS OF OFF-GRID SPV WATER PUMPING
SYSTEMS

New and Renewable Energy Development Corporation of


Andhra Pradesh Limited
Email: info@nredcap.in; spumpsets@nredcap.in
Website: www.nredcap.in
SOLAR RFP DOCUMENT

Issued by

New and Renewable Energy Development


Corporation of Andhra Pradesh Limited
Email: info@nredcap.in; spumpsets@nredcap.in
Website: www.nredcap.in

Telephone: 0863 2347650, 0863 2347651

Date of Issue of revised RFP: 11th September 2018

Bid Deadline: 25th September 2018

1
SOLAR RFP DOCUMENT

Contents

List of Tables 3

DISCLAIMER 4

1 Introduction and Background 17

2 Definitions 19

3 Bid information and instructions to Bidders 25

4 Bid evaluation methodology and selection of Projects 50

5 Other Provisions 57

6 Formats 58

7 Annexures 84

2
SOLAR RFP DOCUMENT

List of Tables

Table 1: Description of key provisions ............................................................................ 7

Table 2 : Timelines of bid process ................................................................................. 25

Table 3: Details of Project Scope................................................................................... 30

Table 4: Computation of additional LDs ....................................................................... 37

Table 5: List of Formats under Technical Bid ............................................................... 43

3
SOLAR RFP DOCUMENT

DISCLAIMER

1. The RFP document is not transferable.

2. This RFP is issued by New & Renewable Energy Development Corporation of AP


Ltd (NREDCAP).

3. The Bid document is not a prospectus or offer on invitation to the public in relation
to the sale of shares, debentures or securities, nor shall this Bid document or any
part of it form the basis of or be relied upon in any way in connection with, any
contract relating to any shares, debentures or securities.

4. In considering a response to this Request for Proposal (RFP), each recipient should
make its own independent assessment and seek its own professional, technical,
financial and legal advice.

5. Whilst the information in this RFP document has been prepared in good faith, it is
not and does not purport to be comprehensive or to have been independently
verified. Neither NREDCAP nor any of their officers or employees, nor any of their
advisers nor consultants, accept any liability or responsibility for the accuracy,
reasonableness or completeness of, or for any errors, omissions or misstatements,
negligent or otherwise, relating to the proposed Project, or makes any
representation or warranty, express or implied, with respect to the information
contained in this document or on which this document is based or with respect to
any written or oral information made or to be made available to any of the
recipients or their professional advisers and, so far as permitted by law and except
in the case of fraudulent misrepresentation by the party concerned, and liability
therefore is hereby expressly disclaimed.

6. The information contained in this document is selective and is subject to updating,


expansion, revision and amendment issued before due date. It does not, and does
not purport to, contain all the information that a recipient may require. Neither
NREDCAP nor any of their officers, employees nor any of its advisors nor
consultants undertakes to provide any recipient with access to any additional
information or to update the information in this document or to correct any
inaccuracies therein which may become apparent. Each recipient must conduct its
own analysis of the information contained in this document or to correct any
inaccuracies therein that may be contained in this document and is advised to carry
out its own investigation in relation to the Project(s)/Tender, the legislative and
regulatory regime which applies thereto and by and all matters pertinent to the
proposed Project/Tender and to seek its own professional advice on the legal,
financial, regulatory and taxation consequences of entering into any agreement or
arrangement relating to the proposed Project/Tender.

7. This RFP document, if includes certain statements, estimates, projections, designs,

4
SOLAR RFP DOCUMENT

targets and forecasts with respect to the Project, such statements, estimates,
projections, targets and forecasts, designs reflect various assumptions made by the
management, officers and employees of NREDCAP, which assumptions (and the
base information on which they are made) may or may not prove to be correct. No
representation or warranty is given as to the reasonableness of forecasts or the
assumptions on which they may be based and nothing in this document is, or should
be relied on as a promise, representation or warranty.

8. NREDCAP reserves the right to modify, amend or supplement or cancel this RFP
document, without any prior notice or without assigning any reason.

RFP

12-464/5/1, River Oaks Apartments, CSR Kalyana Mandapam Road, Tadepalli-


Guntur District, 522 501

Tel: 0863 2347650, 0863 2347651

Email: info@nredcap.in; spumpsets@nredcap.in;

Website: www.nredcap.in

Place: Vijayawada

5
SOLAR RFP DOCUMENT

Information pertaining to Bid submission via eProcurement platform

1. Issue of RFP

The detailed terms and conditions for qualification of the Bidders and for Bid
submission are indicated in the RFP. All those interested in obtaining the RFP may
download the RFP from https://tender.apeprocurement.gov.in. Please visit
https://tender.apeprocurement.gov.in for details regarding online submission of the
RFP.

Bidders are required to procure a Digital Signature Certificate from any Certifying
Authorities (CA) in India from the list mentioned in the below URL:

https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html

The Digital Signature Certificate is mandatory for participation in eProcurement


process. The Bids can be submitted only upon logging-in with the Digital Signature
Certificate in the eProcurement portal.

The Bidder would be required to register on the eProcurement market place


www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their
Bids online. Offline Bids shall not be entertained by the Authorised Representative for
the tenders published in the eProcurement platform.

The Bidders shall submit their eligibility and qualification details, Technical Bid,
Financial Bid etc., in the standard formats displayed in eProcurement web site. The
Bidders shall upload the scanned copies of all the relevant certificates, documents etc.,
in support of their eligibility criteria/Technical Bids and other certificate/documents in
the eProcurement web site. The Bidder shall sign on the statements, documents,
certificates, uploaded by him, owning responsibility for their correctness/authenticity.

2. Receipt and Opening of Bid:

Bid must be submitted at the website mentioned in the RFP on or before 25th September
2018 (Bid Deadline) 11:00 AM (IST). If it is a public holiday on 25th September 2018,
the submission and the receipt of the Bid shall be on the next working day. The
Technical Bid and the Financial Bid shall be opened as per the time schedule given in
Clause 3.2 of the RFP.

3. Payment Of Transaction Fee:

Bidder shall pay transaction fee as per the relevant GoAP guidelines in regard to e-
procurement fund to be administered by APTS limited.

4. Nodal Person for enquiries and clarifications

6
SOLAR RFP DOCUMENT

All correspondence, clarifications in respect of the RFP and submission of the Bid
shall be addressed to:
Designation: The VC & Managing Director, NREDCAP
Address: 12-464/5/1, River Oaks Apartments, CSR Kalyana Mandapam Road,
Tadepalli- Guntur District, 522 501
Telephone: Tel: 0863 2347650, 0863 2347651
E-mail id: info@nredcap.in; spumpsets@nredcap.in
Website: www.nredcap.in

5. All capitalized words and expressions used in this notification but not defined herein
shall have the same meaning as ascribed to them in the RFP.

Table 1: Description of key provisions


Sl. Key Provisions Description
No
1 Authorised NREDCAP
Representative
2 Authorised Person and The VC & Managing Director, NREDCAP
Office address 12-464/5/1, River Oaks Apartments, CSR Kalyana
Mandapam Road, Tadepalli- Guntur District- 522 501
0863-2347650/51
3 Tender Reference NREDCAP/SE/SPVPS/2018 Dated: 31st July 2018
Number
4 Tender Subject Design, Supply, Installation, Commissioning and
Operations and Maintenance for 5 years of 8,000 Nos.
Off -Grid AC Solar PV water pumping systems
(consist of solar Array, solar inverter
(Controller/VFD) and AC pump ) and 2000 Nos of
Off-Grid BLDC Solar PV water pumping systems
(consist of solar Array, DC controller and BLDC
pump) with Remote Monitoring Unit,
Surface/Submersible Pump, Mounting Structure,
Tracking, Cables, HDPE Pipe, lightening arrestor etc.
as per MNRE Specifications of 2015-16 and
Insurance for 5 years on turnkey basis. In addition,
lightening arrestor shall be separately ground inserted.

Supplier shall ensure satisfactory compliance of


Operations and Maintenance norms and receipt of
data from Remote Monitoring Unit on NREDCAP
server on regular basis. NREDCAP shall be issuing a
certificate on quarterly basis certifying receipt and
quality of data received on Online monitoring
Dashboard through NREDCAP server. Applicable

7
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
Taxes and Duties shall be reimbursed to the Supplier
by Procurer, subject to submission of appropriate
documentary evidence towards payment of such
Taxes and Duties to respective Government
department. Bidder has to arrange signed certificate
(Schedule 8 of Tripartite Agreement) from
beneficiary certifying satisfactory performance of
Pumpsets and submit the same to the Procurer within
7 days of end of each quarter. Failure to furnish such
signed certificates, i.e. NREDCAP certificate and
beneficiary certificate for any one quarter shall result
in non-payment of CMC Charges for that year.

5 Tender Type e tender


6 Tender Category Open/Local
7 Definitions and For the purpose of eProcurement, the following
Interpretations definitions shall apply
 Tender Inviting Authority shall mean the same as
Authorised Representative as per the Definitions in
this RFP
 Tender Documents shall mean the same as the
RFP and Tripartite Agreement Documents as per
the Definitions in this RFP
 “Commercial Bid” or “Price Bid” shall have same
meaning as the Financial Bid defined in Clause 3.5
of this RFP
 “PQ check” shall mean documents specified in
Clause 3.4.1 of this RFP
 “Technical Bid” shall mean the same as
“Technical Bid” as per the terms of the RFP
 Bidders shall also upload a checklist of all
documents enclosed under Technical Bid and
Financial Bid and the file name corresponding to
each document/format as required under the RFP.
This shall be the “PQ Template” or “Technical
Template” and this checklist shall be a part of the
Technical Bid
 “EMD” shall mean the same as the EMD specified
in Clause 3.6 of the RFP.
8 Eligibility Criteria As specified in Clause 3.4.1
9 EMD As specified in Clause 3.6 of the RFP as per the

8
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
prescribed Format 6.3
It should be noted Bid Bond displayed on the NIT
screen of the eProcurement Website is not relevant to
this procurement process.
The actual EMD to be submitted by the Bidder shall
be as per Clause 3.6 of this RFP.
10 EMD Payable to Please refer Clause 3.6 of this RFP
11.1 Transaction Fee Bidder shall pay transaction fee as per the relevant
GoAP guidelines for e-procurement as administered
by APTS limited
11.2 Bid Processing Fee Non-refundable fee of INR 2,00,000 plus 18% GST
for bidding under Open Category and INR 50,000
plus 18% GST for bidding under Local Category in
form of demand draft in favor of NREDCAP payable
at Tadepalli, Guntur district. The copy of DD shall be
uploaded and the original DD shall be furnished along
with the Bid submitted in response to this RFP.
Bid processing fee is payable by all Bidders
submitting Bid in response to this RFP.
11.3 Fee for certification of 2% of value of solar pumpset as mentioned in the
data integration and LoA plus GST as one-time fee for obtaining a
online monitoring per certificate from NREDCAP upon successful data
solar pumpset integration with smart centre of NREDCAP as
mentioned in Clause 3.3 (d) of this RFP, cloud and
server based centralized monitoring of solar pumpset,
analytical report generation, real time dash board
maintenance and Toll free support for customers
during CMC Period, payable to NREDCAP
12 Transaction Fee MD, APTS
Payable to
13 Bid Processing Fee DD in favor of NREDCAP payable at Tadepalli
payable to
14 Bid Document 31st July 2018
Download Start Date

15.1 Deadline for 06th August 2018- 11:00 AM


submission of queries
(Authorised Email: spumpsets@nredcap.in ; info@nredcap.in
Representative shall not
respond to queries
received after the

9
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
deadline)
15.2 Pre Bid meeting 07th August 2018
(Venue and time shall
be intimated through
NREDCAP website.
Bidders shall keep a
close watch on the
website for any updates
pertaining to this
tender)
16 Bid Document 24th September 2018, 05:00 PM
Download End Date
17 Bid submission closing 25th September 2018, 11:00 AM
date i.e. Bid Deadline
18 Hard Copy submission 25th September 2018, 02:00 PM
19 Prequalification check 25th September 2018, 03:00 PM
and Technical Bid
opening
20 Financial Bid Opening 12th October 2018, 11:00 AM at the below address:
(Tentative) (Tentative date and time)
NREDCAP Registered Office,

12-464/5/1, River Oaks Apartments, CSR Kalyana


Mandapam Road, Tadepalli, Guntur District, 522 501
Tel: 0863 2347650, 0863 2347651
21 Place of Tender Tadepalli,, Vijayawada
Opening
22 Officer Inviting Bids/ The VC& Managing Director, NREDCAP, Tadepalli,
Contact Person Vijayawada
23 Address/E-mail id NREDCAP Registered Office,
12-464/5/1, River Oaks Apartments, CSR Kalyana
Mandapam Road, Tadepalli, Guntur Distric, 522 501
info@nredcap.in; spumpsets@nredcap.in
Website: www.nredcap.in
24 Contact Name: Sri P.V. Ramesh (Project Director,
Details/Telephone, Fax NREDCAP)
Telephone: 0863 2347650, 0863 2347651

For technical queries related to eProcurement, please


contact:

10
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
M/s Vupadhi Techno Services,
1st Floor, Ramky Grandiose,
Sy. No. 136/2&4, Gachibowli,
Hyderabad – 500032, Telangana.
Ph no: 040-39999700/01
Fax: 040-39999702
Email id: contact@vupadhi.com
Helpdesk support at Vijayawada: 07337318402/403
25 Procedure for Bid The Bidder shall submit response to the tender on
Submission eProcurement platform at
https://tender.apeprocurement.gov.in by following the
procedure given below.

The Bidder would be required to register on the


e-procurement market place
https://tender.apeprocurement.gov.in and submit their
Bids online. Online submission of Bids is mandatory
and Offline Bids shall not be entertained by the
Tender Inviting Authority.

The Bidders shall submit their eligibility and


qualification details, Bid Processing Fee and EMD
(Prequalification), Technical Bid, Financial Bid etc.,
in the online standard formats displayed in
eProcurement web site. The Bidders shall upload the
scanned copies of all the relevant certificates,
documents etc., in support of their eligibility
criteria/Technical Bid/Bid Processing Fee/EMD and
other certificate/documents in the eProcurement web
site. The Bidder shall sign on the statements,
documents, certificates, uploaded by him, owning
responsibility for their correctness/authenticity. The
Bidder shall attach all the required documents specific
to the RFP after uploading the same during the Bid
submission as per the RFP and Bid Documents.

1. Registration with eProcurement platform:


For registration and online Bid submission Bidders
may contact HELP DESK of Vupadhi Techno
Services

11
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No

M/s Vupadhi Techno Services,


1st Floor, Ramky Grandiose,
Sy. No. 136/2&4, Gachibowli,
Hyderabad – 500032, Telangana.
Ph no: 040-39999700/01
Fax: 040-39999702
Email id: contact@vupadhi.com
Helpdesk support at Vijayawada: 07337318402/403
https://tender.apeprocurement.gov.in.

2. Digital Certificate authentication:


The Bidder shall authenticate the Bid with Digital
Certificate for submitting the Bid electronically on
eProcurement platform. The Bids not authenticated by
Digital Certificate of the Bidder will not be accepted.

For obtaining Digital Signature Certificate, you may


please Contact:

Andhra Pradesh Technology Services Limited,


Plot No. 302, 3rd Floor, Banukrishna Nilayam,
Ashoka Nagar, Velanki Rammohan Rao street,
Vijayawada
Mob: 9963029443

(OR)

Any other Registration Authority in India. The city-


wise list of RAs is available by clicking the link
"Apply for a Class-2 Certificate" under "Enroll"
section in the website "https://www.tcs-
ca.tcs.co.in/mca21/index.jsp"

3. Hard copies:

i) Bidders shall submit hard copies of the Bid as


specified in Clause 3.8.2 of this RFP, as per the
timelines specified in Clause 3.2 of this RFP.

ii) All the Bidders shall invariably upload the scanned

12
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
copies of DD/BG/PO/RTGS particulars in
eProcurement system and this will be one of the key
requirements to consider the Bid responsive.

4. Deactivation of Bidders
If any Successful Bidder fails to submit the original
hard copies of uploaded certificates/documents,
within stipulated time or if any variation is noticed
between the uploaded documents and the hard copies
submitted by the Bidder, as the successful Bidder will
be barred from participating in the tenders on
eProcurement platform for a period of 3 years. The
eProcurement system would deactivate the user ID of
such defaulting Bidder based on the
trigger/recommendation by the Authorised
Representative in the system. Besides this, the
Authorised Representative shall invoke all processes
of law including criminal prosecution of such
defaulting Bidder as an act of extreme deterrence to
avoid delays in the Bid Process for execution of the
development schemes taken up by the government.
Other conditions as per the RFP are applicable.

5. Payment Of Transaction Fee:


It is mandatory for all the participant Bidders to
electronically pay a Non-refundable Transaction fee
to MD, APTS as per the relevant GoAP guidelines in
regard to e-procurement fund to be administered by
APTS limited, the service provider through "Payment
Gateway Service on E-Procurement platform". The
Electronic Payment Gateway accepts all Master and
Visa Credit Cards issued by any bank and Direct
Debit facility/Net Banking of ICICI Bank, HDFC,
Axis Bank to facilitate the transaction. GST is
applicable for Transaction on the transaction amount
payable to MD APTS.

6. Bid Processing Fee: Non-refundable fee of INR


2,00,000 plus 18% GST for bidding under Open
Category and INR 50,000 plus 18% GST for bidding
under Local Category in form of demand draft in

13
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
favor of NREDCAP payable at Tadepalli, Guntur
district. The copy of DD shall be uploaded and the
original DD shall be furnished along with the tender
document to NREDCAP.

7. RFP Document:
The Bidder is requested to download the RFP
document and read all the terms and conditions
mentioned in the RFP Document and seek
clarification if any from the Authorised
Representative.

The Bidder has to keep track of any changes by


viewing the Addendum/Corrigenda issued by the
Authorised Representative on time-to- time basis in
the e-Procurement platform/NREDCAP official
website www.nredcap.in. The Authorised
Representative inviting Bids shall not be responsible
for any claims/problems arising out of this.

8. Bid Submission Acknowledgement:


The Bidder shall complete all the processes and steps
required for Bid submission. The system will generate
an acknowledgement with a unique Bid submission
number after completing all the prescribed steps and
processes by the Bidder. Users/Bidders may also note
that the Bids for which an acknowledgement is not
generated by the eProcurement system are treated as
invalid or not saved in the system. Such invalid Bids
will not be available to the Authorised Representative
for processing the Bids. The Authorised
Representative is not responsible for incomplete Bid
submission by the Bidders.
26 Rights reserved with Authorised Representative reserves the right to accept
the Department or reject any or all of the Bids received without
assigning any reasons therefore.
27 General Terms and As per the RFP Documents
Conditions
28 Other information Bidders shall contact Vupadhi Techno Services for all
queries related to Bid submission on the
eProcurement platform

14
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
Contact Details:
HELP DESK of Vupadhi Techno Services, M/s
Vupadhi Techno Services, 1st Floor, Ramky
Grandiose, Sy. No: 136/2&4, Gachibowli, Hyderabad.
Telephone No: 040-39999700/01
Helpdesk support at Vijayawada: 07337318402/403
29 E-Procurement The following declarations have to be submitted by
Conditions to be the Bidders:
followed, by the 1: We, the undersigned, examined the Conditions of
suppliers in filling the Contract, Specification, Special Conditions of
price form. Contract, Basic Parameters of the proposed Scheme
and subsequent Addendums/Corrigendum for the
above mentioned works. We have examined,
understood and checked these documents and have
ascertained that there is no ambiguity in the
Procurer‟s requirements. We accordingly offer to
complete the work in conformity with such
documents for the price as given in the Financial Bid
submitted and attached at the commercial stage i.e.
commercial template
2: Note: Financial Bid attached at commercial stage
i.e. under commercial template only will be
considered for commercial evaluation.
3: As per the conditions in the folder management, we
have extracted the file uploaded and verified the
contents of the Zipped files to avoid disqualifications
4: We have also read the Note in the folder
management; the documents attached to the
commercial Bid stage will be encrypted and stored.
Documents uploaded in Common folder and attached
to the Technical Bid stage shall not be encrypted.

30 Uploading 1. Financial Bids shall be uploaded at the


commercial stage available on the eProcurement
platform which has an encryption facility
2. The Bidder shall not submit two versions of the
same Financial Bid. The Authorised
Representative will only open the file specified in
the “PQ Template” or “Technical Template”
3. In case the Authorised Representative finds
multiple versions of the same Financial Bid, such

15
SOLAR RFP DOCUMENT

Sl. Key Provisions Description


No
Bids are liable for rejection by the Authorised
Representative

16
SOLAR RFP DOCUMENT

1 Introduction and Background

1.1 Introduction

1.1.1 New and Renewable Energy Development Corporation of A.P. Ltd. (NREDCAP)
intend to select Successful Bidders for design, supply, installation, commissioning and
Operations and Maintenance for 5 years of 8,000 Nos. Off -Grid AC Solar PV water
pumping systems (consist of solar Array, solar inverter (Controller/VFD) and AC pump
) and 2000 Nos of Off-Grid BLDC Solar PV water pumping systems (consist of solar
Array, DC controller and BLDC pump) irrespective of Models 1/2/3/4/5/6/7 with
Remote Monitoring Unit, Surface/Submersible Pump, Mounting Structure, Tracking,
Cables, HDPE Pipe, lightening arrestor etc. as per MNRE Specifications of 2015-16
and other applicable guidelines and Insurance for 5 years on turnkey basis anywhere in
Andhra Pradesh state for agricultural purpose on Turnkey basis, under the e-
procurement process. In addition, lightening arrestor shall be separately ground
inserted.

Comprehensive Maintenance has to be carried by the Supplier during the CMC Period.

This tender is agnostic to the requirement on domestic or imported components used


for solar Pumpsets. Bidder is free to use imported module for installation subject to
meeting the technical specifications issued for module by MNRE.

As per MNRE Specifications of 2015-16, 5 year warranty shall be offered for AC and
BLDC motor and pump. The PV Modules must be warranted for output wattage, which
should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The
whole system including submersible/ surface pumps shall be warranted for 5 years.
Required Spares for trouble free operation during the Warrantee period should be
provided along with the system. A warranty card for the modules and the motor Solar
Pumpset System(s) should also be provided to the beneficiary.

Bidder will need to establish an Authorized Service Center of operation before supply
as per the provisions of the Tripartite Agreement district wise in the State for both AC
and BLDC Pumpsets allocated under Open and Local category and shall share the
contact details including mobile number, email of Authorised Service Centre for
integrating with toll free number of NREDCAP for real time support and preventive
maintenance of solar pumpsets. NREDCAP shall integrate the Controller of Remote
Monitoring Unit of solar pumpset with the NREDCAP toll free number 1800-425-1718
for real-time support and preventive maintenance for beneficiaries. Alert Management,
Ticket tracker and other support facilities to be incorporated by NREDCAP to extend
the support and monitoring of solar pumpsets. Complaints received from beneficiaries
of solar Pumpsets shall be communicated to respective Supplier of pumpset through
SMSs and email for rectification from centralized server of NREDCAP as per the
provisions of Tripartite Agreement.

17
SOLAR RFP DOCUMENT

Only those components that are specified in the Test Certificate will be allowed to be
supplied. The guidelines issued by MNRE from time to time shall be followed in regard
to Test Certificate.

1.1.2 Bidders declared as Successful Bidder based on this RFP shall sign Tripartite
Agreement with Procurer in line with terms and conditions of this RFP and the
Tripartite Agreement.

1.1.3 The Bid process shall be carried out for selection of Supplier for design, supply,
installation, commissioning, operations & maintenance for 5 years of Solar Pumpset
Systems in the state of Andhra Pradesh. The evaluation of Bids shall be done separately
as per the provisions under the Clause 4 of this RFP.

1.1.4 Authorized Representative reserves the right to increase or decrease the Tendered
Quantity and/or Allocated Quantity of solar pumpset models.

1.2 Background

1.2.1 Andhra Pradesh has more than 300 sunshine days with average solar insolation of
nearly 5.0 kWh/m2. In order to implement energy efficiency off grid solar applications,
NREDCAP, the nodal agency and authorized representative for Renewable Energy in
the State proposes to install solar powered agricultural Solar Pumpset System(s) for all
new agricultural connections in the State.

1.2.2 The Authorised Representative proposes to implement 8,000 Nos. Off -Grid AC Solar
PV water pumping systems (consist of solar Array, solar inverter (Controller/VFD) of
3HP surface and submersible, 5HP surface and submersible model of Solar Pumping
Systems and AC pump) and 2000 Nos of Off-Grid BLDC Solar PV water pumping
systems (consist of solar Array, DC controller and BLDC pump) of 3HP surface and
submersible, 5HP submersible model of Solar Pumping Systems in various districts in
the state of Andhra Pradesh.

18
SOLAR RFP DOCUMENT

2 Definitions

Any capitalized term, used but not defined in this RFP, shall have the meaning ascribed
to such term in the Tripartite Agreement. In absence of availability of definitions in the
foregoing references, the capitalized terms shall be interpreted in accordance with the
Electricity Act 2003, the Appropriate Commission (Terms and Conditions of Tariff
Regulations, Grid Code or any other relevant electricity law, rule or regulation
prevalent in India, as amended or re-enacted from time to time, in that order.) or the
Ministry of New and Renewable Energy (Notifications, policies, guidelines as notified
or amended from time to time)

Following terms used in the document will carry the meaning and interpretations
as described below:

“Allocable Quantity” shall mean the maximum number of Pumpsets that may be
allocated to Successful Bidder, adjusted to the nearest whole number subject to
provisions of Clause 4.1.2.3 of this RFP;

“Allocated Quantity” has the same meaning as assigned to in Clause 4.1.2.3 of the
RFP;

“Allocated Percentage” has the same meaning as assigned to in Clause 4.1.2.3 of the
RFP;

“Associate Company” shall mean in relation to another company, means a company in


which that other company has a significant influence, but which is not a subsidiary
company of the company having such influence and includes a joint venture company,
as per Companies Act 2013. Significant influence shall mean control of at least twenty
per cent of total share capital, or of business decisions under an agreement;

“Authorised Representative” shall mean the body authorised to carry out the Bidding
process for the selection of the Successful Bidder(s). As per this RFP, NREDCAP is the
Authorised Representative;

“Authorised Service Centre” shall mean a commercial establishment, in a space owned


or leased and run by the Supplier of solar pumpset system, in every district in the State
of Andhra Pradesh whose operation need to be started before the commissioning of the
first Solar Pumpset System(s) allotted to the Supplier to carry out the operation and
maintenance obligations of the Supplier during the CMC Period as per the provisions of
the Tripartite Agreement;

“Authorised Signatory” shall have the same meaning as assigned to in Clause 3.7.13 of
the RFP;

“Average Annual Turnover” shall have the same meaning as assigned to in Clause
3.4.1.4 of this RFP;

19
SOLAR RFP DOCUMENT

“Bank Guarantee” shall mean the guarantees required to be furnished by the Bidder in
accordance with the provisions of Clause 3.6 of this RFP;

“Batch” shall mean aggregated farmer applications at regular intervals undertaken by


Procurer based on the applications received across the State of Andhra Pradesh after
randomizing the applications of size atleast 2,000 numbers or based on number of
applications received within a period of every 15 days whichever is lower;

“Bid” shall mean the Bid submitted by the Bidder in accordance with provisions of
Clause 3.4 comprising of Technical Bid submitted by the Bidder as per Clause 3.4.1
and Financial Bid submitted by the Bidder as per Clause 3.5 of this RFP, in response to
this RFP, in accordance with the terms and conditions thereof;

“Bid Processing Fee” shall have the same meaning as per Clause 3.1 of this RFP;

“Bidder” shall mean Bidding Company or a Bidding Firm submitting the Bid. Any
reference to the Bidder includes Bidding Company /Bidding Firm;

“Bidding Company” shall refer to such single Company, registered under Companies
Act 1956 or Companies Act, 2013 as applicable that has submitted the response in
accordance with the provisions of this RFP;

“Bidding Firm” shall mean a partnership firm registered under the Indian Partnerships
Act, 1932 and as amended from time to time or a Sole Proprietorship Firm;

“Bid Deadline” shall mean the last date and time for submission of Bid in response to
this RFP as specified in Clause 3.2 of the RFP;

“Bid Parameter” shall have the same meaning as provided in Clause 3.5 of this RFP;

“Bid Validity” shall have the same meaning as provided in Clause 3.10 of this RFP;

“Chartered Accountant” shall mean a person practicing in India or a Firm wherein all
the partners practicing in India are Chartered Accountant(s) within the meaning of the
Chartered Accountants Act, 1949;

“CMC Charges” shall mean charges payable to Supplier for successfully carrying out
the comprehensive maintenance as per the provisions of Tripartite Agreement during
the CMC Period;

“Comprehensive Maintenance Contract Period or CMC Period” shall mean a period


of 5 (five) years from the DOC of last pumpset System of the corresponding Batch.
Year shall mean a period of 12 months from DOC; Remote readings to be provided for
making payment of CMC Charges;

“Company” shall mean a company incorporated under the Companies Act, 1956 or the
Companies Act, 2013, as applicable;

20
SOLAR RFP DOCUMENT

“Contract Period” shall mean the period from the Effective Date till Expiry Date, in
which the Tripartite Agreement shall be valid;

“Conflict of Interest” A Bidder may be considered to be in Conflict of Interest with


one or more Bidders in the same Bid process under this RFP, if they have a relationship
with each other, directly or indirectly through a common Company/ Firm/Promoter,
that puts them in a position to have access to information about or influence the Bid of
another Bidder;

“Date of Commissioning (DOC)” shall mean the date on which the Solar Pumpset
System(s) is declared to be operational, provided that DOC shall not be achieved and
Solar Pumpset System(s) shall not be operational until such Solar Pumpset System(s)
has satisfied the conditions as per the Tripartite Agreement;

“Due Date” shall be Twenty one (21) working days from the date of receipt of Invoice
at Assistant Engineer (Operation) of respective Procurer;

“Effective Date” shall mean the date of execution of Tripartite Agreement by the
Parties to the Tripartite Agreement;

“EMD” shall have the same meaning as provided in Clause 3.6 of this RFP;

“Expiry Date” shall mean the period from the Effective Date till end of CMC Period
or extended after mutual agreement, as per provisions of the Tripartite Agreement;

“Financial Bid” shall mean the documents and formats as specified in Clause 3.5 of
this RFP;

“Financial Eligibility Criteria” shall mean provisions of Clause 3.4.1.4 of this RFP;

“Firm” shall mean a partnership firm registered under the Indian Partnerships Act,
1932 and as amended from time to time or a Sole Proprietorship Firm;

“KW” shall mean Kilowatts;

“Letter of Award” or “LoA” shall mean the letter issued by the Authorised
Representative to the Successful Bidder for award of the Project; LoA shall provide
details including but not limited to Allocated Quantity, price of each pump and total
price of each Model;

“Local Category” shall mean a Bidding Firm or a Bidding Company registered in the
state of Andhra Pradesh who has declared to participate under the Local Category as
specified in Format 6.1 of the RFP and shall furnish documentary evidence to be
eligible to bid under Local Category as per provisions of Clause 3.4.1 (except under
Clause 3.4.1.2) of this RFP;

“MNRE” shall refer to Ministry of New and Renewable Energy, Government of India;

21
SOLAR RFP DOCUMENT

“MW” shall mean Megawatts;

“Open Category” shall mean Bidding Company from anywhere in India submitting
Bid in response to this RFP and shall furnish documentary evidence to be eligible to bid
under this category as per provisions of Clause 3.4.1 (except under Clause 3.4.1.3) of
this RFP;

“Parent Company” shall mean a Company, which holds more than 50% equity shareholding
either directly or indirectly in the Bidder;

“Performance Guarantee (PG)” shall mean the Bank Guarantee furnished by the
Supplier to Procurer, to assure timely and satisfactory completion of a Project by the
Supplier as per the provisions of Tripartite Agreement;

“Procurer” shall mean power Distribution Companies of Andhra Pradesh and shall
refer to APSPDCL and/or APEPDCL who would purchase the solar Pumpsets;

“Purchase Order” shall mean the order issued by Procurer for the identified Batch
from time to time. The cumulative allocation of pumpsets from all batches to the
Supplier shall not exceed the LoA quantity. Purchase Order shall provide details
including but not limited to number of pumpsets allocated to the Supplier in the Batch,
cumulative pumpsets allocated to the Supplier under this bid, price of the pumpsets for
each model, category and value of the allocated pump-set with timelines;

“Quoted Price” shall mean such firm price quoted by the Bidder under Format 6.5 of
this RFP that will be payable for design, supply, installation, commissioning, of the
Solar Pumpset System(s) as per the provisions of this RFP and Tripartite Agreement;

“Qualified Bidder” shall mean the Bidder (s) who, after evaluation of their Technical
Bid(s) as per Clause 4.1 of the RFP meet the Qualification Requirements and hence
stand qualified for opening and evaluation of their Financial Bid(s);

“Qualification Requirements” shall mean the General Eligibility Criteria, Technical


Eligibility Criteria and Financial Eligibility Criteria as specified under Clause 3.4 of
this RFP;

“Remote Monitoring Unit” shall mean a GSM/GPRS based control system which can
monitor and wirelessly update all the performance parameters as detailed in Clause 3.3
(e), (f), (g) and (h) of this RFP to the NREDCAP server in real time as per the time
intervals defined by NREDCAP;

“RFP/RFP Documents” shall mean the RFP document issued by Authorised


Representative including the Tripartite Agreement and all attachments vide RFP No.
NREDCAP/SE/SPVPS/2018 dated 31st July 2018 for „Selection of suppliers for
Design, Supply, Installation, Commissioning, Operations and Maintenance for 5 years
of Solar Pumpset Systems in Andhra Pradesh State‟ and shall include any
modifications, amendments, alterations or clarifications thereto.

22
SOLAR RFP DOCUMENT

“Rolling Stock of BLDC pumps” shall mean 5% of quantity of BLDC Pumpsets as


mentioned in the purchase Order which Successful Bidders to keep live at Authorised
Service Centre time to time.

“Scheduled Date of Commissioning (SDOC)” shall mean the date which is 45 (forty
five) days from the date of issue of Purchase Order by the Procurer to the Supplier, on
which date the Supplier is required to commission the Solar Pumpset System(s) in
accordance with the provisions of the Tripartite Agreement.

“Successful Bidder” shall mean the Bidder selected pursuant to this RFP to design,
supply, install, commission, operate and maintain for 5 years the Solar Pumpset
System(s) as per the provisions of this RFP;

“Solar Pumpset System/Pumpset System/Project” shall mean the Solar PV Water


Pumping Systems comprising of SPV modules, Inverter/DC Controller, Remote
Monitoring Unit, AC/BLDC Surface/Submersible Pump, Mounting Structure, Manual
Tracking, Cables, HDPE Pipe, lightening arrestor etc. as per the MNRE specifications
of 2015-16 (Test Reports) as amended from time to time, inclusive of Insurance for 5
(five) years from the DOC of the Pumpset System. In addition, lightening arrestor shall
be separately ground inserted.

“Solar Pumpset System(s) Supplier/Supplier” (SPS) shall mean the Successful Bidder,
pursuant to the provisions of this RFP, with which Procurer has executed the Tripartite
Agreement for design, supply, installation, commissioning, operations and maintenance
of the Solar Pumpset System(s) as per the terms and conditions specified in this RFP;

“Solar Pumpset System(s) Model” shall mean

Solar Pumpset Solar Pumpset Solar Pumpset Solar Pumpset


System(s) Model 1 System(s) Model System(s) Model 3 System(s) Model 4
2
Surface mounted Submersible Solar Surface mounted Submersible Solar
Solar PV Solar PV Solar Pumpset Solar PV Solar PV Solar Pumpset
Pumpset System(s) System(s) with Pumpset System(s) System(s) with
minimum PV
with minimum PV with minimum PV minimum PV Array
Array of 3000 Wp
Array of 2700 Wp – 3 HP AC Array of 4800 Wp of 4800 Wp – 5
– 3 HP AC – 5 HP AC HP AC

Solar Pumpset Solar Pumpset Solar Pumpset


System(s) Model 5 System(s) Model System(s) Model 7
6
Surface mounted Submersible Solar Submersible Solar
Solar PV Solar PV Solar Pumpset PV Solar Pumpset
Pumpset System(s) System(s) with System(s) with
with minimum PV minimum PV minimum PV

23
SOLAR RFP DOCUMENT

Array of 2700 Wp Array of 3000 Wp Array of 4800 Wp


– 3 HP BLDC – 3 HP BLDC – 5 HP BLDC
based solar based solar based solar
pumpset pumpset pumpset

“Technical Bid” shall mean the documents and formats as specified in Clause 3.8.1
(A) of the RFP to meet the Technical Eligibility Criteria;

“Technical Eligibility Criteria” shall mean provisions of Clause 3.4.1 of this RFP;

“Tendered Quantity” shall refer to Sr. No. 1, 2 and 3 of Table No.3 under Clause 3.3.1
of this RFP;

“Test Certificate/Test Report” shall have the same meaning as assigned to in Clause
3.3.1 of the RFP;

“Tripartite Agreement” shall mean the Tripartite Agreement signed among the
Successful Bidder, New & Renewable Energy Development Corporation of Andhra
Pradesh Limited (NREDCAP) and Procurer according to the terms and conditions of
the Tripartite Agreement enclosed with this RFP;

“Ultimate Parent Company” shall mean a Company, which owns more than fifty percent
(50%) equity shareholding either directly or indirectly in the Parent Company;

“Validity of LoA” shall be valid for a period of 6 months from date of issue of LoA. Any
allocation of pump-sets beyond this period is subject to prior approval from Authorised
Representative.

24
SOLAR RFP DOCUMENT

3 Bid information and instructions to Bidders

3.1 Obtaining RFP document & Bid Processing Fees

3.1.1 All those interested in the RFP can download the RFP from the website
https://tender.apeprocurement.gov.in. All information related to submission of response
to this RFP and the Bid shall be available at the aforementioned website.

3.1.2 Prospective Bidders interested in participating in the Bid process are required to submit
their Bids in response to this RFP document along with a non- refundable Bid
Processing Fee of Rs. 2,00,000/- plus 18% GST for Open Category and INR 50,000
plus 18% GST for Local Category.

3.1.3 Bidders shall provide the above non-refundable Bid Processing Fee in the form of DD
payable in favour of “NREDCAP” payable at Tadepalli, Guntur district. Any Bidder
will be eligible to participate in the Bid process only upon submission of Bid
Processing Fee at the following address of the Authorised Representative as per the
timelines specified in Clause 3.2
of the RFP.
The VC & Managing Director, NREDCAP
12-464/5/1, River Oaks Apartments, CSR
Kalyana Mandapam Road, Tadepalli, Guntur
District, 522 501
Tel: 0863 2347650, 0863 2347651

3.1.4 Notwithstanding anything to the contrary contained in this RFP, the Authorised
Representative shall open the Technical Bid of the Bidder, only upon receipt of the
above non-refundable Bid Processing Fee, along with the Covering Letter as per
Format 6.0 (PQ) within the timelines mentioned in Clause 3.2 of the RFP. Bidders shall
also upload scanned copies of the original EMD and the DD towards Bid Processing
Fee on the eProcurement platform under the PQ Check.

3.2 Timelines for Bid process

The Bidders shall submit their Bids based on the conditions specified in this RFP
document. The last date for submission of Bids i.e. Bid Deadline is given in the table
below. No Bid shall be accepted beyond the Bid Deadline.

Table 2 : Timelines of bid process


S. No. Event Schedule

25
SOLAR RFP DOCUMENT

S. No. Event Schedule

1 Date of issue of RFP Documents 31st July 2018

2 Bid Document Download Start Date 31st July 2018

3.a Deadline for submission of queries 06th August 2018 -


(Authorised Representative shall not 10:00 am
respond to queries received after the
Email:
deadline)
spumpsets@nredcap.in ;
info@nredcap.in

3.b Pre-bid meeting 07th August 2018


(Venue and time shall be intimated through
NREDCAP website. Bidders shall keep a
close watch on the website for any updates
pertaining to this tender)

5 Bid document download end date 24th September 2018 -


05:00 pm

6 Bid Deadline i.e. Last Date and Time for 25th September 2018 -
uploading Bid on the e-procurement website 11:00 am

7 Deadline for submission of hard copies of 25th September 2018 -


Bid 02:00 pm

8 Prequalification check & opening of 25th September 2018 -


Technical Bid 03:00 pm

9 Opening of Financial Bids 12th October 2018 - 11:00


am (Tentative date and
time) at
NREDCAP Registered
Office
12-464/5/1, River Oaks
Apartments, CSR Kalyana
Mandapam Road, Tadepalli,
Guntur District, 522 501

10 Issue of LoA to Successful Bidders Within 10 days from date of

26
SOLAR RFP DOCUMENT

S. No. Event Schedule


opening of Financial Bids

11 Signing of Tripartite Agreement Within 10 days from date of


Issue of LoA to Successful
Bidders in accordance to
3.6.4 of this RFP

The Authorised Representative reserves the right to change the above Bid process
timelines. However the Authorised Representative shall notify prospective Bidders
through email/notification on website/eProcurement platform regarding changes to the
above timelines.

3.3 Project Scope and Technology Selection

a) New and Renewable Energy Development Corporation of A.P. Ltd. (NREDCAP)


intend to select Supplier for design, supply, installation, commissioning Solar
Pumpset(s) System Model for Tendered Quantity as per MNRE Specifications of 2015-
16 and other applicable guidelines and Insurance for 5 years on turnkey basis anywhere
in Andhra Pradesh state for irrigation purpose on turnkey basis, under the e-
procurement process. In addition, lightening arrestor shall be separately ground
inserted.

Comprehensive Maintenance as per the Tripartite Agreement entered into between


Procurer and Successful Bidder has to be carried out for a period of 5 years. Bidder has
to quote the price inclusive of CMC Charges.

Successful bidders must maintain live Rolling Stock (for BLDC pumps alone) for
atleast 5% of quantity of BLDC Solar Pumpsets as mentioned in the purchase Order
time to time at Authorised Service Centre with adjustments if any ( roundup to the
nearest value). Quoted price bid shall be inclusive of the cost of such live Rolling Stock
and Invoice should capture the details of Rolling Stock. Successful Bidder, upon
commissioning of the solar Pumpsets and CMC Period, shall hand over the live Rolling
Stock to Discoms at the end of 5th year.

Illustration: (Shall be read in reference to Clause 4.1.2.3 (2)):

 BLDC Solar Pumpsets allocated to Bidder upon matching the L1 price


discovered=25 numbers

 Rolling Stock to be maintained (5%x25) = 1.25

 Rolling Stock to be maintained at Authorised Service Centre after roundup to the


nearest value= 1 number

27
SOLAR RFP DOCUMENT

b) Quoted Price shall be including CMC Charges (Comprehensive Maintenance Charges)


as per provisions of Clause 3.5. Bidder shall be paid Quoted Price as per provisions of
Clause 3.7.5 of this RFP. Applicable Taxes and Duties shall be reimbursed to the
Supplier by Procurer, subject to submission of appropriate documentary evidence
towards payment of such Taxes and Duties to respective Government department.
Bidder has to arrange signed certificate (Schedule 8 of Tripartite Agreement) from
beneficiary certifying satisfactory performance of Pumpsets and submit the same to the
Procurer within 7 days of end of each quarter. Failure to furnish such signed certificate
for any one quarter shall result in non-payment of CMC Charges for that year.

c) As per MNRE Specifications of 2015-16, 5 year warranty shall be offered for AC and
BLDC motor and pump. The PV Modules must be warranted for output wattage, which
should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The
whole system including submersible/ surface pumps shall be warranted for 5 years.
Required Spares for trouble free operation during the Warrantee period should be
provided along with the system. A warranty card for the modules and the motor Solar
Pumpset System(s) should also be provided to the beneficiary.

d) Supplier shall establish Authorized Service Center of operation before the


commissioning of the first Solar Pumpset System(s) allotted to the Supplier, district
wise in the State as per the provisions of the Tripartite Agreement and shall share the
contact details including mobile number, email of Authorised Service Centre for
integrating with toll free number of NREDCAP for real time support and preventive
maintenance of solar pumpsets. NREDCAP shall integrate the Controller of Remote
Monitoring Unit of solar pumpset with the NREDCAP toll free number 1800-425-1718
for real-time support and preventive maintenance for beneficiaries. Alert Management,
Ticket tracker and other support facilities to be incorporated by NREDCAP to extend
the support and monitoring of solar pumpsets. Complaints received from beneficiaries
of solar Pumpsets shall be communicated to respective Supplier of pumpset through
SMSs and email from centralized server of NREDCAP for rectification as per the
provisions of Tripartite Agreement. Failure to open Authorized Service Center shall
give right to the Procurer to terminate the Tripartite Agreement as per provision of the
Tripartite Agreement. The specifications of Controller which the Bidder shall make
mandatorily available is provided at Annexure 2.

e) It is the responsibility of the Supplier to make the data of solar pumpset performance
available on NREDCAP centralised server using Remote Monitoring Unit. It should be
possible to ascertain the performance parameters through Remote Monitoring Unit as
mentioned in Schedule 10 of the Tripartite Agreement, which include but not limited to
daily water output, the power generated by the PV array, the Up Time of the pump
during the year, Number of days the pump was unused or under breakdown/repairs with
communicating Sim card for a period of 5 years as per MNRE Specifications 2015-16.
The charges towards ensuring such communication and sim validity shall be borne by

28
SOLAR RFP DOCUMENT

the Supplier. NREDCAP shall be responsible for the confidentiality of the data that is
collected and shall maintain security for the data so collected.

f) The supplier shall ensure that the Remote Monitoring Unit is capable of responding to
data request by the NREDCAP server in real-time throughout CMC Period.

g) The Remote Monitoring Unit shall be capable of responding with one or multiple data
points as requested by the NREDCAP server throughout CMC Period.

h) To avoid data losses due to GSM/GPRS signal issues, SD/Micro SD Card is used to
store the data locally at least for a period of one year throughout CMC Period. The
Remote Monitoring Unit shall be capable of retrieving the stored data on the SD/Micro
SD card as and when the GPS/GPRS signals are available and push the data to the
Central Server automatically to avoid data losses. The charges towards ensuring
SD/micro SD shall be borne by the Supplier.

i) CMC Charges shall be payable every year on submission of certificate, as per


provisions of Clause 3.7.5 of this RFP.

j) Notwithstanding anything to the contrary contained herein, the Authorised


Representative, in its own discretion, at any time during the Bid process, reserves the
right to decrease or increase the Tendered Quantity and/or Allocable Quantity.

k) Procurement, installation, commissioning, operation and maintenance for 5 years of the


Solar Pumpset System(s) should be done as per provisions of the Tripartite Agreement.

3.3.1 The components/items shall be supplied for installation of the Pumpset System shall be
as per the components/items indicated in the Test Certificate issued by authorized test
centres of MNRE including the brand, capacity etc. The Test Certificate shall be
submitted as under Clause 3.4.1 of the RFP (“Test Certificate”). If Bidder does not
possess valid Test Certificate for the quoted Solar Pumpset System(s) Model at the time
of bid submission, Bidder shall submit an undertaking as per Format 6.1 of this RFP
agreeing to furnish valid Test Certificate for the allocated Solar Pumpset System(s)
Model in the event of Bidder being selected as Successful Bidder. No Purchase Order
shall be issued by Procurer until Supplier furnish valid Test Certificate for the allocated
Solar Pumpset System(s) Model as per LoA. If such Supplier fails to produce valid Test
Certificate within the period of Validity of LoA, Procurer shall have the right to forfeit
the Performance Guarantee and terminate the Tripartite Agreement. The Bidder shall
submit an undertaking to this effect under Format 6.1 and this shall also form part of
the Scope of Project. If Bidder has already produced Test Certificate at the time of Bid
submission and if any alternation in component(s) of the Solar Pumpset System is
required after signing the Tripartite Agreement, then the new Test Certificate for the
Solar Pumpset System shall be submitted to avail any new Purchase Order. However no
alternation shall be permitted for Purchase Order under different stages of execution.

29
SOLAR RFP DOCUMENT

a) Supplier‟s obligations under the Tripartite Agreement. Non-compliance with


this obligation will attract penal provisions under the Tripartite Agreement. The
Test Certificate submitted along with the Bid in response to the RFP shall also
form part of schedules to the Tripartite Agreement.

b) Bidders can submit the Bid for any one or more of the Solar Pumpset System(s)
Models. Solar Pumpset System(s) allocation after execution of the Tripartite
Agreement shall be in accordance with the Solar Pumpset System(s) Model
quoted by the Bidder as per provisions of Clause 4.1.2.3 of this RFP.

Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the draft Tripartite Agreement shall have overriding effect, provided,
however, that any conditions or obligations imposed on the Bidder hereunder this RFP
shall continue to have effect in addition to its obligations under the Tripartite
Agreement;

Table 3: Details of Project Scope

Sl. No. Scope Details


Tendered Quantity of
solar pumpsets = 10,000
1 Tendered Quantity
AC solar pumpsets = 8,000
BLDC solar pumpsets =2,000
Tendered Quantity for AC pumpsets = 6,400
2
Open Category BLDC pumpsets = 1,600
Tendered Quantity for AC pumpsets = 1,600
3
Local Category BLDC pumpsets =400
Allocable Quantity of
As per provisions of Clause 4.1.2.3 of this RFP
4 Pumpsets in Open
Category
Allocable Quantity of
5 Pumpsets in Local As per provisions of Clause 4.1.2.3 (2) of this RFP
Category
Bidders shall quote for atleast 10% of Tendered
Minimum and Quantity of Pumpsets.
Maximum number of
6 solar pumpsets to be Maximum number of solar Pumpsets that can be
quoted by Bidder in quoted shall be upto 40% of the Tendered
Open Category Quantity subject to furnishing EMD for such
quoted number.
Allocation of solar
7 As per provisions of Clause 4.1.2.3
pumpsets
8 Supply of Solar Pumpset 1. Procurer is responsible for aggregation of

30
SOLAR RFP DOCUMENT

Sl. No. Scope Details


System(s) farmer applications at regular intervals and
categorisation into AC and BLDC Models
for Open/Local Category
2. Successful Bidders emerged as per the
above procedure shall be issued LoA and
invited to sign Tripartite Agreement with
Procurer. Tripartite Agreement among
Procurer, NREDCAP and Supplier will be
signed only if Performance Guarantee is
provided as per provisions of this RFP.

Procurer shall pay CMC Charges as per provisions


of Clause 3.7.5 of this RFP subject to satisfactory
compliance to Operations and Maintenance norms
as per MNRE specifications of 2015-16 and as per
provisions of the Tripartite Agreement.

Suppliers shall open Authorized Service Centres


as mentioned in Clause 3.3(d) of this RFP.

The Service Centre shall be in satisfactory


operation during the entire CMC Period as
detailed in the Tripartite Agreement so that
Supplier can visit the site at least once in a quarter,
to attend routine maintenance during the CMC
Period. Authorised Service Centres are very
Operations &
9 crucial as in case of malfunctioning of the system,
Maintenance
the Supplier shall attend for rectification of defects
within 48 hours from the time of lodging of
complaint once received from centralised
monitoring server of NREDCAP and the Solar
Pumpset Supplier shall be responsible to replace
free of cost (including transportation and insurance
expenses) to the farmer whole or any part of
supply which under normal and proper use become
dysfunctional within seven (7) days of issue of any
such complaint at the Authorised Service Centre of
Supplier from centralised monitoring server of
NREDCAP, failing which the Supplier shall be
paying penalty as per provisions of the Tripartite
Agreement. NREDCAP shall integrate the
Controller of Remote Monitoring Unit of solar

31
SOLAR RFP DOCUMENT

Sl. No. Scope Details


pumpset with the NREDCAP toll free number
1800-425-1718 for real-time support and
preventive maintenance for beneficiaries. Alert
Management, Ticket tracker and other support
facilities to be incorporated.

3.4 Qualification Requirements


Evaluation of Bids will be based on meeting the Prequalification (PQ) check, Eligibility
Criteria comprising of General Eligibility Criteria, Technical Eligibility Criteria and
Financial Eligibility Criteria. Any Bidder who meets the Qualification Requirements
stated herein shall be declared as “Qualified Bidder” for the purpose of evaluation
under this RFP.

3.4.1 Eligibility Criteria:

Prequalification Check (Mandatory for all the Bidders)

1. Covering Letter corresponding to Prequalification Bid as per Format 6.0 (PQ) of


this RFP

2. Legible scanned copies of EMD and Bid Processing Fee shall be uploaded in
accordance with Clause 3.6 and 3.1 of this RFP and as per timelines specified in
Clause 3.2 of the RFP

Following are the eligibility criteria comprising of Technical Eligibility Criteria and
Financial Eligibility Criteria;

3.4.1.1 General Criteria

a) Any Bidder including its Associate Company /Parent Company/ Ultimate Parent
Company cannot submit more than one Bid under this RfP. /
b) Bidder can use the technical strength of its Associate Company /Parent Company/
Ultimate Parent Company to fulfil the Technical Eligibility criteria mentioned below
at Clause 3.4.1.2 for Open Category. In such case, Bidders shall submit a certificate of
relationship of Associate Company/Parent Company/ Ultimate Parent Company with
the Bidding Company as per Format 6.6. Company Secretary Certificate towards such
shareholding pattern along with a Board resolution shall be submitted.
c) Bidder shall participate in either Local Category or Open Category subject to meeting
respective Qualification Criteria as per Clause 3.4.1.
d) Foreign companies are not eligible to participate in this Bid process.

32
SOLAR RFP DOCUMENT

e) Bidders in Conflict of Interest with one another shall be liable for


disqualification/rejection under the sole discretion of the Authorized Representative.
Bidder shall make relevant disclosures as specified in Format 6.1 of this RFP.
f) Minimum number of solar Pumpsets to be quoted by a Bidder under Open Category
shall be 10% of Tendered Quantity i.e., 640 numbers for AC Pumpsets and 160
numbers for BLDC pumpsets. Any higher number to be quoted shall be in multiples of
10% of Tendered Quantity subject to a maximum of 40% of Tendered Quantity i.e.,
2,560 numbers for AC pumpsets and 640 for BLDC pumpsets. If a Bidder quote less
than such minimum quantity, Bid shall be summarily rejected.

3.4.1.2 Technical Eligibility Criteria for Open Category

a. Minimum number of Solar PV Water Pumpset Systems that have been installed &
commissioned by Bidder in India of capacity equal to or above 3 HP, during last 5
financial years, upto 7 days prior to the Bid Deadline, shall be atleast 500 Solar
Pumpset Systems for bidding for AC and/or BLDC based Solar Pumpset Systems.

Experience in executing orders for Government or Government undertakings shall be


only eligible. Valid completion/commissioning certificates shall be produced in this
regard.

Or

b. Cumulative experience in Development of Ground mounted grid connected solar power


projects or Supply, Installation, Testing, and Commissioning of ground mounted grid
connected solar power projects in India during last 5 financial years, upto 7 days prior
to the Bid Deadline, shall be atleast100 MW.

Experience in executing orders for Government and or Private Companies shall be


eligible. In case of Private Companies, PPA signed between Private Companies and
Government Utilities shall have to be mandatorily submitted. Certificate from statutory
auditor or Chartered Accountant, as applicable, shall be submitted.

c. Bidder should not be blacklisted by any Govt. Agency at any date prior to the Bid
Deadline.

d. Bidder should have Test Certificate(s) /undertaking as per Clause 3.3.1 of this RFP for
proposed Solar Pumpset System(s) Model of Solar Water Pumpset System from a
MNRE authorized testing center prior to the Bid Deadline.

In case of any alternation in components of the Solar Pumpset System(s), provisions of


Clause 3.3.1 of this RFP shall be applicable.

33
SOLAR RFP DOCUMENT

3.4.1.3 Technical Eligibility Criteria for Local Category

a. Bidder participating under this RFP shall need to submit documentary evidence for
following;
Bidding Company
 Certificate of Incorporation with Registered Office in the state of Andhra
Pradesh.
 License and Registration Certificate for GST in the state of Andhra Pradesh.
 Valid registration certificate issued by the National Small Industries
Corporation Ltd (NSIC)/Ministry of Micro Small and Medium Enterprises
(MSME), Govt of Andhra Pradesh.
Bidding Firm
 Certificate of Incorporation with Registered Office in the state of Andhra
Pradesh.
 License and Registration Certificate for GST in the state of Andhra Pradesh.
 Certificate of registration with the Registrar of Firms within the state of Andhra
Pradesh
b. Bidder should not be blacklisted by any Govt. Agency at any date prior to the Bid
Deadline.
c. Bidder should have Test Certificate(s) /undertaking as per Clause 3.3.1 of this RFP for
proposed Solar Pumpset System(s) Model of Solar Water Pumpset System from a
MNRE authorized testing center prior to the Bid Deadline
In case of any alternation in components of the Solar Pumpset System(s), provisions of
Clause 3.3.1 of this RFP shall be applicable.

3.4.1.4 Financial Eligibility Criteria for Open Category (Exempted for Local Category)

a. Average Annual Turnover during last 3 years, FY 2015-16, FY 2016-17, FY 2017-18


shall be atleast

 INR 15 Crs for bidding for every 10% of Tendered Quantity i.e., 640 numbers
for AC Pumpsets and/or 160 numbers for BLDC pumpsets.

For illustration purpose:

Sl. Quantity bid by Bid Quantity Bid Average


No. Bidder in % of in numbers of Quantity in Annual
Tendered Quantity Tendered numbers of Turnover
Quantity for Tendered required (INR
Quantity for

34
SOLAR RFP DOCUMENT

AC pumpsets BLDC Crs)


pumpsets

1 10% 640 160 15

2 20% 1,280 320 30 (2x15)

3 40% 2,560 640 60 (4x15)

b. Certified copies of audited financial statements along with a certificate from Chartered
Accountant/Statutory Auditor, as applicable, confirming the Average Annual Turnover.
Provisional financial statements certified by chartered accountant shall be furnished in
case final financial statements are not ready for FY 2017-18.

For Bidding Firms, copies of Income Tax returns with full details of turnover should be
furnished along with a certificate from the CA confirming the Average Annual
Turnover.

3.5 Financial Bid

3.5.1 Bidders shall quote lump sum price for the Solar Pumpset System(s)/Project for each
such Solar Pumpset System(s) Model that is quoted by the Bidder. Such lump sum
price excluding Taxes and Duties shall be the Quoted Price and the Total Cost per Solar
Pumpset shall be the Bid Parameter as mentioned in Format 6.5.

3.5.2 Under Format 6.5 (A) of the Financial Bid, the Bidder shall specify Quoted Price per
Solar Pumpset System(s). The Bidder shall specify Quoted Price in two (2) decimal
places. Quoted Price and applicable Taxes and Duties shall be the Total Cost per solar
pumpset. Quoted Price per solar pumpset shall be payable towards complete
implementation of the Solar Pumpset System(s)/Project including design, supply,
installation and commissioning of the Solar Pumpset System(s) with Insurance for 5
years in accordance with the provisions of the Tripartite Agreement. Applicable Taxes
and Duties shall be reimbursed to the Supplier by Procurer, subject to submission of
appropriate documentary evidence towards payment of such Taxes and Duties to
respective Government department. Comprehensive Maintenance as per the Tripartite
Agreement entered into between Procurer and Supplier has to be carried out for a
period of 5 years. Bidder has to quote the price including CMC Charges and rolling
stock of 5% Pumpsets, applicable in case of bidding for BLDC pumpsets. No other
charges over and above the Total Cost shall be payable to the Supplier.

Quoted price shall be inclusive of CMC Charges.

35
SOLAR RFP DOCUMENT

3.5.3 The Supplier shall also provide detailed break-up of the Quoted Price in accordance
with provisions of Format 6.5 (B) of the Financial Bid.

3.5.4 Total Cost per pumpset, applicable Taxes and Duties and Quoted Price submitted in
Format 6.5A and 6.5B should match. In the event of any mismatch, the Bid shall be
rejected.

3.6 Earnest Money Deposit (EMD) and Performance Guarantees (PG)

3.6.1 Earnest Model Deposit: Earnest Money Deposit (EMD) shall be INR 6,000 per solar
pumpset system for bidding for AC and/or BLDC based water pumping system. Total
amount of EMD shall be submitted for quoted number of Pumpsets. EMD shall be in
the form of a DD in favour of “NREDCAP” payable at payable at Tadepalli, Guntur
district or a Bank Guarantee with a validity of 180 days according to Format 6.3, shall
be submitted by the Bidder along with the Bid, failing which the Bid shall be
summarily rejected. The copy of the DD shall be uploaded and the original DD shall be
furnished to NREDCAP before closing date, failing which the bid shall be summarily
rejected.

The Bidders possessing valid registration certificate issued by the National Small Industries
Corporation Ltd (NSIC)/Ministry of Micro Small and Medium Enterprises (MSME), Govt of
India will be exempted for the payment of the EMD amount on submission of the exemption
certificate. To avail the exemption, the Bidders shall upload the valid certificates along with the
Prequalification Bid and submit original copy with the Prequalification Bid as per provisions of
Clause 3.8.1, failing which the Bid shall be summarily rejected.

3.6.2 Performance Guarantee (PG): Successful Bidders, selected by the Authorised


Representative, based on this RFP shall submit Performance Guarantees as below:

a. Successful Bidders selected shall be issued LoA and invited to sign Tripartite
Agreement with Procurer. Tripartite Agreement among Procurer, NREDCAP and
Supplier will be signed only on submission of such required Performance Guarantee.

b. Performance Guarantee of a value equal to INR 30,000 per pumpset shall be submitted.
Total amount of PG shall be submitted for Allocated Quantity (calculated as Number of
pumpsets allocated to the bidder model wise in the LoA x INR 30,000/solar pumpset).
Validity of the Performance Guarantee shall be from the Effective Date till further
period of 6 months beyond Expiry Date.

c. Liquidated Damages shall be payable by supplier equivalent to 0.5% of value of


allocated pumpsets not commissioned corresponding to each week subject to
maximum of 4 weeks of delay.

d. In case, the pumpset(s) are not commissioned even after 4 weeks from the scheduled
date of commissioning or extended date, then following additional Liquidated Damages
shall be levied for the quantities so delayed in the purchase order:

36
SOLAR RFP DOCUMENT

Table 4:Computation of additional LDs


Proportion (P)* of Additional Liquidated Possible Action
quantity of Damages
pumpset(s) so
delayed in earlier
Purchase Order(s)*
0% – 3% 5% of value of Cancellation of Purchase Order
pumpset(s) so delayed for such number of pumpset(s)
not commissioned/delayed
3% - 6% 10% of value of Cancellation of Purchase Order
pumpset(s) so delayed for such number of pumpset(s)
not commissioned/delayed
>6% Forfeiture of PG as Termination of Tripartite
applicable Agreement

*P= (Cumulative Quantity of pumpset(s) in earlier Purchase Order(s) not commissioned by


Supplier even after 4 weeks from the date of commissioning DOC or extended date / Total
quantity of pumpsets in all earlier Purchase Order(s) issued in that Category) * 100
In case of first Purchase Order issued to Supplier, P shall be calculated as below:
*P= (Quantity of solar pumps not commissioned by Supplier even after 4 weeks from the DOC
or extended date/ Total quantity of solar pumps in first Purchase Order) *100

Such terminated contracts may be awarded to other Successful Bidders, if they are
willing to accept.

e. Supplier shall, within 10 days of invocation of the PG by Procurer, restore the same to
the level prior to invocation. The Performance Guarantee will be returned within fifteen
(15) days upon the completion of CMC Period, subject to adjustments in the amount, if
any.

3.6.3 The format of the Bank Guarantee prescribed in the RFP shall be strictly adhered to and
any deviation from the above formats may result in rejection of the EMD/PG and
consequently, the Bid.

3.6.4 The Bidders declared as Successful Bidder based on this RFP are required to execute
Tripartite Agreement with Procurer within ten (10) days of the issue of LoA. If the
Successful Bidders fail to execute the Tripartite Agreement and/or fail to furnish the
required Performance Guarantee within the stipulated period, then the amount
submitted towards EMD shall be forfeited by Authorised Representative.

3.6.5 The Bank Guarantees shall be executed on non-judicial stamp paper of appropriate
value as per Stamp Act relevant to the place of execution. The Bank Guarantees have to
be in the name of the Bidding Company/Bidding Firm.

3.6.6 All expenditure towards execution of Bank Guarantees such as stamp duty etc. shall be
borne by the Bidders.

37
SOLAR RFP DOCUMENT

3.6.7 Authorised Representative shall release the EMD of the unsuccessful Bidders within
ten (10) days of issuing Letter of Award (LoA) to the Successful Bidders.

3.7 Tripartite Agreement

3.7.1 Tripartite Agreement shall be entered between Procurer and Successful Bidder(s) based
on this RFP. A format of the Tripartite Agreement to be executed between Procurer and
the Successful Bidder(s) shall be uploaded on the website
https://tender.apeprocurement.gov.in along with this RFP. The Tripartite Agreement
shall be signed within ten (10) working days of the date of issue of Letter of Award
(LoA). The Tripartite Agreement shall be valid starting from the Effective Date till the
Expiry Date.

3.7.2 Before signing of Tripartite Agreement with the Successful Bidders, Authorised
Representative will verify the documents furnished by the Bidders at the time of Bid
submission with a copy of complete documentary evidence supported with the original
documents. Authorised Representative at this stage may also ask the Bidders to furnish
the audited balance sheet along with complete Bank Statement starting from Bid
submission date till date along with a copy of the documents submitted with Registrar
of Companies, which became due during this period. If at this stage it is found that the
documents furnished by the Bidders are false / misleading or misrepresented in any
way then the relevant provisions contained in this RFP will be applicable.

3.7.3 Before signing of Tripartite Agreement the Authorised Representative shall check for
fulfilment of all obligations of Successful Bidder specified in this RFP and Authorised
Representative shall have the right to forfeit the EMD in case the Successful Bidder
does not fulfil any of the obligations or fails to enter into the Tripartite Agreement
within as stipulated period unless it is extended by the Authorised Representative.

3.7.4 In case the Successful Bidder fails to submit the Performance Guarantee and /or fails to
sign the Tripartite Agreement within the stipulated time, the EMD shall be forfeited as
per provisions of Clause 3.6.4 of this RFP and the Authorised Representative reserves
the right to blacklist the Bidder.

3.7.5 Payment Terms:

a. Upon successful implementation and starting of operation of solar pumpset system


including Remote Monitoring Unit, Supplier shall coordinate with NREDCAP for
submitting data on performance of Pumpsets for online monitoring of performance
of solar pumpset system online. Immediately succeeding day from demonstration of
7 days of satisfactory performance of pumpset installed and verification of data as
mentioned in Article 3.2.12, 3.2.13, 3.2.14 and 3.2.15 of the Tripartite Agreement,
retrieved through Online Monitoring Dashboard by NREDCAP, shall be declared
as deemed DOC. NREDCAP shall provide a certificate in this regard. A non-
refundable fee of 2% of value of solar pumpset as mentioned in the LoA plus GST
shall be paid by Supplier per pumpset in favour of NREDCAP for carrying out

38
SOLAR RFP DOCUMENT

certification of such data integration of pumps with smart centre of NREDCAP,


cloud and server based centralized monitoring of solar pumpset, analytical report
generation, real time dash board maintenance and Toll free support for customers
during CMC Period. However, this will not be considered as part of financial bid
for evaluation.

b. Upon successful commissioning, Procurer shall declare the DOC and issue a
Completion Certificate as per provisions of the Tripartite Agreement.

 70% of Purchase Order value shall be paid on submission the Completion


Certificate.

 20% of Purchase Order value shall be paid on submission of certificate towards


deemed DOC and upon submitting the real condition testing certificate as
stipulated by MNRE.

 Balance 10% of Purchase Order value with 2% on annual basis in each year of
the CMC Period to be released against Bank Guarantee (BG) from a
nationalized bank of equivalent value at the end of every year subject to
satisfactory compliance of Operations and Maintenance norms (as per MNRE
specifications of 2015-16 and as per provisions of the Tripartite Agreement) and
receipt of data on NREDCAP server on regular basis as mentioned in the
Clauses 3.3 (e), (f), (g) and (h) of this RFP as CMC Charges. This BG can be in
5 equal parts respectively valid for 1, 2, 3, 4 and 5 years from the date of
installation and the expired BG should be released every year.

c. The Supplier shall be responsible for submitting invoice to the designated Procurer
office by Registered Post or by hand.

d. The Supplier shall also send the scanned copies of the invoice and other documents
by mail to the Procurer.

e. If the Procurer makes the payment within 21 days of receipt of invoice from the
Supplier, a rebate of 0.2% for each day of early payment subject to a maximum of
2% of invoice value for delayed payments beyond the Due Date, a penalty of 0.2%
of invoice value for each day of delay subject to a maximum of 2% of invoice value
shall be paid.

f. Early commissioning incentive of 0.5% of value of commissioned pumpsets shall


be made available to Supplier per week subject to maximum of 2 weeks. Value of
commissioned Pumpsets shall be calculated as sum of (Number of pumpsets
commissioned by Supplier model wise X L1 Price discovered) model wise of all the
models.

g. Supplier shall be paid CMC Charges at the end of every year subject to satisfactory
compliance of Operations and Maintenance norms (as per MNRE specifications of
2015-16 and as per provisions of the Tripartite Agreement) and receipt of data on

39
SOLAR RFP DOCUMENT

NREDCAP server on regular basis as mentioned in the Clauses 3.3 (e), (f), (g) and
(h) of this RFP. NREDCAP shall be issuing a certificate on quarterly basis
certifying receipt and quality of data received on Online monitoring Dashboard
through NREDCAP server. Applicable Taxes and Duties shall be reimbursed to the
Supplier by Procurer, subject to submission of appropriate documentary evidence
towards payment of such Taxes and Duties to respective Government department.
Bidder has to arrange signed certificate (Schedule 8 of Tripartite Agreement) from
beneficiary certifying satisfactory performance of Pumpsets and submit the same to
the Procurer within 7 days of end of each quarter. Failure to furnish such signed
certificates, i.e. NREDCAP certificate and beneficiary certificate for any one
quarter shall result in non-payment of CMC Charges for that year.
3.7.6 The Bidder shall submit its response through Bid submission to the RFP on
eProcurement platform at www.apeprocurement.gov.in by following the procedure
given below.

3.7.7 The Bidder would be required to register on the e-procurement market place
www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their
Bids online. Offline Bids shall not be entertained by the Authorised Representative for
this RFP and shall be summarily rejected.

3.7.8 The Bidder shall upload Prequalification Bid, Technical Bid and the Financial Bid on
the website specified in Clause 3.8 of the RFP. The information pertaining to Technical
Bid and the Financial Bid shall be scanned and uploaded by the Bidder as per the
formats specified in Clause 6 of this RFP.

3.7.9 The Bidders shall upload the scanned copies of all the relevant certificates, documents
etc., in support of their Qualification Requirement and other certificate/documents in
the eProcurement web site. Each format has to be duly signed and stamped by the
Authorised Signatory of the Bidder. The scanned copy of such signed and stamped
format shall be uploaded by the Bidder on the website specified in Clause 3.8 of the
RFP.

3.7.10 Further, in addition to above, the Bidder shall submit the hard copy of the Bid, in the
manner specified in Clause 3.8.2, in original, as per the timelines specified in Clause
3.2 of this RFP, to the address mentioned below:

The VC & Managing Director, NREDCAP


12-464/5/1, River Oaks Apartments,
CSR Kalyana Mandapam Road,
Tadepalli- Guntur District- 522 501

3.7.11 Strict adherence to the formats wherever specified, is required. Wherever, information
has been sought in specified formats, the Bidder shall refrain from referring to
brochures/pamphlets. Non-adherence to formats and/or submission of incomplete
information may be a ground for declaring the Bid as non-responsive. Each format has
to be duly signed and stamped by the Authorised Signatory of the Bidder. The scanned

40
SOLAR RFP DOCUMENT

copy of such signed and stamped format shall be uploaded by the Bidder on the website
specified in Clause 3.8.2 of the RFP

3.7.12 The Bidder shall furnish documentary evidence in support of meeting Qualification
Requirements set forth in Clause 3.4 of the RFP to the satisfaction of the Authorised
Representative

3.7.13 Authorised Signatory of the Bidder:

a) In case of a Bid submitted by a Bidding Company, the Bidding Company


should designate one person to represent the Bidding Company in its dealings
with the Authorised Representative. The person should be authorised to perform
all tasks including, but not limited to providing information, responding to
queries, signing of Bid. Power of Attorney in accordance with Format 6.2 (A) of
the RFP shall be issued in favour of such person and such person shall be the
Authorised Signatory of the Bidder for the purpose of this Bid process. The
Bidding Company should submit, along with the bid, a Board Resolution,
authorizing the signatory of the bid.

b) In case of a Bid submitted by a Bidding Firm, the Bidding Firm should


designate one Partner to represent the Bidding Firm in its dealings with the
Authorized Representative. The Partner should be authorized to perform all
tasks including, but not limited to providing information, responding to queries,
signing of Bid etc. The Bidding Firm should submit, along with the Bid, a
Power of Attorney (as per Format 6.2 (B)), authorizing the signatory of the Bid
and such partner shall be the Authorised Signatory of the Bidder for the purpose
of this Bid process

c) Authorized signatory of any Firm participating under this Bid process shall
mandatorily be a partner as per the registered partnership deed and shall be
Director for a Sole Proprietorship firm. Authorized signatory of any Company
participating in this Bid process shall mandatorily be atleast a Director of the
Company.

d) Board Resolution duly certified by the Company Secretary or the Director of the
relevant Bidder

3.7.14 Steps for eProcurement

1) Registration with eProcurement platform:

For registration and online Bid submission, Bidders may contact HELP DESK
of Vupadhi Techno Services

M/s Vupadhi Techno Services,


1st Floor, Ramky Grandiose,
Sy. No: 136/2&4, Gachibowli

41
SOLAR RFP DOCUMENT

Hyderabad – 500032
Phone: 040-39999700/01
Helpdesk support at Vijayawada: 07337318402/403
https://tender.eprocurement.gov.in.

2) Digital Certificate authentication:

The Bidder shall authenticate the Bid with his Digital Certificate for submitting
the Bid electronically on eProcurement platform and the Bids not authenticated
by Digital Certificate of the Bidder will not be accepted on the eProcurement
platform.

For obtaining Digital Signature Certificate, the Bidder may contact:

Andhra Pradesh Technology Services Limited


Plot No. 302, 3rd Floor, Banukrishna Nilayam, Ashoka Nagar,
Velanki Rammohan Rao Street, Vijayawada
Mob: 9963029443
(OR)

Any other Registration Authorities of any Certifying Authorities in India. The


list of CAs are available on the link –
https://tender.eprocurement.gov.in/DigitalCertificate/signature.html.
3) Payment of transaction fee

It is mandatory for all the participant Bidders from 1st January 2006 to
electronically pay a Non-refundable Transaction fee to M/s. APTS, the service
provider through "Payment Gateway Service on E-Procurement platform".
Bidder shall pay transaction fee as per the relevant GoAP guidelines in regard to
e-procurement fund to be administered by APTS limited. The Electronic
Payment Gateway accepts all Master and Visa Credit Cards issued by any bank
and Direct Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank to
facilitate the transaction. GST would be applicable on the transaction amount
payable to APTS.

3.8 Instructions to Bidders for Bid Submission

3.8.1 The Bid uploaded on the website of the RFP shall comprise of the following:

A) Technical Bid

Prequalification Check (Mandatory for all the Bidders)

1. Covering Letter corresponding to Prequalification Bid as per Format 6.0 (PQ) of


this RFP

42
SOLAR RFP DOCUMENT

2. Legible scanned copies of EMD/valid Certificate for exemption and Bid


Processing Fee shall be uploaded in accordance with Clause 3.6 and 3.1.3 of
this RFP and as per timelines specified in Clause 3.2 of the RFP

Table 5: List of Formats under Technical Bid


S. Format No. Description Relevant Documents
No. (indicative not exhaustive)
For all Bidders
1 Format 6.1 Covering Letter
2.a Format 6.2A Power of Attorney for
Bidding Company
2.b Format 6.2 B Power of Attorney for
Bidding Firm

5 Format 6.3 Earnest Money


Deposit (EMD)
6 Format 6.4A Technical Eligibility Documentary evidence for
Criteria Experience, Test Certificate,
Evidence for maintenance
contract which bidder must
have catered to, Test
Certificate for each model for
which bidder is bidding for if
available at the time of bid
submission.
7 Format 6.4B Financial Eligibility Certified copies of audited
Criteria financial statements/Income
tax returns along with CA
certificate confirming
Average Annual Turnover,
GST registration certificate,
Incorporation Certificate
8 Format 6.6 Certificate of Format for certificate of
relationship relationship of Parent
Company or Associate
Company with the Bidder

B) Financial Bid (Mandatory for all the Bidders except Bidders participating
under Local Category)

43
SOLAR RFP DOCUMENT

1. Financial Bid as per Format 6.5 A and Format 6.5 B and in accordance with
provisions of Clause 3.5 of this RFP

3.8.2 Sealing and Marking of Hard Copy of Bid

The hard copy of the Bid shall be submitted in a single Outer Large Envelope on the
Bidder‟s name and address with Bid No. and RFP No. containing three separate Inner
Envelopes one each for Prequalification (PQ) Check, Technical Bid and the Financial
Bid.
Contents of Inner Envelope-1: Envelope shall be labelled as „”Prequalification (PQ)
Check” and should contain the following.
 Covering Letter corresponding to Prequalification Check as per Format 6.0
(PQ) of this RFP.
 Hard copies of EMD and Bid Processing Fee shall be submitted in accordance
with Clause 3.6 and 3.1 of this RFP and as per timelines specified in Clause 3.2
of the RFP
 Only if the contents mentioned under Envelope1 is submitted and meet
requirements under this RFP, Envelope 2 and 3 shall be opened.
Contents of Inner Envelope-2: Envelope shall be labelled as „Technical Bid‟ and
should contain the following formats and the relevant documentary proofs pertaining to
each of the format as specified.
SL Format No. Description Relevant Documents
No. (indicative not exhaustive)
For all other Bidders
1 Format 6.1 Covering Letter
2.a Format 6.2A Power of Attorney for
Bidding Company
2.b Format 6.2 B Power of Attorney for
Bidding Firm

5 Format 6.3 Earnest Money


Deposit (EMD)
6 Format 6.4A Technical Eligibility Documentary evidence for
Criteria Experience, Test Certificate,
Evidence for maintenance
contract which bidder must
have catered to, Test
Certificate for each model for
which bidder is bidding for if
available at the time of bid
submission.

44
SOLAR RFP DOCUMENT

7 Format 6.4B Financial Eligibility Certified copies of audited


Criteria financial statements/Income
tax returns along with CA
certificate confirming
Average Annual Turnover,
GST registration certificate
8 Format 6.6 Certificate of Format for certificate of
relationship relationship of Parent
Company or Associate
Company with the Bidder

Contents of Inner Envelope-3: Envelope shall be labelled as „Financial Bid‟ and


should contain the following
 Financial Bid as per Format 6.5 A and Format 6.5 B and in accordance with
provisions of Clause 3.5 of this RFP.
Each Envelope shall indicate the complete name, address, telephone numbers (with city
code) and facsimile number of the Applicant(s). Envelope containing the Bid shall be
addressed to VC & Managing Director, NREDCAP as specified in Clause 3.7.10

3.9 Important notes and instructions to Bidders

3.9.1 Wherever information has been sought in specified formats, the Bidders shall fill in the
details as per the prescribed formats and shall refrain from any deviations and referring
to any other document for providing any information required in the prescribed format.

3.9.2 The Bidders shall ensure that the scanned copies uploaded on the eProcurement
platform i.e. PQ Check, Technical Bid and Financial Bid are legible and the content is
clearly visible.

3.9.3 The Bidders shall be evaluated based on the undertakings and/or declarations and/or
information and/or documents provided by them in relevant schedules of RFP. The
information and/or documents submitted along with the Bid may be verified before
signing of Tripartite Agreement

3.9.4 If the Bidder conceals any material information or makes a wrong statement or
misrepresents facts or makes a misleading statement in its Bid, in any manner
whatsoever, Authorised Representative reserves the right to reject such Bid and/or
cancel the Letter of Award, if issued and the EMD provided shall be forfeited. Bidder
shall be solely responsible for disqualification based on their declaration in Bid. No two
Bidders in this Bid process shall be in Conflict of Interest with one another.

45
SOLAR RFP DOCUMENT

3.9.5 If the events specified at Clause 3.9.3 and Clause 3.9.4 are discovered after the
Effective Date, consequences specified in Tripartite Agreement shall apply.

3.9.6 Bids submitted by the Bidder shall become the property of the Authorised
Representative and the Authorised Representative shall have no obligation to return the
same to the Bidder. However, the EMDs submitted by unsuccessful Bidders shall be
returned as specified in Clause 3.6.7 of this RFP.

3.9.7 All pages of the Bid submitted must be initialled by the Authorised Signatory of the
Bidder authorised through a power of attorney as applicable and as provided in Clause
3.7.13 of this RFP.

3.9.8 The Bids shall be submitted as mentioned in Clauses 3.8 and 3.9. No change or
supplemental information to the Bid will be accepted after the Bid Deadline. The
Authorised Representative may, at its sole discretion, ask for additional
information/document and/or seek clarifications from a Bidder after the Bid Deadline,
inter alia, for the purposes of removal of inconsistencies or infirmities in its Bid.
However, no change in the Quoted Price/ Total Cost or any matter relating to Quoted
Price/Total Cost shall be sought or permitted by the Authorised Representative. Delay
in submission of additional information and/or documents sought by the Authorised
Representative shall make the Bid liable for rejection.

3.9.9 All the information should be submitted in English language only. Where the original
documents are in a language other than English, the Bidders shall submit certified true
translations of such documents.

3.9.10 Bidders shall mention the name of the Authorised Signatory, as per Clause 3.7.13 of the
RFP and complete address of the Bidder in the covering letter.

3.9.11 Bids that are incomplete, which do not substantially meet the requirements prescribed
in this RFP, will be liable for rejection by Authorised Representative. Bids not
submitted in the specified formats will be liable for rejection by Authorised
Representative. Non submission and/or submission of incomplete data/ information
required under the provisions of RFP shall not be construed as waiver on the part of
Authorised Representative of the obligation of the Bidder to furnish the said
data/information unless the waiver is in writing.

3.9.12 The Successful Bidder(s) shall be required to continue to maintain compliance with the
Qualification Requirements specified in this RFP throughout the Bidding process and
till the DOC of all the Solar Pumpset System(s) allocated to the Bidder.

46
SOLAR RFP DOCUMENT

3.9.13 This RFP document includes statements, which reflect the various assumptions arrived
at by the Authorised Representative in order to give a reflection of the current status in
the RFP. It is entirely upon by the Bidders in making their own assessments. This RFP
does not purport to contain all the information each Bidder may require and may not be
appropriate for all persons. Each Bidder should conduct its own investigations and
analysis and should check the accuracy, reliability and completeness of the information
in this RFP and obtain independent advice from appropriate sources.

3.10 Bid Validity

The Bidder shall submit its Bid in response to RFP which shall remain valid upto
Ninety (90) days from the Bid Deadline (“Bid Validity”). Authorised Representative
may request the Bidders for extension of Bid Validity. In case the Bidders agree to
extend the Bid Validity, then such Bidders shall furnish undertaking for extension of
Bid Validity within seven (7) days of receipt of request from the Authorised
Representative. In case the Bidders don‟t wish to extend the Bid Validity, then the
EMD of all such Bidders shall be returned after seven (7) days of issue of request by
the Authorised Representative. Authorised Representative reserves the right to reject
Bid which does not meet the aforementioned validity requirement

3.11 Bid preparation cost

The Bidder shall be responsible for all the costs associated with the preparation of Bid
and participation in discussions and attending pre-Bid meeting(s), etc. Authorised
Representative shall not be responsible in any way for such costs, regardless of the
conduct or outcome of the Bid process.

3.12 Clarifications/Pre Bid meeting/ Enquires/ Amendments

Clarifications / Doubts, if any, on RFP document shall be e-mailed to info@nredcap.in


(or) spumpsets@nredcap.in. Bidders are requested to remain updated with the website
www.nredcap.in. If necessary, amendments shall be issued by Authorised
Representative which will be notified in the eProcurement website/NREDCAP official
website www.nredcap.in. No separate reply/intimation will be given for the above,
elsewhere.

3.13 Right of Authorised Representative to reject a Bid

Authorised Representative reserves the right to reject any or all of Bids or cancel the
Bid process without assigning any reasons whatsoever and without any liability.

3.14 Fraudulent and Corrupt Practices

3.14.1 The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bid process and subsequent to the issue of the
LoA. Notwithstanding anything to the contrary contained herein, or in the LoA, the

47
SOLAR RFP DOCUMENT

Authorized Representative shall reject a Bid, withdraw the LoA, as the case may be,
without being liable in any manner whatsoever to the Bidder, if it determines that the
Bidder has, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice in the
Bid process. In such an event, the Authorized Representative shall forfeit the EMD,
without prejudice to any other right or remedy that may be available to the Authorized
Representative hereunder or otherwise.

3.14.2 Without prejudice to the rights of the Authorized Representative under Clause 3.14
hereinabove and the rights and remedies which the Authorized Representative may
have under the LoA, if a Bidder is found by the Authorized Representative to have
directly or indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice during
the Bid process, or after the issue of the LoA or after signing of Tripartite Agreement,
such Bidder shall be blacklisted and shall not be eligible to participate in any tender or
RFP issued by the Authorized Representative, during a period of three (3) years from
the date such Bidder is found by the Authorized Representative to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practices, as the case may
be.

3.14.3 For the purposes of this Clause 3.14, the following terms shall have the meaning
hereinafter respectively assigned to them:

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence the actions of any person connected with
the Bid process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of the
Authorized Representative who is or has been associated or dealt in any manner,
directly or indirectly with the Bid process or the LoA or has dealt with matters
concerning the Tripartite Agreement or arising there from, before or after the execution
thereof, at any time prior to the expiry of one year from the date such official resigns or
retires from or otherwise ceases to be in the service of the Authorized Representative,
shall be deemed to constitute influencing the actions of a person connected with the Bid
Process); or (ii) engaging in any manner whatsoever, whether during the Bid Process or
after the issue of the LoA or after signing of the Tripartite Agreement, as the case may
be, any person in respect of any matter relating to the project or the LoA or the
Tripartite Agreement, who at any time has been or is a legal, financial or technical
adviser of the Authorized Representative in relation to any matter concerning the
Project;

(b) “Fraudulent practice” means a misrepresentation or omission of facts or


suppression of facts or disclosure of incomplete facts, in order to influence the Bid
process;

48
SOLAR RFP DOCUMENT

(c) “Coercive practice” means impairing or harming, or threatening to impair or harm,


directly or indirectly, any person or property to influence any person‟s participation or
action in the Bid process;

(d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Authorized Representative with the objective of
canvassing, lobbying or in any manner influencing or attempting to influence the Bid
process; or (ii) having a Conflict of Interest; and

(e) “Restrictive practice” means forming a cartel or arriving at any understanding or


arrangement among Bidders with the objective of restricting or manipulating a full and
fair competition in the Bid process;

49
SOLAR RFP DOCUMENT

4 Bid evaluation methodology and selection of Projects

4.1 The evaluation process comprises the following two steps:

A. Step I – Prequalification (PQ) check and Evaluation of Technical Bids

B. Step II – Opening of Financial Bids and evaluation of Financial Bids

4.1.1 Step I- Evaluation of Technical Bids

a. Prequalification (PQ)

The Bidder shall submit original documents i.e. original hard copies pertaining to Bid
Processing Fee and EMD as per Clause 3.1 and 3.6 of this RFP and as per the timelines
specified in Clause 3.2 of this RFP. Bids not accompanied by Bid Processing Fee and
EMD as per the terms of the RFP shall be summarily rejected and no further evaluation
will be carried out in respect of such Bids/Bidders. Original documents of Bid
Processing Fee and EMD shall also be accompanied by the covering letter as per
Format 6.0 (PQ) of this RFP

Any of the following conditions shall cause the Bid to be “Non-responsive”:

i) Non submission of Bid Processing Fee, EMD in acceptable form/amount


along with the Bid and unavailability of the scanned copies of these
documents under the PQ Template/PQ Check on the eProcurement platform

ii) Bids not received by the Bid Deadline.

iii) Submission of Quoted Price/Total Cost and/or any information relating to


the Quoted Price/Total Cost in any other part of the Bid except the Financial
Bid

b. Technical Evaluation

1. Subject to Clause 4.1.1(a), all the formats, documents and/or information submitted
by the Bidder as a part of the Technical Bid, except Financial Bid will be opened
and evaluated at this stage.

2. The Bid submitted by the Bidder shall be scrutinized to establish satisfaction of


Qualification Requirements set forth in the RFP. Submission of Quoted Price/Total
Cost and/or any information relating to the Quoted Price/Total Cost in any other
part of the Bid except the Financial Bid, may lead to rejection of the Bid

3. Subject to Clause 4.1.1(a) above, Authorised Representative will examine all the
documents submitted by the Bidders and ascertain meeting of Qualification
Requirements prescribed in the RFP. During the examination and evaluation of
Bids, Authorised Representative may seek clarifications / additional documents /
rectification of errors / discrepancies if any in the documents submitted etc. from

50
SOLAR RFP DOCUMENT

the Bidders if required to satisfy themselves for meeting the Qualification


Requirements. Bidders shall be required to respond to any clarifications/additional
documents sought by Authorised Representative within the timeline intimated by
the Authorised Representative.

4. It shall be the responsibility of the Bidder to ensure that all the documents have
been successfully uploaded on the eProcurement platform. No reminders in this
case shall be sent. It will be the sole responsibility of the Bidders to remove all the
discrepancies/infirmities and upload/furnish additional documents as requested by
Authorised Representative, to the satisfaction of Authorised Representative.
Authorised Representative shall not be responsible for rejection of any Bid on
account of the above.

5. Bids meeting the Qualification Requirements specified in this RFP shall be


technically responsive and the corresponding Bidder shall be declared as the
Qualified Bidders

6. Subsequent to the completion of evaluation of Technical Bids as detailed above, the


list of Qualified Bidders will be uploaded on the website of Authorised
Representative and will also be known to the Bidders via the eProcurement
platform.

4.1.2 Step II – Opening of Financial Bids and evaluation of Financial Bids

4.1.2.1 Opening of Financial Bids


1. Financial Bids of the Qualified Bidders shall be opened on the eProcurement
platform as per the timelines specified in the RFP or such other date intimated by
the Authorised Representative. The evaluation of the Financial Bid shall be carried
out as per the information specified in Format 6.5 (A) and 6.5 (B) of the RFP

2. The Financial Bids submitted by the Qualified Bidders shall be scrutinized to


ensure conformity with the provisions of Clauses 3.5 and 3.8.1(B) of the RFP. Any
Financial Bid not meeting any of the requirements of Clauses 3.5 and 3.8.1 (B),
Format 6.5 (A) and Format 6.5 (B) of the RFP may cause the Bid to be “non-
responsive” at the sole discretion of the Authorised Representative.

4.1.2.2 Segregation of Bids into Solar Pumpset System(s) Model 1/2/3/4/5/6/7 and discovery
of Lowest Price

1. Based on the Solar Pumpset System(s) Model specified in the Financial Bids, Bids
received shall be segregated for each Solar Pumpset System(s) Model 1/2/3/4/5/6/7.

2. Ranking of Financial Bids shall be carried out by arranging them in ascending order
of Bid Parameter for each of the Solar Pumpset Model and this rank shall form the
basis of allocation of Solar Pumpset System(s). In case of a tie in Total Cost per
solar pumpset in the Category, the Qualified Bidder with higher Average Annual

51
SOLAR RFP DOCUMENT

Turnover shall be given better rank. The lowest Bid Parameter arrived as here shall
be the Lowest Price for the respective Solar Pumpset System(s) Model and such
Bidder shall be designated as the L1 Successful Bidder.

3. The Qualified Bidders participating shall be invited to match the Lowest Price in
the ascending order of their rank as determined above.

4. The second Qualified Bidder who confirms to match the Lowest Price, in writing to
the Authorized Representative, shall be designated as the L2 Successful Bidder and
so on so forth. The invitation to Qualified Bidders to match the Lowest Price will
stop, when 10 players in total i.e. till L10 Successful Bidder confirm to match the
Lowest Price.

5. If any Qualified Bidder doesn‟t confirm to match the Lowest Price, such Qualified
Bidder is removed from the Bid Process, without forfeiting the EMD, and the next
Qualified Bidder in the ranking order is invited to match the Lowest Price.

6. Subsequent to finalisation of Lowest Prize, allocation process as detailed hereunder


is carried out.

4.1.2.3 Allocation of Solar Pumpset System(s)

1. Allocation of Pump sets model wise: Open Category

a) Allocable Quantity of solar Pumpsets for L1 and L2 Successful Bidders shall be


40% and 20% of the Tendered Quantity (“Allocable Percentage”) irrespective of
Models 1/2/3/4/5/6/7. Allocable Quantity of solar Pumpsets for remaining
Successful Bidders starting from L3 and beyond upto L10 shall be allocated on pro
rata basis subject to maximum of 10% of Tendered Quantity irrespective of Models
1/2/3/4/5/6/7. Number of Pumpsets quoted by the Successful Bidder or Allocable
Quantity, whichever is minimum, shall be allocated to the corresponding Successful
Bidder in the LoA and shall be termed as Allocated Quantity and shall be tentative.

For the allocation, following cases emerge while allocating AC solar pumpsets and
respective illustrations are given;

Case 1: When there are 10 Successful Bidders and their Bid Capacity is equal to
maximum Allocable Capacity

Successful Bidder Number Number Allocable Allocable Allocable Allocated Unmet


of of Quantity (% Quantity Quantity Quantity Allocable
Pumpsets Pumpsets of Tendered (after (Min of Quantity
quoted quoted Quantity rounding B and E)
(%) (Number) adjusted on off)
pro rata
basis)
A B C D E F G=D-F

52
SOLAR RFP DOCUMENT

L1 Successful
Bidder 40% 2560 40% 2560 2560 2560 0
L2 Successful
Bidder 20% 1280 20% 1280 1280 1280 0
L3 Successful
Bidder 10% 640 5.0% 320 320 320 0
L4 Successful
Bidder 10% 640 5.0% 320 320 320 0
L5 Successful
Bidder 10% 640 5.0% 320 320 320 0
L6 Successful
Bidder 10% 640 5.0% 320 320 320 0
L7 Successful
Bidder 10% 640 5.0% 320 320 320 0
L8 Successful
Bidder 10% 640 5.0% 320 320 320 0
L9 Successful
Bidder 10% 640 5.0% 320 320 320 0
L10 Successful
Bidder 10% 640 5.0% 320 320 320 0

Case 2: When there are 10 successful Bidders and Bid Capacity proposed by all
the Bidders are equal to that of Allocable Capacity of L1;

Successful Bidder Number Number Allocable Allocable Allocable Allocated Unmet


of of Quantity (% Quantity Quantity Quantity Allocable
Pumpsets Pumpsets of Tendered (after (Min of Quantity
quoted quoted Quantity rounding B and E)
(%) (Number) adjusted on off)
pro rata
basis)
A B C D E F G=D-F
L1 Successful
Bidder 40% 2560 40% 2560.0 2560 2560 0
L2 Successful
Bidder 40% 2560 20% 1280.0 1280 1280 0
L3 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0
L4 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0
L5 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0
L6 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0
L7 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0
L8 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0

53
SOLAR RFP DOCUMENT

L9 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0
L10 Successful
Bidder 40% 2560 5.0% 320.0 320 320 0

Case 3: When there are less than 10 successful Bidders (for eg. 6) and all the
Bidders quote the minimum Bid capacity;

Successful Bidder Number Number Allocable Allocable Allocable Allocated Unmet


of of Quantity (% Quantity Quantity Quantity Allocable
Pumpsets Pumpsets of Tendered (after (Min of Quantity
quoted quoted Quantity) rounding B and E)
(%) (Number) off)
A B C D E F G=D-F
L1 Successful
Bidder 10% 640 40% 2560 2560 640 1920
L2 Successful
Bidder 10% 640 20% 1280 1280 640 640
L3 Successful
Bidder 10% 640 10.0% 640 800 640 0
L4 Successful
Bidder 10% 640 10.0% 640 800 640 0
L5 Successful
Bidder 10% 640 10.0% 640 800 640 0
L6 Successful
Bidder 10% 640 10.0% 640 800 640 0

The Authorised Representative shall reserve the right for deciding upon such
unallocated quantity (ies).

Case 4: When there are less than 10 Successful Bidders (for eg. 8) and L1 and L2
Successful Bidders quote less than their respective Allocable Capacities;

Successful Bidder Number Number Allocable Allocable Allocable Allocated Unmet


of of Quantity (% Quantity Quantity Quantity Allocable
Pumpsets Pumpsets of Tendered (after (Min of Quantity
quoted quoted Quantity) rounding B and E)
(%) (Number) off)
A B C D E F G=D-F
L1 Successful
Bidder 30% 1920 40% 2560 2560 1920 640
L2 Successful
Bidder 10% 640 20% 1280 1280 640 640
L3 Successful
Bidder 40% 2560 6.7% 426.67 426.0 426 0
L4 Successful
Bidder 40% 2560 6.7% 426.67 426.0 426 0
L5 Successful 40% 2560 6.7% 426.67 426.0 426 0

54
SOLAR RFP DOCUMENT

Bidder
L6 Successful
Bidder 40% 2560 6.7% 426.67 426.0 426 0
L7 Successful
Bidder 40% 2560 6.7% 426.67 426.0 426 0
L8 Successful
Bidder 40% 2560 6.7% 426.67 426.0 426 0

The unmet Allocable Quantity shall be offered to L3 Successful Bidder onwards


subject to maximum 10%.
Same allocation methodology shall be followed for allocating BLDC pumpsets as well.

b) Allocated Percentage shall be applied for distribution of farmer applications amongst


the various Suppliers as per the provisions of the Tripartite Agreement.

c) Subsequent Purchase Orders shall be awarded based on satisfactory performance of


execution of previous Purchase Orders issued under this RFP.

2. Allocation of Pump sets model wise: Local Category

a) Qualified Bidder from Local Category, agrees to match the L1 price discovered from
Open Category shall be allocated minimum of 100 number of AC Pumpsets and 25
numbers of BLDC or an allocation based on pro rata basis adjusted to nearest whole
number such that total allocation shall not exceed the Tendered Quantity earmarked for
Local Category, in case total number of Qualified Bidders from Local Category
exceeds 16 numbers.

b) Subsequent Purchase Orders shall be awarded based on satisfactory performance of


execution of previous Purchase Orders issued under this RFP.

c) Any unallocated quantity shall be allocated to Open Category as per the allocation
provisions mentioned above.

For illustration purpose:

Case 1:

Number of Qualified Bidder from Local Category, agrees to match the L1 price
discovered from Open Category for AC pumpset Model 1= 10

Number of AC Pumpsets allocated in first Purchase Order per Qualified Bidder = 100
numbers

Subsequent Purchase Orders shall be awarded based on satisfactory performance of


execution of previous Purchase Orders issued under this RFP

Case 2:

55
SOLAR RFP DOCUMENT

Number of Qualified Bidder from Local Category, agrees to match the L1 price
discovered from Open Category for AC pumpset Model 1= 16

Number of Pumpsets allocated in first Purchase Order per Qualified Bidder = 100
numbers

Case 3:

Number of Qualified Bidder from Local Category, agrees to match the L1 price
discovered from Open Category for AC pumpset Model 1= 32

Number of Pumpsets allocated in first Purchase Order per Qualified Bidder =


Minimum of {100 numbers or (16/32*100)} =50 numbers

56
SOLAR RFP DOCUMENT

5 Other Provisions

If any disputes shall be handled based on the terms of the Tripartite Agreement.

5.1 Power to Remove Difficulties

If any difficulty arises in giving effect to any provision of the RFP guidelines or
interpretation of the RFP guidelines or there is a requirement to modify the RFP
guidelines for better implementation, the matter may be considered by the Authorised
Representative for this purpose and its decision will be final.

57
SOLAR RFP DOCUMENT

6 Formats

6.1 FORMATS FOR BID SUBMISSION

The following formats are required to be submitted as part of the RFP. These formats
are designed to demonstrate the Bidder‟s compliance with the Qualification
Requirements set forth in Clause 3.4 and other submission requirements specified in the
RFP.

i. Format of Covering Letter for Pre-Qualification Check (Format 6.0 PQ)

ii. Format of Covering Letter (Format 6.1)

iii. Format for Power of Attorney to be provided by Bidding Company (Format


6.2A)

iv. Format for Power of Attorney to be provided by Bidding Firm (Format 6.2B)

v. Format for Earnest Money Deposit (EMD) (Format 6.3)

vi. Format for Technical Eligibility Criteria (Format 6.4A)

vii. Format for Financial Eligibility Criteria (Format 6.4B)

viii. Format for submission of Financial Bid (Formats 6.5A & B)

ix. Format for certificate of relationship of Parent (Format 6.6)

The Bidder may use additional sheets to submit the information for detailed response.

58
SOLAR RFP DOCUMENT

FORMAT-6.0 PQ
Covering Letter for Pre-Qualification Check
(The covering letter should be on the Letter Head of the Bidding Company/ Bidding
Firm)
Date: _____________________
Reference No: ___________________
From: __________________ (Insert name and address of Bidding Company/Bidding
Firm)
Telephone Number:
Fax:
E-mail address:
To
The VC & Managing Director, NREDCAP
12-464/5/1, River Oaks Apartments,
CSR Kalyana Mandapam Road,
Tadepalli, Guntur District -522 501,
Sub: Response to RFP No _______________ dated ____________ [Insert date in
dd/mm/yyyy for installation and commissioning of Solar Pumpset System(s)

Dear Sir,
I/We, the undersigned …………..[insert name of the ‘Bidder’] having read, examined
and understood in detail the RFP including Qualification Requirements in particular,
terms and conditions of the Tripartite Agreement, hereby submit my/our Bid in
response to RFP.

I/We have uploaded scanned copies of the following original documents on the website
specified by the Authorised Representative and I/We are hereby submitting the
following original documents as specified in Clause 3.8.1 (A)

Table A: Details pertaining to EMD


S No EMD through BG EMD through DD
BG Value in Ref No. Validity DD DD No. DD Date
INR Date Amount
1

Table B: Details pertaining to Bid Processing Fee


S No DD Amount DD No. DD Date

59
SOLAR RFP DOCUMENT

I/We, undertake to bid for following number of Pumpsets under …….(Open/


Local)Category for which EMD mentioned above, of relevant amount in accordance
with provisions under RFP is furnished;

Quoted number Only for Bidders


of solar pumpset participating

Type of Solar Pumpset system(s under Local


S.No. Model
System(s) Category (Please
mention Yes/No
)
1 Solar Surface mounted Solar PV
Pumpset Pumpset System(s) with
System(s) minimum PV Array of 2700
Model 1 Wp – 3 HP AC
2 Solar Submersible Solar PV
Pumpset Pumpset System(s) with
System(s) minimum PV Array of 3000
Model 2 Wp – 3 HP AC
3 Solar Surface mounted Solar PV
Pumpset Pumpset System(s) with
System(s) minimum PV Array of 4800
Model 3 Wp – 5 HP AC
4 Solar Submersible Solar PV
Pumpset Pumpset System(s) with
System(s) minimum PV Array of 4800
Model 4 Wp – 5 HP AC
5 Solar Surface mounted Solar PV
Pumpset Solar Pumpset System(s)
System(s) with minimum PV Array of
Model 5 2700 Wp – 3 HP BLDC
based solar pumpset
6 Solar Submersible Solar PV Solar
Pumpset Pumpset System(s) with
System(s) minimum PV Array of 3000
Model 6 Wp – 3 HP BLDC based
solar pumpset
7 Solar Submersible Solar PV Solar
Pumpset Pumpset System(s) with
System(s) minimum PV Array of 4800
Model 7 Wp – 5 HP BLDC based
solar pumpset

Thanking you,
Yours faithfully,

60
SOLAR RFP DOCUMENT

(Name, Designation and Signature of Authorised Signatory as per Clause 3.8)


FORMAT-6.1
Covering Letter
(The covering letter should be on the Letter Head of the Bidding Company/Bidding
Firm)

Date: _____________________

Reference No: ___________________

From: __________________ (Insert name and address of Bidding


Company/Bidding Firm)
Telephone Number:
Fax:
E-mail address:

To
The VC & Managing Director, NREDCAP
12-464/5/1, River Oaks Apartments,
CSR Kalyana Mandapam Road,
Tadepalli, Guntur District -522 501,

Sub: Response to RFP No _______________ dated ____________ [Insert date in


dd/mm/yyyy] for installation and commissioning of Solar Pumpset Systems

Dear Sir,
I/We, the undersigned …………….. [insert name of the ‘Bidder’] having read,
examined and understood in detail the RFP including Qualification Requirements in
particular, terms and conditions of the Tripartite Agreement hereby submit my/our Bid
in response to RFP. I/We are submitting our Bid for number of Pumpsets mentioned in
Format 6.0 submitted as part of the Bid;
1. I/We give my/our unconditional acceptance to the RFP, dated ……………..….
[Insert date in dd/mm/yyyy], standard Tripartite Agreement attached thereto, issued

61
SOLAR RFP DOCUMENT

by Authorised Representative. In token of my/our acceptance to the RFP, Tripartite


Agreement along with the amendments and clarifications issued by Authorised
Representative, the same have been initialled by me/us and enclosed with the
response to RFP. I/We shall ensure that the Tripartite Agreement is executed as per
the provisions of the RFP, provisions of Tripartite Agreement shall be binding on
me/us. Further, I/we confirm that the Solar Pumpset System(s) shall be installed and
commissioned within the timelines specified in this RFP.

2. I/We hereby declare that in the event that I/we are declared as Successful Bidder
and I/we are not able to submit Bank Guarantee of the requisite value(s) towards
PG within 10 days of issue of LoA by Authorised Representative or I/we are not
able to sign Tripartite Agreement with Procurer(s) within 10 days of issue of LoA
by Authorised Representative, then the Authorised Representative shall have the
right to forfeit the EMD submitted by me/us.
3. I/We have submitted our response to RFP strictly as per provisions under Clause 6
(Formats) of this RFP, without any deviations, conditions and without mentioning
any assumptions or notes in the said Formats.
4. I/We hereby declare that I/We are participating in this Bid process under the
…………… (Local/Open Category).
5. I/We hereby declared that we have read and understood the RFP and the hard copy
of the initialled RFP shall be submitted upon finalization as Successful Bidder.
6. I/We hereby unconditionally and irrevocably agree and accept that the decision
made by Authorised Representative in respect of any matter regarding or arising out
of the RFP shall be binding on me/us. I/We hereby expressly waive and withdraw
any deviations and all claims in respect of this process.
7. I/We hereby undertake that we will comply to the technical specifications of the
Solar Pumpset System(s) as detailed in Annexure-A of this RFP
8. I/we hereby declare that we are not in Conflict of Interest with any other Bidder in
this Bid process and we have submitted only one Bid in response to this RFP and
are not participating under any other Bid in this RFP. I/we hereby declare that we
are in compliance with provisions of Clause 3.4.1.1 of the RFP
9. I/We hereby undertake that the components/items to be supplied for installation of
the system shall be as per the component/items indicated in the Test Certificate of
the authorized test centres of MNRE including the brand, capacity etc. submitted
towards eligibility criteria specified under Clause 3.4.1 of the RFP. In case I/We
emerge as Successful Bidder and if I/We did not submit valid Test Certificate for
the allocated Solar Pumpset System(s) Model at the time of bid submission, I/We
undertake to submit valid Test Certificate within the period of Validity of LoA and
I/We confirm that as per the Clause 3.3.1 of this RFP, no Purchase Order shall be
issued to us until I/We furnish valid Test Certificate for the allocated Solar Pumpset

62
SOLAR RFP DOCUMENT

System(s) Model. If I/We fail to produce valid Test Certificate within the period of
Validity of LoA, Procurer shall have the right to forfeit the Performance Guarantee
submitted by me/us and terminate the Tripartite Agreement.
10. If I/We have already produced Test Certificate at the time of Bid submission and if
any alternation in component(s) of the Solar Pumpset System is required upon our
declaration as Successful Bidder/subsequently the Supplier and/or after signing the
Tripartite Agreement, then new Test Certificate for such Solar Pumpset System
shall be submitted to avail any new Purchase Order from the Procurer.
11. Familiarity with Relevant Indian Laws & Regulations:
I/We confirm that I/we have studied the provisions of the relevant Indian laws and
regulations as required to enable us to submit this response to RFP, and execute the
Tripartite Agreement, in the event of my/our selection as Successful Bidder.
12. I/We are enclosing herewith my/our response to the RFP with formats duly signed
as desired by you in the RFP for your consideration.
13. It is confirmed that my/our response to the RFP is consistent with all the
requirements of submission as stated in the RFP and subsequent communications
from Authorised Representative.
14. The information submitted in our response to the RFP is correct to the best of
my/our knowledge and understanding. I/We would be solely responsible for any
errors or omissions in my/our response to the RFP.
15. I/We confirm that all the terms and conditions of our Bid are valid upto (Insert
date as per Clause 3.10 of the RFP). The validity of my/our Bid will be as per
Clause 3.10 of this RFP
16. I/We (in case of a Company) confirm that the Power of Attorney has been issued to
the Authorised Signatory of this Bid pursuant to the Board Resolution
……………….. [Insert date in dd/mm/yyyy]
17. I/We confirm that I/We have the necessary execution capacity to implement and
execute the Solar Pumpset System(s) allocated to us pursuant to our finalization as
Successful Bidder after implementation of the allocation process
18. Contact Person:
Details of the representative to be contacted by Authorised Representative are furnished
as under:
Name :
Designation :
Company <if applicable>:
Address :
Phone No. :

63
SOLAR RFP DOCUMENT

Mobile No. :
Fax No. :
E-mail address :
Alternate Email address:
19. I/We have neither made any statement nor provided any information in this Bid,
which to the best of my/our knowledge is materially inaccurate or misleading.
Further, all the confirmations, declarations and representations made in my/our Bid
are true and accurate. In case this is found to be incorrect after my/our selection as
Successful Bidder, I/we agree that the same would be treated as the Bidder‟s event
of default under Tripartite Agreement and consequent provisions of Tripartite
Agreement shall apply.
Dated the__________day of____________20…

Thanking you,
Yours faithfully,
(Name, Designation and Signature of Authorised Signatory as per Clauses of 3.7)

64
SOLAR RFP DOCUMENT

FORMAT-6.2 A
FORMAT FOR POWER OF ATTORNEY
(To be provided by the Bidding Company in favour of the Authorised Signatory of
the Bidding Company)
POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of appropriate value as per Stamp


Act relevant to place of execution.)
KNOW ALL MEN BY THESE PRESENTS THAT
M/s…………….…………….having its registered office at
…………………………..…….., …..,..… having agreed to appoint
Mr/Ms……………………………..…, having his/her address
at………………………..and appointed as …………………at the Bidding Company,
as the Authorised Signatory, do hereby constitute, nominate and appoint
Mr/Ms…………….…………..
as our duly constituted lawful Attorney (hereinafter called as Authorised Signatory) to
exercise all or any of the powers for and on behalf of the Bidding Company in regard to
submission of the response to RFP No ………………….. We also authorize the said
Authorised Signatory to undertake the following acts:
i) To submit on Bidding Company, the response to RFP.
ii) To do any other act or submit any information and documents related to the
above response to RFP Bid.
It is expressly understood that in the event of the Bidding Company being selected as
Successful Bidder, this Power of Attorney shall remain valid, binding and irrevocable
until the Bidding Company achieves execution of Tripartite Agreement.
We as the Directors of the Bidding Company agree and undertake to ratify and confirm
all whatsoever the said Attorney/Authorised Signatory has done on behalf of the
Bidding Company pursuant to this Power of Attorney and the same shall bind us and
deemed to have been done by us.
IN WITNESS WHEREOF M/s …………………………………………..……., as the
Director of the Bidding Company have executed these presents on this……….. Day of
........under the Common Seal of our Company.

For and on behalf of Bidding Company M/s………………………….


--------------------------------
(Signature of person authorised by the board)

65
SOLAR RFP DOCUMENT

(Name
Designation
Place:
Date:
)
Accepted

---------------------------------
(Signature, Name, Designation and Address of the Authorised Signatory)

Attested

---------------------
(Signature of the executant)

------------------------------
(Signature & stamp of Notary of the place of execution)

Place:----------------
Date:------------------

Notes:

(1) The mode of execution of the power of attorney should be in accordance


with the procedure, if any, laid down by the applicable law and the charter
documents of the executant(s) and the same should be under common seal of the
executant affixed in accordance with the applicable procedure. Further, the person
whose signatures are to be provided on the power of attorney shall be duly authorized
by the executant(s) in this regard.

66
SOLAR RFP DOCUMENT

FORMAT-6.2 B
FORMAT FOR POWER OF ATTORNEY
(To be provided by the partners of the Bidding Firm in favour of the Authorised
Signatory of the Bidding Firm)
POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of appropriate value as per Stamp


Act relevant to place of execution.)
KNOW ALL MEN BY THESE PRESENTS THAT
M/s…………….…………….having its registered office at
…………………………..…….., …..,..… having agreed to appoint
Mr/Ms……………………………..…, having his/her address
at………………………..and a partner in our Bidding Firm as per the partnership deed
No….executed on………….., as the Authorised Signatory, do hereby constitute,
nominate and appoint Mr/Ms…………….………….. as our duly constituted lawful
Attorney (hereinafter called as Authorised Signatory) to exercise all or any of the
powers for and on behalf of the Bidding Firm in regard to submission of the response to
RFP No ………………….. We also authorize the said Authorised Signatory to
undertake the following acts:
i) To submit on behalf of Bidding Firm, the response to RFP.
ii) To do any other act or submit any information and documents related to the
above response to RFP Bid.
It is expressly understood that in the event of the Bidding Firm being selected as
Successful Bidder, this Power of Attorney shall remain valid, binding and irrevocable
until the Bidding Firm achieves execution of Tripartite Agreement.
We as the partners of the Bidding Firm agree and undertake to ratify and confirm all
whatsoever the said Attorney/Authorised Signatory has done on behalf of the Bidding
Firm pursuant to this Power of Attorney and the same shall bind us and deemed to have
been done by us.
IN WITNESS WHEREOF M/s …………………………………………..……., as the
partners of the Bidding Firm have executed these presents on this……….. Day of
........under the partnership deed

For and on behalf of Bidding Firm M/s………………………….


--------------------------------
(Signature of all the partners under the partnership deed)
(Name

67
SOLAR RFP DOCUMENT

Designation
Place:
Date:
)
Accepted

---------------------------------
(Signature, Name, Designation and Address

of the Authorised Signatory)

Attested

---------------------
(Signature of the executant)

------------------------------
(Signature & stamp of Notary of the place of execution)

Place:----------------
Date:------------------

Notes:

(1) The mode of execution of the power of attorney should be in accordance


with the procedure, if any, laid down by the applicable law and the charter
documents of the executant(s) and the same should be under common seal of the
executant affixed in accordance with the applicable procedure. Further, the person
whose signatures are to be provided on the power of attorney shall be duly authorized
by the executant(s) in this regard.

68
SOLAR RFP DOCUMENT

FORMAT- 6.3
FORMAT FOR EARNEST MONEY DEPOSIT
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to
place of execution.)

Ref._______________________
Bank Guarantee No.________________

Date: _____________________

In consideration of the ___________________[Insert name of the Bidder] (hereinafter


referred to as 'Bidder') submitting the response to RFP inter alia for selection of the
supplier for installation and commissioning of Solar Pumpset Systems, in response to
the RFP No.________ dated _____ issued by the NREDCAP (hereinafter referred to as
Authorised Representative) and Authorised Representative considering such response
to the RFP of __________ [insert the name of the Bidder] as per the terms of the RFP,
the_____________[insert name & address of bank] hereby agrees unequivocally,
irrevocably and unconditionally to pay to Authorised Representative at [Insert Name of
the Place from the address of Authorised Representative] forthwith on demand in
writing from Authorised Representative or any Officer authorised by it in this behalf,
any amount upto and not exceeding Rupees __________________ [Insert amount]
only, on behalf of .______________ [Insert name of the Bidder] .
This guarantee shall be valid and binding on this Bank upto and
including__________[insert date of validity in accordance with Clause 3.6 of this
RFP] and shall not be terminable by notice or any change in the constitution of the
Bank or the term of contract or by any other reasons whatsoever and our liability
hereunder shall not be impaired or discharged by any extension of time or variations or
alternations made, given, or agreed with or without our knowledge or consent, by or
between parties to the respective Tripartite Agreement.

Our liability under this Guarantee is restricted to INR. _______________


(INR._________ only). Our Guarantee shall remain in force until _________ [insert
date of validity in accordance with Clause 3.6 of this RFP]. Authorised Representative
shall be entitled to invoke this Guarantee till ________ [insert date corresponding to
thirty (30) days beyond the validity of the EMD].

69
SOLAR RFP DOCUMENT

The Guarantor Bank hereby agrees and acknowledges that the Authorised
Representative shall have a right to invoke this BANK GUARANTEE in part or in full,
as it may deem fit.
The Guarantor Bank hereby expressly agrees that it shall not require any proof in
addition to the written demand by Authorised Representative, made in any format,
raised at the above mentioned address of the Guarantor Bank, in order to make the said
payment to Authorised Representative.
The Guarantor Bank shall make payment hereunder on first demand without restriction
or conditions and notwithstanding any objection by _______________[Insert name of
the Bidder] and/or any other person. The Guarantor Bank shall not require Authorised
Representative to justify the invocation of this BANK GUARANTEE, nor shall the
Guarantor Bank have any recourse against Authorised Representative in respect of any
payment made hereunder.
This BANK GUARANTEE shall be interpreted in accordance with the laws of India
and the courts at Andhra Pradesh shall have exclusive jurisdiction.
The Guarantor Bank represents that this BANK GUARANTEE has been established in
such form and with such content that it is fully enforceable in accordance with its terms
as against the Guarantor Bank in the manner provided herein.
This BANK GUARANTEE shall not be affected in any manner by reason of merger,
amalgamation, restructuring or any other change in the constitution of the Guarantor
Bank.
This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and
accordingly Authorised Representative shall not be obliged before enforcing this
BANK GUARANTEE to take any action in any court or arbitral proceedings against
the Bidder, to make any claim against or any demand on the Bidder or to give any
notice to the Bidder or to enforce any security held by Authorised Representative or to
exercise, levy or enforce any distress, diligence or other process against the Bidder.
Notwithstanding anything contrary contained in any law for the time being in force or
banking practice, this Guarantee shall not be assignable, transferable by the Authorised
Representative. Notice or invocation by any person such as assignee, transferee or
agent of Authorised Representative shall not be entertained by the Bank. Any
invocation of the Guarantee can be made only by the Authorised Representative
directly.
Notwithstanding anything contained hereinabove, our liability under this Guarantee is
restricted to INR _________(INR ________ only) and it shall remain in force until
_________ [Date to be inserted on the basis of Clause 3.6 of this RFP]. We are liable
to pay the guaranteed amount or any part thereof under this Bank Guarantee only if
Authorised Representative serves upon us a written claim or demand.

70
SOLAR RFP DOCUMENT

Signature ____________
Name ______________
Power of Attorney No. _____________
For
______[Insert Name of the Bank]______

Banker's Stamp and Full Address.


Dated this ____day of___, 20__

71
SOLAR RFP DOCUMENT

FORMAT- 6.4 A
FORMAT FOR TECHNICAL ELIGIBILITY CRITERIA

To,

The VC & Managing Director, NREDCAP


12-464/5/1, River Oaks Apartments,
CSR Kalyana Mandapam Road,
Tadepalli, Guntur District -522 501

Dear Sir,

Sub: Response to RFP No. __________________ for selection of supplier for


installation and commissioning of Solar Pumpset System(s) in the state of Andhra
Pradesh.

I/We hereby submit the following documents to meet the Technical Eligibility Criteria
as per the provisions of the RFP.

Technical Eligibility Criteria

Sl. Name of the Parameter FY FY FY FY FY FY Total


No. Company 2013- 2014- 2015- 2016- 2017- 2018-
whose 14 15 16 17 18 19
experience is
being
considered
1 Number of Solar
Pumpsets
installed in
accordance with
Clause 3.4.1.2 of
RFP

Or

Sl. Name of the Parameter FY FY FY FY FY FY Total


No. Company 2013- 2014- 2015- 2016- 2017- 2018-
whose 14 15 16 17 18 19
experience is
being
considered
1 MW capacity of
ground mounted
Solar Power
Project installed
in accordance

72
SOLAR RFP DOCUMENT

Sl. Name of the Parameter FY FY FY FY FY FY Total


No. Company 2013- 2014- 2015- 2016- 2017- 2018-
whose 14 15 16 17 18 19
experience is
being
considered
with Clause
3.4.1.2 of RFP

I/We undertake that we are not be blacklisted by any Govt. Agency in the past or at
present. I/We undertake that were not blacklisted ever by any Govt. Agency.
In case I/We emerge as Successful Bidder and if I/We did not submit valid Test
Certificate for the allocated Solar Pumpset System(s) Model at the time of bid
submission, I/We undertake to submit valid Test Certificate within the period of
Validity of LoA and I/We confirm that as per the Clause 3.3.1 of this RFP, no Purchase
Order shall be issued to us until I/We furnish valid Test Certificate for the allocated
Solar Pumpset System(s) Model. If I/We fail to produce valid Test Certificate within
the period of Validity of LoA, Procurer shall have the right to forfeit the Performance
Guarantee submitted by me/us and terminate the Tripartite Agreement.
If I/We have already produced Test Certificate at the time of Bid submission and if any
alternation in component(s) of the Solar Pumpset System is required upon our
declaration as Successful Bidder/subsequently the Supplier and/or after signing the
Tripartite Agreement, then I/We undertake that new Test Certificate for such Solar
Pumpset System shall be submitted to avail any new Purchase Order from the Procurer
as per Clause 3.3.1 of this RFP.

I/We hereby undertake to certify that we would establish Authorized Service Centers of
operation before supply as per the provisions of the Tripartite Agreement District wise
in the State.

Signature of Authorised Signatory of the Bidder

Place:
Date:

Note:
1. Format 6.4 A shall be certified by Chartered Accountant or Statutory
Auditor of the Bidder.

73
SOLAR RFP DOCUMENT

2. Certificate of Incorporation and GST certificate


3. Test Certificate for the proposed model if available.

74
SOLAR RFP DOCUMENT

FORMAT- 6.4 B
FORMAT FOR FINANCIAL ELIGIBILITY CRITERIA

To,

The VC & Managing Director, NREDCAP,


12-464/5/1, River Oaks Apartments,
CSR Kalyana Mandapam Road,
Tadepalli-522 501, Guntur District

Dear Sir,

Sub: Response to RFP No. __________________ for selection of supplier for


installation and commissioning of Solar Pumpset System(s) in the state of Andhra
Pradesh.

I/We hereby submit the following documents to meet the Technical Eligibility Criteria
as per the provisions of the RFP.

I/We hereby undertake to certify that we have an average annual turnover of Rs.
________________ Crs as per Clause 3.4.1.4 of RFP;
Sl. Financial year Turnover (INR Crs)
No.
1 FY 2015-16
2 FY 2016-17
3 FY 2017-18
Average Annual Turnover

NOTE:
i. Attach certificate from the Chartered Accountant/Statutory Auditor along
with audited financial statements (Balance Sheet, Profit & Loss Account,
Schedules and cash flow statement). Provisional financial statements
certified by chartered accountant shall be furnished in case final financial
statements are not ready for FY 2017-18.

ii. The documents submitted without certification by the Chartered Accountant


shall not be considered.

Signature of Authorised Signatory of the Bidder


Place:
Date:

75
SOLAR RFP DOCUMENT

76
SOLAR RFP DOCUMENT

FORMAT- 6.5 A
FORMAT FOR FINANCIAL BID

Name of the Bidder: __________________________________________

Quoted Price per Solar Total


Pumpset System(s) Cost per
(INR) Solar
Quoted Applicable
(Inclusive of insurance Pumpset
number taxes,
Type of Solar and CMC Charges but (INR)
S. of solar duties etc.
Model Pumpset
No. exclusive of all (C=A+B)
System(s) pumpset (INR)
applicable taxes, duties
system(s) (B)
etc., to be quoted only
by Open Category
bidder) (A)
Surface
mounted
Solar PV
Solar
Pumpset
Pumpset
1 System(s) with
System(s)
minimum PV
Model 1
Array of 2700
wp – 3 HP
A/C
Submersible
Solar PV
Solar Pumpset
Pumpset System(s) with
2
System(s) minimum PV
Model 2 Array of 3000
wp – 3 HP
A/C
Surface
mounted
Solar PV
Solar
Pumpset
Pumpset
3 System(s) with
System(s)
minimum PV
Model 3
Array of 4800
wp – 5 HP
A/C
Solar Submersible
4
Pumpset Solar PV

77
SOLAR RFP DOCUMENT

Quoted Price per Solar Total


Pumpset System(s) Cost per
(INR) Solar
Quoted Applicable
(Inclusive of insurance Pumpset
number taxes,
Type of Solar and CMC Charges but (INR)
S. of solar duties etc.
Model Pumpset
No. exclusive of all (C=A+B)
System(s) pumpset (INR)
applicable taxes, duties
system(s) (B)
etc., to be quoted only
by Open Category
bidder) (A)
System(s) Pumpset
Model 4 System(s) with
minimum PV
Array of 4800
wp – 5 HP
A/C
5 Solar Surface
Pumpset mounted
System(s) Solar PV Solar
Model 5 Pumpset
System(s) with
minimum PV
Array of 2700
Wp – 3 HP
BLDC based
solar pumpset
6 Solar Submersible
Pumpset Solar PV Solar
System(s) Pumpset
Model 6 System(s) with
minimum PV
Array of 3000
Wp – 3 HP
BLDC based
solar pumpset
7 Solar Submersible
Pumpset Solar PV Solar
System(s) Pumpset
Model 7 System(s) with
minimum PV
Array of 4800
Wp – 5 HP
BLDC based
solar pumpset
Certified that:

78
SOLAR RFP DOCUMENT

 Above rates are in accordance with the specifications & various terms &
conditions mentioned in the RFP and are applicable for installation anywhere in
Andhra Pradesh State.
 The number of pumpsets quoted in Format 6.0 should match with Format 6.5 A.
Any mismatch will lead to disqualification.
 The rates are inclusive of all latest prevailing taxes and duties etc., of Govt. of
Andhra Pradesh as well as Govt. of India. Moreover, NREDCAP will not be
responsible for providing Road permits.
 The rates are inclusive of all the charges regarding Design, Supply, Installation,
Commissioning including Transportation, tracking facility, Remote Monitoring
Unit and the additional BOS like Suction Pipe, Delivery Pipe, Cable etc., with
proper foundation and any other charges mentioned in the RFP and also any
risks that are foreseen by the Tenderer. The rates are also inclusive of 5 years of
Remote Monitoring Unit charges and Insurance charges.
 All the components including PV system, software‟s and other components
mentioned above should be quoted as a single item. No partial quotes are
accepted.
 Site conditions shall be taken care of while laying the foundation for installation
of the system.
 The components/items to be supplied for installation of the system are as per the
component/items indicated in the Test Certificate submitted as per Clause 3.3.1
of this RFP and towards specified Qualification Requirements specified under
Clause 3.3.1, 3.4.1.2 (d), 3.4.1.3 (c) of the RFP of the authorized test centres of
MNRE including the brand, capacity etc.
 The component wise cost details with brand name are enclosed

Signature of Authorised Signatory of the Bidder with seal

Place:
Date:

79
SOLAR RFP DOCUMENT

FORMAT- 6.5 B
Statement showing the component wise cost details with brand name, for the
Quoted Price, for supply of 3HP/5HP AC/BLDC Solar PV Solar Pumpset
System(s)

Solar Solar Solar Solar Solar Solar Solar


S Pumpset Pumpset Pumpset Pumpset Pumpset Pumpset Pumpset
l System(s) System(s)System(s)System(s) System(s) System(s) System(s)
Item Bra Model 1 Model 2 Model 3 Model 4 Model 5 Model 6 Model 7
N
nd
o

1 Solar P V
Modules as
per
MNRE/IEC
specification
s
2 Solar
Inverter /
VFD with
remote
monitoring
Unit
3 Pump

4 GI Mounting
structure
with manual
tracking as
per MNRE
norms
5 A.SUBMER
SIBLE
PUMP
HDPE pipe
of
10kg/sqcm-
minimum
63mmOD-
PE 100
grade of 150
ft length
with 3 core
2.5 sqmm
flat cable as
per ISI
standards of
170 ft length

80
SOLAR RFP DOCUMENT

B.
SURFACE
MOUNTED
PUMP
HDPE pipe
of 6 kg/
Sqcm-
90/110 mm
OD(Delivery
/Suction)-PE
100 grade of
50ft length
with
required
Cable as per
ISI standards
6 Civil works
and all other
necessary
materials
required for
installation
including
transport
charges etc
at any
location in
AP
7 Installation,
Commission
ing &
Insurance
charge
with CMC
for a period
of 5 years
8 Any other
item, if any
Quoted
Price
(A=Sum of
amount of
items 1 to 8)
9 Applicable
taxes, duties
etc. (B)
Total Cost
per
Pumpset
(C=A+B)

81
SOLAR RFP DOCUMENT

The components/items to be supplied for installation of the system are as per the
component/items indicated in the Test Certificate submitted as per Clause 3.3.1 of this
RFP and towards specified Qualification Requirements specified under Clause 3.3.1,
3.4.1.2 (d), 3.4.1.3 (c) of the RFP of the authorized test centres of MNRE including the
brand, capacity etc. These rates are applicable for supply & installation of solar Solar
Pumpset System(s) anywhere in AP state with Insurance for 5 years on Turnkey basis.

Note: The component wise cost details without quoting of Financial Bid is not
valid.

Signature of Authorised Signatory of the Bidder


with seal

Place:
Date:

82
SOLAR RFP DOCUMENT

FORMAT- 6.6
Format for certificate of relationship of Associate Company/Parent
Company/Ultimate Parent Company with the Bidding Company

To,

………………………….

Dear Sir,

Sub: Bid for “Request for Proposal (RFP) for selection of suppliers in the State of
Andhra Pradesh for Design, Supply, Installation & Commissioning along with
Operation &Maintenance for 5 Years of off-grid SPV Water Pumping Systems

We hereby certify that


M/s…………………,M/s…………………..,M/s…………….are the Associate
Company/Parent Company/Ultimate Parent Company (insert as applicable) of the
Bidding Company as per Clause 2 of this RFP and based on details of equity
holding as on seven (7) days prior to the Bid Deadline.

The details of equity holding of the Associate Company/Parent Company/Ultimate


Parent Company/ Bidding Company or vice versa as on seven (7) days prior to the
Bid Deadline are given as below:

Name of Bidding Name of the Associate Percentage of Equity


Company Company /Parent Holding of Associate
Company/Ultimate Parent Company/ Parent
Company of the Bidding Company/Ultimate Parent
Company Company in the Bidding
Company

*Strike out whichever is not applicable.

*Attach Company Secretary Certificate towards shareholding pattern of the Associate


Company/Parent Company/Ultimate Parent Company and the Bidding Company along
with a Board resolution from the Associate Company/Parent Company//Ultimate Parent
Company shall also be submitted.

(Insert Name and Signature of Statutory Auditor or practicing Company Secretary of


the Bidder)

83
SOLAR RFP DOCUMENT

7 Annexures
Annexure – A: Technical Specifications as per MNRE guidelines
Annexure – B: Specifications of Controller for Solar Water Pump
Annexure – C: Performance Guarantee Format

84
SOLAR RFP DOCUMENT

ANNEXURE – A
Technical Specifications as per MNRE, JNNSM
(2015-16)

1. INTRODUCTION

A Solar Photovoltaic (SPV) Water Pumping System consists of:


 PV Array:
Capacity in the range of 200 Wp to 10 KWp. These ranges of Solar
Photovoltaic (SPV) Water Pumping Systems are basically for “Irrigation”
applications. However, these may also be used for “Drinking Water
Applications wherever such capacities are required”.
PV Array should be mounted on a suitable structure with a provision of
tracking the sun.
 Motor Solar Pumpset System(s) (Surface or submersible):
- D.C. Motor Solar Pumpset System(s) (with Brushes or Brush less D.C.)
Or
- A.C. Induction Motor Solar Pumpset System(s) with a suitable Inverter
 Electronics:
- Maximum Power Point Tracker
- Inverter for A.C. Motors (Appropriate Electronic Controller in case of
B.L.D.C.)
- Electronic Protections
 Interconnect Cables and
 “On – Off” Switch.

2. PERFORMANCE SPECIFICATIONS AND REQUIREMENTS


Solar PV Water Pumps with PV module capacity in the range of 900 Watt to 5 KWp
may be installed on a suitable bore-well / open well / Water Reservoir / Water stream
etc.
Under the “Average Daily Solar Radiation” condition of 7.15 KWh / sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules), the minimum water output
from a Solar PV Water Pumping System at different “Total Dynamic Heads” should be
as specified below :
For D.C. Motor Solar Pumpset System(s) with Brushes or Brush Less D.C.(B.L.D.C. ) :
(i) 100 liters of water per watt peak of PV array, from a Total Dynamic Head of 10
metres (Suction head, if applicable, minimum of 7 metres) and with the shut off
head being at least 12 metres.
(ii) 50 liters of water per watt peak of PV array, from a Total Dynamic Head of 20
metres (Suction head, if applicable, up to a maximum of 7 metres) and with the shut
off head being at least 25 metres.
(iii) 35 liters of water per watt peak of PV array, from a Total Dynamic Head of 30
metres and the shut off head being at least 45 metres.
(iv) 21 liters of water per watt peak of PV array, from a Total Dynamic Head of 50
metres and the shut off head being at least 70 metres.

85
SOLAR RFP DOCUMENT

(v) 14 liters of water per watt peak of PV array, from a Total Dynamic Head of 70
metres and the shut off head being at least 100 metres.
vi) 9.5 liters of water per watt peak of PV array, from a Total Dynamic Head of 100
metres and the shut off head being at least 150 metres.
The actual duration of pumping of water on a particular day and the quantity of water
pumped could vary depending on the solar intensity, location, season, etc.
Indicative performance specifications for the Shallow and Deep well SPV Water
Pumping Systems are given in the Annexure I.
For A.C. Induction Motor Solar Pumpset System(s) with a suitable Inverter:
(i) 90 liters of water per watt peak of PV array, from a Total Dynamic Head of 10
metres (Suction head, if applicable, minimum of 7 metres) and with the shut off
head being at least 12 metres.
(ii) 45 liters of water per watt peak of PV array, from a Total Dynamic Head of 20
metres (Suction head, if applicable, up to a maximum of 7 metres) and with the shut
off head being at least 25 metres.
(iii) 32 liters of water per watt peak of PV array, from a Total Dynamic Head of 30
metres and the shut off head being at least 45 metres.
(iv) 19 liters of water per watt peak of PV array, from a Total Dynamic Head of 50
metres and the shut off head being at least 70 metres.
(v) 13 liters of water per watt peak of PV array, from a Total Dynamic Head of 70
metres and the shut off head being at least 100 metres.
(vi) 8.5 liters of water per watt peak of PV array, from a Total Dynamic Head of
100 metres and the shut off head being at least 150 metres.
The actual duration of pumping of water on a particular day and the quantity of water
pumped could vary depending on the solar intensity, location, season, etc.
Indicative performance specifications for the Shallow and Deep well SPV Water
Pumping Systems are given in the Annexure II.

3. PV ARRAY

The SPV water pumping system should be operated with a PV array capacity in the
range of 200 Watts peak to 10000 Watts peak, measured under Standard Test
Conditions (STC). Sufficient number of modules in series and parallel could be used to
obtain the required PV array power output. The power output of individual PV modules
used in the PV array, under STC, should be a minimum of 125 Watts peak, with
adequate provision for measurement tolerances. Use of PV modules with higher power
output is preferred.

Indigenously produced PV module (s) containing mono/ multi crystalline silicon solar
cells should be used in the PV array for the SPV Water Pumping systems.

 Modules supplied with the SPV water pumping systems should have certificate
as per IEC 61215 specifications or equivalent National or International/
Standards.
 Modules must qualify to IEC 61730 Part I and II for safety qualification testing.
 The efficiency of the PV modules should be minimum 14% and fill factor
should be more than 70%.
 The terminal box on the module should have a provision for “Opening” for
replacing the cable, if required.

86
SOLAR RFP DOCUMENT

 There should be a Name Plate fixed inside the module which will give:
a. Name of the Manufacturer or Distinctive Logo
b. Model Number
c. Serial Number
d. Year of Manufacture

4. MOTOR PUMP-SET
 The SPV Water pumping systems may use any of the following types of motor
Solar Pumpset System(s):
a. Surface mounted motor Solar Pumpset System(s)
b. Submersible motor Solar Pumpset System(s)
c. Floating motor Solar Pumpset System(s)
d. Any other type of motor Solar Pumpset System(s) after approval from
Test Centers of the Ministry
 The “Motor Solar Pumpset System(s)” should have a capacity in the range of
0.2 HP to 10 HP and should have the following features:
 The mono block DC/ AC centrifugal motor Solar Pumpset System(s)
with the impeller mounted directly on the motor shaft and with
appropriate mechanical seals which ensures zero leakage.
 The motor of the capacity ranging from 0.2 HP to 10 HP should be AC,
PMDC or BLDC type. The suction and delivery head will depend on the
site specific condition of the field.
 Submersible pumps could also be used according to the dynamic head of
the site at which the pump is to be used.
 It is recommended that all parts of the pump and the motor of the submersible
pumps should be made of stainless steel.
- The manufacturers of pumps should self-certify that, the pump and all
external parts of motor used in submersible pump which are in contact
with water, are of stainless steel. The pumps used for solar application
should have a 5 years warranty so it is essential that the construction of
the pump be made using parts which have a much higher durability and
do not need replacement or corrode for at least 5 years.
 Provision for remote monitoring of the installed pumps must be made in the
controllers or the inverters either through an integral arrangement or through an
externally fitted arrangement. It should be possible to ascertain the daily water
output, the power generated by the PV array, the UP TIME of the pump during
the year, Number of days the pump was unused or under breakdown/repairs.
 The following details should be marked indelibly on the motor Solar Pumpset
System(s):
a. Name of the Manufacturer or Distinctive Logo
b. Model Number
c. Serial Number
 The suction/ delivery pipe (GI/HDPE), electric cables, floating assembly, civil
work and other fittings required to install the Motor Solar Pumpset System(s).

87
SOLAR RFP DOCUMENT

5. MOUNTING STRUCTURES and TRACKING SYSTEM


The PV modules should be mounted on metallic structures of adequate strength and
appropriate design, which can withstand load of modules and high wind velocities up to
150 km per hour. The support structure used in the pumping system should be hot dip
galvanized iron with minimum 80 micron thickness.
To enhance the performance of SPV water pumping systems, manual or passive or auto
tracking system must be used. For manual tracking, arrangement for seasonal tilt angle
adjustment and three times manual tracking in a day should be provided.

6. ELECTRONICS AND PROTECTIONS


 Maximum Power Point Tracker (MPPT) should be included to optimally use the
Solar panel and maximize the water discharge.
 Inverter could be used, if required, to operate an A.C. Pump. The inverter must
have IP 54 protection or must be housed in a cabinet having at least IP54
protection.
 Controller for BLDC motor driven pumps, if required be used. The controller
must have IP 54 protection or must be housed in a cabinet having at least IP 54
protection.
 Adequate protections should be incorporated against dry operation of motor
Solar Pumpset System(s), lightning, hails and storms.
 Full protection against open circuit, accidental short circuit and reverse polarity
should be provided.

7. ON/OFF SWITCH
A good reliable switch suitable for DC use is to be provided. Sufficient length of cable
should be provided for inter-connection of the PV array, Controller / Inverter and the
motor Solar Pumpset System(s).

8. WARRANTY
The PV Modules must be warranted for output wattage, which should not be less than
90% at the end of 10 years and 80% at the end of 25 years. The whole system including
submersible/ surface pumps shall be warranted for 5 years. Required Spares for trouble
free operation during the Warrantee period should be provided along with the system.

9. OPERATION AND MAINTENANCE MANUAL


An Operation and Maintenance Manual, in English and the local language, should be
provided with the solar PV pumping system. The Manual should have information
about solar energy, photovoltaic, modules, DC/AC motor Solar Pumpset System(s),
tracking system, mounting structures, electronics and switches. It should also have clear
instructions about mounting of PV module, DO's and DONT's and on regular
maintenance and Trouble Shooting of the pumping system. Name and address of the
person or Centre to be contacted in case of failure or complaint should also be
provided. A warranty card for the modules and the motor Solar Pumpset System(s)
should also be provided to the beneficiary.

88
SOLAR RFP DOCUMENT

10. NOTES
 Wherever the “Water table” or the level of water in the reservoir or the water
source (e.g. Diggie) from which the water is to be pumped, is within 10 metres
depth, „Surface Motor Solar Pumpset System(s)” should be preferred.
 The type of Solar Pumpset System(s) used must match the total dynamic head
requirement of the site (i.e. the location at which it is installed). Moreover, it
should be appropriately tested and certified by the authorized test centres of the
Ministry to meet the performance and water discharge norms specified in
section II above.
 There should not be any compulsion to use only one or the other type of Motor-
Solar Pumpset System(s). The beneficiary may select an appropriate Model (i.
e. Capacity of PV Array and Type of Motor Solar Pumpset System(s)) as per
site requirement.

Annexure – I
Indicative Technical Specifications of Shallow Well (Surface) Solar Pumping Systems,
with D.C. Motor Solar Pumpset System(s) with Brushes Less D.C. (B.L.D.C.)
Description Description Description Description
PV Array 900 Wp 1800 Wp 2700 Wp
Motor Capacity 1 HP 2 HP 3 HP
Shut Off Dynamic 12 metres 12 metres 25 metres
Head
Water Output* 90,000 litres per 180,000 litres per 135,000 litres per
day from a total day from a total day from a total
head of 10 metres head of 10 metres head of 20 metres
* Water output figures are on a clear sunny day with three times tracking of SPV panel,
under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules).
Notes:
a. Suction head, if applicable, minimum 7 metres.
b. For higher or lower head / PV capacity, or in between various models; water
output could be decided as per the Clause 2 in this annexure. (i.e. performance
specifications and requirements) specified earlier.
c. If submersible pumps are used in lieu of surface pumps, the water output must
match that of the surface pumps as specified in this table.
d. Module mounting structure shall be MS hot dipped galvanised, with a facility of
manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (Submersible) Pumping


Systems, with D.C. Motor Solar Pumpset System(s) with Brushes or Brushes Less D.C.
(B.L.D.C.)
Descri Model- Model- Model- Model- Model- Model- Model- Model-
ption I II III IV V VI VII VIII
PV 1200 1800 3000 3000 3000 4800 4800 4800
array Wp Wp Wp Wp Wp Wp Wp Wp
Motor 1 HP 2 HP 3 HP 3 HP 3 HP 5 HP 5 HP 5 HP

89
SOLAR RFP DOCUMENT

capacit submer submer submer submer submer Submer Submer Submer


y sible sible sible sible sible sible sible sible
with with with with with with with with
control control control control control controll controll controll
ler ler ler ler ler er er er
Shut 45 45 45 75 100 70 100 150
Off metres metres metres metres metres metres metres metres
Dynam
ic Head
Water 42,000 63,000 105,00 63,000 42,000 100,80 67,200 45,600
output* litres litres 0 litres litres litres 0 litres litres litres
per day per day per day per day per day per day per day per day
from a from a from a from a from a from a from a from a
total total total total total total total total
head of head of head of head of head of head of head of head of
30 30 30 50 70 50 70 100
metres metres mtres mtres metres metres metres metres
* Water output figures are on a clear sunny day with three times tracking of SPV panel,
under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules).
Notes:
1. For higher or lower head / PV capacity, or in between various models; water
output could be decided as per the Clause 2 in this annexure. (i.e. performance
specifications and requirements) specified earlier.
2. If surface pumps are used in lieu of submersible pumps, the water output must
match that of the submersible pumps as specified in this table.
3. Module mounting structure shall be MS hot dipped galvanised, with a facility of
manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (Submersible) Pumping


Systems, with D.C. Motor Solar Pumpset System(s) with Brushes or Brushes Less D.C.
(B.L.D.C.) (Contd.):
Descripti Model-IX Model-X Model-XI Model- Model- Model-
on XII XIII XIV
PV array 6750 Wp 6750 Wp 6750 Wp 9,000 Wp 9,000 Wp 9,000 Wp
(minimu
m)
Motor 7.5 HP 7.5 HP 7.5 HP 10 HP 10 HP 10 HP
capacity Submersi Submersi Submersi Submersib Submersi Submersi
ble with ble with ble with le with ble with ble with
controller controller controller controller controller controller
Shut Off 70 metres 100 150 70 metres 100 150
Dynamic metres metres metres metres
Head
Water 141,750 94,500 64,125 189,000litr 126,000 85,500
output* litres per litres per litres per es per day litres per litres per
day from day from day from from a day from day from
a total a total a total total head a total a total
head of 50 head of 70 head of of 50 head of 70 head of

90
SOLAR RFP DOCUMENT

metres metres 100 metres metres 100


metres metres
* Water output figures are on a clear sunny day with three times tracking of SPV panel,
under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules).
Notes:
1. For higher or lower head / PV capacity, or in between various models; water
output could be decided as per the Clause 2 in this annexure. (i.e. performance
specifications and requirements) specified earlier.
2. If surface pumps are used in lieu of submersible pumps, the water output must
match that of the submersible pumps as specified in this table.
3. Module mounting structure shall be MS hot dipped galvanised, with a facility
of manual tracking at least three times a day.
Annexure – II

Indicative Technical Specifications of Shallow Well (Surface) Solar Pumping Systems,


with A.C. Induction Motor Solar Pumpset System(s) and a suitable inverter:
Description Model-I Model-II Model-III Model- Model- V Model-
IV VI
PV array 900 Wp 1800 Wp 2700 Wp 2700 Wp 4800 Wp 4800 Wp
Motor 1 HP 2 HP 3 HP 3 HP 5 HP 5 HP
capacity
Shut Off 12 metres 15 metres 15metres 25 metres 15metres 30 metres
Dynamic
Head
Water 81,000 162,000 243,000 121,500 432,000 216,000
output * litres per litres per litres per litres per litres per litres per
day from day from day from day from day from day from
a total a total a total a total a total a total
head of head of head of 10 head of head of 10 head of
10 metres 10 metres metres 20 metres metres 20 metres
* Water output figures are on a clear sunny day with three times tracking of SPV panel,
under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules).
Notes:
1. Suction head, if applicable, minimum 7 metres.
2. For higher or lower head / PV capacity, or in between various models; water
output could be decided as per the Clause 2 in this annexure. (i.e. performance
specifications and requirements) specified earlier.
3. If submersible pumps are used in lieu of surface pumps, the water output must
match that of the surface pumps as specified in this table.
4. Module mounting structure shall be MS hot dipped galvanised, with a facility
of manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (submersible) Pumping


Systems, with A.C. Induction Motor Solar Pumpset System(s) and a suitable inverter:
Descri Model- Model- Model- Model- Model- Model- Model- Model-
ption I II III IV V VI VII VIII
PV 1200 1800 3000 3000 3000 4800 4800 4800

91
SOLAR RFP DOCUMENT

array Wp Wp Wp Wp Wp Wp Wp Wp
Motor 1 HP 2 HP 3 HP 3 HP 3 HP 5 HP 5 HP 5 HP
capacit submer submer submer submer submer Submer Submer Submer
y sible sible sible sible sible sible sible sible
with with with with with with with with
control control control control control controll controll controll
ler ler ler ler ler er er er
Shut 45 45 45 75 100 70 100 150
Off metres metres metres metres metres metres metres metres
Dynam
ic Head
Water 38,400 57,600 96,000 57,000 39,000 91,200 62,400 40,800
output* litres litres litres litres litres litres litres litres
per day per day per day per day per day per day per day per day
from a from a from a from a from a from a from a from a
total total total total total total total total
head of head of head of head of head of head of head of head of
30 30 30 50 70 50 70 100
metres metres metres metres metres metres metres metres
* Water output figures are on a clear sunny day with three times tracking of SPV panel,
under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules).
Notes:
1. For higher or lower head / PV capacity, or in between various models; water
output could be decided as per the Clause 2 in this annexure. (i.e. performance
specifications and requirements) specified earlier.
2. If surface pumps are used in lieu of submersible pumps, the water output must
match that of the submersible pumps as specified in this table.
3. Module mounting structure shall be MS hot dipped galvanised, with a facility
of manual tracking at least three times a day.

Indicative Technical Specifications of Solar Deep Well (submersible) Pumping


Systems, with A.C. Induction Motor Solar Pumpset System(s) and a suitable inverter
(Contd.):
Descripti Model-IX Model-X Model-XI Model- Model- Model-
on XII XIII XIV
PV array 6750 Wp 6750 Wp 6750 Wp 9,000 Wp 9,000 Wp 9,000 Wp
(minimu
m)
Motor 7.5 HP 7.5 HP 7.5 HP 10 HP 10 HP 10 HP
capacity Submersi Submersi Submersi Submersi Submersi Submersi
ble with ble with ble with ble with ble with ble with
controller controller controller controller controller controller
Shut Off 70 metres 100 150 70 metres 100 150
Dynamic metres metres metres metres
Head
Water 128,250 87,750 57,375 171,000 117,000 76,500
output* litres per litres per litres per litres per litres per litres per

92
SOLAR RFP DOCUMENT

day from day from day from day from day from day from
a total a total a total a total a total a total
head of 50 head of 70 head of head of 50 head of 70 head of
metres metres 100 metres metres 100
metres metres
* Water output figures are on a clear sunny day with three times tracking of SPV panel,
under the “Average Daily Solar Radiation” condition of 7.15 KWh/ sq.m. on the
surface of PV array (i.e. coplanar with the PV Modules).
Notes:
1) For higher or lower head / PV capacity, or in between various models; water
output could be decided as per the Clause 2 in this annexure. (i.e. performance
specifications and requirements) specified earlier.
2) If surface pumps are used in lieu of submersible pumps, the water output must
match that of the submersible pumps as specified in this table.
3) Module mounting structure shall be MS hot dipped galvanised, with a facility
of manual tracking at least three times a day.

Other Specifications:

 In case of Submersible Pumpset System(s), the suction pipe should be of 150ft


length and Cable should be of a length of 170ft.
 The Supplier shall ensure that the suction pipes are firmly supported by
appropriate structures. There should be minimum of two (2) mounting
structures with anti-theft nuts and bolts used wherever required.

93
SOLAR RFP DOCUMENT

ANNEXURE – B

Tentative Specifications of Controller for Solar Water Pump

Sl. Requirement Specifications


no
1 Controller power 50Hz +/- 10%
Capacity to drive
the pump
2 Maximum Power Should track power only and not Voltage at Maximum power point
Point Tracking
(MMPT)
3 Enclosure The inverter must have IP 54 protection or must be housed in a
cabinet having at least IP54 protection with Aluminum body.
4 DC Circuit Braker Should be between Solar panels and controller
/ Disconnect
Switch
5 GSM/GPRS Controller shall be integrated with GSM/GPRS gateway with Geo
tagging. GSM/ GPRS Charges to be included in the Costing till the
end of Warranty period of the Pumpset
6 Storage Local Storage using SD/Micro SD to store the data locally and should
be capable of storing the same for one year
7 Protections • Dry Run
• Open Circuit
• Short Circuit
• Reverse Polarity Protection
• Over Load/Over Current /Over temp.
• Motor Jam Detection and Automatic Unjam with minimum 1.5 times
of rated motor current for at least 30sec.

8 Display of Controller Should have LCD or equivalent to display the following


Controller parameters/ status on real time basis:
• ON/OFF Status
• Solar DC Voltage in Volts
• Solar DC Current in Amps
• DC Power in W/KW
• DC Energy in Kwh
• Output AC Voltage in Volts
• Output Currents in Amps
• Rotating Frequency in Hz
• All Faults/Protection Status

9 Data maintenance All parameters (as detailed above) from the Controller shall be pushed
to Bidder's cloud/web server for every 15 minutes and the same to be
maintained for the entire CMC Period.

94
SOLAR RFP DOCUMENT

10 Parameters for The Controller shall be able to make available following parameters
Online Monitoring so that NREDCAP server can retrieve the data for monitoring the
on Dashboard pumpset online on Dashboard:

• Solar DC Voltage in Volts


• Solar DC Current in Amps
• DC Power in KW
• DC Energy in KWh with slabs of per day, month, year
• Output AC/DC Voltage in Volts
• Output Currents in Amps
• Rotating Frequency in Hz
• Current day Power graph
• DC Energy Graph with slabs of per day, month, year
• Run Time
• All Fault/Protection Indications and alerts for Predictive
maintenance
• Web page should have Fault Log and Performance Analysis page for
Predictive maintenance.
• Dash board with area clusters.
11 Remote RMU should be capable of monitoring the following features so that
Monitoring Unit NREDCAP shall be able to retrieve the same and provide analytical
(RMU) predictive maintenance, asset management , SLA monitoring and alert
management solutions;
o Poor MPPT efficiency
o Shadow on Solar PV modules
o Cloudy conditions
o Panels degradation with respect of time ( half yearly)
o Dirt and dust on solar PV modules
o Motor Jam / partial jamming due to aggregate particles in water
(sand/silt)
o Pumping speed not reaching close to full speed despite sufficient
solar insolence (primarily due to improper controller settings )
o Motor partial jamming due to Bearing malfunction Dry run, short
circuit, Less rated Drive and etc.
o Repeated faults raised by the pump controller such as Motor Jam or
Dry Run should be handled properly to avoid permanent damage to
the system .
12 Reports & Bidder shall provide all installation details in the server database such
Features as farmer Details, Integrator details, complete address , Drive
Specifications , Motor Specifications , Panels Specifications , Cabling
details, Installed Motor depth, rated depth, suction diameter, delivery
diameter, distance between panels, pump and drive.
13 Toll Free Support The Controller should be capable of integrating with the existing
NREDCAP toll free number 1800-425-1718 for realtime support and
preventive maintenance. Alert Management, Ticket tracker and other
support facilities will be incorporated by NREDCAP Smart Centre
through their application Interface and necessary permissions shall be
given to access the vendor‟s database / portal.

95
SOLAR RFP DOCUMENT

ANNEXURE – C

Format for Bank Guarantee

To : _________________________________________________ [name of Employer)


________________________________________________ [address of
Employer)
Whereas __________________________________________ [name and address of
Supplier]
(hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No.
_______________dated ________________ to execute _______________ [name of
Tripartite Agreement and brief description of Works] (hereinafter called “the Tripartite
Agreement”).
AND WHEREAS it has been stipulated by you in the said Tripartite Agreement that the
Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligations in accordance with the
Tripartite Agreement “
AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Supplier, up to a total of ___________________ [amount of
guarantee] 1 ____________________ [in words], such sum being payable in the types
and proportions of currencies payable as per the Tripartite Agreement in which the
Contract Price is payable, and we undertake to pay you, upon your first written demand
and without cavel or argument, any sum or ;sums within the limits of
___________________ [amount of guarantee]1 as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Supplier
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Tripartite Agreement or of the Works to be performed thereunder or of the Tripartite
Agreement documents which may be made between you and the Contract hall in any
way release us from any liability under this guarantee, and we hereby waive notice of
any such change, addition or modification.
This guarantee shall be valid until _____ days from the Expiry Date (which shall be
180 days from Expiry Date)

Witnesses Signature and seal of the Guarantor


______________
1. Name of Bank
_______________________
2. Address _________________________
Date ____________________________

96

S-ar putea să vă placă și