PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC...

27

Transcript of PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC...

Page 1: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification
Page 2: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 1 of 26

BDC1718-09001

SPECIFICATIONS FOR SUPPLY OF BOS, ERECTION & COMMISSIONING AND 05 YEARS OF COMPREHENSIVE MAINTENANCE FOR 3x30 KWp ROOF TOP GRID CONNECTED SPV POWER PLANT AT JAMMU(JAT), PATHANKOT(PTK) AND JALANDHAR CITY(JUC) RAILWAY STATIONS.

Page 3: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 2 of 26

1. INTRODUCTION: This specification defines the scope of the Bidder in specifications for supply of balance

of system (BoS), erection & commissioning and 05 years of comprehensive

maintenance for 3x30 KWp roof top grid connected SPV solar power plant at

JAMMU(JAT), PATHANKOT(PTK) AND JALANDHAR CITY(JUC) RAILWAY STATIONS

1.1 Site Details: Sites are located at railway Stations of Jammu, Pathankot and Jalandhar city. The 3x30

KWp SPV plant is to be installed on roofs of Tin shaded railway stations and height of

approximately 7-8 Mtrs.

Sl. No Location

Earlier

Changes Site Locations

SPV Capacity kWp

1 Jammu Railway Station

Tin shaded Station Platform

Tin shaded Station Platform

30

2 Pathankot Railway Station

Tin shaded Station Platform

Tin shaded Station Platform

30

3 Jalandhar City Railway Station

Tin shaded Station Platform

RCC Roof Building available at Jalandhar Station

30

Page 4: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 3 of 26

2. BIDDER’S SCOPE:

The Scope of bidder is as follows: a. Erection and commissioning of 300 Wp, 306 Nos. SPV Modules for all three sites

supplied by BHEL (Specifications as per SPV Module drawing- 3-988-00-00110 and SPV Module Data Sheet – EP-901-01-00001).

b. Supply, Erection and commissioning of Solar module mounting structure along with all accessories.

c. Supply, Erection and commissioning of DCDB for 3x30 KWp.

d. Supply, Erection and commissioning of 03 String Inverters (30 KWp each) e. Supply, Erection and commissioning of ACDB for 3x30 KWp. f. Supply, Erection and commissioning of DC Cu Cables for connection between

Modules and Inverters. g. Supply, Erection and commissioning of AC Al Cables for connections between

inverter, ACDB, LT Panel/distribution board etc. h. Supply, Erection and commissioning of Web Enabled Data Logging system with 5-

year service for each system (3x30 KWp). i. Supply, Erection and commissioning of Earthing & lightning protection of SPV

area as per relevant IS. j. Supply, Erection and commissioning of Module cleaning arrangements for each

site(3x30KWp). k. Supply, Erection and commissioning of Fire Extinguishers arrangements for each

site(3x30KWp). l. Supply, Erection and commissioning of Miscellaneous Equipment (Control cables,

insulation tapes, , ferrules, Lugs, Cable Glands, cable trays, cable ties, pipe, Clamps, Safety Signs, project Schematic, Project information Signage, MC4 connectors etc.) and Civil Works.

m. Obtaining all approvals and preparation of documents for obtaining those approvals for Construction and installation and commissioning of the Solar PV Plant from CEA / Local State Electricity Board. Necessary statutory fees shall be arranged by the bidder.

n. Obtaining approval for Net (Import / Export) Metering from Local State Electricity Board / Local Statutory Authority and supply & installation of the same meter. Necessary statutory fees shall be arranged by the bidder.

o. Freight & Transit insurance p. System Warranty of 05 years q. Comprehensive Maintenance contract of 5 years.

Note: Such Items, not listed but required for completion of the Project shall deemed to have been included in the scope of this contract.

Page 5: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 4 of 26

2.1 List of Items for Supply & E&C

Sl. No.

ITEM DESCRIPTION Qty SUPPLY

E&C

MAKE/ REMARKS

1. Solar PV Module 300 Wp 306 x SPV Modules shall be provided by BHEL.(102 per site)

2. Module Mounting Structures with Nuts, bolts, SS Hardware and accessories for 3x30 KWp (306 Nos) SPV Modules

03 lots

Bidder Shall provide structure drawing and load analysis details.

3. DCDB for 3x30 KWP system 03 Nos. Reputed Makes only

4. Grid Connected Solar String Inverter 30 KWp with mounting Accessories.

3 No.

Delta/ SMA/ KACO / Schneider/ ABB/ Reffusol or reputed makes.

5. ACDB with MFM along with all accessories.

3 set

ACDB Panel Body: Should confirm to IP 55 and shall be made up of min.16 Gauge powder coated MS Sheet. MCCB make: ABB, L&T, C&S, SCHNIDER. MFM Make: Secure, Rishabh or reputed make.

6. 1.1kV grade heavy duty PVC insulated, Double sheathed, UV protected XLPO stranded copper cables as per IS: 7098 (Part I & II) – 1976 or IS 1554 or IS9537/IEC60227/IS694 (a). 1 core 4 sq. mm unarmored red cable from series string to string inverter for +ve side

03 Lots

Reputed makes viz., Polycab / Pagoda/ KEI / LAPP / Advance Cables / Equivalent. Test reports confirming to IS should be submitted

(b). 1 core 4 sq. mm Unarmored black cable from series string to string inverter for –ve side

03 Lots

7. 1.1kV grade heavy duty PVC insulated galvanized strip/wire armored XLPE stranded Cu conductor cables as per IS: 7098 (Part I & II) – 1976 or IS 1554 or IS9537/IEC60227/IS694. 4 C x 25 sq.mm cable (from String Inverter to ACDB and ACDB to Distribution panel.LT

03 Lots

Reputed makes viz., Polycab/KEI/LAPP/Advance Cables/equivalent.

Page 6: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 5 of 26

panel)

8. Weather Monitoring system with Web enabled Data Logger

3 No.

Make: Reputed make.

9. Lightning Arrestor with earthing for 3x30 KWP roofs along with mounting arrangement as per relevant IS.

3 Set

Reputed makes only

10. Pipe earthing with earth Bus bar for Structures, String inverter and LA earthing as per IS3043.

03 Set

Reputed makes only

11. Cleaning arrangements for each site of 3x30 KWp.

03 Set

Reputed makes only

12. Fire Extinguishers for each site of 3x30 KWp.

03 Set

Reputed makes only

13. Miscellaneous Equipment (Control cables, insulation tapes, , ferrules, Lugs, Cable Glands, cable trays, cable ties, pipe, for synchronization, Clamps, Safety Signs, project Schematic, Project information Signage, MC4 connectors, etc.) and Civil Works required for E&C.

3 set

Quantities as required for project completion, Bidder has to organize without any additional cost.

Note:

a. Such Items, not listed but required for completion of the Project shall deemed to have been included in the scope of this contract.

b. SPV Modules shall be supplied by BHEL; However, E&C of SPV Modules will be in scope of Bidder.

c. The technical particulars, installation procedures and drawings of the bought out items Listed above clause 2.1 shall be submitted for approval to BHEL before procuring.

d. Bidder has to procure materials as per listed make. Whenever equivalent make has to be procured prior approval has to be taken from BHEL submitting the make and technical particulars of the component.

e. Test Certificates of BOS material and dimensional test reports of structures confirming to IS should be submitted to BHEL after finalization of order.

f. Major BoS items shall be inspected by BHEL during manufacture and in assembled condition prior to dispatch.

g. Bidder has to obtain all approvals and preparation of documents for obtaining

Page 7: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 6 of 26

approvals for Construction, installation and commissioning of the Solar PV Plant from CEA / Local State Electricity Board and Net (Import / Export) Metering. All the necessary statutory fees, equipment charges shall be arranged by the bidder.

h. Bidder shall ensure to supply BoS of reputed makes to get Performance Ration of 75% and CUF of 16%.

Page 8: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 7 of 26

3. Technical Specification of BoS

3.1 Solar PV Modules

306 Nos. SPV Modules shall be supplied by BHEL for all three sites(102 per site). Specifications of SPV modules is as per SPV Module drawing- 3-988-00-00110 and SPV Module Data Sheet – EP-901-01-00001). Erection and commissioning of SPV Modules shall lie in Bidder’s Scope.

3.2 MODULE MOUNTING STRUCTURE: a) Hot dip galvanized MS mounting structures may be used for mounting the

modules/ panels/arrays. Each structure should have angle of inclination as per the site conditions to take maximum isolation. However, to accommodate more capacity the angle inclination may be reduced until the plant meets the specified performance ratio requirements.

b) The Mounting structure shall be so designed to withstand the speed for the wind zone of the location where a PV system is proposed to be installed (like Delhi-wind speed of 150 kM/ hour). It may be ensured that the design has been certified by a recognized Lab/ Institution in this regard and submit wind loading calculation sheet to Railway. Suitable fastening arrangement such as grouting and calming should be provided to secure the installation against the specific wind speed.

c) The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the mounting structure shall be in compliance of latest IS 4759.

d) Structural material shall be corrosion resistant and electrolytically compatible with the materials used in the module frame, its fasteners, nuts and bolts. Aluminum structures also can be used which can withstand the wind speed of respective wind zone. Necessary protection towards rusting need to be provided either by coating or anodization.

e) The fasteners used should be made up of stainless steel. The structures shall be designed to allow easy replacement of any module. The array structure shall be so designed that it will occupy minimum space without sacrificing the output from the SPV panels

f) Regarding civil structures, the Bidder need to take care of the load bearing capacity of the roof and need arrange suitable structures based on the quality of roof.

g) The total load of the structure (when installed with PV modules) on the terrace should be less than 60 kg/m2.

h) The minimum clearance of the structure from the roof level should be 300 mm.

Note: Study the structural drawings of Building, Sheds etc at Jammu(JAT), Pathankot(PTK) and Jalandhar City(JUC) Railway Stations, finalise assessment plan to execute the Work and integrating it with existing system of Electricity supply at Jammu(JAT), Pathankot(PTK) and Jalandhar City(JUC) Railway Stations respectively and

Page 9: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 8 of 26

submit the same along with all the Drawings to Engineer. Successful bidder shall also submit the design of Solar system as well as a report from a qualified structure engineer certifying the soundness of the proposed design of solar system on existing structure of Jammu(JAT), Pathankot(PTK) and Jalandhar City(JUC) Railway Stations to Engineer for approval.

3.3 STRING INVERTER: String inverter of following ratings is required as mentioned below. Bidder should ensure compatibility of inverter with SPV modules (300Wp, data sheet attached) system.

Sl. No.

ITEM DESCRIPTION Qty

1 String Inverter -30 KWp 03 Nos.

The technical particulars of the inverter have to be submitted to BHEL for approval before procurement.

Sl. No

Technical parameter Specification

1. Type Grid Connected String Inverter (transformer less).

2. Make SMA / ABB / SCHNEIDER / Delta / Refusol / Smart Power/ Ingeteam or reputed make.

3.0 Standards

3.1 Efficiency Measurement IEC 61683/ Equivalent BIS Std.

3.2 Environmental testing IEC 60068-2 (1,2,14,30) / Equivalent BIS Std.

3.3 Interfacing with utility grid , EMC

IEC 61727, IEC 61000-6-2

3.4 Islanding Prevention Measurement

IEC 62116

3.5 MPPT IEC 62093

3.5 Type Test certificate issuing authority (for Sl. No. 3.1 , 3.2,3.3,3.4 and 3.5 )

NABL/ IEC Accredited Testing Laboratories or MNRE approved test centers.

4.0 Input DC

4.1 Voltage range Min 250-1000

4.2 MPP voltage range Min 420-850

4.3 Power Control MPPT

5.0 Output AC

5.1 Output voltage and phase Sine wave 3 Phase 415 V ±10% 50Hz AC, minimum 4 wire output RYBN or RYBN+PE

Page 10: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 9 of 26

5.2 Reactive power 0.8 lagging to 0.8 leading

5.3 Total Harmonic Distortion (THD)

< 1.8 % at rated power

5.4 Power factor at rated current

0.98-1.00

5.5 Phase Load Imbalance at least 30 %

at least 30 %

5.6 Grid frequency synchronization range

+/- 3 Hz

5.7 Grid frequency tolerance range

+/-2 or more

5.8 Grid voltage tolerance range +/- 20%

5.9 Standby power consumption

Standby power consumption of Inverter shall not exceed 20 Watts

6.0 Efficiency Min 94% at 100% load as per IEC 61683

7.0 Protection

7.1 DC Side

1. Disconnection device 2. Reverse polarity protection 3. Reverse current to PV array protection

over voltage, under voltage over current protection.

4. Short circuit protection: PV fuse 5. Surge protection: SPD type II

7.2 AC Side

1. Short circuit protection 2. Over voltage, under voltage over current

protection over and under Grid frequency protection.

3. Anti-Islanding protection 4. AC surge protection

7.3 Ground fault / Grid Monitoring

Yes

7.4 Over Temperature protection

Yes

8.0 Display

8.1 Display type LCD/LED

8.2 Display parameter Voltage, current, power, line status, grid voltage grid frequency, export power and export energy.

9.0 Communication

9.1 Communication port Ethernet, RS485, port for web based remote monitoring system and should match with data

Page 11: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 10 of 26

logger.

10.0 General

10.1 Operating Temperature -20 Deg. C to + 60 De. C

Humidity 95% non-condensing.

10.2 Dimensions Shall be provided by the Bidder.

10.3 Weight Shall be provided by the Bidder.

10.4 Cooling Cooling arrangement (if any) details shall be furnished by the Bidder.

10.5 Ingress protection (IP) IP 65 or better (Out Door Installation)

10.6 Maximum altitude Bidder to mention up to what altitude above sea level inverters will work without de-rating.

10.7 Noise level <45dBA Note:

if short circuit and surge protection of AC/DC side is not inbuilt in the string inverter

same can be provided in ACDB and DCDB or AJB.

3.4 DCDB or AJB

DCDB or AJB are to be provided in the PV yard for connecting cables from solar string to

string inverter. DCDB and AJB shall be made of GRP/FRP/Powder coated Aluminium/cast

aluminium with full dustproof, water proof, vermin and weatherproof of IP 65 rating.

DCDB and AJB shall have suitable cable entry points fitted with cable glands of

appropriate sizes for both incoming and outgoing cables.

Terminals shall be connected to copper bus bar arrangement of proper sizes. Suitable

markings shall be provided on Bus bar for easy identification and cable ferrules shall be

fitted at the cable termination points for identification.

DCDB and AJB must comprise of following:

Arrangement for group array isolation.

Test point for subgroup fault location.

DC breaker, surge (Type II SPD, MOV) and fuse protection device

Should have DC disconnect switch

Should have installed Type II SPD and proper earthing arrangements.

The design and components of DCDB and AJB must be approved by BHEL prior to

ordering.

Note: if short circuit and surge protection of DC side is not inbuilt in the string inverter

same can be provided in DCDB and AJB.

Page 12: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 11 of 26

3.5 AC Distribution Board (ACDB) with MFM

AC Distribution Panel Board (DPB) shall control the AC power from PCU/ inverter, and should have necessary surge arrestors. Interconnection from ACDB to mains at LT Bus bar while in grid tied mode.

All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II and III/ IS60947 part I, II and III.

The changeover switches, cabling work should be undertaken by the Bidder as part of the project.

All the Panel‟s shall be metal clad, totally enclosed, rigid, floor mounted, air - insulated, cubical type suitable for operation on three phase / single phase, 415 or 230 volts, 50 Hz.

The panels shall be designed for minimum expected ambient temperature of 45 degree Celsius, 80 percent humidity and dusty weather.

All indoor panels will have protection of IP54 or better. All outdoor panels will have protection of IP65 or better.

Should conform to Indian Electricity Act and rules (till last amendment).

All the 415 AC or 230 volts devices / equipment like bus support insulators, circuit breakers, Contactors, VTs etc., mounted inside the switchgear shall be suitable for continuous operation and satisfactory performance under the following supply conditions.

3.6 Cables

a. The Specification of wiring material of PV Power plant shall include but not limited

to the following:

Sl. No Item Description

1.0 DC Cable From PV module to inverter

1.1 Type 1.1kV grade heavy duty PVC insulated, Double sheathed, UV

protected XLPO stranded copper cables as per IS: 7098 (Part I & II)

– 1976 or IS 1554 or IS9537/IEC60227/IS694

1.2 Size 1 core 4 sq. mm Unarmored

1.3 Laying The cable must be laid through PVC conduit /GI pipe/ cable tray on

roof and indoor. In case of using metallic pipe as conduit proper

grounding of the conduit must be done.

2.0 AC Cable From inverter to ACDB and ACDB to distribution panel/LT panel

2.1 Type 1.1kV grade heavy duty PVC insulated galvanized strip/wire armored XLPE stranded Cu conductor cables as per IS: 7098 (Part I & II) – 1976 or IS 1554 or IS9537/IEC60227/IS694.

2.2 Size 4 C x 25 sq.mm cable

2.3 Laying The cable must be laid through PVC conduit /GI pipe/ cable tray on

Page 13: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 12 of 26

roof and indoor. In case of using metallic pipe as conduit proper grounding of the conduit must be done.

b. Procedure of cable laying:

1. Cable terminations shall be made with suitable cable lugs & sockets etc, crimped

properly and cables shall be provided with dry type compression glands wherever

they enter junction boxes/ panels/ enclosures at the entry & exit point of the

cubicles. The panels bottoms should be properly sealed to prevent entry of

snakes/lizard etc. inside the panel. All cables shall be adequately supported.

Outside of the terminals / panels / enclosures, shall be protected by conduits.

Cables and wire connections shall be soldered, crimp-on type or thimble or bottle

type.

2. Only terminal cable joints shall be accepted. Cable joint to join two cable ends

shall not be accepted

3. All cable/wires/control cable shall be marked with good quality letter and number

ferrules of proper sizes so that the cables can be identified easily.

4. All fasteners will be made of Stainless steel or Aluminum or UV Protected PVC.

3.7 Weather Monitoring system with Web enable data logger

Data Acquisition System shall be provided for each of the solar PV plant.

Data Logging Provision for plant control and monitoring, time and date stamped system data logs for analysis with the high quality, suitable PC. Metering and Instrumentation for display of systems parameters and status indication to be provided.

Solar Irradiance: An integrating Pyranometer / Solar cell based irradiation sensor (along with calibration certificate) provided, with the sensor mounted in the plane of the array. Readout integrated with data logging system.

Temperature: Temperature probes for recording the Solar panel temperature and/or ambient temperature to be provided complete with readouts integrated with the data logging system

The following parameters are accessible via the operating interface display in real time separately for solar power plant:

a) AC Voltage. b) AC Output current. c) Output Power d) Power factor. e) DC Input Voltage. f) DC Input Current. g) Time Active.

Page 14: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 13 of 26

h) Time disabled. i) Time Idle. j) Power produced

Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency, Under frequency ground fault, PV starting voltage, PV stopping voltage.

All major parameters available on the digital bus and logging facility for energy auditing through the internal microprocessor and read on the digital front panel at any time) and logging facility (the current values, previous values for up to a month and the average values) should be made available for energy auditing through the internal microprocessor and should be read on the digital front panel.

PV array energy production: Digital Energy Meters to log the actual value of AC/ DC voltage, Current & Energy generated by the PV system provided. Energy meter along with CT/PT should be of 0.5 accuracy class.

Computerized DC String/Array monitoring and AC output monitoring shall be provided as part of the inverter and/or string/array combiner box or separately.

String and array DC Voltage, Current and Power, Inverter AC output voltage and current (All 3 phases and lines), AC power (Active, Reactive and Apparent), Power Factor and AC energy (All 3 phases and cumulative) and frequency shall be monitored.

Computerized AC energy monitoring shall be in addition to the digital AC energy meter.

The data shall be recorded in a common work sheet chronologically date wise. The data file shall be MS Excel compatible. The data shall be represented in both tabular and graphical form.

All instantaneous data shall be shown on the computer screen.

Software shall be provided for USB download and analysis of DC and AC parametric data for individual plant.

Provision for Internet monitoring and download of data shall be also incorporated.

Remote Server and Software for centralized Internet monitoring system shall be also provided for download and analysis of cumulative data of all the plants and the data of the solar radiation and temperature monitoring system.

Ambient / Solar PV module back surface temperature shall be also monitored on continuous basis.

Simultaneous monitoring of DC and AC electrical voltage, current, power, energy and other data of the plant for correlation with solar and environment data shall be provided.

Remote Monitoring and data acquisition through Remote Monitoring System software at the owner and/or SECI location with latest software/hardware configuration and service connectivity for online / real time data monitoring/control complete to be supplied and operation and

Page 15: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 14 of 26

maintenance/control to be ensured by the supplier. Provision for interfacing these data on Railway server and portal in future shall be kept.

3.8 LA and EARTHING

The earthing for lightning arrestor(Lightning Arrestor should be as per IS 62305), plant equipment and LT power system shall be required as per provisions of IS: 3043. It must be ensured that all the Solar Modules and Dc circuits are covered under Protection against Lighting.

Earth stations and Earthing System: A. The earthing for LT side (Solar Power Plant side) array and LT power system shall be

in strict accordance with the latest editions of Indian Electricity Rules, relevant Indian Standards and code of practices and the local statutory authority regulations.

B. Neutral points of system metallic enclosures and frame works, not forming part of electric supply shall be connected to main earthing system. All metal casing/shielding of the plant should be thoroughly grounded.

C. Each array structure of the SPV Yard/shed shall be grounded properly as per IS: 3043- 1987. The array structure is to be connected to earth pits as per IS standards.

D. 25x5mm GI Flats shall be run on both sides of each Array and Ensure that these flats are inter connected and a close Loop is formed, along the strip support rail of Each Row, by connecting the frames of Module to Module and Module to strip support Rail.

E. The Earth Flats Used for Earthing of Solar Modules and Inverters shall be connected to two separate and independent Earth Electrodes, by bringing down 2 Nos. 25X5mm GI flats separately.

F. The Earth Flats shall be properly welded where ever joints were made and properly connected where they are connected at Earth Electrodes to have more contact area avoiding air gaps to maintain the Continuity of the Earth Path from Modules, DC Circuits and Inverters to Earth Electrodes.

G. The Earth Terminals of the DC Circuits in Inverters shall be connected to Earth with the same size of Wires used for Phase.

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

I. The complete earthing system shall be mechanically & electrically connected to provide independent return to earth. All equipments shall have two distinct earth connections.

J. In compliance to Rule 33 and 61 of Indian Electricity Rules, 1956 (as amended up to date) all noncurrent carrying metal parts shall be earthed with two separate and distinct earth continuity conductors to an efficient earth electrode.

K. It shall be ensured that all the earth’s are bonded together to prevent the development of potential difference between ant two earths.

L. Earth resistance shall not be more than 5 ohms. It shall be ensured that all the earthing points are bonded together to make them at the same potential.

Page 16: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 15 of 26

Earth resistance of the earth pits shall be tested in presence of the representative of BHEL as per applicable IS before commissioning and value to be less than 3Ω for structures and to be less than 1Ω for equipment body earthing for acceptance. 3.9 Net metering

The metering system for rooftop solar system, under net-metering arrangement, shall be as elaborated below which should be applicable till such time the Central Electricity Authority notifies the standards in this matter. The utility meter (Net-meter) has to be bi-directional meter to register both import grid electricity amount as well as export solar electricity amount. Bidirectional energy meter with CTs and PT, if required, having the feature of recording both the import and export of energy, besides other parameters shall be as per CEA metering regulations or State Grid code as applicable and of the make & specifications as approved by officials of concerned DISCOM or CEA shall be installed at the cost of the SPV plant owner at the point where interconnection is made between Consumer system and concerned DISCOM system. The maximum capacity for interconnection with the grid at a specific voltage level shall be as specified in the Distribution Code/Supply Code of the State and amended from time to time. Following criteria have been suggested for selection of voltage level in the distribution system for ready reference of the solar suppliers. S.No. Plant Capacity Connecting Voltage

1 Upto 10 KW 240V-single phase or 415 three phase at the option of consumer.

2 Above 10KW and upto 100 KW 415-three phase

3 Above 100 KW 415-three phase

3.10 Approvals and licensing

Bidder has to obtain all approvals and preparation of documents for obtaining approvals for Construction, installation, commissioning of the Solar PV Plant from CEA / Local State Electricity Board and Net (Import / Export) Metering. All the necessary statutory fees, equipment charges shall be arranged by the bidder.

3.11 Fire Extinguishers

The firefighting system for the proposed power plant for fire protection shall be consisting of:

a) Portable fire extinguishers in the control room for fire caused by electrical short circuits. b) Sand buckets in the control room. c) The installation of Fire Extinguishers should confirm to TAC regulations and BIS standards. The fire extinguishers shall be provided in the control

Page 17: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 16 of 26

room housing PCUs as well as on the Roof or site where the PV arrays have been installed.

3.12 Danger Board and signage:

Danger boards should be provided as and where necessary as per IE Act. /IE rules as amended up to date. Three signage shall be provided one each at battery –cum- control room, solar array area and main entry from administrative block. Text of the signage may be finalized in consultation with Engineer.

3.13 Provision of water pump & required pipelines

Bidder must provide at least one water pump along with required pipelines on each shed structure/building on which solar system is to be set up for making the provision of water availability at the roof top for the periodic cleaning of the Solar Panels. The provision of the pipeline and tap points should be sufficient to ensure that all the Solar Panels can be covered from those points.

3.14 Miscellaneous Equipment

Miscellaneous items like Control cables, insulation tapes, ferrules, Lugs, Cable Glands, cable trays, cable ties, pipe, Clamps, Safety Signs, project Schematic, Project information Signage, MC4 connectors etc.) and Civil Works required for E&C shall be provided by the bidder. Such Items, not listed but required for completion of the Project shall deemed to have been included in the scope of the Bidder.

Page 18: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 17 of 26

4. Comprehensive Maintenance

4.1. System Operations

The Bidder will be responsible for operation and maintenance of the project ensuring the generation of power. It will be bearing all costs and expenses for the operation and maintenance of the same; provided that any repair or maintenance costs incurred by the Bidder as a result of Railways’ negligence or breach of its obligations hereunder will be reimbursed in full by Railways.

4.2. Maintenance Requirement

The Bidder will undertake cleaning of the solar systems at regular intervals, however the Bidder will not use water jets/ pressurized hoses for the cleaning as the water may enter the internal circuitry laid down around these premises.

The Bidder shall give undertaking that for the period of 05 years all the power packs covered under this project will be operated, maintained and repaired whenever necessary so that all Units are operative and export maximum possible energy to the grid This shall be ensured through undertaking services that include, but are not limited to, the following

4.3. Daily monitoring of plant performance.

a) Supply of all technical, production/operation data and information through a monthly report.

b) Planned visits on a monthly, quarterly, and annual basis for preventative and corrective maintenance which include, but are not limited to the following:

Clean solar panels on weekly basis or as appropriate to get maximum output from the panels.

Check inverter cabinets (ventilation openings, lighting, leakages in inverter cabinets and cleaning of filters) and inverter maintenance. Bidder will keep the necessary spares at the Project Site.

Check security and fire protection system.

Check parts for corrosion.

Check the state of tightness of connections, fuses, main junction boxes, etc.

Adequate spares to ensure uninterrupted operation and minimum downtime during the entire period.

Page 19: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 18 of 26

Comprehensive operation and maintenance of the Facility up to the energy meter shall be the responsibility of the Bidder.

Comprehensive Operation and Maintenance during period of 05 years shall include supply of spares, consumables, machine breakdown insurance, transpiration, and general comprehensive insurance covering fire, earthquake and provision of security personnel with the insurance policy which shall be taken in the name of Sr. Divisional Electrical engineer(G), Firozpur as the primary beneficiary.

4.4. System Disruption and Repair

a. Bidder will be entitled to suspend delivery of electricity from the System to the Delivery Point for the purpose of maintaining and repairing the System upon giving one week’s advance written notice to Railways, except in the case of emergency repairs. The Bidder will use commercially reasonable efforts to minimize any interruption in service to Railways. However, any preventive maintenance will be done only during the period when Plant is not generating.

b. In the event that (a) Railways repairs the Premises’ roof for any reason not directly related to damage, if any, caused by the System, and such repair requires the partial or complete temporary disassembly or movement of the System, or (b) any act or omission of Railways or Railways’ employees, Affiliates, agents (collectively a “Purchaser Act”) results in a disruption or outage in System production, and such events attributable to Railways except Force Majeure, then, in either case, Railways will (i) pay the BIDDER for all work required by the BIDDER to disassemble or move the System.

c. In the event that (a) Railways repairs the Premises’ roof for any reason

directly related to damage, if any, caused by the System/ BIDDER, and such repair requires the partial or complete temporary disassembly or movement of the System, or (b) any act or omission of BIDDER or its employees, Affiliates, agents or subBidders results in a disruption or outage in System production, and such events not attributable to Railways/ Force Majeure, then, in either case, BIDDER will (i) pay the Railways for all work required by Railways repair of roof; and (ii) this period will be not be counted during accounting for calculation of CUF and evaluation of whether the system met the Normative CUF.

d. The BIDDER will inform about the disruption or outage in System production, for reasons attributable to Purchaser in writing with date and time of such occurrence, and purchaser’s liability will start from the date of

Page 20: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 19 of 26

intimation of disruption or outage in system production, on account of purchaser.

e. In the event that the BIDDER fails to repair or rectify any defect or deficiency set forth in the Maintenance Requirements within the period specified therein, it shall be deemed to be in breach of this Agreement and Railways shall be entitled to recover Damages as specified in Tender Document Part-I.

4.5. Maintenance Manual

With Scheduled Completion Date, the BIDDER shall, in consultation with the Railway Electrical Engineer, evolve a repair and maintenance manual (the “Maintenance Manual”) for the regular and preventive maintenance of the Solar Rooftop Power System in conformity with the Specifications and Standards, Maintenance Requirements, Safety Requirements and Good Industry Practice, and shall provide 5 (five) copies thereof to Railways and 2 (two) copies to the Railway Engineer. The Maintenance Manual shall be revised and updated once every 3 (three) years and the provisions of this Clause 15.3 shall apply, mutatis mutandis, to such revision.

4.6. Safety, breakdowns and accidents

2.The BIDDER shall ensure safe conditions for the operation of Solar Rooftop Power System and in the event of unsafe conditions, damage, breakdowns and accidents, it shall follow the relevant operating procedures and undertake removal of obstruction and debris without delay. Such procedures shall conform to the provisions of this Agreement, Applicable Laws, Applicable Permits and Good Industry Practice. In the event of any accident on the Solar Rooftop Power System and upon receipt of a request in writing sent by the BIDDER, Railways shall at the cost of the BIDDER arrange for relief and evacuation in the same manner as applicable in case of accidents.

Page 21: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 20 of 26

5. Special Terms and conditions: 5.1 Freight & Transit insurance:

Price quoted by the bidder for each system is inclusive of the freight. The Bidder shall take Insurance for transit of materials to the site and for the installation period. Insurance of work at site The Goods supplied by Bidder shall be insured fully against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. Bidder shall also take storage insurance for BHEL supplied items (306 Nos PV Module). Insurance during installation at site: The Bidder shall so far as reasonably practicable insure against the Bidder's liability in respect of any loss or damage occurring whilst the Bidder is at EMPLOYER’S site for the purpose of making good a defect or carrying out the tests on completion during the installation & commissioning of the equipment at employer’s site or for the purpose of completing any outstanding work and against any loss or damage arising during the defects liability period from a cause occurring prior to the taking over of new solar PV plant by the employer. For all practical purpose such insurance, during Defect Liability Period, shall be from an Indian Insurance Company. The successful Bidder shall ensure that the Solar Power Plant is insured for all risks including fire, accident, natural calamities, theft etc till the time it is received and successfully commissioned and proved out including Grid Connectivity and Net metering at Jammu(JAT), Pathankot(PTK) and Jalandhar City(JUC) Railway Stations and shall be responsible to have Bidder‟s all risk policy (CAR policy) for the Work. All insurance policies shall be from the RBI authorized/Government insurance companies. Insurance policy by the Bidder shall be in joint name of IROAF and BHEL. Bidder/Insurance company shall have to indemnify IROAF for all losses, and all claims are to be given directly to IROAF. Decision of IROAF will be binding on Bidder and Insurance Company to distribute claim in part or full. Any item not covered under the above policy shall be the responsibility of the Bidder.

5.2 System Warranty

The bidder must ensure that the goods supplied under the contract are new, unused and of most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the contract. The complete BoS items supplied, workmanship for each system shall be under warranty of 60 calendar months from the date of successful commissioning. The equipments or components, or any part thereof of the Power Plant, if so found defective during warrantee period, the bidder will remain liable to repair or replace immediately under warrantee obligation to the satisfaction of the Purchaser in order to ensure trouble free

Page 22: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 21 of 26

operation of the Power Plant. Within the scope of warranty, the Bidder will repair or replace of any defective part of the Plant & Equipment supplied, Works done and services rendered under the Contract and render periodic maintenance as a preventive measure to up keep performance of the power plant and also to attend breakdown maintenance as and whenever needed.

5.3 Inspection Major BoS items shall be inspected by BHEL during manufacture and in assembled condition prior to dispatch. All standard tests on equipment and accessories in accordance with the Standards adopted& as per QAP shall be carried out at manufacturer's works so as to ensure efficient operation and satisfactory performance of all components / parts. The Pre dispatch will be carried out by BHEL/ Customer Rep at firm's premises. Bidder shall bear all cost and expense incurred for inspection of all items supplied by bidder. Bidder has to provide advance notice to BHEL/BHEL’s customer for inspection. If any plant and equipment or any part of the facilities supplied by bidder fails to pass any test and/or inspection, the bidder shall either rectify or replace such items and shall repeat the test/inspection.

5.4 Testing and commissioning The testing and commissioning for all electrical equipment at site shall be according to the procedures listed below:

All electrical equipment shall be tested, installed and commissioned in accordance with the latest relevant standards and code of practices published by Indian Standards Institution wherever applicable and stipulations made in relevant general specifications.

The testing of all electrical equipment as well as the system as a whole shall be carried out to ensure that the equipment and its components are in satisfactory condition and will successfully perform its functional operations. The inspection of the equipment shall be carried out to ensure that all materials, workmanship and installations conform to the accepted design, engineering and construction standards, as well as accepted code of practices and stipulations made in the relevant general specifications.

BHEL or its authorized representative reserves the right to witness tests conducted by the Bidder using Bidder’s own calibrated instruments, testing equipment as well as qualified testing personnel.

The results of all tests shall conform to the specification requirements as well as any specific performance data guaranteed during finalization of the contract.

After completion of the installation at site and for the preparation of plant commissioning, the Bidder shall check all the equipment and installation in accordance with the agreed standards, latest relevant code of practices of Indian

Page 23: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 22 of 26

Standards and specific instructions furnished by the particular equipment manufacturer as well as BHEL Engineer In-Charge.

Checking required to be made on all equipment and installations at site shall comprise, but not limited to, the following:

o Physical inspection for removal of any foreign bodies, external defects, such as damaged insulators, loose connecting bolts, loose foundation bolts etc.

o Check for tightness of all cable joints and busbar termination ends as well as earth connections in the main earthing network

o Check for clearance of live bus bars and connectors from the metal enclosure

o Check for proper alignment of all draw out devices, if any o Continuity checks in case of power and control cables o Check for proper connection to earth network of all non-current carrying

parts of the equipment and installation

CABLE TESTS: o Insulation resistance test with 1,000 V megger for cables rated up to 1.1kV

grade. o All 1.1 kV cables shall be subjected to high voltage test after joining and

terminating but before commissioning as per relevant standards. o In each test, the metallic sheath / screen / armour should be connected to

earth. o Continuity of all the phases, correctness of all connections as per wiring

diagram, correctness of polarity and phasing of power cables and proper earth connection of cable glands, cable boxes, armour and metallic sheath, shall be checked.

EARTHING SYSTEM TESTS: o Tests to ensure continuity of all earth connections. o Tests to obtain earth resistance of the complete network by using earth

tester. The test values obtained shall be within the limits. Earth tester shall be arranged by Bidder.

5.5 Electrical License- The bidder or his authorized representative (In whose guidance work will be executed) should submit valid Electrical Bidder’s License issued by Electrical Licensing Board/Authority of any Indian State/UT, in accordance with IE Rule-45 within 10 days of issue of letter of acceptance.

5.6 O&M Manual and TEST CERTIFICATES

Two sets of Engineering, electrical drawings and Installation and O&M manuals are to be supplied. Bidders shall provide complete technical data sheets for each equipment giving details of the specifications along with make/makes in their Bid

Page 24: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 23 of 26

along with basic design of the power plant and power evacuation, synchronization along with protection equipment.

Approved ISI and reputed makes for equipment be used.

For complete electro-mechanical works, bidders shall supply complete design, details and drawings for approval to SECI/owners before progressing with the installation work

Test certificates/Test Reports for structures (along with galvanization) and inverters.

Equipment shall not be dispatched until BHEL issues a “Dispatch clearance” to Bidder.

Warranty certificates shall be submitted for all bought-out items. Note:

1. It is advised that bidder should visit site and ascertain what type of equipment/machines needed at site for execution.

2. Supply shall be made directly to the site. 3. Water and electricity during E&C shall be provided by IROAF (for E&C and

Maintenance). 4. Space for Storage of supplied material as well as BHEL supplied materials shall be

arranged by the bidder. 5. The Unloading and shifting of all the materials viz., BHEL supplied material and Bidder

supplied materials from stores/storage location to the site (building rooftop) lies in the scope of Bidder.

6. All tools and tackles, like power drilling machine, cutting machine, digging tools,

complete set of crimping tools etc, required for installation, wiring, crimping, assembly,

digging of cable trenches, if required, earth pits & Megger for checking insulation

resistance of cable prior to commissioning etc., have to be organized by the bidder.

7. The storage, watch & ward responsibility of all the materials including BHEL supplies at

site will be in Bidder’s scope until the commissioning of the plant. Any deficit occurring

due to misplacement/mishandling will be borne by the Bidder at no extra cost. The

shifting of all the materials to the roof-top from storage location for erection will be in

the scope of the Bidder and he has to make necessary arrangements for the same.

8. Before mounting the PV modules on to the structures, each PV module have to be

tested during peak sunshine period. Short circuit current (Isc) & Open circuit voltage

(Voc) of the module has to be checked & recorded using multimeter and Clamp meter.

Ensure the modules are electrically OK. Special crimping tools required for crimping to

be arranged by Bidder as per this specification, have to be used to crimp 4 sq.mm cables

to quick connects for connecting output of series strings to INVERTER/junction Box. This

crimping tool has to be kept at site permanently even after completion of project.

Page 25: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 24 of 26

9. Each string Open Circuit Voltage & Short Circuit Current (with a testing jig having

appropriate load) to be checked and recorded as directed by the BHEL site engineer at

site.

10. All the terminations required for SPV plant viz., at the inverter and DB panel etc., will be

in the scope of the Bidder. The necessary lugs and hardware required for the

termination have to be arranged by the Bidder. Bidder has to ensure that terminations

have been made without any tension.

Note: Bidder have to carefully measure twice the exact length of cables required for the

connection before cutting the cable from cable drum. Any short fall in length of cable

arising out of Bidder works should be borne by the Bidder. Bidder is required to assist

BHEL and associate with the other Bidder’s technical team during pre-commissioning

checks and in commissioning of the power plant.

5.7 Delivery Schedule

Supply of BOS and E&C: The total time period for Supply and E&C is within 60 days from the date of PO.

Page 26: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 25 of 26

6 GENERAL TERMS AND CONDITIONS: a) Bidder’s responsibility, right and liabilities under this project will commence from

the date of acceptance of the purchase order. b) The installation activity will have to be carried out in such a manner that will not

cause any inconvenience to the other agencies working in the site. Any permits from the customer, if required, are to be arranged by the Bidder for his personnel.

c) After completion of the E&C, the entire site/area will be cleaned of debris etc. by the Bidder prior to handing over of the site to BHEL.

d) All the materials brought to site has to have proper paper work like DC, Invoice etc. duly verified & signed by BHEL/BHEL’s customer to be submitted to BHEL for payment.

e) Any damage to the buildings/structures/area made by Bidder’s work men or by Bidder’s agent will be made good by Bidder at Bidder’s cost.

f) Bidder shall take work permit before commencement of all types of non-routine works as per the statutory procedures followed at the work place.

g) Bidder shall explain the job, associated hazards and precautions to his workmen. h) Bidder shall ensure deployment of at least one person who should have the skill,

knowledge and experience of performing the allotted task and shall be able to guide his team.

i) Bidder shall ensure safe procedure is followed during execution of the job. j) Bidder shall ensure that his workmen wear appropriate safety Personal Protective

Equipment. k) Bidder shall ensure adequate supervision of the activity by his supervisor. l) Bidder has to adhere to necessary legal/safety requirements and BHEL shall be

kept indemnified against any untoward events taking place during the course of work.

m) No child labor should be employed for executing the project. n) In case project is not completed as per BHEL scope due to reasons arising out of

materials from BHEL end/Bidder’s end, bidder has to complete the job at later stage without any extra charges. No overrun charges shall be paid in case of extension of project schedules.

o) Any miscellaneous materials that have not been mentioned specifically in the specification/tender which are required for E&C of the plant shall be deemed to be included in the specification and shall be supplied by the Bidder without any extra charges. Any scope of activities which are not specifically mentioned in this specification but required for the completion of the E&C of the SPV plant for safe, trouble free, normal operation shall be provided at no extra cost by the Bidder, unless explicitly excluded in the specification.

p) Bidder must meet statutory/HSE compliance as per Annexure C enclosed along

Page 27: PURCHASE SPECIFICATION BDC1718-09001 · PURCHASE SPECIFICATION BDC1718-09001 Rudrapur GROUP : BDC Rev no 01 Signature and seal of Bidder Page 2 of 26 1. INTRODUCTION: This specification

PURCHASE SPECIFICATION

BDC1718-09001

Rudrapur GROUP : BDC Rev no 01

Signature and seal of Bidder Page 26 of 26

with this tender document. q) The design and operational features of the equipment offered shall also comply

with the provisions of latest issue of the Indian Electricity Rules and other statutory regulations.

r) Statutory obligation: Bidder is required to meet all the statutory obligations/ legal requirement with regard to workmen deployed by Bidder for the project such as ESI, PF, Minimum wage act, Work man compensation act/Accident/medical insurance, Income Tax act, Employees Insurance act etc.

s) The installation should strictly conform to this specification. All the works shall be

executed strictly as per the direction of BHEL engineer at site.

7 LIST OF ENCLOSURES: Following enclosure makes the part of BDC1718-09001.

7.1 SPV Module drawing- 3-988-00-00110 7.2 SPV Module Data Sheet – EP-901-01-00001 7.3 Annexure – A includes Qualifying Criteria, Payment terms, bidder’s information,

and declaration by Bidder etc. 7.4 Annexure – B format for certificate by chartered accountant 7.5 Annexure – C Statutory compliance by Bidder.