WBSDCL/SPGD/RTS Phase-II/2020-21/NIT-28 Date

137
Invitation for Expression of Interest (EOI) For Empanelment of Agencies for Design, Supply, Installation, Testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, aggregating to 50 MWp, including five years comprehensive maintenance in the State of West Bengal for one year. EOI No: WBSDCL/SPGD/RTS Phase-II/2020-21/NIT-28 Date: 25/08/2021 Issued by: The Chief Engineer Solar Power Generation Department West Bengal State Electricity Distribution Company Limited Vidyut Bhavan, Block-DJ, Sector-II, Kolkata-700091 Email: [email protected]

Transcript of WBSDCL/SPGD/RTS Phase-II/2020-21/NIT-28 Date

Invitation for Expression of Interest (EOI)

For

Empanelment of Agencies for Design, Supply, Installation, Testing &

Commissioning of Grid connected Rooftop Solar Photovoltaic

Systems in Residential premises, aggregating to 50 MWp, including

five years comprehensive maintenance in the State of West Bengal

for one year.

EOI No: WBSDCL/SPGD/RTS Phase-II/2020-21/NIT-28 Date: 25/08/2021

Issued by: The Chief Engineer

Solar Power Generation Department West Bengal State Electricity Distribution Company Limited

Vidyut Bhavan, Block-DJ, Sector-II, Kolkata-700091

Email: [email protected]

TABLE OF CONTENT

Sl. No. Part Particular Page No.

1 - Notice Inviting EOI 3 2 - Disclaimer 7 3 PART-A Definitions & Abbreviations 9 4 PART-B Important Instruction to Agency 17 5 PART-C Schedule-A and Note-Important 21 6 PART-D Check List 26 7 PART-E Integrity Pack 28 8 PART-F General and Commercial Terms and conditions including

EOI offer eligibility conditions & evaluation criteria 29

9 PART-G Scope of work and Technical Specification 60 10 PART-H Annexures: - 87

Annexure-1 Format for EOI condition Undertaking 87 Annexure-2 Details of EPC work Execution Capacity 90 Annexure-3 Details of experience declaration of Category of the bidder 91 Annexure-4 Details of Technical staff available with the Bidding Agency

for execution of work 92

Annexure-5 Declaration about Relatives employed 93 Annexure-6 Deviation Sheet (No deviation certificate) 94 Annexure-7 List of Plant & Machinery and Equipment 95 Annexure-8 Format for Turnover Certificate 96 Annexure-9 Undertaking in regard to Stop Deal / Black List thereof 97 Annexure-10 Information about Bidder and its legal Status 98 Annexure-11 Acceptance of terms and conditions 98 Annexure-12 List of Documents under “Technical Offer Cover” 102 Annexure-13 Undertaking In Regard To Quoted Price 103 Annexure-14 Quantity Offered 104 11 PART-I Appendix

Appendix-1 Format for Guarantee Card 105 Appendix-2 Quarterly Maintenance & Servicing Report 106 Appendix-3 Project Completion Report for Grid Connected Solar PV

System 107

Appendix-4 Agreement 111 Appendix-5 E.M.D Bank Guarantee Format 115 Appendix-6 Form of Banker’s Undertaking [For Performance

Guarantee (SD) for supply period as per Commercial Terms and Conditions of EOI Document]

117

Appendix-7 Tripartite Agreement 118

Appendix-8 WBSEDCL EMD Office Order 136

12 Schedule B: Price Offer as per n-procure-e-EOI Document -

3

Notice Inviting EOI

EOI No: WBSDCL/SPGD/RTS Phase-2/2020-21/NIT-28 DT 25/08/2021

As authorized by the West Bengal State Electricity Distribution Co. Ltd, the Nodal Agency for implementing the Residential Rooftop Solar Subsidy Scheme in West Bengal state, the Chief Engineer SPGD-WBSEDCL invites ‘On-line’ Expression of Interest (EOI) for Empanelment of Agencies for Design, Supply, Installation, testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, aggregating to 50 MWp, including five years comprehensive maintenance in the State of W.B during the Year (2021-22).

EOI documents may be down loaded from web site https:// wbtenders.gov.in (For view, down load and on line submission) and WBSEDCL’s web sites www.wbsedcl.in for view & down load only). (To view the PDF file please use “Acrobat Reader” software which can be downloaded from “Adobe “website.)

EOI offer is required to be submitted by online mode only in electronic form on website https:// wbtenders.gov.in (i.e. under preliminary, technical and price offer stage of online) except documents (as mentioned in the clause no.: 3A and 3B of “PART-C- NOTE: IMPORTANT”) to be submitted physically in sealed Main cover containing separate covers for “EMD Document cover” and “Technical Offer documents cover” separately at the office of :-

The Chief Engineer, SPGD, 5th Floor, B-Block, Vidyut Bhavan, Block-DJ, Bidhannagar, Sector-II, Kolkata-700091 EOI Schedule: - 25/08/2021

Sl. no. Description

1 Date of publication of EOI (Tender) Dt 25-08-2021

2

Sub: - Expression of Interest (EOI) for Empanelment of Agencies for Design, Supply, Installation, testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, aggregating to 50 MWp, including five years

Comprehensive maintenance in the State of W.B during the Year (2021-22).

3

EOI Document Fee Exempted

4

Earnest Money Deposit (EMD) amount in Rs.

For ‘Category-A’ bidders- Rs. 2.00 lakhs (Two lakhs Only) For ‘Category-B’ bidders- Rs. 2.00 lakhs (Two lakhs only) For MSME Units is NIL (both category)

4

5

Last Date & Time for receipt of query / clarification on the EOI Document if any for pre-offer (pre-bid) meeting. Query / clarification to be sent by e-mail only on following email IDs [email protected]

Date: 07/09/2021 On Before 17.00 hrs.

6

Date, time & venue for Pre EOI-Offer (Pre- bid) Meeting: (The Agency who wants to attend the pre- EOI offer meeting is requested to intimate us at least one day in advance prior to the date of the pre-offer meeting through e- mail only.)

Date: 08/09/2021 Time: 15.00 hrs Noon Venue: Place of Pre-bid meeting will be announced on Website.

7

Online Preliminary, technical and Price offer i.e. Online EOI Document/ offer submission last date and time (This is mandatory)

Date: 27/09/2021 Up to 16.00 hours

8

Last date of Physical Submission of “relevant EOI Documents” (by Registered post A.D. or SPEED POST or by hand.)

Date: 28/09/2021 up to 16.00 hours

9

Date of Checking of “ EMD ” and opening of preliminary offer (if possible)

Date: 29/09/2021 at 11.00 hours

10

Date of opening of Technical offer document physical as well as online Technical stage (if possible)

Date: 30/09/2021 at 11.00 hours

11

Tentative Date of on – line opening of Price offer stage (Price Offer) (tentative, if possible)

To be intimated after Technical Evaluation

5

WBSEDCL CIN No. U40109WB2007SGC113473 Every Agency have to inform their GSTIN No. at the time of payment of applicable fees AS PER THE NOTICE OF THE INVITATION OF EOI DOCUMENT (NEWS PAPER ADVERTISEMENT), THE EOI DOCUMENT IS INVITED BY E-Tender (ON – LINE) SYSTEM, FOR WHICH FOLLOWING CONDITIONS ARE MANDATORY.

[A] All the relevant documents as per cl no 3A and 3B of “PART-C- (NOTE: IMPORTANT) ”of EOI Document are required to be submitted physically in sealed Main cover containing separate covers for “EMD Document cover” as per 3A and “Technical Offer documents cover” as per 3B separately (This cover shall be super scribe “EOI Document no.: WBSDCL/SPGD/RTS Phase-II/2021-22/NIT-28 Dt: 25.08.2021 only, on OR before due date and time. All such documents should be submitted to the office of The Chief Engineer, SPGD, 5th Floor, B-Block, Vidyut Bhavan, Block-DJ, Bidhannagar, Sector-II, Kolkata-700091, otherwise the offer will not be considered and no further communication in the matter will be entertained.

[B] The documents other than mentioned in Part-C and documents mentioned in Annexure- 12 of general and commercial terms and conditions of EOI Document (i.e. Part-“F”) are required to be uploaded in technical stage of online EOI Document and submitted physically in “Technical Offer documents cover”. In case of not uploading of required document in online offer or uploading of wrong document or not submitting physically in “Technical Offer documents cover”, offer may not be considered for technical evaluation. However, the Agency may upload additional documents, broachers, technical / other information etc, if desires to give with the offer.

[C] Agency are participating under Category –A requested to submit price – offer (Schedule – B) in on-line (e-EOI electronic form) only and not to submit the price offer in physical form. This is mandatory. If price offer is submitted in physical form, same will not be opened and only on-line submitted price offer will be considered for evaluation.

[D] It is mandatory for all the Agencies to submit their EOI Documents by both forms viz. on – line (e – EOI Documenting) and physically in schedule time. If EOI documents submitted in only any one form, say either by online or physically, in that case the same EOI Document will not be considered.

[E] WBSEDCL at its sole discretion may ask additional clarification or information or documents from the Agency who are found to be eligible in main pre-qualification criteria.

[F] There are two types of the Bidder categories to be Empanelled through this EOI- Category-A Bidders Category-B Bidders

1. ‘Category-A’ bidders having experience of successful installation of minimum aggregate 200 kW capacity of Grid Connected solar rooftop systems in residential sector before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself or Successful Installation and Commissioning of minimum aggregate 1000 KW capacity of Grid connected systems in any sector viz. residential, social, industrial, commercial, government, or any other such Scheme.

The above experience of bidder shall be before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself.

6

2. ‘Category-B’ bidders shall be those bidders who are new entrepreneur and / or those bidders

who are not covered under Category-A. 3. Price bid Offer of those bidders will be opened in On-line bid opening process who are having

the experience as mentioned in [F] 1. For Category-A above and fulfils EOI DOCUMENT ELIGIBILITY CONDITIONS & EVALUATION CRITERIA as mentioned at PART-F of this EOI and fall under Category-A bidders. Rates quoted by such bidders will be considered for further evaluation. Bidders who are not falling under category-A shall be eligible to Empanel in the Category-B subject to fulfilling all other required criteria as mentioned in the PART-F.

4. The rates invited are for following all Eleven System Capacities/ ranges(slabs) of Solar System ratings/ capacity

1.00kW, >1.00kW to 2.00 kW,> 2.00 kW to 3.00 kW, >3.00kW to 5.00 KW, >5.00kW to 6.00 KW >6.00 kW to 10.00kW, >10.00 kW to 100KW, > 100kW to upto 500 kW Note: With reference to the order of West Bengal Electricity Regularity Commission In the matter of Case No. WBERC/A-82/1 dated 19.03.2021 the commission has allowed net–metering to all agricultural consumer and other consumer having sanction load upto 5 kW and Net –billing to the consumer having sanction load above 5kW. It is also mentioned that consumers who have already been connected under net-metering, the same arrangement will continue. Category-A bidders shall require to quote rates in all the SPV Capacities and ranges as mentioned above in the on-line price bid. Otherwise bid will be not consider for financial evaluation.

5. Category-B bidders shall require completing all the process of submitting EOI as mentioned in

this document to make them qualified in preliminary bid and Technical bid evaluation process. Category-B bidders not require to quote rates in all the SPV Capacities and ranges as mentioned above in the on-line price bid. Those bidders of Category-B who are preliminary and technically qualified shall be empanelled subject to agree with discovered lowest (L1) price for of all capacities /ranges of Category –A bidders.

Note: Agency should be in touch with websites www.wbtenders.gov.in for information regarding revision/corrigendum/Amendment in EOI Document till due date of online submission and thereafter. No separate information shall be sent in this regard and also not publish in newspaper.

Any technical questions, information and clarifications that may be required pertaining to this EOI should be referred to email id: [email protected] (The Chief Engineer, Solar Power Generation Dept. WBSEDCL)

WBSEDCL reserves the right to reject any OR all EOI Documents/offers without assigning any reasons thereof.

Chief Engineer

Solar Power Generation Department WBSEDCL

7

Disclaimer

1. All information contained in this, Expression of Interest (EOI) subsequently provided / clarified are in good interest and faith. This is not an agreement and is not an offer or invitation to enter into an agreement of any kind with any applicant. Each applicant should conduct its own investigation and analysis & should check the accuracy, reliability and completeness of the information in this Expression of Interest. Applicants should make their own independent investigation in relation to any additional information that may be required. Applicant should make their own due diligence of facilities while preparing this

2. The information contained in this EOI Document subsequently provided to EOI applicant(s),

whether verbally or in documentary or in any other form by or on behalf of WBSEDCL or any of its employees, consultants or associates, is provided to EOI applicant(s) on the terms and conditions set out in this EOI Document/ Offer and such other terms and conditions subject to which such information is provided.

3. This EOI Document/ Offer is not an agreement and is neither an offer nor invitation by

WBSEDCL to the prospective Agency or any other party. The purpose of this EOI Document/ Offer is to provide interested parties with information that may be useful to them in making their Offer. This EOI Document/ Offer includes statements, which reflect various assumptions and assessments arrived at by WBSEDCL in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each EOI applicant may require. This EOI Document/ Offer may not be appropriate for all persons, and it is not possible for WBSEDCL to consider the technical capabilities, investment objectives, financial situation and particular needs of each party who reads or uses this EOI Document/ Offer. The assumptions, assessments, statements and information contained in this EOI Document/ Offer may not be complete, accurate, adequate or correct. Each EOI applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this EOI Document/ Offer and obtain independent advice from appropriate sources.

4. Information provided in this EOI Document/ Offer to the EOI applicant(s) is on a wide range

of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. WBSEDCL accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

5. WBSEDCL or any of its employees, consultants or associates make no representation or

warranty and shall have no liability to any person including any EOI applicant under any law, statute, rules or regulations, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this EOI Document/ Offer or otherwise including the accuracy, adequacy, correctness, completeness or reliability of the OFFER and any assessment, assumption, statement or information contained therein or deemed to form part of this EOI Document/ Offer or arising in any way in this Offer stage.

8

6. WBSEDCL or any of its employees, consultants or associates also accept no liability of any

nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any EOI applicant upon the statements contained in this EOI Document/ Offer.

7. WBSEDCL may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this EOI Document/ Offer.

8. The issue of this EOI Document/ Offer does not imply that WBSEDCL is bound to select an EOI applicant for the Project and WBSEDCL reserves the right to reject all or any of the Agency or Offers or discontinue or cancel the offering process without assigning any reason whatsoever.

9. The EOI applicant shall bear all its costs associated with or relating to the attending pre-offer meeting, preparation and submission of its Offer including but not limited to preparation, copying, postage, delivery fees, traveling, food, lodging, expenses associated with any demonstrations or presentations which may be required by WBSEDCL or any other costs incurred in connection with or relating to its Offer. All such costs and expenses will remain with the EOI applicant and WBSEDCL shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a EOI applicant in preparation or submission of the Offer, regardless of the conduct or outcome of the offering Process.

10. Words comprising the singular shall include the plural & vice versa

11. An applicable law shall be construed as reference to such applicable law including its amendments or re-enactments from time to time.

9

PART A- Definitions and Abbreviations

Definition

1. “Appropriate Authority” : CEA, BIS, WBERC, MNRE or any other Authority  fulfillment by the Government of India or Government of W.B.

2. “Beneficiary” : “Beneficiary” shall mean the Residential category Consumers as per Scheme, in Government owned DISCOM/WBSEDCL, Distribution Licensee in W.B State for 1- phase / 3-phase connection of Supply of Electricity and who have applied to participate in the Residential Solar Rooftop Subsidy Scheme of Government.

3. “EOI applicant(s)” / “Bidder” : The “EOI applicant (s) /Bidder” shall mean the EOI applicant whose offer is received by WBSEDCL as per eligibility criteria and shall include such EOI applicant’s heirs, legal representatives, successors and assignees. Here, in this case, the EOI applicant/Bidder shall not be a Joint Venture or a Consortium or an Associate.

4. “EOI Offer” : “EOI Offer” means this EOI Document having EOI number and name as mentioned in EOI inviting Notice including all its documents, along with all formats, annexures, corrigendum, modifications, amendments and clarifications thereto; in on-line and physical submission of offer/offer in response to this EOI Document in accordance with the terms and condition thereof.

5. “Region” : “Region” means Operation and Maintenance Regional Offices of WBSEDCL.

6. “Contract” : The “Contract” shall mean the agreement to be entered into by the WBSEDCL with the Empanelled Agency upon receiving the Letter of Empanelment from WBSEDCL for implementation of the Scheme/ Project and shall include the General and commercial terms & condition, scope of work, project requirement, technical conditions, schedules, appendixes, drawings and any other conditions specifically agreed between the parties forming a part of the contract

10

7. “Empanelled Agency”/ “Successful EOI applicant”/ “Supplier”/ “Contractor”/ “Agency”

: The “Empanelled Agency”/“Successful EOI applicant”/ “Supplier”/ “ Contractor” /”Agency” shall mean the EOI applicant, whose EOI offer has been accepted by the WBSEDCL for empanelment as registered supplier /agency and shall include his authorized representatives and have signed the ‘contract’ agreement with WBSEDCL.

8. “Company” : “Company” shall mean Electricity Distribution Company (WBSEDCL) in W.B State.

9. “Date of completion of Project”

: “Date of completion of project” shall mean that the date of completion of project with project handed over and accepted by the consumer Applicant in all respect provided that the CMC of 5 years, Guarantee and warrantee of 5 years shall be applicable as per the EOI Document terms and condition after the date of completion of Project.

10. “DISCOM” : “DISCOM” Shall mean W.B state Electricity Distribution Company Ltd. i.e. WBSEDCL.

11. “Division” : “Division” Shall mean Operation and Maintenance Division of WBSEDCL.

12. “EMD” :

The “EMD” shall mean Earnest Money Deposit which is required to pay as per the EOI Document condition.

13. “Engineer” / “Engineer-in-charge”

: The “Engineer” / “Engineer-in-charge”shall mean the authorized Officer of the DISCOM

14. “EPC” : “EPC” Shall mean Engineering, Procurement and commissioning of the complete project as per the terms and condition of the EOI Document

15. “Financial Year” or “FY” : “Financial Year” or “FY” shall mean the Period starting from 1 April of the first calendar year to 31 March of the consecutive calendar year.

11

16. “Guarantee Period” / “warrantee period”

: The “Guarantee Period”/ “warrantee period” shall mean the period during which the Empanelled Agency shall remain liable for replacement / repair and maintenance of any defective parts / work performed by the Empanelled Agency under the contract as per the EOI Document condition.

17. “Letter of Empanelment / Notice of Award of Contract / Letter of Award”

: “Letter of Empanelment / Notice of Award of Contract / Letter of Award ” shall mean the official notice issued by the WBSEDCL, notifying the successful EOI applicant that his offer has been accepted for the empanelment with informing the successful EOI applicant to pay Security Deposit (SD) and execute the Agreement with WBSEDCL as per the terms and conditions.

18. “Order” / “Acceptance of EOI Offer”

: The “Order” /“Acceptance of EOI Offer” shall mean the official letter issued by the WBSEDCL informing the EOI applicant that his EOI Document has been accepted.

19. “Party” or “Parties” : “Party” or “Parties” Shall mean the Successful EOI applicant who has signed the Contract with the WBSEDCL towards the  ulfillment of the Terms and Conditions of this EOI Document.

20. “WBSEDCL” : West Bengal State Electricity Distribution Co. Ltd. is the authorised Nodal Agency for implementation of the Scheme of Residential Solar Subsidy Scheme in the State.

21. “Project” : “Project” Shall mean the project of the Design, Supply, Installation, testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, for the application registered with the Empanelled Agency, including five years comprehensive maintenance for which the offers are invited covering all aspects and terms and conditions as per the EOI document. The project covers Supply, Installation, Testing and Commissioning of Grid connected Solar PV system with CMC of 5 years for Residential consumers as per the EOI Document.

12

22. “ Third Party Inspection Agency (TPIA)/TPI” :

: “ Third Party Inspection Agency (TPIA)/TPI” shall mean an agency/ agencies appointed by WBSEDCL for inspection of SPV System installed and commissioned.

23. “PV System” or “SPV ” or “ SPV System”

: “PV System” or “SPV ” or “ SPV System” shall mean the Grid-tie Solar Photo-Voltaic (PV) system including the PV modules, grid-tie inverter(s), module mounting structure(s), cables and connectors, safety and earthing equipment, interconnection equipment, and inverter with remote monitoring with other components for Roof top Solar System that shall be supplied, installed, commissioned and maintained by the Empanelled Agency.

24. “Qualifying EOI applicant” : “Qualifying EOI applicant” shall mean the EOI applicant who shall meet all the eligibility criteria mentioned in the EOI Document and selected in the empanelment list.

25. “Scheme” : “Scheme” shall mean scheme for Providing grid connected Solar System for Residential Consumers announced by WBSEDCL

26. “System” “System” shall mean the grid connected Solar PV system as per EOI Document that shall be supplied, installed, commissioned and maintained with all other ancillary required by the Empanelled Agency for satisfactory operation of the System.

27. “Specification” : The “Specification” shall mean the EOI Document forming a part of the contract along with Proforma, schedules, appendixes and all annexure Part-G of EOI Document.

28. “Division” : “Division” Shall mean Operation and Maintenance Division of WBSEDCL

29. “week” “Week” shall means the continuous period of seven days

30. “Work” The “Work” shall mean activities to Supply, Installation, testing & commissioning of the EOI Document item for which the offers are invited.

13

31. Category-A Bidders ‘Category-A’ bidders shall be those bidders who Having experience of successful installation of minimum aggregate 200 KW capacity of Grid Connected solar rooftop systems in residential sector before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself Successful Installation and Commissioning of minimum aggregate 1000 KW capacity of Grid connected systems in any sector viz. residential, social, industrial, commercial, government, under any Scheme. The above experience of bidder shall be before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself.

32. Category-B Bidders ‘Category-B’ bidders shall be those bidders who are new entrepreneur and / or those bidders who are not covered under Category- A.

14

Abbreviations : Abbreviations are shown as under

1. AC : Alternating Current

2. ACP : Aluminum Composite Panel

3. AM : Air Mass

4. ASTM: : American Society for Testing and Materials

5. BIS : Bureau of Indian Standards

6. BoQ : Bill of Quantity

7. BOS : Balance-of-System

8. CEA : Central Electricity Authority

9. CERC : Central Electricity Regulatory Commission

10. “CEIG” : Chief Electrical Inspector, Government of WB

11. CMC : Comprehensive maintenance Contract for 5 years

12. DC : Direct Current

13. DCDB : Direct Current Distribution Box

14. DTR : Distribution Transformer

15. DWC : Double Walled corrugated

16. EPC : Engineering, Procurement and Commissioning

17. EPF : Employee Provident Fund

18. FF : Fill Factor

19. FOR/F.O.R. : Freight on Rail/Road

20. WBREDA : W.B Renewable Energy Development Agency

21. WBERC : W.B Electricity Regulatory Commission

23. GI : Galvanized Iron

24. GST : Goods and Services Tax

25. HP : Horse Power

26. HDGI : Hot Dipped Galvanized Iron

27. HDPE : High Density Polyethylene

28. HFL : Highest Flood-Level

29. HT : High Tension (11 KV )

15

30. IP : Internet Protocol /Ingress Protection

31. IPR : Intellectual Property Right

32. IEC : International Electrotechnical Commission

33. IEEE : Institute of Electrical and Electronics Engineers

34. IS : Indian Standard

35. Isc : Short Circuit Current

36. IST : Indian Standard Time

37. KV : Kilo Volt

38. KW : Kilo Watt

39. KWp : Kilo Watt peak

40. LT : Low Tension

41. IoT : Internet of Things

42. MCB : Miniature Circuit Breaker

43. MDAS : Meter Data Acquisition System

44. MIS : Management Information System

45. MMS : Module Mounting Structure

46. MNRE : Ministry of New and Renewable Energy, GOI.

47. MPPT : Maximum Power Point Tracker

48. MW : Mega Watt

49. NEC : National Electric Code

50. NIT : Notice Inviting EOI Document

51. NOCT : Normal Operating Cell Temperature

52. OS : Operating System for Computer/server

53. PAN : Permanent Account Number

54. PCU : Power Conditioning Unit

55. PID : potential-induced degradation

56. POC : Proof of Concept

57. CUF : Capacity Utilization Factor

58. PV : Photo Voltaic

59. PVC : Poly vinyl chloride

16

60. RCCB : Residual Current Circuit Breaker

61. RL : Residential

62. RFID : Radio Frequency Identification

63. RTC : Real Time Clock

64. REC : Rural Electrification Corporation, GOI

65. RDBMS : Relational Data Base Management System

66. SCADA : Supervisory Control And Data Acquisition

67. SMB : Sub Miniature version B

68. SPV : Solar Photo Voltaic

69. SPD : Surge Protection Device

70. SRT : Solar Roof Top

71. SPGD : Solar Power Generation Department

72. STADD-Pro : Structural Analysis And Design Computer Program

73. STC : Standard Testing Condition (“STC” shall mean Standard Testing Condition for solar cells and PV modules with air mass AM1.5, irradiance 1000W/ m2, and cell temperature of 25°C.)

74. TPI : Third Party Inspection

75. THD : Total Harmonic Distortion

76. ToU : Time of Use

77. UAT : User Acceptance Test

78. UV : Ultra Violet

79. Vmp : Voltage at Maximum Power

80. Voc : Voltage at Open Circuit

81. -Ve : Negative

82. W : Watt

83. Wp : Watt peak

84 XLPE : Cross-linked Polyethylene

85 WB : West Bengal

17

PART-B- Important Instruction to Agency 1. Earnest Money Deposit (EMD) is to be paid as under:

a) Bid shall be accompanied with requisite Earnest Money Deposit (EMD). Any Bid not accompanied

by adequate Earnest Money Deposit (EMD) shall be disqualified and no further consideration shall be given to such EOI. Bidders may note that no relaxation in this regard shall be made.

b) EOI Documenter has to pay E.M.D. through online mode as per the Guidelines for implementation of online collection and refund of EMD in e-tendering process (vide WBSEDCL office order No. 1997 Dated 14.06.2021) enclosed as Appendix-8 within the date of opening of EOI Document or to be extended as required by WBSEDCL. The Payment receipt print out copy needs to be submitted in physical from with EOI cover document. The WBSEDCL Office Order is attached as Appendix-8 with the E Tender Document.

c) Mode other than mentioned in the WBSEDCL office order No. 1997 Dated 14.06.2021 for submission of EMD is not accepted.

d) The Micro and Small Scale Industrial (manufacturing) Units registered under Small Scale Industries of W.B State and holding subsequent registration with CSPO / NSIC / DGS & D, Registration Certificates will be eligible for exempted payment of EMD at on submission of duly notarized copies of their SSI (SSI/ MSME Part-II/Udyog Aadhaar Memorandum) & CSPO/ NSIC/DGS & D Registration Certificates in EMD Cover. This benefit of exemption will not be admissible if they take part in the EOI Document indirectly either through their dealers, agents, distributors or other intermediators.

e) EOI Documents submitted without Earnest Money Deposit by the firms, who are not eligible for any exemption, will be rejected without entering in to further correspondence in this regard and no reference will also be made.

f) The “SSI” (SSI/MSME Part-II/ Udyog Adhar Memorandum) & NSIC/CSPO/DGS & D certificate should indicate the manufacture of item. In case of Udyog Aadhaar Memorandum, it should indicate the manufacture of related group of item. Provisional Registration Certificates are NOT allowed.

g) Government or Semi-Government Organizations, which are run departmentally & are not limited Companies, will not eligible for exemption from payment of E.M.D. No Interest will be allowed against payment of E.M.D.

h) Micro, Small & Medium Enterprises unit of W.B or outside W.B of India should submit the Notarized copy of either certificate/acknowledgement of entrepreneur Memorandum of DIC/SSI Part-II/MSME PartII/Udhyog Aadhar Memorandum/valid NSIC/CSPO/DGS & D certificate indicating MICRO AND SSI category of the firm/Udhyog Aadhar Memorandum, in physical form in “EMD Cover Documents” for the benefit of exemption of EMD value.

Note: The offer will be rejected out rightly; if above mandatory documents are not submitted in physical form by Registered post A.D. or SPEED POST or by hand (This is mandatory). Note: No exemption of the EMD shall be granted. Earnest Money Deposit (EMD) is to be paid as under:” Of PART-B- Important Instruction to Agency”: Claim of exemption payment of EMD shall be considered for those bidders who have submitted valid document/s with requisite qualification as per above condition. no ‘h’ of EMD.

18

2. Instruction for Physical and On-Line Submission of EOI offer

a) All the relevant documents as per cl no 3A and 3B of “PART-C-( NOTE: IMPORTANT)”of EOI

Document are required to be submitted physically in sealed Main cover containing separate covers for “EMD Document cover” as per 3A and “Technical Offer documents cover” as per 3B separately will be sent to the CHIEF ENGINEER, SPGD, WBSEDCL, Vidyut Bhavan, 5th floor, “B” Block, Bidhannagar, Kolkata-91 by Registered post A.D. or SPEED POST or by hand.

b) All the relevant documents as per cl no 3A and 3B of “PART-C- (NOTE: IMPORTANT)”

should reach to this office on or before date and time mentioned in EOI Document notice. No EOI Document shall be accepted / opened in any case received after due date and time of receipt of EOI Document irrespective of delay due to postal services or any other reasons and that WBSEDCL shall not assume any responsibility for late receipt of the EOI Document.

c) Online payment receipt of EMD and documents related to availing benefit of exemption Payment of

EMD must be placed in the Cover super scribing “EMD Cover Document” along with requisite documents as mentioned in the PART-C-Cl no-3 of this document.

d) First the “E.M.D Cover Document” will be opened and simultaneously the preliminary

stage of online mode will also be opened & if the documents towards payment, E.M.D is found OK then only Technical Offer in online as well as physical mode will be opened, which may please be noted; otherwise online offer / e-EOI Document will not be opened / say rejected out rightly and no correspondence in this regard will be entertained.

e) Agency shall submit Price Offer ‘On-Line' in electronic form only and not in physical form.

f) Technical offer and Commercial offer:

The technical offer is required to be submitted in online as well as physical mode. The technical and commercial offer shall comprise all the technical and commercial details as required to be submitted as mentioned in the EOI document. However, the required documents of technical offer which are mentioned in no 3B of “PART-C- (NOTE: IMPORTANT)” of EOI Document shall be submitted in “Technical offer Documents Cover” in physical form.

Please note that the required documents should be invariably uploaded in online / submitted in physically as mentioned in EOI Document. Any EOI Document without required documents is liable to be ignored and the EOI Document may be rejected without entering in to any further correspondence in this regard and no further reference will be made.

g) It is to clarify that in case of any discrepancy between physical annexure/ documents and on-

line annexures /documents then on-line data will be considered as a final data for EOI Document evaluation and competition.

19

3. Instructions for e- EOI (Online EOI) to Agency:

I Downloading of EOI Documents A Offer document will be available on web site up to date shown in the EOI Document. B Agency willing to participate in EOI offer will have to get themselves registered on

Website: www.wbtenders.gov.in Ii Digital Signature A Agency should have valid digital certificate as per Information Technology Act 2000

using which they can sign their electronic offers.

B In case EOI applicant needs any clarification of e-EOI for participating in online EOI Document, they can contact the following office:- Office Of The Chief Engineer, Solar Power Generation Department,5th Floor, B-block Vidyut Bhavan, Block-DJ, Bidhan Nagar,Sector-II,Kolkata-700091 Other Terms & Conditions as per detailed EOI Document

C Agency who already possess valid Digital certificate need not to procure a new digital certificate.

iii On line Submission of Technical and Price Offer A Agency can prepare and edit their offers number of times before EOI Document

submission date and time. After EOI Document submission date and time, EOI applicant cannot edit their offer submitted in any case. No written or online request in this regard shall be granted.

B EOI applicant shall submit their offer, i.e. Technical Offer as well as price offer in Electronic format on above mentioned website and date shown in EOI Document details before digitally signing the same.

C Offers submitted without digitally signed will not be accepted. D Offers only in physical form will not be open in any case.

20

4. General Instructions

a) Documents towards print out of Online payment receipt of will be kept along with EMD

cover submission. b) EOI Documenter has to pay E.M.D. as mentioned in EOI Document notice. For exemption of

EMD valid document as specified in EOI Document will be accepted. c) EOI Documents without Earnest Money Deposit (EMD) or with valid EMD exemption

document for MSME and which do not fulfil all or any of the conditions or submitted incomplete in any respect will be rejected.

d) Conditional EOI Document shall not be accepted. e) WBSEDCL reserves the right to reject any or all the EOI Documents or split the work between

more than one EOI applicant without assigning any reasons thereof. f) All information in the Offer shall be in English. Information in any other language shall be

accompanied by its translation in English. Failure to comply with this may disqualify the Bidders.

g) All the rates and amount in monetary terms shall be in Indian Rupees, INR. h) If any information provided by the Bidders is found to be concealed, suppressed or incorrect

at later date or during finalization of the EOI or the Bidders withdraws their offer during finalization of the EOI, the EOI shall be liable to be rejected and company shall be debarred from executing any business with WBSEDCL and its subsidiaries for the period of 3 years and the EMD of such Bidders shall be forfeited.

i) Erases and other changes shall be initiated by the person/persons signing the Offer. j) Each page of the Offer document shall be signed and stamped by the Bidders as a token of

acceptance to terms and conditions mentioned herein. k) In the event, the successful Bidders fails to accept the Empanelment order within specified

time or withdraws his offer within the validity period or fails to accept the order for any reason whatsoever, then the EMD /SD/ASD by the Bidders shall be forfeited by WBSEDCL.

l) WBSEDCL reserves the right to accept any offer based on its merits and WBSEDCL is not bound to place the order with the party having submitted the lowest offer. Thus party merely on the ground that their financial offer is lowest, does not necessarily qualify them for Empanelment.

m) WBSEDCL, at its discretion, may award the work to more than one party, if required.

n) WBSEDCL, at its discretion, may allot capacity of work to any bidder if any request received regarding installation of rooftop solar system from beneficiary through online mode.

21

PART-C: SCHEDULE- ‘A’& NOTE: Important

SCHEDULE-- ‘A’ :

Inviting Expression of Interest (EOI) for Empanelment of Agencies for Design, Supply, Installation, testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, aggregating to 50 MWp, including five years comprehensive maintenance in the State of W.B during the Year (2021-22).

Sr. No Description Aggregate Quantity with sum of

individual capacity PV Plants

1

Grid connected individual Solar Roof Top SPV Plants of various capacities (ranging from 1 KW to 500 KW) to come-up on various Residential category Consumers (MW)

Tentatively 50 MWp

22

PART-C: NOTE: IMPORTANT

1 The bidder shall be required to obtain the certified electrical contractor certificate in the name of the bidder from the Chief Electrical Inspector, Govt. of W.B and shall have adequate number/s of certified electrical supervisor certified by the Chief Electrical Inspector. Such certificate is mandatory at the time of bidding. However, the successful bidder shall have to produce the same prior to get Empanelment Letter.

2 The quantity mentioned above is only indicative. The quantity or total capacity or number of components of the EOI document may vary depending upon actual requirement at the time of Scheme implementation and consumers’ participation which will be based upon number of beneficiaries applied for this Scheme. The quantity mentioned above is tentative. No Dispute for non-allotment or allotment of very less quantity shall be entertained and WBSEDCL’s decision in this regard, shall be binding to the Agency. The WBSEDCL reserve the right to reduce/ enhance the EOI Document quantity as per their requirement at the time of finalization of the EOI Document.

3 3A

Physically Submission in sealed Main cover: -

The following documents’ Covers as stated hereunder are required to be placed separately and submitted in physical form under sealed cover as “MAIN COVER”. (This cover shall be superscribe “TENDER- EOI Document No: WBSEDCL/SPGD/RTS Phase-II/2020-21/NIT-28 Dt: 25.08.2021 & due date of opening)

This MAIN COVER shall contain two separate covers as under. Sub-Cover-1 Containing “EMD fee Document cover” as per Documents mentioned in Cl

no 3A Sub-Cover-2 Containing “Technical Offer documents cover” as per documents

mentioned in Cl no -3B

(3A) ‘EMD COVER DOCUMENTS’ SHALL CONTAINS THE FOLLOWING DOCUMENTS: The following documents as stated hereunder are required to be submitted in physical form under Seal cover of “EMD cover Documents”. (This cover shall be super scribe “EOI Document No: WBSDCL/SPGD/RTS Phase-2/2021-22/NIT-28 Dt: 25.08.2021 & due date of opening)

(1) Printout Online submission receipt of Earnest Money Deposit (E.M.D) amount

as per the guideline of WBSEDCL no. 1997 dated 14.06.2021 and documents like authenticated notarized certificate copies of registration with small scale industries of Govt. of W.B (i.e. SSI (SSI/MSME Part-II/ Udyog Adhar Memorandum) certificate issued by Govt. of W.B) and Registration with CSPO/NSIC/DGS&D, for Claim of payment of EMD at lower rate. Please refer Part-B of EOI Document. This is mandatory.

23

3B

Note:- Micro, Small & Medium Enterprises unit of West Bengal should submit the Notarized copy of either certificate/acknowledgement of entrepreneur Memorandum of DIC /SSI Part-II/MSME Part-II/Udhyog Aadhar Memorandum/valid NSIC/CSPO/DGS&D certificate indicating MICRO AND SSI category of the firm/Udhyog Aadhar Memorandum, in physical form in “EMD Cover Documents” for the benefit of Exemption Payment of EMD value.

Note: The offer will be rejected out rightly; if above mandatory documents are not submitted in physical form.

(3B):-‘TECHNICAL OFFER COVER ’ SHALL CONTAINS THE FOLLOWING DOCUMENTS: The following documents which are required for Technical Evaluation (Please refer clause no.: 61 of general and commercial terms and conditions of EOI Document for details) are required to be submitted in physical form in sealed cover of “Technical offer Cover”.

(a) Certified Documents for establishing proof of fulfilling the ‘Condition no-

61(B)(I)-of Minimum Eligibility Condition as mentioned in the Techno - Commercial offer evaluation para no-61(B)(I).

(b) Certified Documents for establishing proof of fulfilling the Condition no-

61(B)(II):- The details of Technical staff available with the company for execution of work are to be given in Annexure – 4 of technical stage of online EOI Document. The copies of resumes and appropriate certificates should be submitted in Technical offer cover. The Annexure -5 as per condition no 61(B)(II)is required to be submitted in Technical offer cover.

(c) All Annexures duly signed and filled with documentary support (d) Documents as mentioned in Annexure -12 are required to be submitted in

physical in Technical offer cover. (e) The details experiences are to be given in Annexure – 3 of technical stage of

online EOI Document. However, the copies of the orders and certificates from the user agencies to be submitted in physical in Technical offer cover.

(f) List of Orders executed including supplies made / status of supply of pending

orders etc. to WBSEDCL, duly self-attested are kept in “Technical offer Cover”. The check list (Part-D) shall be submitted in physical form in in “Technical offer cover.”

24

4 The successful EOI applicant/s has/have to (i) Empanelment Fees

ii) Pay the security deposit amount and (ii) Execute the agreement; within 15 days from the date of receipt of LOI indicating empanelment.

5 PERFORMANCE GUARANTEE TOWARDS GUARANTEE PERIOD: The successful Agency will be required to pay an amount equivalent to 10 % of Executed work value for Five years one Months. Please refer clause no.: 48 of General and commercial terms and conditions of EOI Document.

6 PERFORMANCE GUARANTEE TOWARDS SUPPLY (SECURITY DEPOSIT and Additional Security Deposit): The successful Agency shall require to pay Security Deposit as per cl. No.: 48 of General and commercial terms and conditions of EOI Document Additional Security Deposited will be applicable all category bidders to as per the Memorandum No. 4608-F(Y), dt. 18.07.2018 of Additional Chief Secretary to the Govt. of West Bengal, Finance Department Audit Branch. All category bidders including MSMEs have to pay Additional Security Deposited @10% MNRE Benchmark cost, if the accepted bid value is less than or equal to 80% MNRE Benchmark cost put to the tender.

7 In case WBSEDCL finds that there is an attempt of cartel in the prices, WBSEDCL reserves the right to consider or reject any or all the parties offer without assigning any reason thereof.

8 Agency are requested to submit details of Annexure-13 in online in Technical offer stage and this is mandatory.

10 Agency are informed that their employee authorized in writing will only be allowed as their “Authorized Representative” for all purpose to deal with WBSEDCL in respect of this EOI Document. Non-employee cannot deal/shall not be allowed to deal with the Company.

11 It is proposed to have integrity pact, to have best business practices in an atmosphere of trust to provide goods & services for the ultimate benefit of the society and Nation. WBSEDCL management desires to have an integrity pact attached herewith to be confirmed by EOI applicant. However, this document is voluntarily and does not have any legal binding.

12 REGISTRATION FEE for Empanelment: - a) After finalization of this EOI Document and shortlisting of offers, a Letter of Intent for

empanelment will be issued by WBSEDCL to pay the Empanelment fee and execution of agreement.

b) The letter for Award of Empanelment will be issued by WBSEDCL upon payment of non-refundable registration fee Rs.25,000/- plus applicable GST (Twenty five thousand only plus applicable GST) and executing the agreement.

13 REFUND OF EMD : - Earnest Money Deposit (EMD) of all successful and unsuccessful bidding Agencies shall be released on finalization of EOI Documents for Empanelment through online. The EMD paid by the successful bidder shall be refunded upon payment of the Empanelment fee and Security Deposit (SD) and Additional Security Deposit (if applicable as per the WB Finance Department Memorandum No. 4608-F(Y), dt.

25

18.07.2018) In case successful bidder not submitted the Empanelled fee, Security Deposit and Additional Security Deposited (if applicable as per the WB Finance Department Memorandum No. 4608-F(Y), dt. 18.07.2018)) within 15 days from issuance LOI the EMD will be forfeited.

14 If the physical documents of EOI Document will not reach to this office within mentioned date & time in EOI Schedule, the offer will be out rightly rejected even of successful submission of On Line EOI Document/offer.

15 The EOI which is not opened due to any reason/s in that case the same will not be returned to the EOI applicant in any case / Circumstances, however the same shall be at the discretion of WBSEDCL.

26

PART-D: CHECK LIST

(TO BE SUBMITTED IN PHYSICAL FORM IN SEAL COVER OF “EMD COVER DOCUMENTS” AS WELL “TECHNICAL OFFER COVER DOCUMENTS”)

To ensure that your offer submitted to WBSEDCL is complete in all respects, please go through the following checklist & tick mark for the enclosures submitted physically in seal cover of “Technical Offer Cover” / uploaded in technical stage of online with your offer:

Sl. No. Description (Submitted / up loaded) (Yes/No)

(A) Following documents are kept in “EMD Cover Document”

1

Earnest Money Deposit Print receipt as per WBSEDCL Office Order No. 1997 dated 14.06.2021 and for MSME authenticated notary certified copy of registration with Small Scale Industries of State of West Bengal (SSI/MSME Part-II/ Udyog Adhar Memorandum) & CSPO / NSIC / DGS & D registration certificate are kept in “EMD fee Cover Document”

(B) Following documents are kept in “ Technical Offer Cover Documents”

1

Certified Documents for establishing proof of fulfilling the ‘Condition of Eligibility Condition’ as mentioned in the Techno -Commercial offer evaluation para

2 All Annexure duly signed and filled with documentary support – for all Annexure

3

The copies of the orders and certificates for experience criteria (as per Annexure-3) are kept in “Technical offer Cover” and information uploaded in technical stage of on line EOI Document

4 The documents related to Annexure-4 are uploaded in technical stage of online EOI Document & kept in “Technical offer Cover”.

5

List of Orders executed in last three years including supplies made / status of supply of pending orders etc. to WBSEDCL and other Govt. dept., other DISCOM/ SEB of India, Pvt. Firms, for the EOI Documented items, Contractor License issued by CEI, duly self-attested are kept in “Technical offer Cover”.

6 The copies of registration with GSTIN Number, Permanent Account Number (PAN), EPF registration no. are is kept in “Technical offer Cover”.

7 Import-Export Code Certificate (if register) is kept in “Technical offer Cover”.

8 Notarized Copy of BIS License (if applicable) is kept in “Technical offer Cover”.

27

9. Consent letter to be submitted from Solar PV Module manufacturers regarding supply of SPV Module and Inverter Manufactures regarding supply Inverter all range and capacity with Remote Monitoring hardware is kept in “Technical offer Cover”.

10 Copy of partnership deed / Memorandum of Pvt. or Public limited company’s issued by RoC in respect of EOI applicant is kept in “Technical offer Cover”.

9

For Turnover and Net worth of company for last three financial year, Practicing CA certificate attached & uploaded online) (Annexure-8), Audited Annual A/c of last 3 years certified by C.A.

10 Name & address of dealers / distributors / service stations if any in W.B along with copy of agreements are kept in “Technical offer Cover”.

11

The required details and documents (as per Annexure-12) and other documents, broachers, technical details are kept in “Technical offer Cover”.

12 Notarized copy of power of Attorney in favor of a person authorized to sign EOI Documents

13 Copy of EOI document and its amendments if any of this EOI Document with sign and official seal on every page, in spiral bound.

14 List of Partners/Directors

(C)

The following documents’ covers as stated hereunder are placed separately and submitted in physical form under sealed cover as “MAIN COVER”. (This cover is super scribed “EOI Document No: EOI Document No: & due date of opening)

This “MAIN COVER” is contained with following two separate covers as under Cover -1 containing “EMD Document cover” as per Documents mentioned in Part-C, Cl no 3A Cover-2 Containing “Technical Offer documents cover” as per documents mentioned in Part- C, Cl no -3B

Sealed MAIN COVER containing above two covers are sent in physical form by RPAD/ Speed post only

(D) All online Annexure and price offer are filled up properly in e-EOI Documenting

28

PART-E: INTEGRITY PACT OUR ENDEAVOUR WBSEDCL’s COMMITMENT PARTY’s COMMITMENT

To maintain the highest ethical standards in business and professional

Not to bring pressure recommendations from outside WBSEDCL to influence its decision

Ensure maximum transparency to the satisfaction of stakeholders

Not to use intimidation, threat, inducement or pressure of any kind on WBSEDCL or any of its employees under any circumstances

To ensure to fulfill the terms of agreement/contract and to consider objectively the viewpoint of parties

To be prompt and reasonable in fulfilling the contract, agreement, legal obligations

To ensure regular and timely release of payment on due dates for work done

To provide goods and/or services timely as per agreed quality and specification at minimum cost to WBSEDCL

To ensure that no improper demand is made by employees or by anyone on our behalf

To abide by the general discipline to be maintained in our dealings

To give maximum possible assistance to all the vendors / Suppliers / Service Providers and other to enable them to complete the contract in time

To be true and honest in furnishing information

To provide all information to supplier/Empanelled Agencies relating to contract/job which facilitate him to complete the contract/job successfully in time

Not to divulge any information, business details available during the course of business relationship to others without written consent of WBSEDCL

To ensure minimum hurdles to vendors /suppliers / Empanelled Agencies in completion of agreement /contract/work order

Not to enter into carter/syndicate/understanding whether formal/non-formal so as to influence the price

29

Part F - General and Commercial Terms and conditions including EOI offer eligibility conditions & evaluation criteria

The EOI applicant shall be deemed to have carefully examined all the papers, drawings, etc. attached in the EOI Document. If EOI applicant has any doubt as to the meaning of any portion of any condition/ specification, etc. he shall before submit the offer seek clarification from WBSEDCL so that such doubts are removed. No deviation in specification shall be allowed and WBSEDCL’s decision shall be final. The Tender inviting authority of WBSEDCL shall evaluate the techno-commercial offer of the EOI Document. WBSEDCL reserves the right to open or not to open the price offer of the Agency on the basis of their past performance of their supplied materials.

1. EOI Document should be in two offers.

a) Techno – Commercial Offer/ Technical Bid (Online as well as Physical mode) documents as listed in Schedule-A of EOI Document, to be submitted in physical form as mentioned in cl no 3, 3A, 3B of “PART-C- the schedule-A-NOTE:IMPORTANT”

And b) Price Offer (Online) for EOI

2. Incomplete offers and amendments and additions to offers after opening of the offers will be ignored out rightly.

3. The price offer of those Agency (Category-A) who are techno-commercially qualified shall only be opened.

4. (A) PRICE EVALUATION and Selection of agencies for Empanelment:

a) Price Rate in Rs. per Wp are to be quoted by the bidders for the following System

Capacities and Ranges : 1.00 kW, 1.00 kW to 2.00 kW, >2.00 kW to 3 kW, >3 kW to 5 kW, >5 kW to 6 kW >6 KW to 10 KW, >10 kW to 100 KW, > 100KW upto 500 kW

b) All EOI offers will be evaluated on Price Rate in Rs. per Wp basis for each of the SPV

System Capacities & Ranges INCLUSIVE of total system cost, its installation, commissioning, transportation, insurance, five years CMC, and applicable fees, CONNECTIVITY CHARGES including COST OF METER & SMC Box,CT,PT,Kiosk if required and METER,CT,PT TESTING FEE, etc., including GST and all applicable taxes & duties for determining L1 rate in each of the SPV Capacities & ranges.

30

c) The applicable fees shall be borne by the Consumer, charges for CONNECTIVITY

CHARGES including COST OF METER & SMC Box, CT, PT, Kiosk if required and METER,CT,PT TESTING FEE, etc., shall be borne by the Empanelled Agencies and shall be paid separately to the concerned WBSEDCL by the Consumer. The consumer shall deduct these charges from the amount required to be paid by him towards non-subsidy portion to the Agency.

d) The Distribution system strengthening cost, if required, shall have to be borne by the beneficiary applicant.

e) In accordance with the net metering regulations announced by the WBERC net metering connectivity charges payable to the WBSEDCL. Also, charges towards respective capacity of bidirectional Meters, SMC Boxes and Meter testing fee. These charges as applicable for the required capacity shall require to be paid by the Applicant to the concerned WBSEDCL as per the Quotation issued by WBSEDCL . So the Agency are required to include these charges while quoting their rates in the price bid. Empanelled Agency shall not be allowed to collect these charges from the Applicant over and above the SPV system cost based on the discovered rates announced by the WBSEDCL. For Bidders ready reference, the total amount of charges towards CONNECTIVITY CHARGE( Including CT, PT, Breaker if Required) , Solar Generation METER, METER TESTING CHARGE, SMC BOX, which are to be included by the bidder while quoting their rates for each ranges

Note: - 1 Ph Meter is required up to 6 kW of connected load and above 6 kW 3 Ph meter is required for metering Infrastructure. In case of difference of cost of Metering infrastructure between EOI cost as above and WBSEDCL decided cost, the differential thereof is to be paid by consumer. Note : - 2 With reference to the order of West Bengal Electricity Regularity Commission In the matter of Case No. WBERC/A-82/1 dated 19.03.2021 the commission has allowed net–metering to all agricultural consumer and other consumer having sanction load upto 5 kW and Net –billing to the consumer having sanction load above 5kW.

f) Rates quoted by Bidder will be on F.O.R. destination at consumers premises basis, Price shall be inclusive of taxes, levies, duties, packing, forwarding, freight, insurance, loading unloading, supply, installation, commissioning, meter charges, meter testing fee, SMC Box charge, connectivity charges, 5 years CMC Charges etc. and any/ all charges for successful Supply and Installation of the systems at any locations in the State of W.B and all other miscellaneous expenses of marketing, commissions etc. if any.

31

The rates quoted by the Bidder will be inclusive of GST or any other taxes applicable to such work. Any escalation in such taxes/ levies during the tenure of the offer/ Empanelment will not be paid by Consumers and Bidders are advised to take in to consideration any such escalations in the prevailing taxes/levies/duties. In no circumstances, escalation in the prices will be entertained.

g) Methodology to discover the price in respect of each of the system capacities and

ranges for empanelment will be at the sole discretion of the WBSEDCL. The decision of WBSEDCL for selection/ shortlisting of agencies for empanelment shall be final and binding on all the Agency.

4. (B) Criteria for Ranking and Shortlisting Agencies for Empanelment:

a) Price ranking will be done considering weighted sum of all quoted rates by the bidder for all 8 nos. of individual capacities and ranges of Solar PV Systems by multiplying the quoted rates with the ‘Factor for Evaluation’ as mentioned in the on line price bid

b) The example calculating weighted sum of all individual capacities of solar PV systems is under: Bidder-1

Sl.

Solar Rooftop PV System Capacity/Capacity

range in KW

Rate in Rs. Per Wp to be quoted by bidder

(Including GST)

COST OF BI-DIRECTIONAL METER & SMC

Box, METER TESTING FEE (Rs.)

Total Rate in Rs. Per Wp

(DC) (including GST)

Factor for Evaluation

COST FOR EVALUATION

[A] [B] [C] [E ] [F = C ] [G] [H = F x G]

1 Bidder-1 1.00 KW Rs. 46.83

/ Watt(DC) Rs. 2,950.00 Rs. 46.83 / Watt(DC) 25.00% Rs. 11.7068

2 Bidder-1 >1.00KW to 2.00 KW Rs. 46.56

/ Watt(DC) Rs. 2,950.00 Rs. 46.56 / Watt(DC) 30.0000% Rs. 13.9665

3 Bidder-1 >2.00 KW to 3.00 KW Rs. 46.34

/ Watt(DC) Rs. 2,950.00 Rs. 46.34 / Watt(DC) 15.0000% Rs. 6.9506

4 Bidder-1 > 3.00 KW to 5.00 KW Rs. 45.74

/ Watt(DC) Rs. 2,950.00 Rs. 45.74 / Watt(DC) 15.0000% Rs. 6.8607

5 Bidder-1 > 5.00 KW to 6.00 KW Rs. 45.03

/ Watt(DC) Rs. 2,954.00 Rs. 45.03 / Watt(DC) 0.5000% Rs. 0.2252

6 Bidder-1 > 6.00 KW to 10.00 KW Rs. 44.01

/ Watt(DC) Rs. 13,410.00 Rs. 44.01 / Watt(DC) 8.0000% Rs. 3.5205

7 Bidder-1 > 10.00 KW(DC) and up to 100KW(DC)

Rs. 43.01

/ Watt(DC) Rs. 14,383.00 Rs. 43.01 / Watt(DC) 4.0000% Rs. 1.7202

8 Bidder-1 > 100 KW(DC) and up to 500 KW(DC)

Rs. 38.01

/ Watt(DC) Rs. 61,390.00 Rs. 38.01 / Watt(DC) 2.5000% Rs. 0.9503

Weighted Sum 45.9041

Bidder-2 Sl.

Solar Rooftop PV System Capacity/Capacity

range in KW

Rate in Rs. Per Wp be quoted by bidder

(Including GST)

COST OF BI-DIRECTIONAL METER & SMC

Box, METER TESTING FEE (Rs.)

Total Rate in Rs. Per Wp

(DC) (including GST)

Factor for Evaluation

COST FOR EVALUATION

[A] [B] [C] [E ] [F = C ] [G] [H = F x G]

1 Bidder-2 1.00 KW Rs. 47.83 / Watt(DC) Rs. 2,950.00 Rs. 47.83 / Watt(DC) 25.00% Rs. 11.9575

2 Bidder-2 >1.00KW to 2.00 KW Rs. 43.56 / Watt(DC) Rs. 2,950.00 Rs. 43.56 / Watt(DC) 30.0000% Rs. 13.0680

3 Bidder-2 >2.00 KW to 3.00 KW Rs. 42.47 / Watt(DC) Rs. 2,950.00 Rs. 42.47 / Watt(DC) 15.0000% Rs. 6.3705

4 Bidder-2 > 3.00 KW to 5.00 KW Rs. 42.47 / Watt(DC) Rs. 2,950.00 Rs. 42.47 / Watt(DC) 15.0000% Rs. 6.3705

5 Bidder-2 > 5.00 KW to 6.00 KW Rs. 40.29 / Watt(DC) Rs. 2,954.00 Rs. 40.29 / Watt(DC) 0.5000% Rs. 0.2015

6 Bidder-2 > 6.00 KW to 10.00 KW Rs. 40.29 / Watt(DC) Rs. 13,410.00 Rs. 40.29 / Watt(DC) 8.0000% Rs. 3.2232

7 Bidder-2 > 10.00 KW(DC) and up to 100KW(DC)

Rs. 40.29 / Watt(DC) Rs. 14,383.00 Rs. 40.29 / Watt(DC) 4.0000% Rs. 1.6116

32

8 Bidder-2 > 100 KW(DC) and up to 500 KW(DC)

Rs. 39.01 / Watt(DC) Rs. 61,390.00 Rs. 39.01 / Watt(DC) 2.5000% Rs. 0.9753

Weighted Sum 43.7780

c) In above example of Bidder 1 & Bidder-2, the Bidder 2 coated lowest

d) The weighted sum of the price discovered for each of the SPV Capacities and ranges as will be compared and based on the L1 piece of each category project L1 price will be calculated. An example (just for calculation) showing weighted sum of the price discovered by different bidders is shown as under:-of each category

Sl.

Solar Rooftop PV System Capacity/Capacity

range in KW

Rate in Rs. Per Wp DC to be quoted by bidder

(Including GST)

COST OF BI-DIRECTIONAL METER & SMC

Box, METER TESTING FEE (Rs.)

Total Rate in Rs. Per Wp

(DC) (including GST)

Factor for Evaluation

COST FOR EVALUATION

[A] [B] [C] [E ] [F = C ] [G] [H = F x G]

1 Bidder-1 1.00 KW Rs. 46.83 / Watt(DC) Rs. 2,950.00 Rs. 46.83 / Watt(DC) 25.00% Rs. 11.9575

2 Bidder-2 >1.00KW to 2.00 KW Rs. 43.56 / Watt(DC) Rs. 2,950.00 Rs. 43.56 / Watt(DC) 30.0000% Rs. 13.0680

3 Bidder-2 >2.00 KW to 3.00 KW Rs. 42.47 / Watt(DC) Rs. 2,950.00 Rs. 42.47 / Watt(DC) 15.0000% Rs. 6.3705

4 Bidder-2 > 3.00 KW to 5.00 KW Rs. 42.47 / Watt(DC) Rs. 2,950.00 Rs. 42.47 / Watt(DC) 15.0000% Rs. 6.3705

5 Bidder-2 > 5.00 KW to 6.00 KW Rs. 40.29 / Watt(DC) Rs. 2,954.00 Rs. 40.29 / Watt(DC) 0.5000% Rs. 0.2015

6 Bidder-2 > 6.00 KW to 10.00 KW Rs. 40.29 / Watt(DC) Rs. 13,410.00 Rs. 40.29 / Watt(DC) 8.0000% Rs. 3.2232

7 Bidder-2 > 10.00 KW(DC) and up to 100KW(DC)

Rs. 40.29 / Watt(DC) Rs. 14,383.00 Rs. 40.29 / Watt(DC) 4.0000% Rs. 1.6116

8 Bidder-1 > 100 KW(DC) and up to 500 KW(DC)

Rs. 38.01 / Watt(DC) Rs. 61,390.00 Rs. 38.01 / Watt(DC) 2.5000% Rs. 0.9503

Weighted Sum 43.5030

e) As Bidder -2 coated lowest, hence WESEDCL will request Bidder-2 first to match the

price of each category if Bidder -2 not coated is lowest in all category.

f) Those Agencies of Category-A, whose weighted sum of quoted rates with effect of evaluation factor having rates higher up to 25% than the weighted sum of L1 rates under all capacities and ranges shall only be considered for the empanelment in all ranges subject to matching of the price with all the L1 rates in each capacities and ranges for empanelment.

Further, if total no. of empanelled agencies are found to be less than 5 in the acceptable band as mentioned above, in that case those Agencies of Category-A, whose weighted sum of quoted rates with effect of evaluation factor having rates beyond 25% and up to 30% than the weighted sum of L1 rate under all capacities and ranges may also be included in the empanelment in all ranges subject to matching of the price with all the L1 rates in each capacities and ranges for empanelment under the Category-A. Agencies beyond 25% or 30% higher rates than L1 rates, as the case may be, as mentioned above, such agencies may be empanelled under Category-B subject to matching of Project L1 price in all category and ranges as mentioned above, if required and decided by WBSEDCL.

33

All the empanelled bidders shall provide the services to the consumers at L1 rate which they have agreed.

g) In any case, the Empanelment shall not be made if any agency does not fulfil the

requirement of all criteria and does not agree to match their price with discovered L1 price of all SPV capacities and all ranges.

4. (C) ALLOTMENT OF QUOTA:

a) All the Empanelled Agencies shall be required to do execution of the installation of the Solar PV systems as per the quantity (capacity in KW) allotted to them by WBSEDCL. All the bidders shall require submitting their offered capacity for installation during the sanction period in Annexure -14, subject to commissioning of the Systems within the time limit specified in clause no-6 of Part-F. In case, the commissioning of the Solar system is not carried out within the specified time limit without any acceptable cause of delay, in such case the empanelment for further registration may be liable for cancellation. Capacity in KW offered by the Agency is required to be executed by him, failing which the Agency will be stop deal. The total sanctioned capacity of 50 MWp is divided amongst the category A and category B in the following ratios- Category A – 35 MWp and Category B – 15 MWp. WBSEDCL reserves the right to amend this ratio during the project implementation depending upon the performance of the Category A and Category B vendors

Category-A : The Bidder under category –A shall require to offer minimum 200 KW aggregate Solar capacity. WBSEDCL will allocate a minimum of 10% of the total sanctioned capacity i.e. 5 MWp to the L1 bidder at the L1 category rates. In case the L1 bidder fails to execute the allocated capacity within the sanction period, the security deposit will be encased and he will be blacklisted by all government tenders for 5 years.

Quantity Distribution (KW):

10 % of the sanctioned capacity will be allocated to the L1 bidder. Those bidders who have quoted rates up to 25% the weighted sum of L1 rates under

all capacities and subject to matching of the price with all the L1 rates in each capacities and ranges, the quantity distribution will be done in descending order.

Category-B:-

a) The capacity available to category B is 15MW.Those bidders of category –B who have

matched their rates with the L1 rates, the quantity distribution will be done in equal part among all such successful bidders.

34

b) Those bidders of Category-B who are technically qualified shall be empanelled subject to agree with discovered price for each of all ranges and quota shall be allocated equally among.

c) The quota if any, left after allocation to the bidders in Category-B will be transferred to the Category-A.

d) The Empanelled Agencies are required to submit Application of beneficiaries timely from the date of empanelment. If it is found that due to incapability of the Agency the application flow is inadequate at any time from the date of empanelment, the left out quantity will be allotted to other Agencies.

e) The bidders are required to ensure themselves before submitting their tender/EOI, regarding the type of category they belong to. If the bidder declares himself eligible for category-A and fail to submit the proof of documents to establish his eligibility as mentioned in the experience criteria, such bidders shall be technically disqualified for further process under EOI and Price bid of such bidder shall not be opened. Under these circumstances, such bidder may be considered for empanelment under the Category-B if qualified under the category-B.

4. (D) Fee for Empanelment:

All successful bidders, who have matched their prices with the discovered rates have to pay Rs. 25,000/- plus applicable GST (Twenty Five Thousand plus applicable GST) (non-refundable) towards Empanelment fees.

5. Quantity: Aggregate tentative SPV Capacity 50 MW in Residential connections during

FY(2021-22). This quantity may be increased up to 100% (up to 100 MW) depending up on requirement and as may be decided time to time.

6. Project Time Schedule:

It is very critical to complete the work for the application registered by the Agency in time bound manner. The Empanelled Agencies are required to complete minimum 20 % allocated capacity within the three months from the date of empanelment (LoE). The performance of the company will be reviewed every month. If it is found that due to incapability of the Agency the application flow is inadequate at any time from the date of empanelment without any valid reason judged by WBSEDCL, the left out quantity will be allotted to other Agencies without any justification to the empanelled agency. The agency may be Blacklisted by participating all government tenders for 5 years or the time duration as may be decided by the WBSEDCL. WBSEDCL will lead to forfeiture of the Security deposit and performance guarantee up to 100% if inadequate progress is observed. The install and commission the SPV System should be completed within 60 days from the date of LOA. LOA date to be considered as Zero date, after 60 days LD will be applicable, after 90 days if bidder is unable to complete the project then bidder will be blacklisted.

In the event of failure to install and commission the SPV Systems within the time line mention in LoA , WBSEDCL will lead to forfeiture of the Security deposit and performance guarantee up to 100% and bidder will be blacklisted by participating all government tenders for 5 years or the time duration as may be decided by the WBSEDCL. Penalty clause should be imposed if bidder

35

fails to attend complaint within 72 hours, for a minimum period of 5- Five years from the date of successfully commissioning system.

7. PENALTY towards execution of Project: -

a) “The Design, Supply, Installation, testing & commissioning of complete Solar Systems at sites to be completed by the Agency within above time frame as shown above in clause no.6.

In case of delay in commissioning of any Solar roof top system, penalty @ 1/2% per week or part thereof plus applicable GST on the total system cost subject to a maximum of 10% of total system cost plus applicable GST would be levied.” In case of delay in attending complain of any Solar roof top system, penalty @ 1/4 % per day or part thereof plus applicable GST on the total system cost subject to a maximum of 10% of total system cost plus applicable GST would be levied.”

This excludes delay in the completion of the work due to unforeseen reasons beyond the control

and without fault and negligence of the EOI applicant including (but not restricted to) act of God or public anomie action of Government in its sovereign capacity, floods, epidemics, strikes, lockouts, fires and accidents. In the event of any of the aforesaid contingencies concerned WBSEDCL may be promptly kept informed by the EOI applicant by e-mail / followed by confirmation in writing with documentary proof within fifteen days of commencement and cessation of Force Majeure circumstances. Under such circumstances reasonable extension of time shall be granted by WBSEDCL. Application for such extension must be made after completion of work as per agreement. In the event of termination of the agreement, Concern WBSEDCL shall be at liberty to get the remaining part of the work done through any other agency / EOI applicant at the risk and cost of successful EOI applicant and in the manner and on the terms it thinks proper. If the cost of executing the work as aforesaid shall exceed the balance due to the EOI applicant, and the EOI applicant fails to make good the deficiency, WBSEDCL may recover it from the EOI applicant in any lawful manner.

8. The EOI applicant shall have to comply with all rules, regulations, laws and bylaws enforced

by local and State /Central Govt. and also the organization in whose premises the work has to be done.

9. The EOI applicant shall not, without consent in writing of WBSEDCL, transfer, assign or

sublet the work under this contract or any substantial part thereof to any other party. 10. If the EOI applicant neglects to execute the work with due diligence and expedition or refuses

or neglect to comply with any reasonable orders within two days of notice given in writing to the EOI applicant and if he fails to comply with the notice, then in such a case WBSEDCL shall be at liberty to get the work or any part of it, executed through any other agency / EOI applicant at the risk and cost of successful EOI applicant and in the manner and on the terms

36

it thinks proper. If the cost of executing the work as aforesaid shall exceed the balance due to the EOI applicant, and the EOI applicant fails to make good the deficiency, WBSEDCL may recover it from the EOI applicant in any lawful manner.

11. WBSEDCL shall have at all reasonable time access to the works being carried out by the EOI

applicant under this contract. All the works shall be carried out by the EOI applicant to the satisfaction of WBSEDCL.

12. Arbitration:

Following standard Arbitration Clause shall become operative post award of contract to the successful EOI applicant.

Any question, dispute or difference whatsoever arises between WBSEDCL and EOI applicant, in connection with this agreement except as to matters, the decision for which has been specifically provided, either party may forthwith give to the other notice in writing of existence of such questions, dispute, difference and the same shall be referred to the sole arbitration of a person nominated by Chief Engineer, SPGD. This reference shall be governed by Indian Arbitration Act prevailing at the time of dispute and the rules made there under. The award in such arbitration shall be final and binding on all the parties. Work under the agreement shall continue during the arbitration proceedings unless the WBSEDCL or the Arbitrator directs otherwise.

13. WBSEDCL may at any time by notice in writing to the EOI applicant either stop the work

altogether or reduce or cut it down. If the work is stopped altogether, the EOI applicant shall only be paid for work done and expenses legitimately incurred by him as on preparation of the execution of the work up to the date on which such notice is received by him. Such expenses shall be assessed by WBSEDCL whose decision shall be final and binding on the EOI applicant. If the work is cut down the EOI applicant shall not be paid for the work as so cut down, but in neither case shall be paid any compensation what so ever for the loss or profit which he might have made if he had been allowed to complete all the work included in the contract.

14. Inspection of Material:

Pre-Delivery Inspection:

Empanelled Agencies shall submit the details of the site (City) of the Module Manufacturing unit from where they have planned to purchase the SPV Modules as per the specification of EOI, to the concerned WBSEDCL.

Empanelled Agencies will submit the Name of OEM at which the PDI of PV Module is offered to WBSEDCL on daily basis. On receipt of the same, WBSEDCL shall nominate minimum two Engineers to carry out the testing of the PV Modules for the total lot offered on behalf of all WBSEDCL at the OEM works. During inspection authorized representative of Empanelled Agency should remain present.

Empanelled agency shall inform WBSEDCL for such inspection at least 07 (Seven) days in advance before the probable date of dispatch.

37

WBSEDCL shall carry out the PV Module Inspection within seven days of the receipt of the Inspection call.

WBSEDCL shall carry out post-dispatch Inspection of Balance of System (BoS) on beneficiaries' site.

Inspection call for the PV Module shall be submitted to the WBSEDCL for the lot as under:-

1. Empanelled Agencies can submit Pre- Dispatch Inspection (PDI) call of SPV Modules at OEM in advance for the Solar PV Capacity (KW) of Applications submitted by them without waiting for payment of deposit/ Estimate.

2. There is no prior requirement of submitting Consumer no. along with PDI Call letter. 3. The Empanelled Agency can utilize the modules inspected by the WBSEDCL in the PV

System/s installed by him. 4. Necessary Documents with details of inspected modules (Make, Type, Watt, Sr. No.)

will be uploaded on Portal by the inspected WBSEDCL and Empanelled Agency shall have to select the module Sr. No. used by him from portal uploaded list only at stage no. 6. ‘Work Execution’.

WBSEDCL at its discretion may also pick up samples from the systems supplied & Installed at beneficiaries ‘site at random for quality check only. The samples picked up will be tested for acceptance test as decided by WBSEDCL at MNRE/ Government approved laboratory in presence of representatives of supplier and WBSEDCL as per relevant IEC/ISS/BIS/ WBSEDCL specifications. The test results will be binding on the suppliers and WBSEDCL, in general will not allow re-sampling. If the material fails in any of the acceptance tests carried out, those components that fail the test shall be rejected, and the Bidder shall have to supply and install the new component as per the specifications. The loss of generation during such time when the system is taken away for testing shall be at the cost of the Bidder, who shall compensate the Beneficiary for such loss of generation as per the prorate CUF. as specified elsewhere in this EOI. WBSEDCL reserves the right to inspect any number of SPV systems, any number of times at the addresses of the beneficiaries given by the Bidders. PV Modules dispatched without WBSEDCL’s approval shall not be accepted and the DISCOM shall have right to reject it and to recover the cost so incurred, from the empanelled agency. WBSEDCL may undertake random inspection of material prior to dispatch to ensure quality. The inspection as mentioned above by WBSEDCL’s representative shall not relieve the Bidders from full responsibility of completing the work confirming to the requirement of this contract.

Cost of inspection:

All the expenses related to inspection team like lodging, boarding, travelling, air tickets to be borne by the WBSEDCL. The empanelled agency will provide necessary inspection & testing

38

facility at his cost which includes to and fro air tickets, fooding, lodging and conveyance for minimum two officers as per entitlement of inspecting officer of WBSEDCL.

However, if the material is not kept ready for inspection after intimation of the offered quantity on the scheduled date for inspection then all consequences will be to suppliers account and WBSEDCL will recover the actual expenses of To & Fro travelling fares, if any, plus Rs.5000/- per day per employee plus applicable GST.

WBSEDCL reserves the right to inspect any number of SPV systems at OEM works at their discretion.

15. Guarantee and CMC:

a. Guarantee

The Grid connected Solar Photovoltaic System for the project supplied, installed and commissioned shall be guaranteed by the empanelled agency for a minimum period of 5- Five years from the date of successfully commissioning system, in regard to quality of design, material, workmanship, quality of process/ manufacturing, performance, efficiency, installation, etc.

In the event any defect is found or developed in the system within guarantee period, shall be rectified /replaced by the Empanelled Agency at his own expense promptly. Insurance of any kind if required also part of the benchmark cost.

b. CMC: - Comprehensive Maintenance Contract:

Agencies are also required to quote rates inclusive of Comprehensive Maintenance during guarantee period of five years for the systems. The rates quoted should be inclusive of charges for providing routine maintenance services at the beneficiary’s end to ensure smooth and satisfactory performance of the system. Replacement of any components of the system is included in the scope of work of maintenance at free of cost. As per the Appendix-2 format quarterly report should be prepared and submitted to WBSEDCL after providing necessary services.

This EOI Document cover five-year Comprehensive Maintenance Contract under the scope of EOI applicant. The five-year comprehensive Maintenance Contract shall include comprehensive on-site guarantee and warranty for all materials and components of the system under the project as mentioned above in para no 15.(a) & (b). During this CMC period the Empanelled Agency has to repair/replace the defective part/sor the material/s or any or all Components of the System to make it in working condition without loss of performance or degradation in efficiency and without compromising safety aspects free of cost within 72 (Seventy Two ) hours of time limit as soon as the complaint is received from the WBSEDCL or from the beneficiary directly

39

receipt of notification/Alter/Message from the remote metering system. Also the Empanelled Agency has to undertake regular/periodical preventive maintenance of the system to avoid any future fault in the system and to improve the solar yield. During the CMC period, the inverter monitoring, monitoring and controlling, shall be done by EOI applicant. Hence necessary reports shall be submitted by the EOI applicant in the soft/hard copies periodically to the concern authority of the WBSEDCL as and when asked.

During the CMC period periodic cleaning of module is under the scope of Empanelled Agency. Beneficiary and Empanelled agency may mutually decide the method of cleaning of module in a systemic manner. If bidder is unable to full fill the minimum 11 % CUF then loss of generation occur due to improper cleaning of module will not be considered to wave the penalty for non fulfillment of minimum CUF criteria.

Periodical maintenance:

The record of periodical maintenance shall have to be maintained by the Empanelled Agency and shall be submitted to concerned beneficiary on demand. The cleaning of the Solar panels will be on part of the beneficiary.

16. Notices, Statements and other communications sent by WBSEDCL through registered post or

e-mail or fax to the EOI applicant/ Empanelled Agency at his specified address shall be deemed to have been delivered to the EOI applicant.

17. The work shall be carried out by the Empanelled Agency after payment of the Estimate

charges to the WBSEDCL

18. All equipment / materials shall be suitably packed for transport / carriage at site and outdoor storage during transit. The EOI applicant shall be responsible for any damage to the equipment during transit and he shall replace such damaged equipment immediately to adhere to the project completion timelines.

19. The cases containing easily damageable material shall be very carefully packed and marked

with appropriate caution symbols i.e. 'FRAGILE, HANDLE WITH CARE' etc. The contents of each package shall bear marking that can be readily identified from the package list and packing shall provide complete protection from moisture, termites and mechanical shocks during shipment / transportation to site. Adequate protection must be provided for outdoor storage at site in tropical humid climate, wherever necessary proper arrangement for attaching signs for lifting shall be provided and all packages clearly marked with gross weight, signs showing 'UP' and 'DOWN' sides of boxes, contents of each package, order no. and date, name of the plant/equipment to which the material in the package forms the part of, and any handling and unpacking instructions considered necessary. The EOI applicant without any extra cost shall supply any material found short inside intact packing case. The EOI applicant shall ascertain prior to shipment, from concerned authorities, the transport

40

limitations like weight and maximum allowable package size for transportation. All packing cases and packing material shall become the property of the purchaser.

20. The Empanelled Agency shall provide one copy of the instruction manual and routine maintenance manual in English with each item supplied or installed to concerned WBSEDCL. These manuals should contain all the relevant details and drawings required for proper maintenance of the system supplied or installed. Also, Empanelled Agency is required to give one copy of maintenance manual in English/Bengali to all the Beneficiaries.

21. Photographs: The Empanelled Agency has to submit the photograph of the beneficiary

person standing at the site of the Solar PV plant installed in this project covering Solar PV Plant.

The Empanelled Agency shall not display the photograph of the work and shall not take advantage through publicity of the work without written permission of WBSEDCL.

22. The inspection of materials and components of the project carried out by WBSEDCL’s

representative shall not relieve the Empanelled Agency from full responsibility of completing the project confirming to the requirement of the Contract.

23. Conditional EOI Document shall not be accepted.

24. Any other item not specifically mentioned in the specifications but which are required for

Supply, Installation, Testing and Commissioning of Distributed Grid connected Solar PV plants for the project are deemed to be included in the scope of the specification as per relevant and latest IS, IEC, MNRE guidelines, standards of Rural Electrification Corporation (REC) and specified by WBSEDCL unless specifically excluded.

Specification of all the items covered under this EOI Document is given separately. However, if any item is left out, standard specification of relevant and latest IS, IEC, MNRE, Rural Electrification Corporation (REC) and specified by WBSEDCL will be applicable for the same.

25. Approval from the Electrical Inspector:

It shall be the responsibility of the Empanelled Agency to obtain the approval of the distributed Grid connected Solar PV plants from the concerned Electrical Inspector for above 200 KVA .

26. AMENDMENT OF EOI DOCUMENT

At any time prior to the deadline for submission of offers, WBSEDCL may, at its own discretion modify /add/delete/change the offering documents by amendments. The amendment will be notified on Website. WBSEDCL will bear no responsibility or liability arising out of non-compliance of the same in time or otherwise. In order to afford prospective EOI applicant’s reasonable time in which to take the amendment into account in preparing their offers, WBSEDCL may at its discretion, extend the deadline for the submission of offers.

41

Such amendments, clarification etc. shall be binding on the Agency and will be given due consideration by the Agency before they submit their offers and invariably enclose such documents as a part of the offer. All such amendments will be considered as part of EOI Document.

27. REJECTION OF EOI DOCUMENT:

The EOI applicant is expected to examine all instructions, terms, conditions, schedules and other details called for in this specification and keep himself fully informed about all which may, in any way, affect the work, or cost thereof. Failure to furnish the required information or submission of EOI Document not as per the specification will be at the EOI applicant’s risk and may result in rejection. The offer may be rejected in case the EOI schedules / annexure are not filled / partially filled and if particulars are not given in format prescribed in the EOI Document documents.

Further, the offer may summarily be rejected if it contains conditions with regard to:

a. Different rates for the same items i.e. Rates should be quoted in the single slab only. b. Deviation / Addition / Alternations / Omissions in offered documents. c. Deviation and contradictions to the terms and conditions specified in this EOI

Document. d. Offer with any change suggested in price pattern will be out rightly rejected. e. Revision of prices or any commercial terms affecting the price after opening of

technical offers shall not be considered and will be ignored.

28. WBSEDCL’s RIGHTS:

Empanelment of Agencies may be reviewed time to time. In case of change in law, guideline, Regulation, etc, the WBSEDCL reserve the Right to discontinue the Empanelment with one-month Notice in advance.

WBSEDCL reserves the right to terminate the contract or part thereof at any time giving 01 (One) months’ notice of Termination or the reasons thereof. Empanelled Agency/s will not be entitled for any compensation / damages / losses, whatsoever, on account of such termination of the Contract. WBSEDCL will be entitled to deduct directly, from the subsidy to be paid to the Empanelled Agency, any sum or sums payable by him and which sum/sums due to the Empanelled Agency or the WBSEDCL is required to pay as a principal employer on account of Empanelled Agency’s default in respect of all liabilities referred to. The Agency shall specifically note that any overwriting or corrections or manuscript in the offer shall be ignored and will not be considered authentic unless same are signed and EOI applicant's Stamp / Seal is affixed. In case of any doubt or interpretation of the terms and condition, the decision of the Chief Engineer SPGD will be final and binding upon the Agency and no dispute in this regard will be entertained.

42

WBSEDCL reserves the right to accept any offer or reject any or all EOI Documents or cancel / withdraw or re invitation to offer without assigning any reason. Such decision of the WBSEDCL shall not be subject to question by any Agency and the WBSEDCL shall bear no liability whatsoever for such decision.

WBSEDCL has right to make minor changes / modifications in the Technical & Site condition matter. In such matter, decision of Chief Engineer, SPGD of WBSEDCL shall be final and binding to the Empanelled Agency to carry out work accordingly.

29. LANGUAGE OF THE EOI DOCUMENT:

All information in the offer shall be in English. Failure to comply with this may disqualify the offer. In the event of any discrepancy in meaning, the English language copy of all documents shall govern. Notarized copy of certificate / documents provided in English/Hindi / Bengali will be accepted.

30. LOCAL CONDITIONS:

It will be imperative on each EOI applicant to fully acquaint himself of all local conditions and factors which may have any effect / bearing on the execution of the works covered under this EOI Document. WBSEDCL shall not entertain any request for clarifications from the Agency, regarding such local conditions, post award of contract. It must be understood and agreed that such factors have properly been investigated and considered while submitting the EOI offer. No claim for financial adjustment to the contract awarded under this EOI Document will be entertained by the WBSEDCL. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the WBSEDCL, which are based on the lack of such clear information or its effect on the cost of the works to the EOI applicant. The EOI applicant can take few visits of locations of different area to get acquainted with local conditions, if required.

31. PRICE BASIS CURRENCIES AND PAYMENTS:

EOI applicant shall indicate offer prices in Indian Rupees only.

32. EFFECT AND VALIDITY OF EOI DOCUMENT:

The submission of any offer connected with this EOI Document shall constitute an agreement that the EOI applicant shall have no cause of action or claim, against WBSEDCL for rejection of their offer. WBSEDCL shall always be at liberty to reject or accept any offer or offers at its sole discretion and any such action will not be called into question and the EOI applicant shall have no claim in that regard against the WBSEDCL.

43

The offer should be kept valid for a period of 120 days from the date of opening of Technical offer/s. WBSEDCL may ask for extension in validity period. The EOI applicant will be at liberty to accept it or not.

33. SIGNING OF EMPANELMENT AGREEMENT:

WBSEDCL will notify successful EOI Agencies for through Letter of Intent. Letter of Empanelment will be placed by WBSEDCL. Within 15 (Fifteen) days of receipt of the “Letter Of Intent”-LOI, the successful EOI applicant shall acknowledge with confirmation of Acceptance of terms & conditions, match the L1 price for each category and make payment towards the Empanelment Fee, Security deposit and submit the Certified electrical contractor Certificate per EOI terms. The Empanelled Agency will execute the Empanelment agreement as per the Performa enclosed at Appendix in this EOI Document and the same will be executed within total 15 (Fifteen) days of issue of letter of Intent and before placement of LOE.

34. JURISDICTION OF CONTRACT:

The laws applicable to the contract shall be the laws in force in India. The court at Kolkata, W.B shall have exclusive jurisdiction in all matters arising under this EOI till the date of issue of Empanelment letter, after the Empanelment of the Agency that the court at respective Head Quarter of WBSEDCL, under whose area the Empanelled Agency’s Solar roof top PV system site is situated, shall have exclusive jurisdiction in all matters arising under the contract.

35. COMPLETION OF CONTRACT:

Unless otherwise terminated under the provisions of any other relevant clause, this contract shall be deemed to have been completed on the expiry of the Comprehensive Maintenance during guarantee period.

36. SAFETY & SECURITY:

The Empanelled Agency shall take suitable measures for safety and security during execution and responsibility up to commissioning shall be with the Empanelled Agency.

37. PROTECTION OF PROPERTY AND EMPANELLED AGENCY'S LIABILITY:

The successful EOI applicant shall be solely responsible for any damage resulting from his operations up to commissioning and handing over of the system. He shall also be responsible for protection of all persons including members of public and employees of the WBSEDCL and the employees of other Empanelled Agency’s and sub-Empanelled Agencies and all public and private property including structures, building, other plants

44

and equipment and utility either above or below the ground up to commissioning and handing over of the system. The successful EOI applicant will ensure provision of necessary safety equipment such as barriers, signboards, warning lights and alarms, etc. to provide adequate protections to persons and property. The successful EOI applicant shall be responsible to give reasonable notice to the Engineer and the Employer of public or private property and utilities when such property and utilities are likely to get damaged or injured during the performance of his works and shall make all necessary arrangements with such employers, related to removal and / or replacement or protection of such property and utilities.

38. WORK & SAFETY REGULATIONS:

The Empanelled Agency shall ensure proper safety of all the workmen, materials, plants and equipments belonging to him or to the WBSEDCL or to others, working at the site. The Empanelled Agency shall also be responsible for provision of all safety notices and safety equipment required both by the relevant legislations and the engineer, as they may deem necessary. All equipments used in construction and erection by Empanelled Agency shall meet Indian/International standards and where such standards do not exist, the Empanelled Agency shall ensure these to be absolutely safe. All equipments shall be strictly operated and maintained by the Empanelled Agency in accordance with manufacturer's operation manual and safety instructions and as per guidelines / rules of the WBSEDCL in this regard. The successful EOI applicant shall provide suitable safety equipment of prescribed standard to all employees and workmen according to the need. The successful EOI applicant shall not interfere or disturb electric fuses, wiring and other electrical equipment belonging to the WBSEDCL under any circumstances, whatsoever, unless expressly permitted in writing by the WBSEDCL to handle such fuses, wiring or electrical equipment.

In case any accident occurs during the construction / erection or during guarantee period of 05 years for the activities undertaken by the Empanelled Agency thereby causing any minor or major or fatal injury to his employees / laborers due to any reason, whatsoever, it shall be the responsibility of the successful EOI applicant to promptly inform the same to the Engineer in charge of concerned Division of WBSEDCL in prescribed form and also to all the authorities envisaged under the applicable laws. For any fatal / non fatal accident to human or animal or any mishap within area of installation due to mishandling or reason whatsoever attributable to EOI applicant at the time of commissioning of Solar photovoltaic plant system, successful EOI applicant has to pay compensation as provided under the relevant applicable Act.

The successful EOI applicant shall follow and comply with the employer's safety rules relevant provisions of applicable laws pertaining to the safety of workmen, employees, plant and equipment as may be applicable from time to time without any demur, protest or contest or reservations. In case of any discrepancy between statutory requirement and

45

employer's safety rules referred above, the later shall be binding on the successful EOI applicant unless the statutory provisions are more stringent. It will be the successful EOI applicant's sole responsibility to take the materials up to the installation site.

39. HANDING OVER ASSET:

After successful installation, commissioning, testing and synchronization of complete system with DISCOM, the asset is to be handed over to the concerned Beneficiary. The handing over note covering the details of all the materials used and total work executed must be signed jointly by the Empanelled Agency and beneficiary Applicant. The copy of handing over note along with try part agreement and 5 years rooftop solar plant insurance and beneficiary’s certificate (Proforma- B of attached Appendix-3 & Appendix-7 ) is required to be submitted by EOI applicant for release of subsidy

40. INDEMNITY:

The EOI applicant agrees to defend, indemnify and hold harmless the WBSEDCL, its officers, directors, consultant, agents, employees and affiliates (and their respective officers, directors, agents and employees) from and against any and all claims, liabilities, actions, demands, judgments, losses, costs, expenses, suits, actions and damages arising by reason of bodily injury, death or damage to property sustained by third parties that are caused by an act of negligence or the willful misconduct of the EOI applicant, or by an officer, director, sub-Empanelled Agency, agent or employee of the EOI applicant.

41. Only new plant and machinery shall be allowed for installation and shall not be to be shifted

anywhere else. 42. ENHANCEMENT OF QUOTA:

WBSEDCL reserves the right to sanction additional quota on the successful Agency up to 100% of the original quota of the Empanelment order at the same prices, terms and conditions stipulated in the original contract during contractual period. In special circumstances WBSEDCL reserves the right to sanction more additional quantity based on good performance.

43. TERMINATION OF EMPANELMENT:

In case, the Empanelled Agency fails to execute the project of Solar PV System for the application registered within contractual period of project execution or in case the SPV System is found not in accordance with prescribed specification, WBSEDCL reserves the right to terminate the Empanelment OR WBSEDCL shall exercise its discretionary power either: (a) In case material is not found as per specification, WBSEDCL has right to seek

replacement of the same material without any incremental cost to WBSEDCL or beneficiary.

46

OR

(b) To purchase from elsewhere after giving due notice to the Empanelled Agency on account and at the risk & cost of the Empanelled Agency such stores not so delivered or other similar description without cancelling the contract in respect of the consignment not yet due for delivery

OR

(c) to cancel the contract/ Empanelment.

In the event of the risk purchase of stores of similar description, the opinion of WBSEDCL’s shall be final. In the event of action taken under clause (b) or (c) above, the Empanelled Agency shall liable to pay for any loss which WBSEDCL/ beneficiary may sustain on that account but the supplier shall not be entitled to any saving on such purchases made against default. The decision of WBSEDCL shall be final as regards the acceptability of stores supplied by the supplier and WBSEDCL shall not be required to give any reason in writing or otherwise at any time for rejection of the stores. Further, “WBSEDCL reserves the right to terminate the Empanelment at any time, without assigning any reasons, whatsoever, by giving a notice period of ONE month from the date of Notice of termination of the Empanelment. Suppliers will not be entitled for any compensations / damages / losses, whatsoever, on account of such termination of the Empanelment.

Empanelled Agency shall be liable towards any irresponsible behavior towards consumer. Making false claim or fraud practice will attract stop deal actions.

44. GUIDELINES FOR AGENCY:

1. It is mandatory for EOI applicant to have valid test report of SPV Modules and grid tie inverters with similar or larger capacity from MNRE approved laboratories.

2. The program implementation guidelines of the WBSEDCL, as declared from time to time, for SPV program shall be applicable and followed at all times.

3. The technical specification, scope of work for which EOI Document is invited are furnished in EOI Document

4. The quantity mentioned in the EOI Document is only indicative and not final. Payment will be done only for the actual quantity executed.

5. Cost of Comprehensive Maintenance during Guarantee and warrantee period is required to be included in the quoted prices.

6. The Empanelled Agency shall be responsible for overall project management, system integration and testing to complete all criteria for successful functioning of the Grid connected Solar PV plant, but not limited to the functions laid down in this documents.

47

45. SERVICE CENTRE

a) Empanelled Agency has to undertake to establish one no. of Service centre with necessary spare parts and technicians in District/ State of West Bengal

b) The Service Centre should have adequately trained staff available for repair and maintenance of Solar PV Systems, Inverters supplied and installed.

c) The service centre should be open for at least 8 hours per day and 6 days a week

excluding bank holidays.

d) Empanelled Agencies need to have a dedicated mobile number which should be

readily available during its office hours and an e-mail ID for correspondence.

e) Empanelled Agency shall ensure that necessary spares are always available with the

service centers to provide necessary after sales service to the beneficiary during the guarantee period.

46. Resolving Complaints related to defects/ non-working / poor performance of the system:

a) For any problem/defect in system, Empanelled Agency shall have to replace/repair the defect of the system, resolve it and make the system operative as per the Technical specifications, within 48 (Forty eight) hours from the receipt of the complaint or receipt of notification/Alter/Message from the remote metering system.

b) While doing repairing or rectification work, the Empanelled Agency’s technician or any

person is not authorized to work on WBSEDCL’s electric line of 11 KV and LT having potential danger of electricity.

c) PENALTY ON PART OF LOSS OF SOLAR GENERATION

CUF should be minimum of 11 % then the Bidder shall be penalized at the rate of Rs. 1,000 per kW plus applicable GST for each percentage shortfall in the CUF for each instance of measurement , throughout the CMC period of 05 Years . WBSEDCL or its authorized person/designated Third-Party Inspection Agency(TPIA) at any time and any numbers of times during the 5-year maintenance period without any prior intimation to the Bidder

(For example, if a 5 kW system measures 11 % CUF during an inspection, then the Bidder shall be penalized Rs. 1,000 per kW per % x 5 kW x (11-9)% = Rs. 10,000/- plus applicable GST) The Bidder shall be required to rectify the faults in the PV system within 1 week of such failure, after which, one more inspection shall be carried out to verify the rectification. This penalty shall be deducted from the PBG of the Bidder, which shall be replenished immediately after such deduction.

48

The CUF may be measured once in a year. The Bidder shall be required to rectify the faults in the PV system within 1 week of such failure, after which, one more inspection shall be carried out to verify the rectification. This penalty plus GST as applicable shall be paid by the Agency within 15 days of the Notice, failure of the same, the PBG shall be encased.

47. LOI, Letter of Empanelment (LOE), Registration fee, SD, ASD & Agreement

a) After finalization of this EOI Document and shortlisting of bidders, a Letter of Intent

(LOI) for empanelment will be issued by WBSEDCL to pay the Empanelment charges and execution of agreement.

b) The letter of Empanelment (LOE) will be issued by WBSEDCL upon payment of non-

refundable Empanelment fee Rs.25,000/- plus applicable GST (Twenty five thousand only plus applicable GST), matching L1 tariff and executing the agreement within 7 days of LOI.

c) Shortlisted Bidders will be required to Rs. 25,000/- plus applicable GST towards

Empanelment / registration fee within one week of issuance of Letter of Intent , failing which the letter of intent will stand as cancelled

48. SECURITY DEPOSIT AND PERFORMANCE GUARANTEE: -

Security Deposit (SD): a. The Empanelled Agency under Category-A shall require to pay Security Deposit of

Rs. 15 Lakh (Fifteen Lakh) The amount should be submitted to WBSEDCL within 15 days of receipt of LOI for Empanelment. The SD can be submitted in the form of Bank Guarantee (BG).

b. The Empaneled Agency under Category-B shall require to pay Security Deposit of Rs. 5 lakh (Five Lakh) to WBSEDCL within 15 days of receipt of LOI for Empanelment. The SD can be submitted in the form of Bank Guarantee (BG). MSME unit have to pay the security deposit as per the applicable category of bidding participation.

Additional Security Deposit (ASD) : Additional Security Deposited will be applicable all category bidders to as per the Memorandum No. 4608-F(Y), dt. 18.07.2018 of Additional Chief Secretary to the Govt. of West Bengal, Finance Department Audit Branch. Note: All category bidders including MSMEs have to pay Additional Security Deposited @10% MNRE Benchmark cost, if the accepted bid value is less than or equal to 80% MNRE Benchmark cost put to the tender.

49

c. The Security Deposit and Additional Security deposited is payable by demand draft in favor of WBSEDCL Drawn on any Scheduled Bank / Nationalized Bank payable at Kolkata. It should be paid either, by Demand Draft or Bank Guarantee at the office address specified in the EOI Document.

d. In case of BG in favour of WBSEDCL from any Scheduled / Nationalized Banks in a standard format prescribed by WBSEDCL (Format given in this EOI Document). The validity of Bank Guarantee shall be 12 months from the schedule date of opening of EOI Document or to be extended as required by WBSEDCL.

e. In case of the BG, the validity of the prescribed BG shall be one year and one month from the date of the Empanelment or MNRE sanction Period.

f. The SD and Additional Security Deposit (if Deposited by Bidder) will be returned to the agency after completion of Empanelment period or MNRE sanction Period.

g. If the bidder(s), who are declared as L-1 in each Slab(s), not able to submit Security Deposit as above (a) in prescribe time period, the EMD will be forfeited and the action of Stop deal shall be taken against the agency.

h. Bidder(s), who are declared as L-1 in each Slab(s) has required to submit applications with deposit for at least 200 KW aggregate capacity or one fourth of total quantity , whichever is higher, in first three months from the date of empanelment failing which the Security Deposit will be forfeited and the action of Stop deal shall be taken against the agency.

Performance Guarantee (PG):

a) The Empanelled Agency shall require to pay the Performance Guarantee (PG) of an amount equivalent to 10 % of the executed value with in the (15) Fifteen days from completion of the project through PBG for a period of 5 years plus one month. Otherwise amount shall be recovered from the Security Deposited or due payment of subsidy claim as per the discretion of WBSEDCL.

b) The amount deducted towards performance guarantee shall be released against the submission of Performance Bank Guarantee (PBG) of the equivalent amount valid for a period of 5 years plus one month from the date of the commissioning of the last system installed.

c) In case, Agency does not want to submit the performance bank guarantee (PBG), the amount deducted towards SD and subsidy amount shall remain with WBSEDCL for the period of 5 years interest free from the date of the commissioning of the last system installed.

d) PBG will be encased if the penalty against non-performance/ delay in attended complain from beneficiary of project of SPV System or any other dues if not paid by the Empaneled Agency in prescribed time limit.

50

e) No interest shall be paid on EMD, Security deposit, Additional Security deposited or performance guarantee.

f) In case, the Empanelled Agency doesn’t comply with the Domestic Content Requirement (DCR) , the SD and PBG will be forfeited.

Bank Guarantees (BG) from Scheduled / Nationalized Banks as per Govt. GR No. EMD / 10 / 2019 / 50 / DMO dated 01.11.2019 will be acceptable, if the amount of security deposit payable exceed Rs.10,000/- as per format attached with EOI Document with validity of 13 months. The Security Deposit will be accepted in the form of Demand Draft issued by schedule /Nationalized Bank, ICICI Bank, IDBI Bank, HDFC Bank in favor of WBSEDCL. In case, if the Bank Guarantee is furnished / submitted, it should have 5 years plus one month validity till the expiry of Guarantee period from the date of commissioning of the last system. Bank Guarantee for interim period will not be allowed. If by any reasons the supply & commissioning period is extended, then supplier should undertake to renew the Bank Guarantee at least one month before the expiry of the validity failing which WBSEDCL will be at liberty to encased the same. CORPORATE GUARANTEES NOT ALLOWED.

No interest will be paid on the Security Deposit. Security Deposit shall be suitably extended time to time as per requirement of WBSEDCL.In the event of failure to supply no. of systems as contracted by the EOI applicant and as accepted by him while receiving the Empanelment order, will lead to forfeiture of the Security Deposit and will lead to disqualification of the EOI applicant for transacting business with WBSEDCL for at least two years or the time duration as may be decided by WBSEDCL.

49. Serial Number (identification mark) must be permanently marked on all major

components of the SPV systems. Metallic number plates with serial numbers duly riveted or fixed with strong adhesive for non-metallic body, as approved by WBSEDCL, shall be fixed on each Inverter.

50. AUDIT INSPECTION:

From the lots inspected by the WBSEDCL Inspector, the Inspector of Audit Inspection Wing, if required, may pick up samples from the lots supplied & Installed at beneficiaries’ site at random for quality check only. The samples picked up will be tested for acceptance test as decided by WBSEDCL at MNRE/ Government approved laboratory in presence of representatives of supplier and WBSEDCL as per relevant IEC/ISS/BIS / WBSEDCL specifications. The test results will be binding on the suppliers and WBSEDCL, in general will not allow re-sampling. If the material fails in any of the acceptance tests carried out, the full lot of materials will be considered as rejected, and if replacement is not possible due to installation of the materials then in that case for whole of the rejected lot, WBSEDCL will deduct maximum upto 60% (Sixty) of the End Cost Price. If the same are not utilized / consumed, then WBSEDCL may ask for replacement at sole discretion of WBSEDCL or may accept with maximum deduction upto 60% (Sixty) of the End Cost Price plus applicable GST, and all these will be binding on the supplier. In case if the materials does

51

not conform to specifications or fails at Government approved laboratory or other laboratory decided by WBSEDCL for testing and if subsequent testing are to be carried out (which will solely at WBSEDCL discretion), then all Testing fees, expenses of the inspector and other expenses incurred by WBSEDCL will be to supplier’s account. The decision in this regard for acceptance as above of WBSEDCL shall be final and this will be binding on the supplier.

51. LOCATION OF INSTALLATION:

The Grid Connected Solar PV system is required to be installed at various location of Residential consumers who apply for it in WBSEDCL

52. PRICES:

Rates quoted by Bidder should be FIRM and on F.O.R. destination at consumers premises basis, Price shall be inclusive of taxes, levies, duties, packing, forwarding, freight, Transit insurance, Erection Insurance, Plant Insurance for 5 Years from the date of commission, loading unloading, supply, installation, commissioning, meter charges, meter testing fee, SMC Box charge, connectivity charges, 5 years CMC Charges etc. and any/ all charges for successful Supply and Installation of the systems at any locations in the State of W.B and all other miscellaneous expenses of marketing, commissions etc. if any. The rates quoted by the Bidder will be inclusive of GST, Work Contract Tax, or any other taxes applicable to such work. Any escalation in such taxes/ levies during the tenure of the offer/ Empanelment will not be paid by Consumers and Bidders are advised to take in to consideration any such escalations in the prevailing taxes/levies/duties. In no circumstances, escalation in the prices will be entertained. Comprehensive Maintenance during guarantee period of the complete system for 5 years is in the scope of EOI applicant.

53. VALIDITY OF THE OFFERS:

The offers will have to be kept valid for a period of 120 days from the date of opening of technical offers. In case finalization of the EOI Document is likely to be delayed, the Agency will be asked to extend the same without change in the prices or any terms and conditions of the offer. If any change is made, original or during the extended validity period, the offers will be liable for outright rejection without entering into further correspondence in this regard and no reference will also be made.

54. PACKING AND FORWARDING CHARGES:

The prices shall be inclusive of packing & forwarding charges. The stores should be strongly and adequately packed to ensure safe arrival at destination. The materials dispatched from overseas by Air / Shipping should be packed in such a way that it can withstand rough handling and possible corrosion due to exposure to salt laden

52

atmosphere, salt spray or open storage. All packing must be clearly marked with order Number and consignee’s name and address.

55. INSURANCE:

Transit insurance, Erection insurance and Rooftop Solar PV Project insurance of 5 years from the date of completion of the project is mandatory. The project under this EOI is turnkey based; hence it shall be the responsibility of the respective empanelled agency for successful commissioning of the Solar System.

56. ACCEPTANCE OF SPV SYSTEM:

All or any SPV System and materials to be supplied at F.O.R. Destination at consumers premises basis, against this Empanelment will be subject to their acceptance by the consignee or any other Officer deputed by WBSEDCL for this purpose. WBSEDCL will be at liberty to reject whole lot without assigning any reasons and the decision of the Officer concerned will be considered as final.

57. TAXATION:

(A) Goods and Service Tax (GST) :

The F.O.R. Destination at consumers premises basic prices are including GST as applicable. The amount and % of GST as applicable should clearly be indicated separately. (GST means all applicable Tax under GST Laws. GST Laws means IGST Act, GST(Compensation to the State for Loss of Revenue) Act, CGST Act, UTGST Act and SGSCT Act, 2017 and all related ancillary legislations).

You shall have to submit a C.A Certificate & duly authorized Signatory of successful EOI applicant, certifying that you have not claimed Refund of any applicable GST s, charged to COMPANY or shall not claim any such Refund, on a future date, from the concerned Authorities and if, any Refund, in respect of such GST , is claimed by you, it will be immediately passed on to the COMPANY, without COMPANY making any specific Claim, for the same, either from the Department or from you.

The offers having price INCLUSIVE OF GST is likely to be rejected if the rate of GST is not mentioned clearly in Schedule B: unless the EOI applicant has opted for Composition Scheme under GST Act, which should be clearly indicated in the price offer. COMPANY may at its discretion consider such offer with presumption of highest applicable rate of GST prevailing when the price quoted is inclusive of GST. GST Act (GST law) will be applicable in case of any quarry from Empanelled Agency or customer.

INPUT TAX CREDIT BENEFIT

GST ACT (GST Law) Guideline will be applicable for Empanelled Agency or customer.

53

STATUTORY DEDUCTION:

All statutory deduction will be made from payment of subsidy as per applicable rules & rates of MNRE, GoI and other rulers on TDS on Income Tax, GST, etc; if applicable on disbursement of subsidy or any other taxes applicable from time to time etc. All other statutory liabilities towards this Empanelment will be on the part of Empanelled Agency.

58. UNLOADING:

Unloading of the materials at consumer’s premises site shall be arranged by the Empanelled Agency.

59. ESCALATION IN PRICE:

Bidders are advised to take in to consideration any such escalations in the prevailing taxes/levies/duties. In no circumstances, escalation in the prices will be entertained.

60. SUBSIDY PAYMENT :

a) Eligible Payment towards release of subsidy will be made after deducting PBG / any other dues to the Agency by the Corporate Office of WBSEDCL if bidder not submitted PBG in advance.

b) In case of any type of misappropriations, cheating or intention of cheating, frauds,

irregularities, malpractice, etc., WBSEDCL reserves the right to cancel the Empanelment Agreement without giving reasons thereof and forfeit the security deposit and / or performance bank guarantee/s and purchase the system under risk & cost of the supplier.

c) During site inspection by WBSEDCL’s staff / authorized representative, if the systems

are found to be not installed and false report of installation & commissioning is submitted to WBSEDCL for claiming payment, /concerned WBSEDCL is empowered to take action(s) as deemed fit and or forfeit Security Deposit and / or performance guarantee/s.

d) Third Party Inspection may be carried out by the agency authorized by WBSEDCL if required

e) The EOI applicant should provide the bill of material for each system along with the

delivery of system. f) Disbursement of Subsidy to be made to the Empanelled Agencies within one month

of submission of valid claim with all relevant documents after successful commissioning of the Solar Rooftop System subject to availability of the subsidy fund.

g) The entire MNRE scheme Guideline and Latest Amendment is applicable for disbursement of Subsidy. Bidder is requested to read all guideline before Submission of EoI .

54

h) The EOI applicant should submit a signed copy of tripartite agreement as per Appindix-7

61. EOI DOCUMENT ELIGIBILITY CONDITIONS & EVALUATION CRITERIA:

Offers of only those bidders who are found qualifying based of following Evaluation Criteria in the EOI will be taken in to further consideration and prices of only those parties qualifying based of subsequent following criterion will be opened.

61.(A) PRELIMINARY OFFER:

Documents towards payment of Online Earnest Money Deposit (EMD) or notarized copy of SSI (SSI/MSME-II/Udyog Aadhar Memorandum) certificate of W.B State and registration certification with CSPO/NSIC/DGS & D the prescribe form are required to be submitted with EOI Document. (Please refer Part –B and Part-C – Schedule-A and Note important of EOI Document). All the documents as required to be submitted in the “E.M.D & Cover” must be placed there in as mentioned in the Part –B and Part-C schedule A and –Note : important of EOI Document. Technical Offers of only those agency who are found qualified, based on considerations specified in the preliminary offer will be opened.

61.(B) TECHNO-COMMERCIAL OFFER:

The offers of only those Agency who fulfil the Minimum eligibility conditions and other eligibility conditions mentioned under and who have submitted the following required documents in physical form under sealed cover of “Technical Offer cover” and submitted required details / documents in on-line in respective Annexures will be considered for technical evaluation.

61.(B).(I) –MINIMUM ELIGIBILITY CONDITIONS:

i. The EOI applicants (bidder) shall be:

For Category-A:- The Bidder shall either the manufacturer of Solar panels or the PV System integrator. Category – A shall submit at least ONE letter of consent from the manufacturer of SPV module to agree supply of SPV modules and Inverter Manufacture to supply of Inverter with RMU unit of each category and Range for the scope under this EOI. (In case of the bidder is the Solar panel manufacturer, The Manufacturer must be ALMM list published by the MNRE and the Test Certificate of Solar PV Module manufactured by him, from a MNRE accredited Test lab is mandatory to be submitted along with the bid.) For Category B:- As above for category-A OR If Bidder himself is not covered to any one from above two (Manufacturer or PV System integrator) , shall submit at least

55

ONE letter of consent from the manufacturer of SPV module mentioning to agree supply of SPV modules and Inverter manufacturer for supply of Inverter with RMU of each category and Range to the Bidder for the scope under this EOI.

ii. The bidders shall either be a body incorporated in India, under the Companies Act, 1956 or Companies Act, 2013 including any amendment there to and engaged either in manufacturing and or as an system integrator in the business of Solar Power/Renewable Energy, OR under the Limited Liability Partnership Act 2008; A subset of Companies Act, 2003 and engaged in the business of Solar Power/Renewable Energy, OR, should be a Firm registered under Partnership Act in India, OR should be a Firm registered as Sole Proprietor under Shop Act. A certified copy of the registration certificate of the Bidder for any of the above and the requisite tax payee number GSTIN etc. from competent government authority with whom the bidder is registered shall be enclosed with the EOI.

iii. EOI applicant should not be stopped deal or black listed by any Govt. Agency. Agency

who are stopped-deal or black-listed in any state shall not be eligible to offer till they remove the cause of their being black listed.

‘Category-A’ bidders who have experience of successful installation of minimum aggregate 200 KW capacity of Grid connected solar rooftop systems in residential sector before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself. OR Category-A’ bidders who have experience of successful installation and Commissioning of minimum aggregate 1000 KW capacity of any Grid connected systems in any sector viz. residential, social, industrial, commercial, government or any other, before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself. Details of experience to establish the above experience, self-certified documents like copies of the Orders, Certificates of installation and commissioning, from the client/ user Agency, Project/application registration number with SECI/ State Nodal Agency with commissioning report/ meter installation report as a proof of commissioning, shall be mentioned in the Annexure- 3 and submitted along with the Technical Offer. Bidders who fulfills this criteria of experience shall declare their bidder Category-A in the Annexure-3, in Online and physical mode to make them eligible. For Category-B Bidders: Those Bidders who are new entrepreneur and / or those bidders who are not covered under Category-A mentioned as above are designated as Category-B bidders and price bid of such bidders shall not be opened and shall not be considered for further evaluation. Such Bidders shall be eligible to Empanel in the

56

Category-B subject to fulfilling all other required criteria as mentioned in the PARA 61 of PART-F All Annexure of Part H must be submitted online as well as Physical from under Technical cover document

iv. Turnover: A turnover criterion is applicable as follows:-

For Category-A bidders, Average Turnover of the interested bidder during last 3 financial years shall be Rs.150 lakh / year.

Category –B bidders, average Turnover of the intending bidder during last 3 financial years shall be Rs.15 lakh / year

Also, both bidders must have positive net worth in all last three financial years.

Parent Company: Eligibility criteria of parent company of the bidder shall also be considered for bidder’s eligibility criteria if the parent company is holding minimum 26% share in the bidding company. Documentary evidence shall be submitted along with the bid.

Audited and Certified copies of the Annual Accounts should be enclosed. For the preceding year, a summarized sheet of turnover certified by practicing Chartered Accountant (CA) (Sole proprietor ship/firm) CA shall be enclosed as per Annexure-8.

For proprietary/partnership companies, copies of Income Tax returns with full details of turn over should be enclosed. A summarized sheet of turnover certified by practicing Chartered Accountant (CA) (Sole proprietor ship/firm) shall also be enclosed.]

v. The EOI applicant should have valid GSTIN registration certificate in the State. A

copy of which should be enclosed.

vi. The Category-A bidders shall require to offer minimum aggregate 200 KW quantity for installation of solar system in the FY(2021-22) and the Category-B bidders shall require to offer minimum aggregate 50 KW quantity for installation of solar system in the FY (2021-22) in Annexure-14 failing which they shall be disqualified for further evaluation.

vii. Electrical Contractor license issued by office of chief electrical Inspector

CONFLICT OF INTEREST AMONG BIDDERS/ AGENTS:

57

A bidder shall not have conflict of interest with other bidders for particular quoted item. Such conflict of interest can lead to anti-competitive practices to the detriment of Procuring Entity’s interests. The bidder found to have a conflict of interest shall be disqualified. A bidder may be considered to have a conflict of interest with one or more parties in this bidding process for particular quoted item, if: a) they have proprietor/ partner(s)/ Director(s) in common; or b) they receive or have received any direct or indirect subsidy/ financial stake from

any of them; or c) they have the same legal representative/ agent for purposes of this bid; or d) they have relationship with each other, directly or through common third

parties, that puts them in a position to have access to information about or influence on the bid of another bidder; or

e) bidder participates in more than one bid in this bidding process. Participation by a bidder in more than one Bid will result in the disqualification of all bids in which the parties are involved. However, this does not limit the inclusion of the components/ sub-assembly/ assemblies from one bidding manufacturer in more than one bid.

f) In cases of agents quoting in off shore procurements, on behalf of their principal manufacturers, one agent cannot represent two manufacturers or quote on their behalf in a particular tender enquiry. But one manufacturer authorize to supply items to multiple agent/ dealer. There can be only one bid from the following: f.1. The principal manufacturer directly or through one Indian agent on his

behalf; and f.2. Indian/ foreign agent on behalf of only one principal.

g) a Bidder or any of its affiliates participated as a consultant in the preparation

of the design or technical specifications of the contract that is the subject of the Bid;

h) in case of a holding company having more than one independently

manufacturing units, or more than one unit having common business ownership/ management, only one unit should quote. Similar restrictions would apply to closely related sister companies. Bidders must proactively declare such sister/ common business/ management units in same/ similar line of business.

i) Bidder shall not act in contravention/ violation to the provisions of competition

act, as amended from time to time.

Every bidder should, at the time of submission of bid, give a declaration, that bidder shall not have conflict of interest with other bidders for particular quoted item, as above.

58

61.(B).(II) GENERAL:

a. The EOI applicant should have an Engineer (B.E./B.Tech Electrical or Diploma in Electrical or Suryamitra Certified) as proprietor/ partner/ director/ Employee of the bidder. Brief bio-data of the key personnel is to be given in Annexure – 4 of technical stage of online EOI Document.

b. The EOI applicant should have declared, if any relative is working with or employee of WBSEDCL in W.B State, in Annexure-5

c. As an acceptance of terms and conditions, the document duly signed and sealed on every page shall be submitted along with the Technical bid.

d. Offers not satisfying any of the above mentioned criteria will be liable for rejection.

Bidder shall require to quote rates for all eight system KW capacity/ ranges (slabs). Price bid shall not be opened for those bidders who have not quoted rate in any of the system ranges (slabs), such bidders shall be considered under Category-B.

The “Price offers” of only those Agency shall be opened, who qualify in techno-Commercial offer evaluation with fulfilling the required criteria mentioned as above.

Offers not satisfying any of the above-mentioned criteria will be liable for rejection. WBSEDCL reserves the right to accept or reject any or all the EOI Documents. Decision taken by WBSEDCL shall be final and binding on all.

62. Duration of Empanelment:

The selected empanelled agency will be empanelled initially for one year or completion of the sanction period allocated to WBSEDCL is twelve months or up to MNRE sanction period whichever is earlier. After completion of this period, the validity of empanelment rates may further be extended on the basis of performance of the agency and mutual consent between WBSEDCL and interested empanelled firms with approval of WBSEDCL- the Nodal Agency.

However, in this case the empanelment may be issued subject to revision of rates at the sole discretion of the WBSEDCL, if required.

63. In case of any type of misappropriations, cheating or intention of cheating, frauds,

irregularities, malpractice, etc. the WBSEDCL reserves the right to cancel the order without giving reasons thereof and forfeit the security deposit cum performance guarantee.

64. Rates quoted by the Bidders will be inclusive of taxes, levies, duties, packing, forwarding, freight, Transit insurance, Erection Insurance, 5 years plant insurance, loading unloading, supply, installation, commissioning, warranties , 5 years Maintenances and any/ all charges for successful Supply and Installation of the system at any locations in the State of W.B and all expenses of marketing, etc.

59

65. The Bidders shall be deemed to have carefully examined all the papers, drawings, etc. attached in the EOI. If he has any doubt as to the meaning of any portion of any condition/ specification, etc. he shall before signing the Agreement submit the particulars thereof to WBSEDCL in order that such doubts are removed.

66. The Bidders shall have to comply with all rules, regulations, laws and bylaws enforced by local and State Govt. and also the organization in whose premises the work has to be done.

67. The Bidders shall not, without the consent in writing of WBSEDCL, transfer, assign or sublet the work under this Empanelment or any substantial part thereof to any other party.

68. If the Bidders neglects to execute the work with due diligence and expedition or refuses or neglect to comply with any reasonable orders within two days notice given in writing to the Bidders and if he fails to comply with the notice, then in such a case WBSEDCL shall be at liberty to get the work or any part of it, executed through any other agency/Bidders in the manner and on the terms it thinks proper. If the cost of executing the work as aforesaid shall exceed the balance due to the Bidders, and the Bidders fails to make good the deficiency, WBSEDCL may recover it from the Bidders in any lawful manner.

69. WBSEDCL shall have at all reasonable time access to the works being carried out by the Bidders under this Empanelment. All the works shall be carried out by the Bidders to the satisfaction of concerned WBSEDCL.

60

PART-G SCOPE of WORK & Guidelines and TECHNICAL SPECIFICATION

SCOPE OF WORK & GUIDELINES

1 The work is to be carried out on ‘Turn Key Basis’ which includes identification of beneficiary of the residential category, survey of the site for its feasibility considering the shadow free space, sanctioned load of the beneficiary by the WBSEDCL, design, supply of grid connected solar photovoltaic system with all other accessories, equipment and protection devises and including bi-directional meter, its testing charges , its housing (SMC box), connectivity charge, installation, testing, commissioning and maintenance services for 5 years, with free replacement warranty on spare parts against manufacturing defects for five years. The technical specifications for the various components. It also includes obtaining WBSEDCL and Chief Electrical Inspector (CEI) approvals. a) Identification and Survey of prospective beneficiaries and registration of the

SPV project with WBSEDCL. The entire responsibility of identification of beneficiaries lies with the Empanelled Agency.

b) Obtaining No objection certificate/ net metering connectivity agreements from concerned WBSEDCL for grid connectivity.

c) The work covers Design, supply, installation, commissioning and comprehensive maintenance for FIVE years, including bidirectional meter charges, meter testing charges and SMC box etc.

d) Design, supply, civil work, erection, testing and commissioning of SPV grid connected Power Plant as per schedule.

e) Installation of bi-directional meter. The existing meter of the WBSEDCL shall serve as the Solar meter. Thus the supply of solar meter is in the scope of the Empanelled Agency.

f) As far as the Bi-directional meter is concerned, the Bidder has the Option to procure the Bi-directional meter as per WBSEDCL’s approved specifications form open market and getting it tested at the WBSEDCL Lab, else he can opt for the Bidirectional meter to be provided by the WBSEDCL. In either case the charges of the Bi-directional meter, SMC box, testing, fee are to be borne by the Empanelled Agency.

Installation of Remote Monitoring hardware / facility with necessary dongle etc. The cost of the data pack and internet connectivity shall be the responsibility of the Bidder for 05 year period of O&M, the costing for SIM, data, storage to be include in the BID price upto 5Years span. The Bidder shall provide rights to WBSEDCL to access the performance data of the inverter by sharing the user id and the Password, as and when required, for WBSEDCL to monitor the performance any time.

61

g) The system installation cannot begin without approved technical feasibility report of the WBSEDCL; however the same shall be at the cost and risk of the BIDDER, in the event that at a later date upon conducting the TFR, the WBSEDCL concludes the non-feasibility of the installation, or to be done upon some modification as may be suggested by the WBSEDCL.

h) Collection of the cost of the supplies from the beneficiaries at the approved discovered per kW Less the eligible subsidy amount. The subsidy amount shall be released to the selected bidder upon submission of the claim along with relevant documents specified in the Subsidy claims section and upon inspection by WBSEDCL or its appointed Agency.

i) Claims shall be submitted in the bunch of minimum 50 kW for Category A and 10 kW for Category B claims once in a month i.e. 1 to 5th working day of every month.

j) Establishing at least one no. of “After Sales Service Centers” in concerned WBSEDCL area to cater the maintenance needs of beneficiaries.

2 INDICATIVE TARGETS:

The indicative total capacity of Solar Roof Tops covering the Residential under this EOI shall 50 MW comprising of assorted ratings of the solar system ranging from 1 kW to 500 kW. ONLY SUCCESFUL BIDDERS UNDER THIS EOI SHALL BE ALLOWED TO EXECUTE WORK IN RESDENTIAL UNDER THE SUBSIDY PROGRAM. WBSEDCL reserves the right to increase or de crease the quantity as per requirement. The total capacity for which the EOI is invited is tentatively 50 MW for the State as a whole which may be increased .

3 ELIGIBLE SUBSIDY:

The subsidy shall be limited to ONLY residential sector beneficiaries to those who are consumers of the WBSEDCL. The subsidy shall not be applicable for beneficiaries other than residential category. The MNRE subsidy shall be 40 % or 20% as the case may as mentioned below’ of the lowest cost per kW discovered under this EOI or benchmark cost announced by MNRE, whichever is lower.

The minimum capacity of rooftop SPV Power Plant to be installed shall be not less than 1kW for single site. Note: (i)All provisions as amended by State/ MNRE, GoI from time to time in respect of subsidy, norms of

admissible beneficiary and allowable capacity of PV systems shall be applicable to this scheme accordingly.

(ii) Remaining cost will be borne by beneficiary.

62

4 Capacity: Any capacity of solar roof can be installed upto the sanctioned load of the consumer; however, the subsidy shall be limited to maximum capacity of 10 kW for individual consumer and up to 500 kWp for Group Housing Societies/ Residential Welfare Associations. Any solar roof tops in the residential sector commissioned during the operative period of the solar power policy-2021, shall be eligible for the subsidy under this policy if the already commissioned system is proposed to be enhanced, provided

that the already commissioned system is of capacity less than 10 kW that the subsidy shall be eligible only for the incremental capacity @ 40, % if the

aggregate capacity upon enhancement is not more than 3 kW and @ 20 % if the aggregate capacity of the enhanced system is less than 10 kW.

Above that the customer has not installed and commissioned the system under no subsidy option.

MNRE vide its notification No. 318/33/2019-Grid Connected Rooftop dated 21/7/2021 have decided the following bench mark cost which is inclusive of total system cost and its installation, commissioning, transportation, insurance (Transit, Erection and 5 years Plant Insurance , five years AMC/CMC and applicable fees and taxes.)

SR Capacity Bench Mark Cost (Rs./Wp) Other than Special Category States

1 1 kW 51.1

2 Above 1 KW and upto 2 kW 46.98

3 Above 2 KW and upto 3 kW 45.76

4 Above 03 KW and upto 10 kW 44.64

5 Above 10 KW and upto 100 kW 41.64

6 Above 100 KW and upto 500 kW 39.08

In the event that the discovered lowest price is higher than the benchmark cost of MNRE in such cases the benchmark cost shall only be treated as lowest price.

4.1 Out state agency must be having one office registered in W.B. 4.2 The bidder shall submit the valid IEC certificate for Solar panels, PCU prior to

installation of the SPV System. 5. The bidder shall be required to obtain the certified electrical contractor certificate in

the name of the bidder from the Chief Electrical Inspector, Govt. of W.B and shall have adequate number/s of certified electrical supervisor certified by the Chief Electrical Inspector. Such certificate is not mandatory at the time of bidding. However, the successful bidder shall have to produce the same prior to empanelment letter. i.e.

63

the successful bidder shall not be Empanelled until he submits the certified electrical contractor certificate. The PV modules must be tested and approved by one of the IEC authorized test centers. The IEC test certificate of the modules to be used shall be submitted before installation of the system. ONLY INDIGENOUSLY manufactured solar modules with INDIGENOUSLY manufactured Solar Cell shall be eligible under this EOI, i.e. IMPORTED modules shall not be eligible. Test certificates for the BoS items/ components can be from any of the NABL/ BIS Accredited Testing-Calibration Laboratories/ MNRE approved test centers.

5 AFTER SALES SERVICES:

Bidders shall have at least one no. of service center within the state/ each district of West Bengal and shall have adequately trained staff available at service stations for repair and maintenance of Solar PV Systems. It shall be the responsibility of successful bidder to give required service as and when required to the beneficiary.

6 Bidders will ensure that necessary spares are always available with their service centers

to provide necessary after sales service to the customers during the warranty period.

7 The Agency shall arrange to provide to each beneficiary, a SPV instruction manual. The Bidders shall also arrange to instruct each beneficiary about routine maintenance procedure.

8 IDENTIFICATION MARK: Serial Number (identification mark) must be permanently

marked on all major components (PCU, Module, etc.) of the SPV systems. Metallic number plates with serial numbers duly riveted or fixed with strong adhesive for non- metallic body, as approved by WBSEDCL, shall be fixed on each lot.

9 Project Registration with WBSEDCL:

Upon identification of the beneficiary by the bidder, the bidder shall register the project with WBSEDCL in the prescribed application form on the WBSEDCL Portal. Consumer shall connect to local divisional Office of WBSEDCL directly to understand the process of application.

Application Registration Fee:- Non-refundable amount plus GST fee, irrespective of applied capacity of SPV System. The amount will be notify by WBSEDCL through online notification. After verification of feasibility study report and submission of Tripartite Agreement applicant will deposit amount as per the WBSEDCL’s Estimate Quotation.

Deposit for registration of Applications: - An amount for the charges of Solar meter, Meter box, Meter testing fee and connectivity charges as per the WBSEDCL’s Estimate

64

Quotation shall be required to pay by the Applicant consumer to WBSEDCL as a deposit.

Above amount of deposit charges shall be included under the rate quoted by the bidder.This charges as it is to be paid by consumer to WBSEDCL directly, the Agency shall not recover this charges from consumer. i.e. while payment of non-subsidy part by Consumer to Agency, this amount shall be deducted by the consumer from payment to Agency.

In case of non-payment of this Estimate within one month of the issue of Estimate (Firm Quotation-FQ), application fees will be forfeited and application for SPV System will be cancelled.

Bidder shall ensure that the installation work should be completed within scheduled time. The project shall NOT be registered in absence of the following:

a) UTM coordinates of location where system to be installed. b) Make of the SPV module, its I-V curve signed by the beneficiary, rating of the

module, number of modules to be deployed and the total system capacity. c) Make of the Invertor, its test certificate, rating of the Invertor and number of

Invertors. d) Copy of the last electricity bill. e) ID proof of the Beneficiary f) Proof of Residence and its ownership g) Signed letter from the consumer for selecting the particular Empanelled Agency from

the List of Empanelled Agencies published by WBSEDCL on its website. h) Deposit towards registration

Note: 1. Any project registered on temporary connection will be automatically stands as

cancelled. The Bidder if seeks any advance payment against the non-subsidized portion of the project cost, such advance should be taken only by the Bidder in his name and the receipt shall be issued in the name of the Bidder to the beneficiary.

10 SUBSIDY CLAIMS:

The subsidy claims of the systems installed and commissioned shall be processed in a lot of NOT less than 50kwp for capacity –A and 10 kwp category B bidder, with following documents:

10.a. Dated Claim letter from the bidder on its letter head certifying that the SPV

modules deployed in the systems installed are of INDIAN make, and all the technical specifications of the components supplied and installed are in accordance with the specifications given in the EOI document and all the information / documents provided along with the claim letter(s) are /is correct and factual.

10.b. WBSEDCL Registration letter. 10.c. Copy of the ID proof of user. 10.d. Inspection as per Grid code and WBSEDCL , duly signed and sealed by authorized

person of the Empanelled Agency having electrical contractor license issued by the CEI. (More than 200 kVA Plant)

10.e. Invoice of the System billed to the beneficiary.

65

10.f. Copy of Checking Sheet or Meter replacement Performa filled by WBSEDCL at time of providing bidirectional meter at beneficiary’s premises, which must be duly signed by authorized person of WBSEDCL and beneficiary.

10.g. Certificate of Bi-directional or Gross meter installation (IN ORIGINAL COPY ONLY) jointly signed by representative of WBSEDCL, Empanelled Agency and Beneficiary.

10.h. Photograph of the system with placard held by the beneficiary and representative of Agency or WBSEDCL representative showing the name of the beneficiary, DISCOM/WBSEDCL registration number and system capacity.

10.i. System details in prescribed format giving the details of the system capacity in

kW, make rating and number of SPV modules, make, rating and number of Invertors etc.

10.j. Correct mobile no. of beneficiary shall be mentioned in the claim letter. 10.k. Invertor login ID and password of each beneficiary shall be shared by the

Empanelled Agency with WBSEDCL and the same shall be mentioned in claim form.

10.l. Certificate of the beneficiary that the system is installed and commissioned in all respect with the date of commissioning, system and invertor capacity, etc. and that he has been provided the FIVE year Warranty Card and the O & M Manual.

10.m. Overwritten certificates/ documents shall be outrightly rejected and not processed for subsidy payment.

10.n. Self certified copies of documents will be submitted in support of claims made by the Empanelled Agency and Agency shall bring the original copies of documents for verification by WBSEDCL officials. Details of similar work done ONLY along with copies of the orders and certificates from the customers to be attached with the EOI.

10.o. The bidder can submit as many subsidy claims as they wants once in a month all together during the first seven days of the month to the WBSEDCL.

10.p. The subsidy shall be released subject to availability and release of funds from Government to WBSEDCL

10.q. Third party Inspection will be carried for disbursement of subsidy. Third party Inspection is to be carried out by the Agency nominated by WBSEDCL.

10.r. Subsidy shall be eligible only to those systems which get commissioned on or before MNRE Sanction period for FY year (2021-22) or same may be extended as per Government directives.

10.s. Subsidy claim related guidelines issued/to be issued by WBSEDCL time to time shall also require to be followed by Agencies.

10.t. For Subsidy calculation Minimum of following three shall be considered. 10.u. Applied SPV Capacity in KW at the time of registration. 10.v. solar PV array capacity in KWp 10.w. Invertors Capacity in KW 10.x. Signed copy of Tripartite Agreement as per Appendix-7 10.y. Sinned copy of Appendix -1 to Appendix -4 10.z. Insurance of Plant for 5 years from the date of commissioning. 10.aa. Transit and Erection Insurance

66

11 During site inspection by WBSEDCL’s staff/ authorized representative, if the systems are found uninstalled and false report of installation and commissioning is submitted to WBSEDCL for claiming payment, Chief Engineer,SPGD,WBSEDCL is empowered to forfeit entire performance guarantee amount up to 100% & to terminate the Empanelment and black list the bidder from participating in WBSEDCL tender for at least three years.

12 Bidders are required to quote rates inclusive of Comprehensive Maintenance

Contact (CMC) for the period of five years for the system. The rates quoted shall be inclusive of charges for providing Routine Maintenance services at the beneficiary’s end as per site requirements to ensure smooth and satisfactory performance of the system. Replacement of any components of the system is included in the scope of work of CMC.

13 The capacity reserved for category-A : Category-B bidders may be in ratio i.e.

approximately aggregate 35 MW capacity to be allocated for Category-A agencies and approximately aggregate 15 MW to be allocated for the Category-B agencies. However, actual allocation will be reviewed time to time allocation to the category –B. However, if required in future, Category-A bidder may be allowed for execution of capacity originally allocated to category –B bidders. Similarly, Category-B bidder may be allowed for execution of capacity originally allocated to category –A bidders. In such case, the shortfall of SD is required to be paid by the Agency.

14 The online registration of the applications of the beneficiaries for category A & B bidders shall be stopped once the above referred aggregate capacity is reached/registered on the online portal.

15 The incremental additional structure required by the beneficiary shall be at the cost

of the beneficiary. In case of incremental additional structure, the design of such structure shall be got approved from the Structural Engineer for its strength as per Technical specification.

16 Enhancement of the capacity of the system installed earlier is allowed subject to

fulfillment of the terms and conditions as may be specified by the WBSEDCL.

17 Training of representative of the beneficiary on the aspect of primary trouble

shooting and Do’s & Don’ts of the SPV systems, including general operation and maintenance, including lodging complaints & primary reporting. Details of the SPV System components in printed copy shall be given to the Beneficiaries to educate them.

18 The Bidders shall provide one copy of the instruction and operation & routine

maintenance manual in Bengali with each system installed. These manuals shall contain all the relevant details and drawings required for proper maintenance of the system.

67

19 Stage wise Payment Schedule for the amount towards Project CAPEX under the non- subsidy part required to be collected by the Agency from consumer is as under: -

Stage Particular Payment by Consumer to

Agency Satge-1 Immediately after Registration at WBSEDCL by

consumer (20% - amount of deposit paid

by consumer to WBSEDCL*)

Satge-2 At the time Supply of M.M.S at consumer’s premises 20% Satge-3 At the time of Supply of Modules at Consumer’s

premises 20%

Satge-4 At the time of Installation of SPV System 20% Satge-5 At the time of Commissioning of System 20%

68

TECHNICAL SPECIFICATIONS FOR GRID CONNECTED SPV SYSTEMS

The specifications of SPV systems, for which EOI are invited, are as under. The self certified Test Report(s) of each of the components/ systems mentioned shall be submitted before starting System installation. To ensure optimum performance of the solar installation and its related safety aspects, the provisions of the publication of GERMI on “Best Practices in Operation and Maintenance of Roof Top Solar PV systems in India” published in May, 2018 be followed.

The proposed projects shall be commissioned as per the technical specifications given below. Any short comings will lead to cancelation of Empanelment as may be decided by WBSEDCLs. The specifications, in the WBERC Regulation on Net Metering shall also be applicable.

DEFINITION:

A Grid Tied Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV array, Module Mounting Structure, Power Conditioning Unit (PCU) consisting of Maximum Power Point Tracker (MPPT), Inverter, and Controls & Protections, interconnect cables, solar meter, bi-directional energy meter and switches. PV Array is mounted on a suitable structure. Grid tied SPV system is without battery and should be designed with necessary features to supplement the grid power during daytime. Components and parts used in the SPV power plants including the PV modules, metallic structures, cables, junction box, switches, PCUs etc., should confirm to the BIS, IEC, or international specifications, wherever such specifications are available and applicable.

Solar PV system shall consist of following equipment/components.

• Solar PV modules consisting of required number of Crystalline PV modules. • Grid interactive Power Conditioning Unit with Remote Monitoring System. • Mounting structures. • Junction Boxes. • Earthing and lightening protections. • IR/UV protected PVC Cables, pipes and accessories. • Solar Meter and Bi-directional Energy Meter

1. SOLAR PHOTOVOLTAIC MODULES:

1.1.1 The PV modules and Solar Cell used should be made in India. Necessary documents in

this regards must be provided to WBSEDCL. Violation of norms of Domestic Content Requirement (DCR) UNDER Solar PV projects will lead to penalties and actions as mentioned in office memorandum of MNRE GOI vide letter no. 283/2018-GRID SOLAR dated 20th February, 2018 as under:

69

a) Filing of criminal case under IPC 420 and related Sec. b) Blacklisting of developers for period of 10 years c) Forfeiting of relevant bank guarantee(s) d) Disciplinary case against the Officers of concerned CPSU/ State Govt. e) Any other action , in addition to those above

SPV Modules and Solar Cells used for this Scheme shall be domestically manufactured as per MNRE’s requirement. The Empanelled Agencies shall require to submit the Self declaration, regarding the Modules and Solar cells used under the Scheme are “Made in India”, from the concerned manufacturer of Solar Modules, supplied for this scheme of GoWB/GOI, before commissioning of the System. Violation of this condition will be reported to the MNRE and GoWB for taking actions against the Manufacturer of the Solar Modules and Empanelled Agency. Such firm and Empanelled Agency may be put under the black list or stop deal list as may be decided by the WBSEDCL Authority.

In absence of the ALMM, the Empanelled Agencies shall have to submit self-declaration regarding domestically manufactured Cell and Modules used in the SPV System in this project. Whenever, the ALMM list published by the MNRE, the Model and Manufactures of the Module and Cell shall be from the ALMM only used in the SPV System in this project. Bidders may consider the MNRE Office Memorandum F.NO. 283/54/2018 – Part 1 dated 10th March 2021.Approved Models and Manufacturers of Solar Photovoltaic Modules

“The PV modules (Monocrystalline or Polycrystalline) used shall conform to the latest edition of IEC 61215 and IS 14286 (Terrestrial photovoltaic (PV) modules – Design qualification and type approval). The PV modules shall also conform to IS/ IEC 61730 (Photovoltaic (PV) module safety qualification: Requirements for construction and testing).”

1.1.2. The PV modules used must qualify to the latest edition of IEC PV module qualification test or

equivalent BIS standards Crystalline Silicon Solar Cell Modules IEC 61215 and IS14286, IEC 61853-Part I, IS 16170-Part I for Photovoltaic (PV) module performance testing and energy rating, Irradiance and temperature performance measurements, and power rating, In addition, the modules must conform to IEC61730 Part-2- requirements for construction & Part 2 – requirements for testing, for safety qualification or equivalent IS.

a) For the PV modules to be used in a highly corrosive atmosphere throughout their lifetime,

they must qualify to IEC 61701/IS 61701 b) The total solar PV array capacity should not be less than allocated capacity (kWp) and

should comprise of solar crystalline modules of minimum 300 Wp. Module capacity less than 300 watts shall not be accepted

70

c) Protective devices against surges (SPD)at the PV module shall be provided. Low voltage drop bypass diodes shall be provided.

d) PV modules must be tested and approved by one of the IEC/BIS authorized test centers. e) The module frame shall be made of corrosion resistant materials, preferably having

anodized aluminum. f) The bidder shall carefully design & accommodate requisite numbers of the modules to

achieve the rated power in his bid. g) The PV Module efficiency should be higher than 15%. h) Other general requirement for the PV modules and sub systems shall be the following:

I. The rated power of solar PV module shall have maximum tolerance upto +3%. No

negative tolerance in the rated capacity of solar PV module is allowed. II. The peak-power point voltage and the peak-power point current of any supplied

module string (series connected modules) shall not vary by + 2% from the respective arithmetic means for all modules and/or for all module strings, as the case may be.

III. I-V curves at STC shall have to be provided by bidder. IV. Minimum certified PV module efficiency shall be 15% for crystalline. The temperature

co-efficient power of the PV module shall not be less than -0.43% /°C. V. All PV modules should carry a performance warranty of >90% during the first 10 years,

and >80% during the next 15 years. Further, module shall have performance warranty of >97% during the first year of installation. Degradation of module should not be more than 1 % per annum.

VI. The PV modules shall be equipped with IP67 or higher protection level junction box

with a minimum of 3 (three) numbers of bypass diodes of appropriate rating and appropriately sized output power cable with min. 1.2 meter length and MC4 solar connectors.

1.1.3. Modules deployed must use a RF identification tag and Barcode sticker. The following information must be mentioned in the RFID used on each modules (This can be inside or outside the laminate, but must be able to withstand harsh environmental conditions).

a) Name of the manufacturer of the PV module b) Name of the manufacturer of Solar Cells. c) Month & year of the manufacture (separate for solar cells and modules) d) Country of origin (separately for solar cells and module) e) I-V curve for the module Wattage, Im, Vm and FF for the module f) Unique Serial No and Model No of the module

71

g) Date and year of obtaining IEC PV module qualification certificate. h) Name of the test lab issuing IEC certificate. i) Other relevant information on traceability of solar cells and module as per ISO

9001 and ISO 14001

1.1.4. Warranties: a) Material Warranty:

i. Material Warranty is defined as: The manufacturer should warrant the Solar Module(s) to be free from the defects and/or failures specified below for a period not less than five (05) years from the date of commissioning.

ii. Defects and/or failures due to manufacturing

iii. Defects and/or failures due to quality of materials

iv. Non conformity to specifications due to faulty manufacturing and/or inspection processes. If the solar Module(s) fails to conform to this warranty, the manufacturer will repair or replace the solar module(s), at the Owners sole option.

b) Performance Warranty: i. The predicted electrical degradation of power generated not exceeding 20%of

the minimum rated power over the 25 year period and not more than 10% after ten years period of the full rated original output.

2. ARRAY STRUCTURE:

a) Supply, installation, erection and acceptance of module mounting structure

(MMS) with all necessary accessories, auxiliaries and spare part shall be in the scope of the Empanelled Agency.

b) Hot dip galvanized MS mounting structures shall be used for mounting the modules/ panels/arrays. Each structure should have angle of inclination as per the site conditions to take maximum insolation. However to accommodate more capacity the angle inclination may be reduced until the plant meets the specified performance ratio requirements. MMS shall be made of hot dip Galvanized steel per ASTM A123. HDGI zinc coating shall be as per IS 4759. Necessary testing provision for MMS to be made available by Bidder at site during third party inspection. All bolts, nuts, panel mounting clamps fasteners shall be of stainless steel of grade SS 304 and must sustain the adverse climatic conditions.

b) The Mounting structure shall be so designed to withstand the max speed of the wind zone of the location where a PV system is to be installed in W.B. It may be ensured that the design has been certified by a recognized Lab/ Institution in this

72

regard. 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: 2011 and hot dip

galvanization of the mounting structure shall be in compliance of latest IS 4759 or Cold Rolled Pre galvanized structure material is also allowed as per IS 277:2003. The Rectangular/ square/ circular hollow pipe section used for the structure should have a minimum thickness of 2.0 mm. Other than above, the material thickness should be minimum 2.5 mm. The Structure design and drawing shall be duly stamped by licensed Structural designer is required to be submitted to the concerned WBSEDCL by the Empanelled Agency before installation for all types of structure arrangements including the extension made, as per specification. In case much time is required during this process for drawing and design approval, the Empanelled Agency can submit the Certificate from the Structural Designer at the time of subsidy claim subject to submitting the broad design & drawing in advance before installation with an under-taking to meet all technical aspects as per the EOI specification to concerned WBSEDCL.

3. Mounting Arrangement:

a. Mounting arrangement for RCC-flat roofs :- The Structure should be made in-

situ installation/removable concrete ballast made of PCC (1:2:3). b. Mounting arrangement for metal sheet roofs: - The structure should have

sufficient stability and wind withstanding capacity with ensuring that the roof remains water proof.

c. Mounting arrangement for ground installations: - The structure should be made by in-situ installation/ removable concrete ballast made of PCC (1:2:3); assuring enough ground clearance to prevent damage of the module through water, animals and other environmental factors. Minimum 300 mm Ground Clearance have to be maintained.

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

73

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. i. The module mounting structure shall be made of GI medium class pipe (as per

IS 1239 and Zinc coating as per IS 4736) / GI channel/ GI Square section. The grouting of the structure shall be done with PCC 1:2:3, which shall withstand the wind speed of respective wind zone.

j. MMS design should conform IS 875. k. The Empanelled Agency shall be fully responsible for any damages to SPV

System caused due to high wind velocity within guarantee period as per technical specification.

l. The parameters of prevailing wind speed, floor conditions, load, and upward lift should be taken in to consideration while preparing the design.

m. PV array structure shall be designed and positioned such that the PV modules are completely shadow-free solar during generation hours of 10 AM to 4PM (minimum). Further, all the installation shall be provided with a Shadow Analysis report generated from a map based software at the particular coordinates. The report generated from map based software’s like Pathfinder, Helioscope, Sun Analyzer, etc. shall be preferred.

4. JUNCTION BOXES (JBs):

a. The junction boxes are to be provided in the PV array for termination of

connecting cables. The Junction Boxes (JBs) shall be made of GRP/FRP/Powder Coated aluminum/cast aluminum alloy with full dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs. The JBs shall be such that input & output termination can be made through suitable cable glands. Suitable markings shall be provided on the busbars for easy identification and cable ferrules will be fitted at the cable termination points for identification.

b. Copper bus bars/terminal blocks housed in the junction box with suitable termination threads Conforming to IP65 standard and IEC 62208 Hinged door with EPDM rubber gasket to prevent water entry. Single /double compression cable glands.

c. For array junction box/ PV combiner box, Empanelled Agency may also provide polyamide glands and MC4 Connectors. The rating of the junction box shall be suitable with adequate safety factor to interconnect the Solar PV array

74

d. Each Junction Box shall have High quality Suitable capacity e. SPDs. The Junction Boxes shall have suitable capacity disconnector arrangement

s. f. Suitable markings shall be provided on the bus bar for easy identification and

the cable ferrules must be fitted at the cable termination points for identification.

g. Junction boxes shall be mounted on the MMS such that they are easily accessible and are protected from direct sunlight and harsh weather.

5. DC DISTRIBUTION BOX (DCDB):

a. DC Distribution Box (DCDB) to receive the DC output from the PV array field. b. DC DBs shall be dust & vermin proof conform having IP 65 protection.

c. The bus bars are made of EC grade copper of required size. Suitable capacity MCBs/MCCB shall be provided for controlling the DC power output to the PCU along with necessary surge arrestors.

6. AC DISTRIBUTION BOX (ACDB):

a. 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.

b. All switches and the circuit breakers, connectors should conform to IEC60947:2019, part I, II and III/ IS60947 part I, II and III.

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

d. 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

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

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

g. Should conform to Indian Electricity Act and CEA safety regulations (till last amendment).

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

Variation in supply voltage: +/- 10 % Variation in supply frequency: +/- 3 Hz

75

i. The inverter output shall have the necessary rated AC surge arrestors and MCB/ MCCB. MCB shall be used for currents up to 63 Amperes, and MCCB shall be used for currents greater than 63 Amperes. RCCB shall be used by the Agency if required for successful operation of the PV system

7. PCU/ARRAY SIZE RATIO:

The recommended the solar PV array capacity in KW shall be in a range of 100%-110% of invertor capacity. i.e if the Invertor Capacity is 5 KW, then the Solar PV array capacity should be from 1 KWp to 500 KWp. For Subsidy calculation Minimum of following three shall be considered.

1. Applied SPV Capacity in KW at the time of registration. 2. solar PV array capacity in KWp 3. Invertor Capacity in KW

8. PCU/INVERTER:

i. Marking: All the Inverters should contain the following clear and indelible Marking Label & Warning Label as per IS16221 Part II, clause 5. The equipment shall, as a minimum, be permanently marked with:

a) The name or trade mark of the manufacturer or supplier; b) A model number, name or other means to identify the equipment, c) A serial number, code or other marking allowing identification of

manufacturing location and the manufacturing batch or date within a three-month time period.

d) Input voltage, type of voltage (a.c. or d.c.), frequency, and maximum continuous current for each input.

e) Output voltage, type of voltage (a.c. or d.c.), frequency, maximum continuous current, and for a.c. outputs, either the power or power factor for each output

f) The Ingress Protection (IP) rating As per IS 16221 (minimum IP 65)

Marking shall be located adjacent to each fuse or fuse holder, or on the fuse holder, or in another location provided that it is obvious to which fuse the marking applies, giving the fuse current rating and voltage rating for fuses that may be changed at the installed site.

Particulars Details Switching devices IGBT Control Micro processor /DSP Nominal AC output voltage For 3-phase/ 1phase :- 415V / 240 V

Output frequency 50 Hz Grid Frequency Synchronization range + 3 Hz or more

76

Ambient temperature considered -20° C to + 50° C Humidity 95 % Non-condensing Protection of Enclosure

IP-65(Minimum). Grid Frequency Tolerance range +/- 3 or more No-load losses Less than 1% of rated power Inverter Efficiency(minimum) (Above 10 kW)

Peak Efficiency At least 97%, measure as per IEC 61683 Euro Efficiency At least 97%, measure as per IEC 61683

(Below 10 kW) Peak Efficiency At least 97%, measure as per IEC 61683 Euro Efficiency At least 97%, measure as per IEC 61683

THD (At rated power) <3% PF >0.9 Communication interface RS 485 with Modbus Display type LCD for data display. LCD / LED for status

Display for string inverters

Protections Over voltage (both input and output) Over current (both input and output) Over/Under grid frequency Over temperature Short circuit Lightening

Surge voltage induced at output due to external source

Anti-islanding IEC Standards IEC 61727-UL 1741, IEC 62109, IEC 61000, IEC

60068 Recommended Alert/Indications Inverter ON

Grid ON Inverter Under / Over Voltage Inverter Overload Inverter Over Temperature

77

a) The inverter shall have an RS-485 interface and support communication of its operational parameters and logs over Modbus protocol. The register mapping/memory mapping of the inverter data shall be made available by the Empanelled Agency from the inverter supplier to the WBSEDCL.

b) Three phase PCU/ inverter shall be used with each power plant system above 6KW and In case of 6 KW or less Capacity single phase inverter shall be used. In case of capacity addition of existing Solar plant, if the existing inverter is required to be replaced, the cost same is to be borne by consumer up on mutual agreement with Agency and consumer.

c) Also, the beneficiary is having 3-phase connection and demanding SPV Capacity 5 KW or below, in that case, 1-phase/ 3phase invertor shall be allowed. PCU/inverter shall be capable of complete automatic operation including wake-up, synchronization & shutdown.

d) The output of power factor of PCU/ inverter is suitable for all voltage ranges or sink of reactive power, inverter should have internal protection arrangement against any sustain fault in feeder line and against the lightning on feeder.

e) Built-in/External meter and data logger to monitor plant performance through external computer shall be provided.

f) The power conditioning units / inverters should comply with applicable IEC/equivalent BIS standard for efficiency measurements and environmental tests as per standard codes IEC 61683/IS 61683 and IEC 60068-2(1,2,14,30) /Equivalent BIS Std.

g) The charge controller (if any) / MPPT units environmental testing should qualify IEC 60068-2(1, 2, 14, 30)/Equivalent BIS std. The junction boxes/enclosures should be IP 65(for outdoor)/ IP 54 (indoor) and as per IEC 529 Specifications.

h) The PCU/ inverters should be tested from the MNRE approved test centers /NABL /BIS i) /IEC accredited testing- calibration laboratories. In case of imported power conditioning

units, these should be approved by international test houses. Valid type test report shall be submitted by the empanelled agency before commissioning of the SPV System.

j) All inverters shall be IEC 61000 compliant for electromagnetic compatibility, harmonics, Surge, etc.

k) Maximum Power Point Tracker (MPPT) shall be integrated in the PCU/inverter to maximize energy drawn from the array.

l) The PCU/ Invertor shall have overloading capacity of minimum 10%.

Recommended LCD Display on Inverter Output power (W) Daily Energy (Wh) cumulative energy (Wh) DC voltage (V) DC current (A) AC voltage (V) AC frequency (Hz) AC current (A) Cumulative hours of operation (h).

78

m) All Capacity and range of Inverter must have Compatible remote Monitoring and data acquisition System software,

n) Remote Monitoring through online and data acquisition facility both online and offline to be provided by Inverter company.

o) All inverter should capable of store last one year data.

9. INTEGRATION OF PV POWER WITH GRID:

The output power from SPV would be fed to the inverters which converts DC produced by SPV array to AC and feeds it into the main electricity grid after synchronization. In case of grid failure, or low or high voltage, solar PV system shall be out of synchronization and shall be disconnected from the grid. Once the grid comes into service PV system shall again be synchronized with grid supply and load requirement would be met to the extent of availability of power. 4 pole isolation of inverter output with respect to the grid power connection need to be provided, as per regulation.

10. DATA ACQUISITION SYSTEM / PLANT MONITORING

a) Data Acquisition System shall be provided for each of the solar PV plant. b) Remote Monitoring and data acquisition through Remote Monitoring System

software at the owner /WBSEDCL location with latest software/hardware configuration and service connectivity for online / real time data monitoring/control complete to be supplied and operation and maintenance/control to be ensured by the CP. Provision for interfacing these data on WBSEDCL server and portal in future shall be kept as per requirement.

c) Installation agency shall ensure that Inverter should have provision of remote monitoring of inverter data through sim card. Required website/mobile app platform, where the user (Consumer) can access the data, should be provided/explained to consumer while installation by Empanelled Agency. Additionally, if inverter has the facility of in-built wi- fi module, that should also be explained to the consumer. Recurring cost of sim card shall be borne by consumers. All the inverter data should be made available to WBSEDCL for monitoring by giving web access.

d) The contractor shall pay the rental charge of the SIM card for web connectivity

in order to transfer of data related to Web Based Remote Monitoring System. The contractor shall also pay the rental charges for server of the web based remote monitoring system for storing and access the data till next Five years. The contractor can clame rental charge of the SIM card from beneficiary through mutual understanding as part of nonsubsidised expenditure..

79

e) SIM card should be recharge one week prior to the expiree of validity of data

pack. In absence Remote Monitoring and data acquisition due to expire of validity of data pack considered as loss of generation.

11. METERING:

As per the technical Specification WBSEDCL. (https://www.wbsedcl.in/irj/go/km/docs/internet/new_website/technicalSpecification.html)

12. POWER CONSUMPTION:

Regarding the generated power consumption, priority need to give for internal

consumption first and thereafter any surplus power can be injected in to the grid.

13. PROTECTIONS The system should be provided with all necessary protections like earthing, Lightning, and grid islanding as follows:

a. LIGHTNING PROTECTION:

The SPV power plants shall be provided with lightning & over voltage protection. The main aim in this protection shall be to reduce the over voltage to a tolerable value before it reaches the PV or other sub system components. The SPDs should also be employed to provide the protection against the surges in Distribution boxes and wherever found necessary. The source of over voltage can be lightning, atmosphere disturbances etc. The entire space occupying the SPV array shall be suitably protected against Lightning by deploying required number of Lightning Arrestors. Lightning protection should be provided as per IEC62305 standard. The protection against induced high-voltages shall be provided by the use of Metal Oxide Varistors (MOVs)/Franklin Rod type LA/Early streamer type LA and suitable separate maintenance free earthing such that induced transients find an alternate route to earth. The current carrying cable from lightning arrestor to the earth pit should have sufficient current carrying capacity according to IEC 62305.According to standard, the minimum requirement for a lightning protection system designed for class of LPS III is a copper conductor with a cross section of 16 mm2 or equivalent.

Wiring up to 30 meter wire length is included in Project Cost, beyond 30 meter, the cost of wiring shall have to be borne by the beneficiary. Separate pipe for running earth wires of Lightning Arrestor shall be used.

80

b. SURGE PROTECTION

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

c. EARTHING PROTECTION

i. Each array structure of the PV yard should be grounded/ earthed properly as

per IS:3043- 1987. In addition the lighting arrester/masts should also be earthed inside the array field.

ii. Earth resistance should be as low as possible so as to meet the safety and protection requirements.

iii. All the earthings required as per the technical specifications should be maintenance free earthings.

iv. Each array structure of the PV yard, LT power system, earthing grid for switchyard, all electrical equipment, inverter, all junction boxes, etc.shall be grounded properly as per IS 3043-1987. All metal casing/ shielding of the plant shall be thoroughly grounded in accordance with CEA Safety Regulation 2010 .

v. Each string/ array and MMS of the plant shall be grounded properly. The array structures are to be connected to earth pits as per IS standards.

vi. Necessary provision shall be made for bolted isolating joints of each earthing pit for periodic checking of earth resistance.

vii. The complete earthing system shall be mechanically and electrically connected to provide independent return to earth.

viii. Earthing bus bar shall be terminated at both ends of the switchgear to suit the connections to outside earthing conductor. All components and the module are required to be earthed individually and are to be looped and connected to the earthing grid.

ix. Separate three earth pits shall be provided for individual three earthings viz.: DC side earthing, AC side Earthing and Lightning arrestor earthing. The earthing shall be done in accordance with latest Standards.

x. Earthing system shall consist of earth grids and electrodes buried in soil in the premises, embedded in concrete inside the buildings/rooms to which all the electrical equipment, metallic structures are connected to have earth continuity for safety reasons.

xi. The earthing shall be maintenance free type earthing and shall be done through at least 1.5 meter Electrode.

d. GRID ISLANDING:

i. In the event of a power failure on the electric grid, it is required that any independent power-producing inverters attached to the grid turn off immediately. This prevents the DC-to-AC inverters from continuing to feed

81

power into small sections of the grid, known as “islands.” Powered islands present a risk to workers who may expect the area to be unpowered, and they may also damage grid-tied equipment. The Rooftop PV system shall be equipped with Anti islanding features. In addition to disconnection from the grid (due to islanding protection) disconnection due to under and over voltage conditions shall also be provided.

ii. A manual disconnect 4 / 2 pole isolation switch (RCCB may also be used) beside automatic disconnection to grid would have to be provided at utility end to isolate the grid connection by the utility personnel to carry out any maintenance.

14. CABLES Cables of required size to be used in the system shall have the following characteristics:

i. Shall meet IEC 60227/IS 694, IEC 60502/IS1554 standards

ii. Temp. Range: –10°C to +80°C. iii. Voltage rating 660/1000V iv. Excellent resistance to heat, cold, water, oil, abrasion, UV radiation v. Flexible

vi. Sizes of cables between array interconnections, array to junction boxes, junction boxes to Inverter etc. shall be so selected to keep the voltage drop (power loss) of the entire solar system to the minimum. The cables (as per IS) should be insulated with a special grade PVC compound formulated for outdoor use.

vii. Cable Routing/ Marking: All cable/wires are to be routed in a RPVC pipe/ GI cable tray and suitably tagged and marked with proper manner by good quality ferule or by other means so that the cable easily identified.

viii. The Cable should be so selected that it should be compatible up to the life of the solar PV panels i.e. 25 years.

ix. The ratings given are approximate. All the cables required for the plant are to be provided by the bidder. Any change in cabling sizes if desired by the bidder/approved after citing appropriate reasons.

x. Multi Strand, Annealed high conductivity copper conductor PVC type ‘A’ pressure extruded insulation or XLPE insulation. Overall PVC/XLPE insulation for UV protection Armoured cable for underground laying. All cable trays including covers to be provided. All cables conform to latest edition of IEC/equivalent BIS Standards as specified below: BoS item / component Standard Description Standard Number Cables General Test and Measuring Methods, PVC/XLPE insulated cables for working Voltage up to and including 1100 V,UV resistant for outdoor installation IS /IEC 69947. Aluminium cable may be used on the AC-side of the PV system.

xi. The size of each type of DC cable selected shall be based on minimum voltage drop however; the maximum drop shall be limited to 1%.

xii. The size of each type of AC cable selected shall be based on minimum voltage drop however; the maximum drop shall be limited to 2 %.

82

15. CONNECTIVITY

The maximum capacity for interconnection with the grid at a specific voltage level shall be as specified in the WBERC regulation for Grid connectivity and norms of WBSEDCL and amended from time to time.

16. DRAWINGS & MANUALS:

i. Two sets of Engineering, electrical drawings and Installation and O&M manuals

are to be provided to beneficiary. Agency shall upload scanned copies of complete technical datasheets for each equipment giving details of the specifications along with make/makes along with basic design of the power plant and power evacuation, synchronization along with protection equipment on the Web portal of Solar Roof top before commissioning.

ii. ISI marked (wherever applicable) and reputed makes equipment be used. 17. SOLAR PV SYSTEM ON THE ROOFTOP

The Solar PV system on the rooftop of the premises will be installed for PV capacity permitted by WBSEDCL as per regulation issued by WBERC.

18. SAFETY MEASURES:

The bidder shall take entire responsibility for electrical safety of the installation(s) including connectivity with the grid and follow all the safety rules & regulations applicable as per Electricity Act, 2003 and CEA Safety Regulation 2010 etc.

19. Fire Buckets and Holding stand

Type-II (Single Tier) Each set of Fire Buckets and Fire Bucket Holding Stand shall have two (02) Fire Buckets and one (01) single Tier Fire Bucket Holding Stand with an arrangement of holding of minimum two (02) Fire Buckets. The Fire Bucket Stand shall be installed nearer the Array field. The minimum technical specification is a follows:

BIS Specification IS 2546 (with latest amendments)

Fire Bucket Capacity 10 liters

Fire Bucket Body Material Mild Steel Sheet

Fire Extinguisher: DPC type dry power portable fire extinguishers of minimum capacity 5 kg shall be

provided. Standard of Fire Extinguisher IS 13849 (with latest amendments) The Contractor shall also pay necessary charges periodically for refilling of the Fire Extinguisher till 5 Years of CMC period

83

20. DOCUMENTATION:

Operation & Maintenance manual / user manual shall be supplied along with the each power plant. The manual shall include complete system details such as array lay out, schematic of the system, inverter details, working principle etc. Step by step maintenance and troubleshooting procedures shall be given in the manuals and provided to the beneficiary.

e. SHADOW ANALYSIS:

The shadow analysis report with the instrument such as Solar Pathfinder or professional shadow analysis software (preferably the map based software’s) of each site has to be submitted by Bidder and shall be his responsibility to educate the user to install the system only in shadow free space. Lower performance of the system due to shadow effect shall be the responsibility of the bidder and shall be liable for penalty for lower performance.

f. CAPACITY UTILIZATION FACTOR (CUF):

The performance of a PV power plant is often denominated by a metric called the capacity  tilization factor. It is the ratio of the actual output from a solar plant over the year to the maximum possible output from it for a year under ideal conditions.CUF shall be minimum 11 % throughout the five year maintenance period, and necessary efforts shall be made to achieve it by the bidder. Capacity utilization factor is usually expressed in percentage.

Capacity Utilization Factor(C.U.F) = (Actual energy from the plant (kwh)) / (Plant Capacity (kWp) x 24 x 365)

Illustration:

Installed system DC capacity = 1 kwp

Actual Energy Generation from 1 kWp Plant = 964kWh Plant Capacity= 1 kW

CUF = (Actual energy from the plant(kwh)) / (Plant Capacity (kwp) x 24 x 365)x100 =((964/(1*365*24))*100 CUF =11.00%

QUALITY CERTIFICATION, STANDARDS AND TESTING FOR GRID-CONNECTED ROOFTOP SOLAR PV SYSTEMS/POWER PLANTS

Quality certification and standards for grid-connected rooftop solar PV systems are essential for the successful mass-scale implementation of this technology. It is also imperative to put in place an efficient and rigorous monitoring mechanism, adherence to these standards. Hence, all components of grid-connected rooftop solar PV system/ plant must conform to the relevant standards and certifications given below:

84

Solar PV Modules/Panels

IEC 61215 and IS 14286

Design Qualification and Type Approval for Crystalline Silicon Terrestrial Photovoltaic (PV) Modules

IEC 61701:2011 Salt Mist Corrosion Testing of Photovoltaic (PV) Modules

IEC 61853- 1:2011 / IS 16170-1:2014

Photovoltaic (PV) module performance testing and energy rating –: Irradiance and temperature performance measurements, and power rating

IEC 62716 Photovoltaic (PV) Modules – Ammonia (NH3) Corrosion Testing

(As per the site condition like dairies, toilets)

IEC 61730-1,2 Photovoltaic (PV) Module Safety Qualification – Part 1: Requirements for Construction, Part 2: Requirements for Testing

Solar PV Inverters

IEC 62109 & IS : 16221 Safety of power converters for use in photovoltaic power systems – Part 1: General requirements, and Safety of power converters for use in photovoltaic power systems Part 2: Particular requirements for inverters. Safety compliance (Protection degree IP 65 for outdoor mounting, IP 54 for indoor mounting)

IS/IEC 61683 latest Photovoltaic Systems – Power conditioners: Procedure for Measuring Efficiency (10%, 25%, 50%, 75% & 90-100% Loading Conditions)

(as applicable)

IS :16169 :2014/ Utility-interconnected Photovoltaic Inverters – Test Procedure of Islanding Prevention Measures

IEC 62116:2008

85

IEC 60068-2 / IEC 62093

(as applicable)

Environmental Testing of PV System – Power Conditioners and Inverters

Fuses IS/IEC 60947 (Part

1, 2 & 3), EN 50521 General safety requirements for connectors, switches, circuit breakers (AC/DC): 1)Low-voltage Switchgear and Control-gear, Part 1: General rules

2)Low-Voltage Switchgear and Control-gear, Part 2: Circuit Breakers 3) Low-voltage switchgear and Control-gear, Part 3: Switches, disconnectors switch-disconnectors and fuse-combination units EN 50521: Connectors for photovoltaic system-Safety requirements and tests

IEC 60269-6:2010

Low-voltage fuses – Part 6: Supplementary requirements for fuse-links for the protection of solar photovoltaic energy systems

Solar PV Roof Mounting Structure

IS 2062/IS 4759 Material for the structure mounting

Surge Arrestors

BFC 17-102:2011 Lightening Protection Standard

IEC 60364-5-53/ IS 15086-5 (SPD) IEC 61643- 11:2011

Electrical installations of buildings – Part 5-53: Selection and erection of electrical equipment – Isolation, switching and control Low-voltage surge protective devices – Part 11: Surge protective devices connected to low-voltage power systems – Requirements and test methods

Cables

IEC 60227/IS 694, IEC 60502/IS 1554 (Part 1 & 2)/ IEC69947 (as applicable)

General test and measuring method for PVC (Polyvinyl chloride) insulated cables (for working voltages up to and including 1100 V, and UV resistant for outdoor installation)

86

BS EN 50618

Electric cables for photovoltaic systems (BT(DE/NOT)258), mainly for DC Cables

Earthing /Lightning

IEC 62561 Series (Chemical earthing) (as applicable)

IEC 62561-1 Lightning protection system components (LPSC) – Part 1: Requirements for connection components IEC 62561-2 Lightning protection system components (LPSC) – Part 2: Requirements for conductors and earth electrodes IEC 62561-7 Lightning protection system components (LPSC) – Part 7: Requirements for earthing enhancing compounds

Junction Boxes

IEC 60529

Junction boxes and solar panel terminal boxes shall be of the thermo- plastic type with IP 65 protection for outdoor use, and IP 54 protection for indoor use

Energy Meter Bi-directional Energy Meters shall be provided by Empanelled Agency as per the specification of WBSEDCL

87

PART-H- All the annexures are required to be filled up with correct information and Submitted with the Technical Bid Cover

Annexure -1 EOI condition Undertaking

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders on the their letter head)

From:- (Full name of EOI Applicant ) ……………………….. …………………………. Address of the Organisation………………………… …………………………. Email ID:……………………………………………………… PHONE /MOBILE NO.:…………………………………… To: The Chief Engineer Solar Power Generation Department 5th floor,B-Block Vidyut Bhavan Kolkata-700091 Sub: Expression of Interest (EOI) for Empanelment of Agencies for Design, Supply, Installation, testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, aggregating to 50 MW, including five years’ comprehensive maintenance in the State of W.B during the Year (2021-22).

Ref: EOI No: WBSDCL/SPGD/RTS Phase-2/2020-21/NIT-28 Dt: 25.08.2021

Dear Sir,

In connection with the above subject, I / We confirm the following:

1. I/We, the undersigned [insert name of the ‘Bidder’] having read, examined and understood in detail the EoI document hereby submit our “Expression of Interest” in full compliance with terms & conditions of the above referred EOI. A copy of the EOI documents, duly signed on each page is also submitted as a proof of our acceptance of all specifications as well as terms/ Conditions. I/ We have submitted the EOI offer in electronic form on ON-LINE mode.

2. I/We have paid the requisite amount of EMD in online mode as per WBSEDCL

office order No. 1997 dated 14.06.2021 . I/we understand that without payment of the EMD by us, our offer shall out rightly be rejected.

3. If, I/we are selected and shortlisted for the empanelment, we agree to pay the

non-refundable Empanelment Registration fee of Rs. 25,000/- plus GST (Twenty-Five Thousand plus GST).

88

4. We agree to pay Security Deposit (SD) and Performance Guarantee (PG) –which is to be retained for the Empanelment period and performance guarantee period as per the EOI terms. I/We understand that I/we shall not be empanelled if we fail to pay complete registration fee in stipulated time.

5. I/We agree to treat the bid document and other records connected with the

Works as secret and confidential documents and shall not communicate information described therein to any person other than the person authorized by you or use the information in any manner prejudicial to the safety of the Works.

6. I/We understand that you are not bound to accept the lowest or any proposal you may receive.

7. I/ We are participating, as Bidders, in note more than one Bid in this Bidding

process

8. I / We declare that our offer is strictly in line with EOI Document Specification and there is no deviation. Further, I/We also agree that additional conditions / deviations, if any, found in our offer, the offer shall be out rightly rejected without assigning any reason thereof. We shall ensure that we execute such EoI Documents as per the provisions of the EOI and provisions of such EOI Documents shall be binding on us. I/We confirm that we have not taken any deviation so as to be deemed non-responsive.

9. I/We hereby unconditionally and irrevocably agree and accept that the decision made by WBSEDCL in respect of any matter regarding or arising out of the EoI shall be binding on us. We hereby expressly waive any and all claims in respect of Bid process.

10. I/ We confirm that there are no litigations or disputes against us, which materially affect our ability to fulfill our obligations with regard to execution of projects.

11. I / We hereby submit our offer and undertake to keep our offer valid for a

period of 120 days from the date of opening of technical offer. I / We hereby further undertake that during the said period, I / We shall not vary/alter or revoke my/ our offer.

12. I/We also agree to abide by and fulfill all the terms, conditions and

provisions of the above mentioned offer documents.

89

13. I/We also agree to abide by and fulfill all the terms, conditions and provisions of the mentioned in the condition 61.(B).(I) –MINIMUM ELIGIBILITY CONDITIONS: ‘Conflict of Interest among Bidders/ Agents’:-

(Signature of EOI Applicant bidder) With Seal

90

ANNEXURE-2 Details of the EPC work Execution Capacity

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

EPC Project execution capacity of the bidder per month for: Design, Supply, Installation, testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems including Five years Maintenance in Residential premises executed under F.Y (2021-22)

Sr. No.

Solar Rooftop PV System Capacity/Capacity range in KW

Aggregate Capacity of execution of EPC work per month in KW

1 1 kW

2 >1.00 to 2.00 kW

3 >2.00 to 3.00 kW 4 >3.00 to 5.00 kW 5 >5.00 to 6.0 kW

6 >6 to 10 kW

7 > 10 KW and up to 100 KW

8 > 100 KW and up to 500 KW Total Aggregate Capacity

(Signature of EOI Applicant bidder)

With Seal

91

ANNEXURE – 3 Details of the Experience and declaration of Category of the bidder

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

Category: A / B Submission of information in support of Experience:

‘Category-A’ bidders who have experience of successful installation of minimum aggregate 200 KW capacity of solar rooftop systems in residential sector before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself. OR

Category-A’ bidders who have experience of successful installation and Commissioning of minimum aggregate 1000 KW capacity of any Grid connected systems in any sector viz. residential, social, industrial, commercial, government, under SKY Scheme or any other, before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself.

Sr Name of Address, WBSEDCL Other Order Date of Capacity of . N o.

the Beneficiary

Phone No./ Mobile

Registration No. & Date Or

No/ Reference no. and date, if any

WBSEDCL’s Net-Meter installation /

the SPV System installed

No. SECI No. &Date Date of and (for the Project Commissioni- commission registered at above

respective ng ed in KW

Government

Organization )

1

2

3 Total of above Experience in KW ----------------- >

Note:- If Experience as mentioned above fulfils, the Bidder category shall be ‘Category-A’

otherwise the bidder shall be of the category-B (Category B Experience Not Applicable) Please write down applicable category of bidder below i.e. “Category-A” or Category-B”

I/We hereby confirm that the experience mentioned above by us are actual for Soalr Rooftop/ grid connected SPV System installed & Commissioned by us as a bidder only and considering the EOI Criteria, I/we declare that my/our bidder category is “ ”.

(Self-Certified Copies of Work orders, WBSEDCL Registration No, SECI Project No. etc, if any, along with Work completion certificates shall be attached with this information. If necessary, separate sheet may be used to submit the information.)

(Signature of EOI Applicant bidder)

With Seal

92

ANNEXURE – 4

Details of Technical staff available with the bidding agency for execution of work

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

No.

Name

Qualification

Additional Certification, if any

Total Experience, no. of years

Remarks

Note: The copies of resumes and appropriate certificates should be submitted in “Technical offer cover”, If necessary, separate sheet may be used to submit the information.

(Signature of EOI Applicant bidder)

With Seal

93

ANNEXURE – 5

DECLARATION of Relatives Employee

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

(Strike off whichever is not applicable)

This is to declare that Mr. / Ms. , employee of WBSEDCL at (place), is related to our (designation & name).

Note: Agency has to reproduce above declaration in the text box area with filling of all blanks.

OR

This is to declare that none of the Proprietors / Partners / Directors is having any relatives employed or working with WBSEDCL at any of its offices or its administrative Department i.e. Energy & Petrochemicals Dept., Govt. of W.B.

(Signature of EOI Applicant bidder)

With Seal

94

ANNEXURE-6 DEVIATION SHEET

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

Any deviations offered from the terms and conditions of the offer should be clearly specified below in this sheet. If there is no-deviation offered, it should be clearly mentioned on this page.

Deviation offered to Chapter No./ Clause No. of the EOI Document Deviation offered

I/We, (EOI applicant’s name), confirm our acceptance to all terms and conditions mentioned in the EOI Document, and all subsequent clarifications, in totality and withdraw all deviations raised by us, if any.

(Signature of EOI Applicant bidder)

With Seal

95

ANNEXURE – 7

List of Plant, Machinery and Equipment with the Bidders for execution of the Solar Rooftop project

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

Sr. No.

Name of Machine/ equipment Date of purchase Date of calibration Utility

(Signature of EOI Applicant bidder)

With Seal

96

ANNEXURE – 8

Format for Annual Turnover certificate

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and Category –B )

To be submitted on letter head of practicing Chartered Accountant

TO WHOMSOEVER IT MAY CONCERN

We have verified the books of accounts and related record of M/s. situated at Address of the factory/firm> and on verification of the records, we hereby certify that average Turnover and net worth of this mentioned entity/firm during the last three financial years which are as under:

Sr. No. Financial Year Total Turnover

Rs. In lacs

Net worth

(Positive/Negative)

1

2017-18

2

2018-19

3

2019-20

Total

Average Annual Turn Over of last three years

Place: Sign and seal of Chartered Accountant Date:

97

ANNEXURE – 9

UNDERTAKING IN REGARD TO STOP DEAL / BLACK LIST THEREOF (To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

Sub: Undertaking in regard to Stop Deal / Black List thereof.

Ref: EOI No: WBSDCL/SPGD/RTS Phase-2/2021-22/NIT-28 Dt: 25.08.2021

I / We, an authorized signatory of our company (EOI applicant) hereby certify that our company (EOI applicant) is not stopped deal/blacklisted by WBSEDCL/SECI or MNRE or state Renewable Development Agencies across the country or by any other Govt. PSU / Govt. Company / Govt. Department in India.

Authorized Signature

Company’s seal

Date

Place

98

Annexure 10: GENERAL INFORMATION ABOUT THE BIDDERS and its legal Status

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

1 Name of the EOI Applicant Bidder

2 Office Address of Registered Office

3 Factory/ works Address

4 Address of the Office in W.B, in case of bidders not having registered Office in W.B.

5 Legal Status /Type of Company Attach Proof of Company Registration along with a copy of the Partnership Deed/ Article of Association and Memorandum

Proprietorship/ Partnership/ Private Limited/ Public Limited/LLP (Pl. tick appropriately and submit the documentary proof)

6 Status of business in Solar Energy/ renewable energy

: SPV Modules/ Solar Pump Controllers/Grid tie Inverter (Pl. tick appropriately and submit the documentary proof )

7 GSTIN number

8 PAN no

9 PF NO

10 Details of certificate/acknowledgement of entrepreneur Memorandum of DIC /SSI Part- II/MSME Part-II/ Udhyog Aadhar Memorandum/valid NSIC/CSPO/DGS&D certificate indicating MICRO AND SSI category of the firm/ Udhyog Aadhar Memorandum,

11 List of components manufactured by the company at their factory

SPV panel/ PCU/Inverter (Pl. tick appropriately)

12 List of components sourced from outside/ other agencies.

13 Has the company/firm to pay arrear of income tax? If yes upto what amount.

14 ISO Certification Details

15 Name of ISO Certification Agency

16 Validity Period of ISO Certification From Date to Date

99

1 7

Manufacturing facilities (a list of machinery be attached

1 8

Name and address of the Indian/Foreign collaborator(s) if any.

1 9

Details of workmen on muster roll Skilled / semi-skilled / unskilled (attach copy of muster roll)

2 0

Has any Govt. Dept. / Undertaking ever debarred the company / firm from executing any work?

21 Address of

Registered Office of EOI applicant

Factory / Works of mfg.

Authorized Representative/Signatory

22 Contact person name

23 Designation

24 Address 25 City & Pin code

26 State

27 Country

28 Phone Nos.(Office)

29 Fax Nos.

30 STD Code.

31 Mobile No.

32 Web site address 33 Email-id

34 Specimen signature

35 DETAILS OF PARTNERS / DIRECTORS OF FIRM / COMPANY Sr. No.

Name of Partners / Directors DIN no. as applicable

e- mail ID

Address of Office & Contact Phone / Fax No. / Mobile No.

Address of Residence & Contact Phone / Fax No./ Mobile No.

(i)

(ii)

(iii) (iv)

(v)

100

70. It is certified that the information provided above is true to the best of my knowledge and belief. If any information found to be concealed, suppressed or incorrect at later date, our EOI shall be liable to be rejected and our company debarred from executing any business with WBSEDCL.

(Signature of EOI Applicant bidder)

With Seal

101

ANNEXURE – 11

Acceptance of Terms and conditions (To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

Name of EOI Applicant:-………………………………………………. SR No

Terms and conditions

Accepted /Not accepted

1 Scope of work, technical specification and General & Commercial Terms and condition of EOI Document.

2 Penalty condition in case the PV system fails to meet the minimum instantaneous CUF of 11 %,

3 Penalty against delay in execution and delay to attend call during maintenance of project

4 PERFORMANCE GUARANTEE TO COVER EXECUTION PERIOD (SECURITY) TERMS OF EOI DOCUMENT AGREED:

5

PERFORMANCE GAURANTEE TO COVER GAURANTEE PERIOD (INCLUDING MAINTENANCE DURING GUARENTEE PERIOD) TERMS OF EOI DOCUMENT AGREED: (Wherever applicable):

6 VALIDITY OF THE OFFER OF EOI DOCUMENTAGREED

7 SUBSIDY TERMS

8 TERMS AND CONDITION OF EMD, SD,ASD AND PBG

9 TERMS OF PRICE DISCOVERY AND AGENCY SHORTLISTING CRITERIA

10

TO EXECUTE THE PROJECT AS PER ALL RELVENT STANDERDS/ IS/ CODE/ REGULATIONS/ GUIDELINES ISSUED/ ENFORCED OR AMENDED/ UPDATED TIME TO TIME BY APPROPIRATE AUTHORITY.

11 INSURANCE CONDITION

(Signature of EOI Applicant bidder)

With Seal

102

ANNEXURE – 12

Agency are required to submit the below details /documents in “technical offer cover” in physical mode submission.

(To be submitted in physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

Agency are required to upload the below details /documents in technical stage of online offer. The documents are required for technical offer evaluation.

(1) GSTIN Registration no. and date and issuing authority (2) Consent letter to be submitted from Solar PV Module manufacturers regarding

supply of SPV Module and Solar Inverter Manufacturers regarding supply of each category inverter with remote monitoring unit (RTU).

(3) EPF Registration No. and date of issue in the name of EOI applicant. (4) The copy of Income tax PAN No. in the name of EOI applicant (5) Audited Accounts, financial turnover and Net worth certificate as per the eligibility

conditions of the firm / EOI applicant (6) Performance reports, if any ( If Black Listed) (7) Consent letter from their principals to manufacture such items whenever applicable (8) Copy of partnership deed / Memorandum of Pvt. Or Public limited company’s issued by

RoC in respect of EOI applicant (9) For Category- A bidder he list of order/s and the copy of order/s of EOI Document

item/s of WBSEDCL and other DISCOM / SEB of the country, which is / are executed in last three years. (to be submitted in physical form along with “EMD Cover Document” also)

(10) The list of order/s and the copy of order/s of EOI Document item/s of other DISCOM / SEB of the country, which is / are under execution (Category A)

(11) The documents / copies related to Annexure mentioned under PART-H (12) Contractor License issued by chief electrical Inspector

All required documents satisfying the eligibility criteria as mentioned in the Techno- Commercial offer

103

ANNEXURE – 13 (To be submitted in online mode)

(UNDERTAKING IN REGARD TO QUOTED PRICE) (To be submitted in ‘on-line’ and physical mode by the ‘Category-A’ bidders only)

(All bidders will have to furnish the following undertaking duly filled in, for all the quoted item/s of the EOI along with online Technical)

We accept and undertake that WBSEDCL is authorized to place LOA/Purchase Order at lower ‘unit ex- works price with GST on ex-works price’ than the ‘unit ex-works price with GST on ex-works price' quoted/offered by us in the present EOI of WBSEDCL for item/(s) under the EOI with similar specifications as per the above EOI of WBSEDCL, during the period of past 30 days from last date of submission of this EOI to next 30 days after the last date of submission of bid of this EOI by WBSEDCL.

We also understand that LOA /Purchase Order placed by WBSEDCL on the basis of above undertaking shall not be considered as 'offered' price for the items under the EOI in subsequent tender, lf it is not within period mentioned above.

I/We accepts above undertaking.

Check box: To be confirmed by the bidder in ONLINE mode. If not checked, the supplier will not be able to submit his bid online mode. The system shall give pop up message to supplier that in the event of non-checking of above box, he will not able to submit his bid.

104

ANNEXURE-14 Details of the Quantity Offered by the Bidder for the FY(2021-22)

(To be submitted in ‘on-line’ and physical mode by Both ‘Category-A’ and ‘Category- B’ bidders)

Quantity Offered by the Bidder for Design, Supply, Installation, testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises

Name of the Bidder:-

Category:-

Sr. No.

Minimum Offered Quantity (KW) Quantity Offered by the Bidder in KW for the YEAR (2021-22)

1

(Signature of EOI Applicant bidder)

With Seal

105

APPENDIX- 1 (Format for Guarantee Card)

FORMAT FOR GUARANTEE CARD TO BE SUPPLIED WITH EACH SOLAR PV SYSTEM

1 Name & Address of the Empanelled Agency

2 Name & Address of WBSEDCL

3 Name & Address of BENEFICIARY CONSUMER NO

3 Date of Commissioning of the system

4 Details of PV Module (s) supplied in the System Make (Name of the EOI applicant):

Model Serial No(s) Wattage of the PV Module (s) under STC Guarantee valid up to

5 Details of PCU/Electronics & other BOS items:

System Make (Name of the EOI applicant) Model Serial No(s) Guarantee valid up to

6 Designation & Address of the person to be Contacted for claiming Guarantee obligations

7 Local Service Centre Address:

Mobile no

e-mail id :-

The grid tied solar system is warranted for its performance for a period of five years and the Empanelled Agency/Supplier (undersigned) undertakes to replace the components which do not perform as per specifications, due to manufacturing defect, at no cost to the beneficiary as per EOI Conditions. (Signature) (SEAL) Name & Designation, Name & Address of the Agency Date: Place

(During the guarantee period WBSEDCL reserves the right to cross check the performance of the systems with the minimum performance levels specified in the EOI Document specifications).

106

APPENDIX- 2

QUARTERLY MAINTENANCE & SERVICING REPORT

1. DETAILS OF SOLAR PHOTOVOLTAIC SYSTEM INSTALLED Supplied by : Date of installation : Servicing period : From to

2. USER PROFILE Name and address of User:

3. TECHNICAL DETAILS Module Capacity, make and serial numbers : Inverter Cpacity,make and serial no.

4. CHECK OF THE PRODUCT Correct inclination and orientation of SPV panel : Cleaning of dust from SPV panel : Interconnection of modules, charge controller etc.: Fuse of charge controller: Working of inverter

5. DIFFICULTIES IN OPERATION/ PROBLEM FACED BY USER:

6. DIAGNOSIS DETAILS/ REPAIR ACTION:

7. DATE ON WHICH SYSTEM WAS LAST ATTENDED:

8. IT IS MANDATORY TO SUBMIT INSTALLATION WISE QUARTERLY ENERGY GENERATION DATA TO RESPECTIVE WBSEDCL’s OFFICE.

9. REMARKS:

User Name & Signature Technician’s Name & Signature Date: (with rubber stamp)

107

APPENDIX-3 Project completion Report for individual Grid connected Solar PV plant

Proforma-A (by the Empanelled Agency)

Sr. No.

Component Observation

1 Sanction No & Date

2

Category: Residential Name and Address of Beneficiary:

2.1 Empanelled Agency,

Name and Complete Address of installer:

3

Site /Location Longitude/Latitude Type

4 Solar PV Array Capacity:

4.1 Make of Modules Whether imported or indigenous?

4.2

IEC certificate: Agency Date of issue Validity

(Enclose a copy of IEC certificate)

4.3

Whether RFID tag is pasted or not? If so, tag is inside or out side. If not, the reason? Type of RFID

5 M.M.S Detail

6

Grid-Tie inverter details

7 Electronics /controls

108

7.1 MPPT provided or not? If yes, provide details

7.2 Details of Inverter

8 Monitoring Mechanism for the installed

System

8.1

Technical Person Trained to maintain the system Name of the person with Mobile no.

9

Date of Commissioning (Enclose test certificate of System as per MNRE requirement)

10 Copy of invoice and details of loan if taken from any bank

Declaration It is to certify that all the components / sub systems and materials including junction boxes, cables, distribution boards, switches, circuit breakers used in the system are as per MNRE requirement.

( DISCOM)With seal

Date: Place:

109

Performa B (By the customer)

Sr.No. Component Observation

1

Name of the customer with photograph (enclose USER ID proof- Pan card / Aadhaar card / Voter ID)

PHOTOGRAPH

2

Location with GPS Lat & Long

Capacity(KWp)

Location

3

Whether training was provided by installer for operation and maintenance

4

Whether the following documents were provided or not

I-V curves of all modules

Inverter manual

Guarantee card for system

5 Date of handing over of the system

6

Cost breakup

Total project cost: User Share: MNRE Share: Loan:

It is to certify that all information given above is true and correct to best of my knowledge

(User signature and stamp) Date: Place:

110

Performa -C Inspection report (by WBSEDCL)

Sr.No. Component Observation

1 Site /Location with Complete Address

2 Capacity of system Installed (KWp)

3

Whether the system was installed in shadow free area or not? If not mention the details

Any inter module shading exists or not

Whether the modules contains information about company name, serial no and year manufacturing inside

RIFD pasted inside or outside

4

Electronics /controls

Whether the information given in part A is same or found any deviation

6 Structures:-

7 Cables Make and size

8 User Feed Back

9 Any Specific problem

10 Whether the system is as installed as per the terms and condition of specified in EOI

Signature of User with Stamp and date Empanelled Agency signature with stamp and date Signature of inspecting Officer/TPIA and date

10. List of enclosures: 1.1. Copy of invoice billed to user 1.2. List of serial no. of modules installed in the system 1.3. Test certificates of the components 1.4. Statement of expenditure 1.5. Original Color photographs

Signature of the EOI applicant Seal of the Firm

111

APPENDIX-4

(On Non-judicial stamp paper of Rs.100/- duly notarized)

A G R E E M E N T

THIS AGREEMENT made on this …………. day of ……………… Two thousand ……………………….

BETWEEN……………..……………………………… (Name of the Company), having Registered Office at……………………………………………. and represented by (Name and designation of the Authorized Officer (herein after called “The Supplier”, which expression where the context so requires or admits shall include his legal heir, administrators, executors, assignees and legal representatives) of the ONE PART.

AND

……………..……………………………… (Name of the Company), having Registered Office at ……………………………………………. and represented by ............................................................................................... (Name and designation of the Authorized Officer (here in after called “The Purchaser / purchaser Company”, which expression where the context so requires or admits shall include his administrators, executors, authorised person, assignees and legal representatives) of the OTHER PART.

WHEREAS, the Supplier willingly submitted offers for the EOI Document No… ............................... of the Purchaser company for supply of ...................................... [Name of the material / items to be supplied by the Supplier] as specified and as per delivery instructions provided in the Acceptance of EOI Document and Letter of Intent (LOI) issued vide No……………….dtd ------------ by the Purchaser company at the accepted respective prices or rates mentioned against the said items / materials.

AND WHEREAS THE PURCHASER Company has accepted the EOI Document of the Supplier for the supply for the total sum of Rs. (Rupees only) *including taxes upon the terms and subject to the conditions herein mentioned in the agreement.

AND WHEREAS, a list is made out in the “SCHEDULE” hereunder written and all of which said documents of the Schedule are deemed to form part of this agreement and included in the expression “the Supply” wherever herein used, upon the terms and subject to the conditions hereinafter mentioned.

NOW THIS AGREEMENT WITNESSES AS UNDER AND IT IS HEREBY AGREED AND DECLARED THAT:-

112

(1) The Supplier has accepted the Terms and Conditions set out in the EOI Document Notice No. ……………… dt .......................................................... as well as in the form of Acceptance of EOI Document

and Letter of Intent (LOI) No. .……………………………… dt .............................................. which will hold good & valid during the period of this Agreement. (2) The supplier shall do and perform for all supplies and things mentioned and described in this

agreement or which are implied therein or therefrom respectively or are reasonably necessary for the in-time and in manner supplies as mentioned and subject to the general / commercial terms & conditions and stipulations contained in this agreement.

(3) In consideration of the due provision, executions, completion of the Supply, as agreed to by the

Supplier as aforesaid, the Purchaser company hereby agrees to pay all the sums of money as and when they become due and payable to the supplier under the provisions of the agreement and such payment to be made at such times and in such manner as provided in the agreement.

(4) In respect of the said EOI Document as per the terms & conditions of this Agreement, the

Supplier has deposited amount in DD or has provided valid Bank Guarantee of Rs. ………. (Rupees ………………………………………..only) with the Purchaser Company towards performance guarantee of execution period i.e. for security deposit of the supply material / items.

(5) Upon breach by the Supplier of any of the conditions of this Agreement, the Purchaser Company

may give a notice in writing to rescind, determine and put to an end to the A/T without prejudice to the right of the Purchaser company to claim damages for antecedent breaches thereof on the part of the Supplier and also to claim reasonable compensation / risk & cost purchase for the loss occasioned by the Purchaser Company due to failure of the Supplier to fulfill the Order as certified in writing by the Purchaser for which Certificate shall be conclusive evidence of the amount of such compensation payable by the Supplier to the Purchaser.

(6) The Purchaser Company shall not be bound to take the whole or any part of the ordered

quantity herein or therein mentioned in the LOE / AT and may cancel the Empanelment at any time after giving ONE MONTH’S NOTICE IN WRITING without compensating the Supplier.

(7) This Agreement shall remain in force till the expiry of satisfactory performance of the Supply

during Guarantee period including for the quantity mentioned in the extension of Order, if any as per the terms & conditions of the LOE / AT.

(8) Any Notice in connection with the Supply including the Notice for termination may be given by

the Purchaser or any Authorized Officer for the said purpose as per the Commercial Terms & Conditions of the LOE / AT.

113

(9) If subject to the circumstances beyond control i.e. Force Majeure conditions, the Supplier fails to deliver the materials, the same shall be governed as per the EOI Documents.

(10) The agreed value, extent of supply, delivery dates, specifications, and other relevant matters

may be altered by mutual agreement as per the policy of the purchaser Company and if so altered shall not be deemed or construed to mean or apply to affect or alter other general / commercial terms & conditions of the agreement and the agreement so altered or revised shall be and shall always be deemed to have been adhered subject to and without prejudice to said stipulation.

(11) The following is the Schedule forming part of this agreement as provided herein above:

SCHEDULE

List of documents: 1. 2. 3. 4. 5.

In witness whereof the parties hereto have set their hands and seals this day, month and year first above written. Place: Date:

1. Signed, Sealed and delivered by : (Signature with Name, Designation & official seal / stamp)

For and on behalf of M/s. (Supplier) (Complete Name, Address of the authorized person of the Supplier with Authority letter or Board’s Resolution in case of company)

In the presence of Name, full Address & Signatures:

i)

ii)

114

2. Signed, Sealed and Delivered by : (Signature with Name, Designation & official seal / Stamp)

For and on behalf of (Purchaser), (Complete Name, Designation & Location / Address of the authorized officer as per DOP of the Purchaser Company)

In the presence of Name, Full Address & Signature:

i)

ii)

115

APPENDIX-5

E. M. D. BANK GUARANTEE FORMAT FOR EOI DOCUMENT NO.: WBSEDCL/RTS/Phase-2/2021-22/28 DT 25-08-2021

(BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs. 100/-)

WHEREAS M/s. (name & address of the Firm) having their registered office at (address of the firms Registered Office) (hereinafter called the ‘EOI Documenter’) wish to participate in the EOI Document No. for of (Supply / Erection / Supply & Erection Work) (Name of the material / equipment / Work) for WBSEDCL and WHERE AS a Bank Guarantee for (hereinafter called the “Beneficiary”) Rs. (amount of EMD) valid till (mention here date of validity of this Guarantee which will be 6 (SIX) months from the schedule date of opening of the EOI Document. be submitted by the EOI Documenter along with the EOI Document.

We, (name of the Bank and address of the Branch giving the Bank Guarantee) having our Registered Office at (address of Bank’s Registered Office) hereby give this Bank Guarantee No. dated__________________and hereby agree unequivocally and unconditionally to pay immediately on demand in writing from WBSEDCL or any Officer authorized by it in this behalf any amount not exceeding Rs. (amount of E.M.D.), (Rupees (in words) to the WBSEDCL on behalf of the EOI Documenter. We (name of the Bank) also agree that withdrawal of the EOI Document or part thereof by the EOI Documenter within its validity or Non-submission of Security Deposit by the EOI Documenter within one month from the date EOI Document or a part thereof has been accepted by WBSEDCL would constitute a default on the part of the EOI Documenter and that this Bank Guarantee is liable to be invoked and encased within its validity by the Beneficiary in case of any occurrence of a default on the part of the EOI Documenter and that the encased amount is liable to be forfeited by the Beneficiary.

This agreement shall be valid and binding on this Bank up to and inclusive of (mention here the date of validity of Guarantee) and shall not be terminable by notice or by Guarantor change in the constitution of the Bank or the firm of EOI Documenter Or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, conceded with or without our knowledge or consent by or between the EOI Documenter and the WBSEDL

116

“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 beneficiary (i.e. WBSEDCL). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.”

NOTWITHSTANDING anything contained herein before, our l iab i l i ty under this guarantee is restricted to Rs. (Amount. of E.M.D.) (Rupees in words). Our Guarantee shall remain in force till (Date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before (Date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under:

Place: Date:

Please Mention here Complete Postal Address of the Bank with Branch Code, Telephone and Fax Nos.

Signature of the Bank’s Authorized Signatory with Official Round Seal.

NAME OF DESIGNATED BANKS: 1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the state Government business, which are (i)

Axis Bank (ii) ICICI Bank (iii) HDFC Bank Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of W.B from time to time.

117

APPENDIX-6 ON STAMP PAPER OF RS. 100/- FORM OF BANKER’S UNDERTAKING [For Performance Guarantee (SD) for supply period as per Commercial Terms and Conditions of EOI Document] We, Bank of hereby agree unequivocally and unconditionally to pay immediately on demand in writing from WBSEDCL or any Officer authorized by it in this behalf any amount up to and not exceeding Rs. (in words) Rupees to WBSEDCL on behalf of M/s. who have entered into a Empanelment for Design, Supply, Installation, testing & Commissioning of Grid including five years comprehensive maintenance in the State of W.B during the YR (2020-21) specified below: Letter of Empanelment. No. dated . This agreement shall be valid and binding on this Bank up to and inclusive of and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Empanelled Agencies / Suppliers or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. “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 beneficiary (i.e. WBSEDCL). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.” “NOTWITHSTANDING” anything contained herein before, our liability under this guarantee is restricted to Rs. (Rupees only). Our guarantee shall remain in force until (Date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before (Date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under: Place: Date:

Please Mention here Complete Postal Address of the Bank with Branch Code, Telephone and Fax Nos.

Signature of the Bank’s Authorized Signatory with Official Round Seal.

11. Note: The banks shall be the Banks recognized / notified by the Finance

Department, Government of W.B from time to time. ***

118

Appendix-7

ON STAMP PAPER OF RS. 100/-

TRIPARTITE AGREEMENT For

Design, Supply, Installation, Testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, aggregating to….. kWp, including five years comprehensive

maintenance in the State of West Bengal

BY AND AMONGST

Empanneled Agency (Contractor Company) (as the “Contractor ”or 1st Party)

And

West Bengal State Electricity Company Limited (Discom) (as “Utility” or 2nd Party)

And

Beneficiary/ Customer of Solar Project (Individual or Group Housing Society Customer of Discom) (as “Rooftop Solar Plant Owner” or 3rdParty)

TRIPARTITE AGREEMENT

This Irrevocable Tripartite Agreement (“TPA”) is made on this [•] day of [•] (“Effective Date”)at[•]

119

BY AND AMONGST

Empanneled Agency or Contractor company means company incorporated under the Companies Act, 1956/2013 and having its registered office………………….. selected as successful bidder by Discom for Design, Supply, Installation, Testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises of Customer/Beneficiary, including five years comprehensive maintenance hereinafter referred to as the " Empanneled Agency Contractor"

AND

Discom , West Bengal State Electricity Company Limited (WBSEDCL) , with its office at Vidyut Bhawan, Block DJ, Sector-II, Bidhannagar, Kolkata- 700 091, responsible as Nodal Agency

AND

Customer/Beneficiary is the legal owner of the premises having perment electricity connection from (WBSEDCL) and willing to installed …… kWp GCRT solar PV system at (…..address of the customer who he/she intend to get installed the GCRT solar PV system, ) hereinafter referred to as the "Customer/Beneficiary"

As the context may require, hereinafter be referred to individually as a “Party”, and collectively as the “Parties”.

Project(s) means for Design, Supply, Installation, Testing & Commissioning of Grid connected Rooftop Solar Photovoltaic Systems in Residential premises, aggregating to 50 MWp, including five years comprehensive maintenance in the State of West Bengal during the Year (2021-22). The terms used in the agreement will be applicable as defined in the “Tripartite Agreement”.

NOW THEREFORE, in consideration of, and subject to the mutual covenants, the Parties agree as follows: Roles and Responsibilities of the DISCOM The DISCOM will undertake all roles and responsibilities as defined in WBERC (Solar PV Grid Interactive System based on Metering), Regulations 2021, apart from the following:

Notice Inviting Expression of Interest for Empanelment of agencies for supply, installation , testing & commissioning of RTS system in residential

120

premises. EoI , execution and evaluation

Collection of EMD Ranking and short listing Agencies for Empanelment

Allotment of Quota (Kwp) Collection of Security Deposit for the category wise successful bidders

Issuance of Letter of Empanelment (LOE) to the successful bidder Ascertaining the technical feasibility of the Distribution transformer to take

steps if any required to augment the capacity. Regular project reporting to MNRE

Quality Control and Monitoring Vendor Project execution as per EoI Project inspection and commissioning, and settlement of accounts with

MNRE Providing approval for interconnection of rooftop solar plant with the grid . Conducting project inspection

Collection of Performance Bank Guarantee (PBG) Impose penalty toward non execution, irregular maintenance and non

fulfilment of minimum CUF criteria mentioned in the EoI document. Undertaking due diligence for availing allocated MNRE (GOI) subsidy for

West Bengal. Update MNRE SPIN Portal as per MNRE senction

Subsidy disbursement as per MNRE Guideline Monitoring operation, maintenance of Roof top system for Next (05) Five

Years from the date of commissioning of the plant. Beyond 5 years beneficiary have to take all responsibility to maintain their plant for safe operation.

Insuring safe operation, maintenance and rectification in grid beyond the point of meter connection.

Billing, meter reading, collection and final settlement for total consumption/generation by the consumer and power producer as per Metering Regulation of WBERC.

Settlement of unadjusted net credit units at the end of financial year as per the rate define by WBERC.

1. WHEREAS:

A. CONTRACTOR is a fully integrated solar solutions provider that offers

comprehensive solar solutions to governments, corporate houses, villages,

and other residential consumers.

B. DISCOM , West Bengal State Electricity Company Limited (WBSEDCL) , with its office at Vydiut Bhawan, Block DJ, Sector-II, Bidhannagar, Kolkata- 700 091, responsible as Nodal Agency

121

C. CUSTOMER/BENEFICIARY is a <Rooftopbeneficiary>

D. CONTRACTOR has been notified as successful bidder by

(<DISCOM>) vide its Letter of Allocation dated for

design, manufacture, supply, erection, testing and

commissioning including warranty, operation and

maintenance for aperiodof years of roof-top Solar PV System and

has beenawarded kWcapacityin .

E. CONTRACTOR and CUSTOMER/BENEFICIARY and DISCOM enter

into this Agreement for engineering, procurement & construction of a

roof-top Solar PV PowerSystem.

NOW, this Agreement witnessed as follows:

1. PURPOSE & SCOPE OF THEAGREEMENT

1.1 The purpose of this Agreement includes design, manufacture, supply,

erection, testing and commissioning including warranty, operation &

maintenance for a period of 5 years of a KW proof-top Solar PV Power

System (hereinafter referred to as the “Solar Power System”) for the

CUSTOMER/BENEFICIARY, (hereinafter cumulatively referred to as the

“Works”), for which the CUSTOMER/BENEFICIARY has handed over

the premises, which is with a clear title and is encumbrance free, to the

CONTRACTOR, along with required approval from

concerned authorities, and the CUSTOMER/BENEFICIARY’s

entering into this Agreement is proof enough of its consent to start

work thereon.

1.2 The technical specifications (hereinafter referred to as

the “Technical Specifications”) that need to be adhered to by the

CONTRACTOR in implementing the roof-top Solar PV Plant for the

CUSTOMER/BENEFICIARY shall be in accordance with the ones

issued by <DISCOM>vide RfS / EOI No. dated and the

performance parameters (hereinafter referred to as the

122

“Performance Parameters”) that shall govern the Scope of Duty

of the CONTRACTOR regarding the Works for the

CUSTOMER/BENEFICIARY are mentioned in detail in EOI No:

WBSDCL/SPGD/RTS Phase-2/2020-21/NIT-28 Dated:

25/08/2021to this Agreement.

1.3 All the pedestals meant for mounting the modules must be casted on

roof. The surface of the lintel should be thoroughly cleaned and an

adhesive should be applied on the lintel surface before casting the

pedestals in order to have strong bonding with the lintel. After casting

of the pedestals, the water proofing material should be applied

surrounding the pedestals in order to avoid any water seepage during

rainfall. Contractor shall ensure that SPV modules, parts of MS

structures, other hardware like nuts, bolts and grouting hardware etc.,

are not loosely scattered over the terrace of a building. These items must

be securely stored in an enclosed room where they can not be affected by

winds or such loose materials must be tied properly. Further,

Successful bidder shall ensure that rooftop Solar PV system should be

designed and installed in such a way that its performance should not be

affected due to the problem of water logging at site etc.

1.4 The design, engineering, manufacture, supply, installation,

testing and performance of the equipment shall be in accordance with

latest appropriate IEC/Indian Standards as detailed in the relevant

MNRE’s scheme. Where appropriate Indian Standards and Codes are not

available, other suitable standards and codes as approved by the MNRE

shall be used.

1.5 Any supplies which have not been specifically mentioned in this Contract

but which are necessary for the design, engineering, manufacture,

supply & performance or completeness of the project shall be provided by

the Bidder without any extra cost and within the time schedule for

efficient and smooth operation and maintenance of the SPV plant.

123

1.6 Maintain Minimum CUF criteria. If CONTRACTOR fall to maintain

Minimum CUF penalty will be imposed as per the term’s and

condition mentioned in EOI No: WBSDCL/SPGD/RTS Phase-

2/2020-21/NIT-28 Dated: 25/08/2021.

2. EFFECTIVEDATE

The Agreement will enter into effect from the date of its execution (the “Effective Date”) for all contractual obligations under this Agreement.

3. NON-DISCLOSURE&CONFIDENTIALITY

Any information (whether oral, written, visual or otherwise, hard or soft

copy as may be provided by either Parties, provided the same is reduced

in writing

immediately and marked and identified as confidential information)

disclosed or made known by the Parties to each other, shall be

considered “Confidential Information” unless otherwise specified.

Both the Parties commit to a strict maintenance of confidentiality, of any

information shared by either of the Parties. Any confidential information

shared as a result of this Agreement shall remain in force until that

particular Confidential Information falls into the public domain through

no act or omission on part of the Parties or for a period of Five (5) years

from the last disclosure, whichever is later.

4. COMPLETIONPERIOD

The completion period of the project shall from receipt of be sanction

letter from <DISCOM>

124

5. PAYMENTTERMS

5.1 In consideration of the completion of Works, the

CUSTOMER/BENEFICIARY shall pay to CONTRACTOR the

Contract Price in Indian Rupee (INR). The “Price” shall mean the

total of the Price for completion of Works including the price for

operation and maintenance of the Solar Power System, as mentioned

in detail in in EOI No: WBSDCL/SPGD/RTS Phase-2/2020-

21/NIT-28 Dated: 25/08/2021 to this Agreement.

5.2 For any extra work beyond CONTRACTOR’s scope, the same is payable

additionally by the CUSTOMER /BENEFICIARY

6. In case of any statutory variations in the rate of applicable taxes and

duties or imposition of new taxes &duties, including, but not limited

to anti- dumping duties, during the tenure of the Agreement, which

will impact the Contract Price, the same shall be borne by the

CUSTOMER/BENEFICIARYWARRANTIES

6.1 In case of CUSTOMER/BENEFICIARY being a company, it warrants to

the CONTRACTOR as follows :

(A) it is a company duly incorporated under the laws of India, and it

has all corporate powers and has applicable governmental

approvals, if any, required to own the Site and to carry on its

business as now conducted and is duly qualified to do business

in the jurisdiction where it operates;

(B) It has the full legal right, capacity and authority to enter into this

Agreement and this Agreement constitutes a legal, valid and binding

obligation on it; and,

(C) It has the corporate power and authority to execute and deliver the

terms and provisions of this Agreement and has taken all necessary

corporate action to authorize the execution and delivery by it of this

Agreement and the transactions contemplated hereby.

125

6.2 The CONTRACTOR hereby warrants to the

CUSTOMER/BENEFICIARY that the Scope of Work as executed by the

CONTRACTOR shall be of good workmanship for a period of 5 years from

Acceptance. During the period of 5 years from the date of completion of

work (“Warranty Period”) the CONTRACTOR shall rectify any part

of the Works done found defective due to faulty materials and

workmanship, for reasons solely attributable to the CONTRACTOR.

6.3 The CONTRACTOR will obtain manufacturers’ warranties on the PV

modules, inverters, as well as other components of the Power System for

which manufacturer’s warranties are available, in the name of the

CUSTOMER /BENEFICIARY. Up until Acceptance, the

CONTRACTOR will exercise any rights under the manufacturers’

warranties on behalf of the CUSTOMER/BENEFICIARY.

7. FORCE MAJEURE

7.1 Force majeure shall mean any cause, existing or future, which is

beyond the reasonable control of any of the parties including acts of God,

storm, fire, floods, explosion, epidemics, quarantine, earthquake, strike,

riot, lock out, embargo, interference by civil or military authorities, acts,

regulations or orders of any governmental authority in their sovereign

capacity, acts of war (declared or undeclared) including any acts of

terrorism.

7.2 None of the parties shall be liable for the failure to perform any

obligation in terms of this Agreement if and to such extent such

failure is caused by a Force Majeure, provided that none of such

acts of Force Majeure will relieve the CUSTOMER/BENEFICIARY from

meeting its payment obligations.

7.3 The party prevented to fulfill its obligations (hereinafter referred to

as "the Affected Party") by Force Majeure shall notify the other party

through written means including fax/email/ post within one week

after occurrence and cessation of such Force Majeure and it shall

126

be established by the Affected Party that the Force Majeure had

delayed performance of the Affected Party’s obligations and services

and was beyond the reasonable control of the Affected Party and not

due to the default or negligence of the Affected Party.

127

7.4 The periods for performance of this Agreement as agreed upon shall

be extended by the periods of delay caused by such Force Majeure, as

long as the period of Force Majeure does not last longer than three

months.

7.5 If a Force Majeure continues for more than three months and the

parties are not able to reach an agreement on the continuation of the

Agreement within a further term of one month, the fulfillment of the

Agreement shall automatically be deemed impossible and shall stand

suspended / terminated.

7.6 Upon such suspension/termination, the CONTRACTOR shall be

entitled to be paid the following amount:

a) the amounts payable for the work completed until the date of suspension,

b) the cost of materials which have been delivered to

CUSTOMER/BENEFICIARY, or of which CONTRACTOR is liable

to accept delivery: this material shall become the

property of CUSTOMER/BENEFICIARY when paid for by it, and

CONTRACTOR shall place the same at

CUSTOMER/BENEFICIARY's disposal,

c) any other cost or liability, including unamortized cost of materials,

which in the circumstances was reasonably incurred by

CONTRACTOR in the expectation of completion of the Works,

d) demobilization costs of CONTRACTOR personnel and equipment,

e) all other costs incurred by CONTRACTOR on account of

cancellation of order on such other suppliers.

128

8. INSURANCE

8.1 CONTRACTOR shall at its expense take out and maintain in effect, or cause to

be taken out and maintained in effect, during the performance of the Agreement, the

appropriate insurances set forth the sums equivalent to the contract price.

8.2 CONTRACTOR shall at its expense take out and maintain in effect or cause to

be taken out and maintained in effect, during the construction period, the

appropriate insurances for transportation of goods and materials

9. SITEACCESS

9.1 The CUSTOMER/BENEFICIARY shall ensure the accuracy of all information

and/or data to be supplied by the CUSTOMER/BENEFICIARY and shall be

responsible for acquiring and providing legal and physical possession of

the Site and access thereto, for preparation and maintenance of proper

access roads to, and provide the right of way for, the Site, and for providing

possession of and access to all other areas reasonably required for the proper

execution of the Agreement, including all requisite rights of way, on or before the

Effective Date.

9.2 The CUSTOMER/BENEFICIARY is under an obligation to provide access to

Site at all times to the CONTRACTOR and to DISCOM officials, for the entire life

of the Power System.

9.3 The progress of Works will be monitored by <DISCOM>and the Power System

will be inspected for quality at any time during commissioning or after the

completion of the Power System either by officer(s) from <DISCOM> or a team

comprising of officers from <DISCOM>.

10. CUSTOMER/BENEFICIARYOBLIGATIONS

10.1 The CUSTOMER/BENEFICIARY must not interrupt the Works, and/or

129

shall abstain from any act or omission of which it can reasonably be expected

that it may delay the Works or make the Works more difficult and or expensive

for CONTRACTOR. In addition to this, the CUSTOMER/BENEFICIARY alone

shall be responsible, at his cost and expenses, for:

a) Necessary statutory declaration forms, certificates, way bills, etc. on timely basis as may be required by the CONTRACTOR for movement of the goods to the Site and for claiming the tax or duty benefits on the imported, inter-state and local supplies and the services provided under this Agreement in line with policies in vogue.

b) The CUSTOMER/BENEFICIERY &CONTRACTOR shall obtain in a timely and

expeditious manner No Objection certificate from the DISCOM

11. SITEADDRESS

The Site address where Works need to be performed to construct the Power

System is:

12. PROVISION OFDATA

The CONTRACTOR shall be under an obligation to provide all data pertaining to

Works and Power System for 5 years to <DISCOM>, INTER ALIA, about PV array

energy production, solar irradiance, wind speed, temperature, etc. The

customer/beneficiary as such will

allow the CONTRACTOR to install a data logging system for power system

monitoring.

12.1 The parameters of Works, and/or Power System shall be measured by using solar

monitoring system to maintain and to study the performance of Power System.

12.2 For access to real-time data, the CUSTOMER/BENEFICIARY agrees to

provide <DISCOM>with the right to install any additional online monitoring

equipment(s) on the Power System.

13. INDEMNITY

130

Both Parties shall fully Indemnify and hold harmless both parties and its affiliates,

associates, directors and employees from and against, any and all losses, costs,

damages, injuries, liabilities, claims and causes of action, including without

limitation arising out of or resulting from claims by third Parties, acts, omissions or

breach of any of the both parties affiliates, suppliers, employees, agents or

contractors in the performance of both parties obligations under this Agreement or

otherwise arising out of the Power System or its usage

14. Plant Performance and Solar Power Developer’s Liability: Solar Power Plant must

be installed, commissioned and maintained to produce satisfactory power. If

performance of the solar plant goes below to the norms given in RfS, it will be

treated as Developer’s default.

To take care of any such default, 5% of the rooftop owner/ beneficiary’s payment

liabilities to the developer will be treated as Performance Security through a suitable

mechanism as agreed between the contractor and roof top beneficiary. Such a

mechanism can be Payment of 5% amount at the end of five years from date of

commissioning, or Maintenance of Performance Bank Guarantee in form of Bank

Guarantee, FDR etc.

The same must be confirmed to DISCOM at the time of claim of subsidy. The

performance security is 1% per year and in case the plant performance as per the

terms and condition of the RfS is not achieved then performance security for that year

will be forfeited by consumer at the end of the fifth year. Before invoking the

performance guarantee by customer on non-performance, customer shall take prior

approval from the DISCOMs with intimation to the vendor

15. NOTICES

Any notice through facsimile/e-mail/post and other communication

provided for in this Agreement shall be in writing and sent to the address mentioned

on the first page of the agreement

16. DISPUTERESOLUTION

131

If any dispute of any kind whatsoever arises between Customer and Contractor in

connection with or arising out of the contract including without prejudice to the

generality of the foregoing, any question regarding the existence, validity or

termination, the parties shall seek to resolve any such dispute or difference by

mutual consent..

If the parties fail to resolve, such a dispute or difference by mutual consent,

within 45 days of its arising, then the dispute shall be referred by either party by

giving notice to the other party in writing of its intention to refer to arbitration as

hereafter provided regarding matter under dispute. No arbitration proceedings will

commence unless such notice is given. Any dispute, in respect of which a notice of

intention to commence arbitration has been given in accordance with Sub Clause either

15.1 or 15.2, shall be finally settled by arbitration.

16.1 In case the contractor is a Public Sector Enterprise or a government department.

In case the Contractor is a Public Sector Enterprise or a Government

Department, the dispute shall be referred for resolution in Permanent

Machinery for Arbitration (PMA) of the Department of Public Enterprise,

Government of India. Such dispute or difference shall be referred by

either party for Arbitration to the sole Arbitrator in the Department of

Public Enterprises to be nominated by the Secretary to the Government of India

in- charge of the Department of Public Enterprises. The award of the Arbitrator

shall be binding upon the parties to the dispute, provided, however, any party

aggrieved by such award may make a further reference for setting aside or

revision of the award to the Law Secretary, Department of Legal Affairs,

Ministry of Law & Justice, Government of India. Upon such reference the

dispute shall be decided by the Law Secretary or the Special Secretary /

Additional Secretary, when so authorized by the Law Secretary, whose

decision shall bind the Parties finally and conclusive. The Parties to the

dispute will share equally the cost of arbitration as intimated by the Arbitrator.

16.2 In all other cases In all other cases, any dispute submitted by a party to

132

arbitration shall be heard by an arbitration panel composed of three arbitrators, in

accordance with the provisions set for the below.

The Customer and the Contractor shall each appoint one arbitrator, and these two

arbitrators shall jointly appoint a third arbitrator, who shall chair the

arbitration panel. If the two arbitrators do not succeed in appointing a third

arbitrator within Thirty (30) days after the later of the two arbitrators has been

appointed, the third arbitrator shall, at the request of either party, be appointed

by the Appointing Authority for third arbitrator which shall be the President,

Institution of Engineers.

If one party fails to appoint its arbitrator within thirty (30) days after the other

party has named its arbitrator, the party which has named an arbitrator may

request the Appointing Authority to appoint the second arbitrator.

If for any reason an arbitrator is unable to perform its function for a period of

45 days or more, the mandate of the Arbitrator shall terminate in accordance with

the provisions of applicable laws as mentioned in Clause 16 (Governing Law)

and a substitute shall be appointed in the same manner as the original arbitrator.

Arbitration proceedings shall be conducted with The Arbitration and Conciliation

Act, 1996. The venue or arbitration shall be New Meghalaya.

The decision of a majority of the arbitrators (or of the third arbitrator chairing

the arbitration panel, if there is no such majority) shall be final and binding and

shall be enforceable in any court of competent jurisdiction as decree of the court.

The parties thereby waive any objections to or claims of immunity from such

enforcement. The arbitrator(s) shall give reasoned award. Notwithstanding any

reference to the arbitration herein, the parties shall continue to perform

their respective obligations under the agreement unless they other wise agree.

Cost of arbitration shall be equally shared between the Contractor and Customer.

17. GOVERNINGLAW

All questions concerning the construction, validity and interpretation of this

Agreement will be governed by the laws of India, and the courts at Meghalaya, India

133

shall have exclusive jurisdiction with respect to any Dispute that occurs according

to, or in relation to, the Agreement.

18. SEVERABILITY

If any provision of this Agreement is deemed or held by a court of competent

jurisdiction, to be contrary to law or otherwise unenforceable, the provisions of this

Agreement shall be enforced to the extent legally permissible and unenforceability

of any of the provisions of this Agreement shall not affect the remaining

provisions of this Agreement, which shall remain in full force and effect.

19. LIMITATION OFLIABILITY

19.1 Subject to Clause 13 of this Agreement, but notwithstanding anything

contained anywhere else in this Agreement, in no event shall a Party be liable,

whether in contract, tort or otherwise, to the other Party for special, indirect or

consequential loss or damages (such as, not exclusively, loss of production, loss of

reputation, loss of income, loss of profit), except in case of fraud, willful default

or reckless misconduct by the defaulting Party.

18.2 The maximum aggregate liability of the CONTRACTOR to the

CUSTOMER/BENEFICIARY, arising out of or in connection with this Agreement or

any breach, non-performance or performance of any provisions hereof, after

Acceptance, and till up to the period of operation and maintenance, cannot amount

to more than 5% (five per cent) of the Price for the Power System.

19. BINDINGAGREEMENT

19.1 This Agreement, along with its Schedules, in and of itself is an enforceable binding

contract and constitutes the entire agreement between the Parties with respect to the

subject matter hereof to the exclusion of all other understandings and assurances,

either written or oral. The clauses contained in this Agreement shall not be

construed as creating a partnership or joint venture, agency or employment

relationship among the Parties. The relationship between the Parties under this

Agreement is as principal to principal basis.

134

IN WITNESS WHEREOF the authorized signatories of the Parties hereto have signed this

Agreement on the day, month and year first above written:

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

< Name of Contractor> <Name of Customer/ FOR AND ON BEHALF OF beneficiary, i.e. Rooftop < Name of WBSEDCL > beneficiary

M/s _

M/s

AUTHORISED SIGNATORY

AUTHORISED SIGNATORY

(Of Beneficiary)

AUTHORISED SIGNATORY

NAME:

DESIGNAION:

WITNESS NAME:

NAME:

DESIGNATION:

NAME:

DESIGNATION

WITNESS NAME:

WITNESS NAME:

135

20. TERMINATION

2.

This TPA shall automatically stand terminated at the end of completion of Five years from the date of completion of Installation of the Rooftop solar plant by approved by WBSEDCL.

21. Dispute Resolution: 5.1 All the disputes between the parties if arising out of or in connection with this agreement shall be first tried to be settled through mutual negotiation

5.2 The parties shall resolve the dispute in good faith and in equitable manner.

5.3 Incase of any dispute arises, the jurisdication applicable will beKolkata . This agreement shall be an irrevocable agreement. To dissolve this agreement or to make any changes / amendments in this agreement the mutual consent of all the parties in writing shall be required IN WITNESS WHEREOF this Tripartite Agreement has been executed on the day and year first above written. Contractor Benifacery Utility/DISCOM

Authorised Representative

Designation

Signature

Company Seal

Witness

Name

Signature

136

Appendix-8

137