0% found this document useful (0 votes)
147 views49 pages

EOI Submission Extension for Solar Projects

This document provides amendments to the terms and conditions of an Expression of Interest (EOI) for empanelment of agencies for designing, supplying, installing, testing, and maintaining grid-connected rooftop solar plants of various capacities in rural Gujarat, India. Key amendments include: 1) Revising the benchmark costs to be inclusive of the total system cost instead of exclusive. 2) Reducing the Earnest Money Deposit amounts for different plant capacities and providing exemptions for bidders registered under certain small-scale industries programs. 3) Extending the deadline for online EOI submission to June 7th and technical bid opening to June 8th.

Uploaded by

Ketav Patel
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
147 views49 pages

EOI Submission Extension for Solar Projects

This document provides amendments to the terms and conditions of an Expression of Interest (EOI) for empanelment of agencies for designing, supplying, installing, testing, and maintaining grid-connected rooftop solar plants of various capacities in rural Gujarat, India. Key amendments include: 1) Revising the benchmark costs to be inclusive of the total system cost instead of exclusive. 2) Reducing the Earnest Money Deposit amounts for different plant capacities and providing exemptions for bidders registered under certain small-scale industries programs. 3) Extending the deadline for online EOI submission to June 7th and technical bid opening to June 8th.

Uploaded by

Ketav Patel
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

MADHYA GUJARAT VIJ COMPANY LTD.

Corporate Office : Sardar Patel Vidyut Bhavan,


5th Floor, Race Course, Vadodara - 390 007
Phone No. 0265 - 2327481 / 2310583-86
Fax No.: 0265 – 2337918/2338164/2350783(D)
E-mail :[Link]@[Link]
CIN No.U40102GJ2003SGCO42907

Amendment No-VIII
Extension of due date of submission of
Expression of Interest (EOI) for Empanelment of Agencies for Design, Supply, Installation, testing & commissioning including
warranty, Comprehensive Operation & maintenance of Grid connected Rooftop Solar Plant of various capacities under the Phase-II
of Grid Connection Rooftop Solar Scheme of MNRE/Surya Gujarat Scheme in the State of Gujarat during the year (2021-22) for
Residentital Consumers in Rural Area.
AND
Corrigendum in the Terms condition and specification of the EOI Schedule dates are amended as under:-

Date: 03/06/2022
1 Last Date & time of online (e-tender) submission of offer (This is mandatory)
Up to 16.00 hours
2 Last Date & Time of Physical submission of documents by RPAD or SPEED POST Date:07/06/2022
only. up to 16.00 hours
Date:08/06/2022
3 Date of opening of “Techno-commercial bids” in on – line mode.
at 11.00 hours
Date: 15/ 06/2022
4 Tentative Date of opening of Price bid in online mode / e-tender (if possible)
at 11.00 hours

Note: (1) All bidders are informed that Price bid format is revised & uploaded through corrigendum-VII. Hence all bidders who have
fill up their price in earlier price bid format; they are requested to submit their price in new revised Price bid format.

(2) Bids are accepted / considered from those bidders who have submitted their bid duly signed and stamped of all uploaded
corrigendum with original SBD and Tender Notice.

1
Corrigendum in the Terms condition and specification of the EOI are as under:-

EoI
EoI
Sr. Existing
Page Existing terms Amended Terms
no. Clause
No.
No.,
This para is replaced as under:
1. Page Clause:- All the above benchmark costs are exclusive of total system cost
i. All the above benchmark costs are inclusive of total system cost
no. 27 Note: i including Photo-Voltaic solar modules, inverters, balance of systems including Photo-Voltaic solar modules, inverters, balance of systems
of SBD including cables, Switches/Circuit Breakers /Connectors/ Junction
Boxes, mounting structure, earthing, Lightening arrester, local including cables, Switches/Circuit Breakers /Connectors/ Junction
Docume Boxes, mounting structure, earthing, Lightening arrester, local
nt connectivity cost, cost of civil works, foundations etc. and its
installation, commissioning, transportation, insurance, comprehensive connectivity cost, cost of civil works, foundations etc. and its
maintenance charges for five years, other applicable fees and taxes if installation, commissioning, transportation, insurance, comprehensive
any (excluding GST) etc. maintenance charges for five years, other applicable fees and taxes if
any (excluding GST) etc.

2
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,
Item Wise Earnest Money Deposit amount in Rs. This para is replaced as under:
2. Page No.1 Sr. no. 4 of Bid bond/EMD
Of tender Tender Bid Bond/EMD amount in For General Category bidders - Rs. 3.00 lakhs (Three lakhs Only)
Part of Bid with capacity Range (in kW)
notice notice Rs.
For Open Category - Rs. 1.50 lakhs (One Lakh fifty thousand Only)
Part-A (1 kW) 3.75 Lac
Part-B (1.01 to 2) 11.0 Lac
And Part-C (2.01 to 3) 35.0 Lac The Bidder shall furnish Interest free Bid Bond in the form of Bank Guarantee (BG)/ Demand
Part-D (3.01 to 4) 50.0 Lac Draft drawn in favor of MGVCL, payable at Vadodara. The validity of Bid Bond/EMD shall be
for a period of one year from the Bid Deadline. The Bid Bond/EMD of unsuccessful bidders
Part-E (4.01 to 5) 15.0 Lac
And shall be returned within 30 days from the date of issue of List of Empanelled Vendors. Bid
Page no. Part-F (5.01 to 6) 15.0 Lac bond(s) of Empanelled Vendor shall be released after the receipt of PBG in the format
40 of Part-G (6.01 to 10) 12.0 Lac prescribed by MGVCL and after the receipt of confirmation of their PBG’s from their
SBD Clause no. Part-H (10.01 to 25) 3.00 Lac respective banker.
docume 10.6 of SBD Part-I (25.01 to 50) 2.50 Lac
Document Bidders registered under Small Scale Industries of Gujarat State and holding subsequent
nt Part-J (50.01 to 100) 2.50 Lac registration with CSPO/NSIC/DGS&D registration certificate will be eligible for exemption
Part-K (100.01 to 500) 2.50 Lac from payment of EMD on submission of duly notarized copies of their Udyam Registration
TOTAL 152.25 Lac Certificate only out of SSI/MSME Part –II/Udhyog Adhar /Udyam Registration certificate
shall remain valid from 1st April 2022 OR from the date as amended in future by the with
time to time Notification issued from Ministry of Micro, Small & Medium Enterprises
Bid BOND/EMD
(MSME), Govt. of India, provided that the quoted value of the tender is within the monetary
The Bidder shall furnish Interest free Bid Bond in the form of Bank Guarantee limit for the said unit set by NSIC/State Director of Industries. Bidders seeking exemption
(BG)/ Demand Draft drawn in favour of “MGVCL”, payable at Vadodara. The should enclose a photocopy of valid registration certificate giving details such as validity,
validity of Bid Bond/EMD shall be for a period of one year from the Bid stores and monetary limits in EMD Cover failing which they run the risk of their tenders, as
Deadline. Bid bond /EMD shall be submitted separately for each part. The Bid ineligible.
Bond/EMD of unsuccessful bidders shall be returned within 30 days from the
Also, a Valid UDYAM REGISTRATION CERTIFICATE/ Udyog Aadhar Memorandum, the
date of issue of List of Empanelled Vendors. Bid bond(s) of Empanelled Vendor Certificate should indicate related group of item/s as per Section D, Division 35, Group 351
shall be released after the receipt of PBG in the format prescribed by MGVCL having NiC 5- digit code of 35105 (Electric power generation using solar energy).
and after the receipt of confirmation of their PBG’s from their respective
No relaxation shall be given to the bidder of outside Gujarat State even though having
banker. The formula applicable to calculate the Bid Bond amount under
above certificate. No relaxation given to the Gujarat Based bidders having only one
different parts will be: The Bid Bond amount for PART A, B,C … K is as under.
registration number from Government of Gujarat but no subsequent registration with NSIC
(This is as per clause no. of 4.9.6 of Purchase Policy of GUVNL) registration certificates for the item under tender.

3
EoI
Sr. EoI Page
no. No.
existing Existing terms Amended Terms
Clause
No., The tenders submitted without Earnest Money Deposit by the bidders which are not eligible
FOR TOTAL 300 MW CAPACITY for any exemption, will be rejected without entering in to further correspondence in this
regard and no reference will also made. Tender submitted without EMD shall be rejected
Total Amoun out rightly.
TOTAL
Sr. Capacity Aggregat Rate t of
PROJECT Quoted value of the offered quantity is calculated as under.
No Part range(KW e in Rs/ EMD in
COST in
. ) Capacity KWP Rs in Total Offer Quantity in KW * 0.4 (Rs in lakh/KW)
RS in Crs.
(KW) Lakhs
= __________ Lakh
1 Part-A 1 3801 46923 17.835 3.75
If the Quoted value is higher than monetary limits than the Bidder shall have pay the
Part-B 1.01 to 2 11586 43140 49.982 11.00 EMD. Bidder must submit the Annexure Z-2 for the same with EMD Cover.
2
3 Part-C 2.01 to 3 59939 42020 251.864 35.00

Part-D 3.01 to 4 131218 40991 537.87 50.00 Annexure Z-2


4
5 Part-E 4.01 to 5 38523 40991 157.90 15.00
Declaration of Monetary limit as Certificate and Quoted Value of tender

Part-F 5.01 to 6 33008 40991 135.30 15.00


6
7 Part-G 6.01 to 10 17489 40991 71.66 12.00
Monetary
Total Total
10.01 to limit as Declared
Part-H 1919 38236 7.337 3.00 Quoted Quoted
8 25 per rate (Rs
offer Value of Remarks
Sr Certificate in lakh /
25.01 to 624 38236 2.386 2.50 quantity bid ( Rs in
9 Part-I No ( Rs in KW )
50 in KW Lakh)
Lakh)
50.01 to 893 38236 3.414 2.50
Part-J
10 100
100.01 to 1000 35886 3.589 2.50 if total Quoted
11 Part-K A B C D=BXC Value (Column D)
500
300000 1239.137 is higher than
Monetary limit,
0.40 (Column A),the
bidder shall have
Bidders registered with Small Scale Industries/ National Small Scale Industries 1 to Pay the EMD
Corporation / DIPP /MSME registered under Renewable sector and Govt.
Deptt/ PSU shall be exempted from the deposition of Bid Bond /EMD in all
Signature and Stamp of Agency
parts, provided the quoted value of the tender is within the monetary limit for
the said unit set by NSIC/ State Director of Industries. Bidders seeking
exemption should enclose a photocopy of valid registration certificate giving In case of quoted value is higher than monetary limit and the bidder has not paid EMD,
details such as validity, stores and monetary limits failing which they run the the bid will liable to reject.
risk of their tenders, as ineligible.

4
Sr. EoI Page EoI Existing
no. No.
Existing terms Amended Terms
Clause No.,

This para is replaced as under:


3. Page No.5 Sr. no. 1 of Note:-
Bidder can bid for PART-A or PART –B or PART –C or PART – Compulsion of All Parts of Capacity
Of tender Important D ……. Or PART K as per the eligibility criterion of RFP. Bidder
notice “Bidders Shall have to bid for all 11 (i.e. From Part A, Part B……Part K) part
can also bid Combination of Parts under CAPAX Model and
subject to meeting the eligibility criterion set forth herewith, Bid is liable to
for all Eleven (11) parts subject to meeting the eligibility
reject if any bidder has not bid in any one or more part from all 11 part “
criterion set forth herewith.
Sr.
And No Part Capacity range(KW)
And
.
Bid information 1 Part-A 1
Page no. 13 2 Part-B 1.01 to 2
of SBD sheet
3 Part-C 2.01 to 3
document (Bid description ) 4 Part-D 3.01 to 4
5 Part-E 4.01 to 5
6 Part-F 5.01 to 6
7 Part-G 6.01 to 10
8 Part-H 10.01 to 25
9 Part-I 25.01 to 50
10 Part-J 50.01 to 100
11 Part-K 100.01 to 500

5
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,
This para is replaced as under :
4. Page No.5 Schedule Maximum/Minimum Capacity.
Maximum/Minimum Capacity;
Of tender A of
For General Category bidder (Rural)
notice Tender Sr. Part Capacity Total 30% of 70% of 10% Min Max Min [Link]
No. range(KW) Aggregate Aggregate Aggregat Minimum Capacity Capacity Capacity (for which the
notice Total 70% of Aggregate
(for which Bidder can
Capacity Capacity for e reserved (for (for which Sr. Capacity Aggregate Capacity for
Part the Bidder submit its Bid)
No. range(KW) Capacity General category
(MW) Open Capacity Qty. for which the the Bidder can MW
(MW) Bidders(MW)
submit its
category for L1 (MW) Bidder can submit Bid) MW
And And Bidders General can its Bid) MW 1 Part-A 1 3.801 2.661
category submit its 2 Part-B 1.01 to 2 11.586 8.110
(MW) Bidders( Bid) MW 3 Part-C 2.01 to 3 59.939 41.957
4 Part-D 3.01 to 4 131.218 91.853
MW)
5 Part-E 4.01 to 5 38.523 26.966
6 Part-F 5.01 to 6 33.008 23.106 0.5 MW
1 Part-A 1 3.801 1.140 2.661 0.380 0.011 0.025 1.3 MW
page no. 7 Clause no.
7 Part-G 6.01 to 10 17.489 12.242
8 Part-H 10.01 to 25 1.919 1.343
and 30 of 2.2 of SBD 2 Part-B 1.01 to 2 11.586 3.476 8.110 1.159 0.031 0.069 9 Part-I 25.01 to 50 0.624 0.437
0.893 0.625
SBD Document 3 Part-C 2.01 to 3 59.939 17.982 41.957 5.994 0.125 0.279
10 Part-J 50.01 to 100
11 Part-K 100.01 to 500 1.000 0.700
document 300 210 0.5 MW 1.3 MW
4 Part-D 3.01 to 4 131.218 39.365 91.853 13.122 0.262 0.585
For Open Category (Rural)
5 Part-E 4.01 to 5 38.523 11.557 26.966 3.852 0.080 0.179
Min
6 Part-F 5.01 to 6 33.008 9.902 23.106 3.301 0.069 0.153 Capacity
30% of
Total (for
Sr. Aggregate
7 Part-G 6.01 to 10 17.489 5.247 12.242 1.749 0.036 0.081 Capacity Aggregate which the
No Part Capacity for
range(KW) Capacity Bidder
. Open category
8 Part-H 10.01 to 25 1.919 0.576 1.343 0.192 0.009 0.010 (MW) can
Bidders(MW)
submit its
9 Part-I 25.01 to 50 0.624 0.187 0.437 0.062 0.025 0.050 Bid) MW
1 Part-A 1 3.801 1.140
10 Part-J 50.01 to 100 0.893 0.268 0.625 0.089 0.050 0.100 2 Part-B 1.01 to 2 11.586 3.476
3 Part-C 2.01 to 3 59.939 17.982
11 Part-K 100.01 to 1.000 0.300 0.700 0.100 0.100 0.500 4 Part-D 3.01 to 4 131.218 39.365
500 5 Part-E 4.01 to 5 38.523 11.557 0.030
300 90 210 30 0.798 2.031 6 Part-F 5.01 to 6 33.008 9.902 MW
7 Part-G 6.01 to 10 17.489 5.247 (30 KW)
8 Part-H 10.01 to 25 1.919 0.576
9 Part-I 25.01 to 50 0.624 0.187
10 Part-J 50.01 to 100 0.893 0.268
11 Part-K 100.01 to 500 1.000 0.300
300 90 0.030

6
Sr.
EoI Page EoI Existing
no
No.
Existing terms Amended Terms
. Clause No.,

This para is replaced as under :


5.
Page Bid The bidding process under this Rooftop scheme is for 300 MW MWp comprising of Part A, B, C, D,
No.12 information E….up to K. From 300 MW ,70 % i.e 210 MW will be allocated to General Category bidder and 30 % The bidding process under this Rooftop scheme is
of SBD sheet i.e.90 MW will be allocated to Open Category Bidder. for 300 MWp comprising of Part A, B, C, D, E….up to
docume K. From 300 MW, 70 % i.e. 210 MW will be allocated
1. [Link] PART-A- 1 kWp (total Aggregate capacity 3801kWp), Bidder can apply for minimum aggregate
nt (Bid to General Category bidder and 30 % i.e.90 MW will
capacity of capacity 11kWp and maximum aggregate capacity of capacity 25kWp.
Description) be allocated to Open Category Bidder.
2. [Link] PART-B- Above 1 to 2kWp ( 11586kWp), Bidder can apply for the minimum aggregate bid
capacity of capacity 31kWp and maximum aggregate bid capacity of capacity 69kWp.
3. [Link] PART-C- Above 2 to 3kWp (59939KWp), Bidder can apply for the minimum aggregate bid
capacity of capacity 125kWp and maximum aggregate bid capacity of capacity 279kWp. For General Category, The bidder can apply for
4. [Link] PART-D-Above 3 to 4kWp - (131218KWp) Bidder can apply for the minimum aggregate minimum aggregate capacity of 0.5 MW and
bid capacity of capacity 262kWp and maximum aggregate bid capacity of capacity 585kWp. maximum aggregate capacity of 1.3 MW inclusive of
5. [Link] PART-E-Above 4 to 5 kWp - (38523KWp) Bidder can apply for the minimum aggregate bid all parts.
capacity of capacity 80kWp and maximum aggregate bid capacity of capacity 179kWp.
For open Category, The bidder can apply for
6. [Link] PART-F-Above 5 to 6 kWp - (33008KWp) Bidder can apply for the minimum aggregate bid
minimum aggregate capacity of 0.03 MW.
capacity of capacity 69kWp and maximum aggregate bid capacity of capacity 153kWp.
7. [Link] PART-G-Above 6 to 10 kWp - (17489KWp) Bidder can apply for the minimum aggregate
bid capacity of capacity 36kWp and maximum aggregate bid capacity of capacity 81kWp.
8. [Link] PART-H-Above 10 to 25kWp - (1919KWp) Bidder can apply for the minimum aggregate bid
capacity of capacity 10kWp and maximum aggregate bid capacity of capacity 09kWp.
9. [Link] PART-I-Above 25 to 50kWp - (624KWp) Bidder can apply for the minimum aggregate bid
capacity of capacity 25kWp and maximum aggregate bid capacity of capacity 50kWp.
10 [Link] PART-J-Above 50 to 100kWp - (893KWp) Bidder can apply for the minimum aggregate
Bid capacity of capacity 50kWp and maximum aggregate bid capacity of capacity
[Link] PART-K-Above 100 to 500kWp - (1000KWp) Bidder can apply for the minimum aggregate
bid capacity of capacity 100kWp and maximum aggregate bid capacity of capacity 500kWp.

7
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,

6. Page MINIMUM TEMDER QUANTITY


Sr. no. 7 This para is replaced as under:
The bidder, who submits their bid for a minimum quantity, as specified below, for which the
No.12 of Tender
firm participated, shall only be considered for price evaluation for particular item. MINIMUM TEMDER QUANTITY
Of tender notice
notice
The bidder, who submits their bid for a minimum quantity, as
Minimum Capacity for specified below, for which the firm participated, shall only be
And SR No. Category
And Project sanction KWp considered for price evaluation for particular item.
Min
1. PART-A 11 Capacity
page Clause no.
Total 70% of Aggregate
(for which
2. PART-B 31 Sr.
Part
Capacity Aggregate Capacity for
the Bidder
no. 30, 2.4 of SBD 3. PART-C 125
No. range(KW) Capacity
(MW)
General category
Bidders(MW)
can submit
its Bid)
31 of Document 4. PART-D 262 MW

SBD 1 Part-A 1 3.801 2.661


5. PART-E 80 2 Part-B 1.01 to 2 11.586 8.110
docume 6. PART-F 69 3 Part-C 2.01 to 3 59.939 41.957
n 7. PART-G 36 4 Part-D 3.01 to 4 131.218 91.853
5 Part-E 4.01 to 5 38.523 26.966
8. PART-H 10 6 Part-F 5.01 to 6 33.008 23.106 0.5 MW
9. PART-I 25 7 Part-G 6.01 to 10 17.489 12.242
10. PART-J 50 8 Part-H 10.01 to 25 1.919 1.343
9 Part-I 25.01 to 50 0.624 0.437
11. PART-K 100 10 Part-J 50.01 to 100 0.893 0.625
11 Part-K 100.01 to 500 1.000 0.700
300 210 0.5 MW
Offer of the vendors who will quote less than the minimum tendered capacity in respective category will
be treated as non- responsive and shall be surrmmarily rejected, However, Offer of the Vendors who have
Offer of the vendors who will quote less than the minimum
quoted more than the maximum tendered capacity in respective category will be limited to the maximum
tendered capacity will be treated as non- responsive and shall
category wise tendered capacity.
be surrmmarily rejected, However, Offer of the Vendors who
have quoted more than the maximum tendered capacity will be
limited to the maximum tendered capacity.

8
EoI
EoI Existin
Sr.
no.
Page g Existing terms Amended Terms
No.
Clause
No., This para is replaced as under:
7. Page Clause However, MNRE vide Office
Min 5 % allocation to L1 bidder
no. 30 no. 2.2 Memorandum No. 318/331/2017-
th
of SBD of SBD Grid Connected Rooftop Dated 19 The quantity to be executed by the group of L1 bidders under various 11 no of capacities/slabs shall be at least 5 % of the total
docum Docume February 2021 has kept a provision of allocated capacity under the tender i.e. 15 MW. The L1 bidder in respective slab/capacity range shall require to execute at
ent nt minimum 10% of the total allocated least 0.5 % of tender quantity i.e. 1.5 MW, comprising of all slabs, so as to meet overall at least 5 % quantity by group of L1
capacity under the tender to L1 bidders. However, 10% quota will be reserved of tender quantity for L1 bidder’s i.e 30 MW. Also L1 bidders are allowed to
bidder and in the case L1 vendor execute more capacity than 30 MW without any restriction. (subject to condition under PBG clause)
does not execute the allocated “0.5 % of total allocated capacity in each part is allocated to L-1 bidder and in case L1 vendor does not execute the allocated
capacity, as a penalty his/her bank capacity, as a penalty his/her bank guarantee will be enchased and he/she shall be blacklisted for 5 years from all Government
guarantee will be encashed and tender
he/she shall be blacklisted for 5 years 30% of
70% of
Aggregate
from all Government tenders. Total Aggregate 0.5 % Minimum
Capacity
Aggregate Capacity for allocation
Sr. No. Part Capacity range(KW) for General
Capacity Open reserved Qty.
category
(MW) category for L1 (MW)
Bidders(M
Bidders(MW)
W)
1 Part-A 1 3.801 1.140 2.661
2 Part-B 1.01 to 2 11.586 3.476 8.110
3 Part-C 2.01 to 3 59.939 17.982 41.957
4 Part-D 3.01 to 4 131.218 39.365 91.853
5 Part-E 4.01 to 5 38.523 11.557 26.966
6 Part-F 5.01 to 6 33.008 9.902 23.106
1.5 MW
7 Part-G 6.01 to 10 17.489 5.247 12.242
8 Part-H 10.01 to 25 1.919 0.576 1.343
9 Part-I 25.01 to 50 0.624 0.187 0.437
10 Part-J 50.01 to 100 0.893 0.268 0.625
11 Part-K 100.01 to 500 1.000 0.300 0.700
300 90 210

 If any bidder who is L1 in one or more slab/s and does not agree to match the L1 rate in other all slabs must have
to execute multiple of 0.5 % (i.e 1.5 MW/ slab) for which the bidder is L1 in the slab. E.g. The bidder is L1 in any 3
slabs, the bidder shall require to execute 4.5 MW comprising of capacity for which the bidder is L1.

9
Sr. EoI Page EoI Existing
no. No.
Existing terms Amended Terms
Clause No.,

8. Page No.3 Note:- Bid security declaration


Important Condition of Bid security declaration is removed from EOI document
& 5 of
Sr. No.3 This para is replaced as under:
tender
notice

5.3 SUBMISSION OF BID-PARTS 5.3 SUBMISSION OF BID-PARTS


Page Submission Iii .Original copy of the Bid Bond /EMD as per Format -3 in iii. Original copy of the Bid Bond /EMD as per Format -3 in the form of a Bank Guarantee/ DD.
no. 33 of Bid parts
the form of a Bank Guarantee/ DD. Check list as per Check list as per Format-5. However, Bidders registered with Small Scale Industries/ National
& Clause no
[Link] Format-5. However, MSMEs are required to submit a “Bid Small Scale Industries Corporation / DIPP /MSME registered under Renewable sector and
Security Declaration” Letter on non-judicial stamp of Govt. Deptt/ PSU shall be exempted from the deposition of Bid Bond /EMD provided the
appropriate value. quoted value of the tender is within the monetary limit for the said unit set by NSIC/ State
Director of Industries. Bidders seeking exemption should enclose a photocopy of valid
Clause No. 7 registration certificate giving details such as validity, stores and monetary limits failing which
Page NO.
they run the risk of their tenders, as ineligible.
64
Of
SBD BID BOND/EMD AND PROCESSING FEE SUBMISSION
document BID BOND/EMD AND PROCESSING FEE SUBMISSION As per Bid Information Sheet, Bid bond/EMD shall be submitted separately for the offered
As per Bid Information Sheet, Bid bond/EMD shall be capacity in a separate envelop along with processing fee & other details. However, Bidders
submitted separately for the offered capacity in a separate registered with Small Scale Industries/ National Small Scale Industries Corporation / DIPP
envelop along with processing fee & other details. /MSME registered under Renewable sector and Govt. Deptt/ PSU shall be exempted from the
However, MSMEs are exempted from submission of Bid deposition of Bid Bond /EMD provided the quoted value of the tender is within the monetary
Security /EMD / Bid Bond and “Bid Security Declaration limit for the said unit set by NSIC/ State Director of Industries. Bidders seeking exemption
Letter” on non-judicial stamp paper should enclose a photocopy of valid registration certificate giving details such as validity,
stores and monetary limits failing which they run the risk of their tenders, as ineligible.

10
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,
This para is replaced as under:

General Condition:-
9. Page No. Sr. no. 5
General Condition: To meet the General Conditions of Eligibility Criteria, Bidders must have one of
9 of of Tender
the following credentials:
tender notice To meet the General Conditions of Eligibility Criteria, Bidders must
Bidder should have one of the following:
notice have one of the following credentials:

Bidder should have one of the following: The Bidder should be either a body incorporated in India under the Companies
Act, 1956 or 2013 including any amendment thereto.
The Bidder should be either a body incorporated in India under the Or
And
And Companies Act, 1956 or 2013 including any amendment thereto. The Bidders should be a Limited Liability Partnership firm.
Or
Or The Bidders should be a Proprietor firm
The Bidders should be a Limited Liability Partnership firm. Or
Clause no. The Bidders should be a Partnership firm
Page No.35, Or
5.5.1of
of SBD
SBD The Bidders should be a Proprietor firm.
Document
Document The Bidder should have valid PAN & GST registration certificate for General Bidder,
The Bidder should have valid PAN & GST registration certificate for
however for MSMEs, State GST Registration is mandatory.
General Bidder, however for MSMEs, State GST Registration is
mandatory.

The Bidder should have an Engineer (B.E./[Link] Electrical or The Bidder should have an Engineer (B.E./[Link] Electrical or Diploma in Electrical)
Diploma in Electrical) as proprietor/director/Employee of the Bidder. as proprietor/director/Employee of the Bidder. Brief Bio-Data of the Key personnel
Brief Bio-Data of the Key personnel is to be given by bidder in is to be given by bidder in online/offline mode. (Annexure –Z).
online/offline mode. (Annexure -

The bidder should have declared, if any relative is working with or


employee of GUVNL & its subsidiaries companies and TPLA and TPLS. The bidder should have declared, if any relative is working with or employee of
(Annexure- GUVNL & its subsidiaries companies and TPLA and TPLS. (Annexure- Z1)

11
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,

This para is replaced as under:


10. Page No. Sr. no. 5.1
9 of of Tender Technical Eligibility Criteria
tender notice TECHNICAL ELIGIBILITY CRITERIA:
The Bidder should have designed, supplied, installed & commissioned Grid
notice
The Bidder should have designed, supplied, installed & connected Solar PV Power Projects having aggregate capacity not less than 250
commissioned Grid connected Solar PV Power Projects having kWp in residential Sector or 1 MW Grid connected solar Project which should
aggregate capacity not less than 250 kWp in residential Sector which have been commissioned prior to submission of bids. Vendor must submit
And should have been commissioned prior to submission of bids. Vendor scanned copy of the Commissioning certificate and Work order/ Contract/
And
must submit scanned copy of the Commissioning certificate and Agreement/ from the Client/ Owner shall be submitted. The bids of only those
Work order/ Contract/ Agreement/ from the Client/ Owner shall be bidders who qualify the minimum technical eligibility criterion shall be
submitted. The bids of only those bidders who qualify the minimum considered for determination of L-1 price.
Clause no. technical eligibility criterion shall be considered for determination of
Page No.35,
5.5.1of L-1 price.
of SBD
SBD
Document
Document

12
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,

This para is replaced as under:


11 Page No. Sr. no. 5.2
FINANCIAL ELIGIBILITY CRITERIA: FINANCIAL ELIGIBILITY CRITERIA:
9 &10 of of Tender
tender notice The Average Annual turnover:- Average Turnover of the interested bidder for
notice
The Average Annual turnover:- Average Turnover of the interested bidder last 3 financial year shall be Rs. 150 lakh Also the Bidder must have positive
for last 3 financial year shall be Rs. 150 lakh Also the Bidder must have net worth in all last three financial year The last 3 financial years for Turnover
positive net worth in all last three financial year The last 3 financial years and positive net worth for above mentioned criteria shall be FY (2018-19), FY
for Turnover and positive net worth for above mentioned criteria shall be (2019-20) & FY (2020-21) / FY (2019-20), FY (2020-21) , FY (2021-22 with
FY (2018-19), FY (2019-20) & FY (2020-21) Provisional financial including balance sheet and profit and loss account sheet
And
And with CA certified UDIN No.)
For the purposes of meeting financial requirements, only unconsolidated
audited annual accounts shall be used. However, audited consolidated For the purposes of meeting financial requirements, only unconsolidated
annual accounts of the Bidder may be used for the purpose of financial audited annual accounts shall be used. However, audited consolidated annual
requirements provided the Bidder has at least twenty six percent (26%) accounts of the Bidder may be used for the purpose of financial requirements
Page No.35 equity in each company whose accounts are merged in the audited provided the Bidder has at least twenty-six percent (26%) equity in each
& 36, Clause no. consolidated accounts and provided further that the financial capability of company whose accounts are merged in the audited consolidated accounts
of SBD 5.5.2 of such companies (of which accounts are being merged in the consolidated and provided further that the financial capability of such companies (of which
Document SBD accounts) shall not be considered again for the purpose of evaluation of the accounts are being merged in the consolidated accounts) shall not be
Document Bid. considered again for the purpose of evaluation of the Bid.

Bidders shall furnish documentary evidence as per the Format-7 (online as


well as offline), duly certified by Authorized Signatory and the Statutory
Auditor / Practicing Chattered Accountant of the Bidding Company in support
of their financial capability.

13
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,
Bidders shall furnish documentary evidence as per the Format-7 (online as
well as offline), duly certified by Authorized Signatory and the Statutory FOR STATE REGISTERED MSME:
Auditor / Practicing Chattered Accountant of the Bidding Company in
The Bidders who are local MSME and registered under the MSME
support of their financial capability.
Development Act, 2006 in State of Gujarat as per Section D, Division 35, Group
FOR STATE REGISTERED MSME: 351 having NIC 5-digit code of 35105 (Electric power generation using solar
energy) are exempted from the financial eligibility requirements. The Bidder
The Bidders who are local MSME and registered under the MSME
being a local MSME must submit a valid copy of UDYAM REGISTRATION
Development Act, 2006 in Gujarat as per Section D, Division 35, Group
CERTIFICATE Only out of SSI/MSMEPart-II/Udhyog Aadhar/Udyam Registration
351 having NIC 5-digit code of 35105 (Electric power generation using solar
Certificate shall remain valid from 01st April 2022 OR from the date as
energy) are exempted from the financial eligibility requirements. The
amended in future by the with time to time Notification issued from Ministry
Bidder being a local MSME must submit a valid copy of the certificate of
of Micro, Small & Medium Enterprises (MSME) , Govt of India.
registration issued by an appropriate authority. This is applicable only for
the State registered MSMEs.
However, the Local MSME who does not possess the requisite technical
Or experience shall not allowed in process of discovery of rate in general
category, however such bidder shall be allowed in open category.
Vendors registered with DIPP under Renewable Energy sector are eligible
to participate in the Tender Part A to G only in line with Office Order of
Department for Industrial Policy & Promotions issued vide no. 12 Vendors registered with DIPP under Renewable Energy sector are eligible to
(11)/2017-SI dated 22.06.2017, which says that Central Ministries/ participate in the tender in open category only and EMD will be applicable.
Departments may relax condition of prior turn over & prior experience in
Public procurement subject to meeting of quality & technical specifications
by Start-ups.

14
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,
This para is replaced as under:
12 Page Sr. no. 6 Performance Bank Guarantee: (I & C)
Performance Bank Guarantee (I&C)
No.10 of Tender The bidder has to submit the PBG in the following manner:
Of tender notice For Urban Area tender
1. Performance Bank Guarantee for Installation and The formula is revised as
notice
Commissioning (I&C): The bidder shall furnish the performance PBG amount = INR (Highest rate discovered) per KW out of 11 Slab) X 3% X Allocated
bank guarantee for installation and commissioning based on the Capacity in KWp
And And
allocated capacity.
3% PBG for installation and Commissioning, in part as follows.
PBG amount = INR [(cost discovered)] Lakhs X 3% X Allocated (URBAN)
page Capacity in MWp.
no. 41 Clause no. The L1 bidders shall require to submit 3% PBG corresponding to the first allocated capacity
10.7 of The PBG shall be submitted within 30 days from the date of issue of 1.3 MW. There after based on the performance, further 300 KW quota will be allocated
of SBD
SBD of LOI/LOA/Work Order, whichever is issues first, and be valid on completion of 95 % registration of applications, 75% payment of Firm quotation and 50
docume
Document for 24 months. Bidders should submit Single PBG based on the % installation of allocated capacity. Instead of taking new PBG for next 300 KW, originally
nt PBG submitted for initial quota will be reused.
allocated capacity in each category. The Performance Bank
Guarantee shall be released after completion of the
If the bidder is L1 in more than 2 slab than the initial PBG may be caped to Rs. 50 lakhs.
empanelment period with the compliance of entire obligations
in the contract. The bidders other than L1 shall require to submit 3% PBG corresponding to the first
allocated capacity of 0.5 MW. There after based on the performance, further 150 KW quota
Further, any delay in submission of PBG for I& C period beyond will be allocated on completion of 95 % registration of applications, 75% payment of Firm
60 days, MGVCL at its sole discretion may cancel the allocated quotation and 50 % installation of allocated capacity. Instead of taking new PBG for next
capacity and forfeit 100% of Bid bond. Such Vendors (who have 150 KW, originally PBG submitted for initial quota will be reused.
not submitted PBG) shall be debarred from participating in
MGVCL is future tenders for a period as decided by Competent For open category,
Authority. Part PBG shall not be accepted. Those bidders of Open Category 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 them and PBG will be paid accordingly. There after based on the performance,
further 30% quota of originally allocated quota will be allocated on completion of 95 %
registration of applications, 75% payment of Firm quotation and 50 % installation of
allocated capacity. Instead of taking new PBG for next quota, originally PBG submitted for
initial quota will be reused.

15
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,

For the bidders other than L1, the maximum quota allocation will be limited up to 1.3
MW or offered quantity whichever is lower. However, based on the performance and
progress, quota allocation shall be reviewed time to time and all rights of quota
allocate will be reserved with MGVCL/GUVNL.

The PBG shall be submitted within 30 days from the date of issue of LOI/LOA/Work
Order, whichever is issues first, and be valid up to 18.1.2024. The Performance Bank
Guarantee shall be released after completion of the empanelment period with the
compliance of entire obligations in the contract

Further, any delay in submission of PBG for I& C period beyond 60 days, MGVCL at its
sole discretion may cancel the allocated capacity and forfeit 100% of Bid bond. Such
Vendors (who have not submitted PBG) shall be debarred from participating in
DISCOMs of Gujarat State for future tenders for a period as decided by Competent
Authority.

Penalty if allocated capacity is not completely installed to the satisfaction of


DISCOMs/GUVNL.

“If the Empaneled Vendor is not able to complete the installation & commission of
allotted capacity within time to the satisfaction of DISCOMs /GUVNL, PBG (for I&C
period) amount on pro-rata basis by the empaneled vendor shall be 100% encashed.”

16
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,

13 Page Sr. no. 6.2 PBG (Operation & Maintenance)


This para is replaced as under:
No.11 of Tender
Performance Bank Guarantee for Operation and Maintenance: The Performance Bank Guarantee for Operation and Maintenance: The bidder shall
Of tender notice bidder shall furnish the performance bank guarantee for O&M based furnish the Performance bank guarantee for O&M based on the installed
notice on the installed capacity. capacity.

And PBG amount = INR [Insert the Amount (cost discovered)] Lakhs X 3% X PBG amount = INR [Rate discovered)] Per KWp X 3% X Installed Capacity in KWp.
And
Installed Capacity in MWp.
The Empanelled Agency shall require to pay the Performance Guarantee of an
The Empanelled Agency shall require to pay the Performance amount equivalent to 3% of the value of the total System Cost which shall be
page Guarantee of an amount equivalent to 3% of the value of the total recovered from the payment of subsidy claim by respective DISCOMs.
no. 42 Clause no.
System Cost which shall be recovered from the payment of subsidy The amount deducted towards performance guarantee shall be release against
of SBD 10.7.2 of
claim by respective DISCOMs. the PBG shall be submitted of the equivalent amount valid within 30 days from
docume SBD
the end of the empanelment period and be valid for 05 year + 3 months. The
nt Documen The amount deducted towards performance guarantee shall be Performance Bank Guarantee shall be released after completion of the O&M
t release against the PBG shall be submitted of the equivalent amount period with the compliance of entire obligations in the contract.
valid within 30 days from the end of the empanelment period and be In case, Agency does not want to submit the performance bank guarantee (PBG),
valid for 05 year + 3 months. Bidders should submit Single PBG based the amount deducted towards performance bank guarantee shall remain with
on the installed capacity. The Performance Bank Guarantee shall be DISCOMs for the period of 5 year interest free from the date of the
released after completion of the O&M period with the compliance of commissioning of the last system installed.
entire obligations in the contract The Performance Bank Guarantee shall be denominated in Indian Rupees and
In case, Agency does not want to submit the performance bank shall be in the following forms: Bank guarantee from the List of banks as given in
guarantee (PBG), the amount deducted towards performance bank Annexure-B.
guarantee shall remain with DISCOMs for the period of 5 year interest If empaneled vendors are fail to comply with the O&M Guidelines as per clause
no.16 of RFP documents it may lead to encashment of performance bank
free from the date of the commissioning of the last system installed.
guarantee and subsequently debarring blacklisting from the future state/central
The Performance Bank Guarantee shall be denominated in Indian Government tender.
Rupees and shall be from the List of banks as given in Annexure-B.

17
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,
This para is replaced as under:
14 Page [Link].9 of EVALUATION OF PRICE BID
EVALUATION OF PRICE BID
No. 13 tender
Price Bid (s) of the Qualified Bidders shall be opened online in presence of the
of notice
Price Bid (s) of the Qualified Bidders shall be opened online in presence representatives of such Qualified Bidders, who wish to be present, on a date as
tender
of the representatives of such Qualified Bidders, who wish to be may be intimated by MGVCL to the Bidders through [Link] website or
notice
present, on a date as may be intimated by MGVCL to the Bidders Email. The evaluation of Price Bid shall be carried out based on the information
through [Link] website or Email. The evaluation of Price Bid furnished in Financial Bid (Price Bid). The Price Bid submitted by the Bidders shall
shall be carried out based on the information furnished in Financial Bid be scrutinized to ensure conformity with the RFP. Any Bid not meeting any of the
And And
(Price Bid). The Price Bid submitted by the Bidders shall be scrutinized requirements of this RFP may cause the Bid to be considered “Non-responsive” at
to ensure conformity with the RFP. Any Bid not meeting any of the the sole decision of the MGVCL.
requirements of this RFP may cause the Bid to be considered “Non- Price Rate in Rs. per KWp are to be quoted by the bidders for the following System
Page no. Clause No.
responsive” at the sole decision of the MGVCL. Capacities and Ranges :
61 of 2.2
SBD
1.00 KW, 1.01 to 2.00 KW, 2.01 to 3.00 KW, 3.01 to 4.00 KW, 4.01 to 5.00 KW,
Docume
5.01KW to 6.00 KW, 6.01 KW to 10KW, 10.01 KW to 25KW, 25.01 KW to 50 KW,
nt
50.01 to 100 KW and 100.01 to 500 KW.

All EOV offers will be evaluated on Price Rate in Rs. per KWp basis for each of the
SPV System Capacities & Ranges INCLUSIVE of total system cost as per clause no.3
“Components/Package of Grid Connected Rooftop Solar PV System” of section I of
MNRE SBD for determining L1 rate in each of the SPV Capacities & ranges.

The applicable fees shall be borne by the Consumer and charges for CONNECTIVITY
CHARGE, Bidirectional Net-METER, METER TESTING CHARGE, SMC BOX, etc which
shall be paid Separately to the concerned DISCOM by the Consumer.

18
EoI
Sr. EoI Page
no. No.
Existing Existing terms Amended Terms
Clause
No., 2.3 SUCCESSFUL BIDDER(S) SELECTION
15 Page No.13 Sr. no. a) Price ranking will be done considering weighted sum of all quoted rates by the bidder for all 11 nos. of individual capacities and
Of tender 10 of ranges of Solar PV Systems by multiplying the quoted rates with the ‘Factor for Evaluation’ as mentioned in the on line price bid
2.3 SUCCESSFUL BIDDER(S)
notice Tender b) The example calculating weighted sum of all individual capacities of solar PV systems is under:
SELECTION Bidder-A
notice
i. i Bids qualifying in Clause 5.5 Sr. Solar Rooftop PV System Rate in Rs. Per KWp DC to be COST FOR
Capacity/Capacity range in KW quoted by bidder (excluding EVALUATION
of Section-I shall only be GST) Factor for
And And evaluated in this stage. Evaluation
[A] [B] [C] [D] [E = C x D]
ii. Ii. Project Cost quoted in all 1 Bidder-A 1.00 KW Rs. 43,000 / Kilo Watt(DC) 0.56% Rs. 240.80
page no. Clause Price Bids of Qualified 2 Bidder-A 1.01KW to 2.00 KW Rs. 39,501 / Kilo Watt(DC) 2.25% Rs. 888.77
60 of no. 2.3 3 Bidder-A 2.01KW to 3.00 KW Rs. 39,120 / Kilo Watt(DC) 14.83% Rs. 5,801.50
Bidders shall be ranked from 4 Bidder-A 3.01KW to 4.00 KW Rs. 38,200 / Kilo Watt(DC) 41.60% Rs. 15,891.20
SBD of SBD the lowest to the highest for 5 Bidder-A 4.01KW to 5.00 KW Rs. 38,300 / Kilo Watt(DC) 15.24% Rs. 5,836.92
documen Docume 6 Bidder-A 5.01KW to 6.00 KW Rs. 37,800 / Kilo Watt(DC) 14.17% Rs. 5,356.26
PART-A, PART-B, PART-C & 7 Bidder-A Above 6 KW(DC) and up to 10 KW(DC) Rs. 37,900 / Kilo Watt(DC) 8.74% Rs. 3,312.46
t nt PART-D…PART K separately. 8 Bidder-A Above 10 KW(DC) and up to 25 KW(DC) Rs. 34,750 / Kilo Watt(DC) 1.79% Rs. 622.03
9 Bidder-A Above 25 KW(DC) and up to 50 KW(DC) Rs. 30,000 / Kilo Watt(DC) 0.56% Rs. 168.00
iii. Iii. Allocation of Capacity and 10 Bidder-A Above 50 KW(DC) and up to 100 KW(DC) Rs. 29,000 / Kilo Watt(DC) 0.12% Rs. 34.80
Empanelment of Vendors 11 Bidder-A Above 100 KW(DC) Rs. 28,000 / Kilo Watt(DC) 0.14% Rs. 39.20
38,191.93
for CAPEX Part-A, Part-B,
Bidder -B
Part-C ……PART K. Factor for
Sr. Solar Rooftop PV System Rate in Rs. Per KWp DC to be COST FOR
Capacity/Capacity range in KW quoted by bidder (excluding Evaluation EVALUATION in
[A] [B] [C] [D] [E = C x D]
2.3.1 PART-A, PART-B, PART- 1 Bidder-B 1.00 KW Rs. 43,250 / Kilo Watt(DC) 0.56% Rs. 242.20
C……UP to PART K: Based on 2 Bidder-B 1.01KW to 2.00 KW Rs. 39,480 / Kilo Watt(DC) 2.25% Rs. 888.30
3 Bidder-B 2.01KW to 3.00 KW Rs. 38,560 / Kilo Watt(DC) 14.83% Rs. 5,718.45
the price bid quoted by the 4 Bidder-B 3.01KW to 4.00 KW Rs. 37,643 / Kilo Watt(DC) 41.60% Rs. 15,659.49
bidders, MGVCL shall 5 Bidder-B 4.01KW to 5.00 KW Rs. 37,643 / Kilo Watt(DC) 15.24% Rs. 5,736.79
arrange the bids in the 6 Bidder-B 5.01KW to 6.00 KW Rs. 37,643 / Kilo Watt(DC) 14.17% Rs. 5,334.01
7 Bidder-B Above 6 KW(DC) and up to 10 KW(DC) Rs. 37,643 / Kilo Watt(DC) 8.74% Rs. 3,290.00
ascending order i.e. L1, L2,
8 Bidder-B Above 10 KW(DC) and up to 25 KW(DC) Rs. 35,102 / Kilo Watt(DC) 1.79% Rs. 628.33
L3, _ _ _ (L1 being the lowest 9 Bidder-B Above 25 KW(DC) and up to 50 KW(DC) Rs. 31,000 / Kilo Watt(DC) 0.56% Rs. 173.60
quote). 10 Bidder-B Above 50 KW(DC) and up to 100 KW(DC) Rs. 30,150 / Kilo Watt(DC) 0.12% Rs. 36.18
11 Bidder-B Above 100 KW(DC) Rs. 29,520 / Kilo Watt(DC) 0.14% Rs. 41.33
37,748.67

19
EoI
Sr. EoI
Existin
no Page Existing terms Amended Terms
. No. g
Clause
No., Lowest bidder will be declared as
the L1 against each Part/Category. c) In above example of Bidder A & Bidder-B, the Bidder A will be considered as L1 for the capacities at sr. no. (1 & 8 to 11 ) and
The L1 bidder’s quoted capacity the bidder B will be considered as L1 for the capacities at sr. no. (2 to 7 ) to work out weighted sum for the ranking purpose.
shall be allocated to the L1 d) The weighted sum of the price discovered for each of the SPV Capacities and ranges as mentioned under above shall be
calculated. An example (just for calculation ) showing weighted sum of the price discovered by different bidders is shown as
successful bidder subject to the
under:-
condition that it should not be less Sr. Bidder Solar Rooftop PV System Rate in Rs. Per KWp DC to be COST FOR
Name Capacity/Capacity range in KW quoted by bidder (excluding EVALUATION in
than 10% of aggregated capacity
GST) Factor for Rs.
for respective part/category. On Evaluation
[A] [B] [C] [D] [E = C x D]
acceptance, capacity will be
1 Bidder-A 1.00 KW Rs. 43,000 / Kilo Watt(DC) 0.56% Rs. 240.80
allocated to the L1 bidder. In case 2 Bidder-B 1.01KW to 2.00 KW Rs. 39,480 / Kilo Watt(DC) 2.25% Rs. 888.30
3 Bidder-B 2.01KW to 3.00 KW Rs. 38,560 / Kilo Watt(DC) 14.83% Rs. 5,718.45
L-1 bidder did not accept the 4 Bidder-B 3.01KW to 4.00 KW Rs. 37,643 / Kilo Watt(DC) 41.60% Rs. 15,659.49
maximum bid capacity or10% of L1 5 Bidder-B 4.01KW to 5.00 KW Rs. 37,643 / Kilo Watt(DC) 15.24% Rs. 5,736.79
6 Bidder-B 5.01KW to 6.00 KW Rs. 37,643 / Kilo Watt(DC) 14.17% Rs. 5,334.01
aggregated capacity for the 7 Bidder-B Above 6 KW(DC) and up to 10 KW(DC) Rs. 37,643 / Kilo Watt(DC) 8.74% Rs. 3,290.00
8 Bidder-A Above 10 KW(DC) and up to 25 KW(DC) Rs. 34,750 / Kilo Watt(DC) 1.79% Rs. 622.03
respective part/category, then 9 Bidder-A Above 25 KW(DC) and up to 50 KW(DC) Rs. 30,000 / Kilo Watt(DC) 0.56% Rs. 168.00
Submitted Bank Guarantee will be 10 Bidder-A Above 50 KW(DC) and up to 100 KW(DC) Rs. 29,000 / Kilo Watt(DC) 0.12% Rs. 34.80
11 Bidder-A Above 100 KW(DC) Rs. 28,000 / Kilo Watt(DC) 0.14% Rs. 39.20
encashed, and L-1 bidder shall be 37,731.87
blacklisted from all the e) Those Agencies of General Category, whose weighted sum of quoted rates with effect of evaluation factor having rates higher
Government Tenders for 5 Years. 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 General Category, 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 General Category.

Agencies beyond 25% or 30% higher rates than L1 rates, as the case may be, as mentioned above, such agencies may be
empanelled under Open Category subject to matching of L1 price as mentioned above, if required and decided by
MGVCL/GUVNL.

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

20
EoI
Sr. EoI
Existing
no Page Existing terms Amended Terms
. No. Clause
No.,

[Link] bids will be arranged in ascending (f) In any case, the Empanelment shall not be made if any agency does not fulfil the requirement of all criteria and
order Starting from L1, L2, L3………. The does not agree to match their price with discovered price of all SPV capacities and all ranges. Lowest bidder will
Approved Lowest Rate against each be declared as the L1 against each Part/Category. The L1 bidder’s quoted capacity shall be allocated to the L1
part/category will be the project cost successful bidder subject to the condition that it should not be less than 0.5 % of aggregated capacity of tender.
and bidder will be allocated their quoted On acceptance, capacity will be allocated to the L1 bidder. In case L-1 bidder did not accept the maximum bid
capacity as on the cover letter. The capacity or 0.5 % of L1 aggregated capacity of tender, then Submitted Bank Guarantee will be encashed, and L-1
remaining bidders, i.e. L2, L3, L4……., will bidder shall be blacklisted from all the Government Tenders for 5 Years.
be given 14 Days’ time to submit the
letter of acceptance of L1 Rate. The The bids will be arranged in ascending order Starting from L1, L2, L3………. The Approved Lowest Rate against
bidders, who provide their consent to each part/category will be the project cost and bidder will be allocated their quoted capacity as on the cover
work on L1 Rate, will be allocated their letter. The remaining bidders, i.e. L2, L3, L4……., will be given 7 Days’ time to submit the letter of acceptance of
quoted capacity in the order of merit, till L1 Rate. The bidders, who provide their consent to work on L1 Rate, will be allocated their quoted capacity in the
the entire capacity is exhausted. If order of merit, till the entire capacity is exhausted. If quantity/capacity is left unallocated in any category,
quantity/capacity is left unallocated in DISCOM reserves the right to reallocate the left-over capacity to the bidders’ subject to their consent and at the
any category, DISCOM reserves the right sole discretion of MGVCL/GUVNL
to reallocate the left-over capacity to
the bidders’ subject to their consent and Those bidders of Open Category who are technically qualified shall be empanelled subject to agree with
at the sole discretion of [Insert the name discovered price for each of all ranges and quota shall be allocated equally among them subject to maximum 5%
of Implementing Agency] of the capacity reserved for Open Category.

iii. The selection process shall stand The quota if any, left after allocation to the bidders in General/open Category will be transferred to the vice
completed once the Tender Capacity has versa. In case of non-performance, the quota reserved for L1 bidders will be transferred to General/open
been achieved through the summation Category bidders by reviewing the performance time to time.
of the capacity offered by the Successful
Enhancement of quota will be as per modality mentioned in PBG (I&C) clause.
Bidders.
Quantity: Tender capacity 700 MW may be increased up to 100% depending up on requirement and as may be
decided time to time.

21
EoI
Sr.
EoI Page Existing
no
No.
Existing terms Amended Terms
. Clause
No.,
This para is replaced as under:
16 Page No.15 Sr. no.
CFA DISBURSEMENT & PAYMENT CLAUSES: The net amount of project cost (i.e. project cost - CFA) shall be paid by the concerned roof
Of tender 11 of top owner to any of the empanelled vendors as per the following methodology:
notice Tender The net amount of project cost (i.e. project cost - CFA)  20% payment in advance after signing of agreement.
notice shall be paid by the concerned roof top owner to any  20% payment after installation of structure
and of the empanelled vendors as per the following  20% payment after installation of SPV modules and inverters at site
And page
methodology:  20% payment after completing plant installation including net-metering and submission
no. 63 of
of written inspection request to the implementing agency
SBD Clause  20% payment in advance after signing of agreement.
 Final 20% payment after commissioning of the plant and injection of power to the grid.
document no. 5.1  20% payment after installation of structure
 20% payment after installation of SPV modules and This is advisory type of payment stages for the non-subsidy part of system’s cost to be paid
of SBD
by the Applicant to the concerned Empanelled Vendor. Empanelled Vendor himself shall
Docume inverters at site
require to collect payment from applicant instead of collecting through Sub-vendor.
nt  20% payment after completing plant installation
Empanelled Vendor shall give valid money receipt to the consumers as a proof of payment
(including net-metering) and submission of written
and same is required to be uploaded on portal within three days of payment transacted. If
inspection request to the implementing agency the Agency is found indulged in fraudulent practice, the agency shall be stop-dealt and legal
 Final 20% payment after commissioning of the plant actions be initiated against the agency.
and injection of power to the grid. It shall be noted that beneficiary/customer shall be solely responsible for financial
transaction with the vendor for the net of CFA (Total cost – Admissible CFA) amount. The
It shall be noted that beneficiary/customer shall be beneficiary/customer are advised to thoroughly check the documents/claims of the vendors
solely responsible for financial transaction with the and shall make only online payments wherever required. GUVNL/MGVCL or MNRE in no
vendor for the net of CFA (Total cost – Admissible CFA) way shall be responsible for disputes arising out of payments of agreements between
amount. The beneficiary/customer are advised to vendor and the beneficiary.
thoroughly check the documents/claims of the vendors
Empanelled vendor shall be liable toward any irresponsible behaviour towards consumers.
and shall make only online payments wherever required.
Making false claim or fraud practice will attract stop deal actions.
[Insert the name of State Implementing Agency or
MNRE] in no way shall be responsible for disputes arising In case of any type of misappropriations, cheating or intention of cheating, frauds,
out of payments of agreements between vendor and the irregularities, malpractice, etc., DISCOM reserves the right to cancel the Empanelment
beneficiary. 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.

22
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,
This para is replaced as under:
17 Page Sr. no.
2.12.4 The Bidders should have one no. of Service centre with The Bidders should have one no. of Service centre with necessary spare parts and
No. 18 16.4
necessary spare parts and technicians in their service network or in technicians in the area of Discoms where the installation work done by them. The
of
each DISOCMs. The Service Centre should have adequately trained Service Centre should have adequately trained staff available for repair and
tender
staff available for repair and maintenance of Solar PV System, Inverters maintenance of Solar PV System, Inverters supplied and installed. The service
notice
supplied and installed. The service centre should be open for at least 8 centre should be open for at least 8 hours per day and 6 days a week excluding
hours per day and 6 days a week excluding bank holidays. The bidders bank holidays. The bidders should have a dedicated mobile number which should
&
should have a dedicated mobile number which should be readily be readily available during its office hours and an e-mail ID for correspondence
&
available during its office hours and an e-mail ID for correspondence and shall provide address of service centre in O&M manual. A copy of the same
and shall provide address of service centre in O&M manual. A copy of shall also be provided to the Respective DISCOMs.
Clause
the same shall also be provided to the Respective DISCOMs
Page no no.
48, 49 2.12.4
of SBD
Docum
ent

23
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,

18 Page No.22 Sr. no.


COMMISSIONING /COMPLETION CERTIFICATE
Of tender 20 of
notice Tender Application for completion/commissioning certificate
notice This clause is removed form EOI Document
When the Empanelled Vendor fulfils his obligation under the
Contract, he shall be eligible to apply for Completion/Commissioning
Certificate. The Engineer- in-Charge shall normally issue the
And Completion Certificate to the Empanelled Vendor within one month
And after receiving any application therefore from the Empanelled Vendor
Clause after verifying from the completion documents and satisfying himself
that the work has been completed in accordance with and as set out
no. 16
in Contract documents. The Empanelled Vendor, after obtaining the
page no. 65 of SBD Completion Certificate, is eligible to avail the CFA as per the Clause
of SBD Docume No. 5 of Section-II.
document nt

24
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,

19 Page no. 50 Clause 2.15.2 Submission of O&M Report (OMR)


This para is replaced as under:
of SBD No. The bidder shall submit the quarterly O&M Report mandatorily to
document 2.15.2 [Insert the name of State Implementing Agency] as per the Format Operation and Maintenance of System
enclosed at Annexure H. Non submission of the report shall be The solar rooftop projects supplied, installed and commissioned shall be
considered as “Breach of Contract” and shall attract punitive actions guaranteed by empanelled agencies for minimum period of 5 (Five) years from the
as per the relevant provisions of the Contract including non-release date of successfully commissioning of the each system, in regard to quality of
of CFA. However, the decision of Engineer–in -charge shall be final design, material, workmanship, quality of process/ manufacturing, performance,
in this regard. efficiency installation etc.

In the event any defect is found or developed in the system within guarantee
period, shall be rectified/replaced by empanelled agencies at his own expense
promptly.

In case the defects are not rectified within 2 (Two) days from the receipt of the
complaint by empanelled agencies than penalty of Rs 100 per day is applicable till
the complaint is resolved.

This penalty shall be payable to DISCOMs, in case of empanelled agencies failed to


pay the same, it will be recovered from the PBG or may be recovered in other
mode provided under the law. In the event of failure of the complete system, if
necessary, the whole system shall be replaced by empanelled agencies within 15
days failing which 0.5% per day plus GST and cess on the particular project value
subject to maximum of 10% of the project value plus applicable GST and cess to be
recovered from the PBG.

25
EoI EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,
20 Page Clause no
Inverter/PCU This para is replaced as under:
No. 71 2.5
of SBD 2.5 Allowable inverter capacity is equal to Module Capacity (+/- 10% Inverter/PCU
Docum tolerance allowed). 2.5 Allowable inverter capacity is equal to Module capacity (+15/-10% tolerance
ent
allowed).

26
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,

This para is replaced as under:

21 Page Module Mounting Structure (MMS):


No. Module Mounting Structure (MMS): Connection – The structure connection should be bolted / welded completely. Leg
Connection – The structure connection should be bolted completely. to rafter should be connected with minimum 12 Diameter bolt. Rafter and purlin
75 Clause
Leg to rafter should be connected with minimum 12 Diameter bolt. should be connected with minimum 10 diameter bolt. Module Mounting fasteners
A.(g)
Rafter and purlin should be connected with minimum 10 diameter bolt. should be SS-304 only and remaining fasteners eithers SS-304 or HDG 8.8 Grade.
Module Mounting fasteners should be SS-304 only and remaining
Clause fasteners eithers SS-304 or HDG 8.8 Grade.
75,
C (f)

76 Clause
D.2.(f)

Of SBD
Docume
nt

27
EoI EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,
22 Page Clause no
7.1 Earthing Protection This para is replaced as under:
No. 79 7.1
i. The earthing shall be done in accordance with latest Standards. 7.1 Earthing Protection
of SBD
[Link] array structure of the PV yard, Low Tension (LT) power system, i. The earthing shall be done in accordance with latest Standards.
Docum
earthing grid for switchyard, all electrical equipment, inverter, all ii. Each array structure of the PV yard, Low Tension (LT) power system, earthing
ent
junction boxes, etc. shall be grounded properly as per IS 3043-2018. grid for switchyard, all electrical equipment, inverter, all junction boxes, etc. shall
be grounded properly as per IS 3043-2018.
iii. All metal casing/ shielding of the plant shall be thoroughly
grounded in accordance with CEA Safety Regulation 2010. In addition, iii. All metal casing/ shielding of the plant shall be thoroughly grounded in
the lightning arrester/masts should also be earthed inside the array accordance with CEA Safety Regulation 2010. In addition, the lightning
field. arrester/masts should also be earthed inside the array field.

iv. Earth resistance should be as low as possible and shall never be iv. Earth resistance should be as low as possible and shall never be higher than 5
higher than 5 ohms. ohms.

v. Separate three earth pits shall be provided for individual three v. Separate three earth pits shall be provided for individual three earthing viz.: DC
earthing viz.: DC side earthing, AC side earthing and lightning arrestor side earthing, AC side earthing and lightning arrestor earthing.
earthing.
V vi. The earthing shall be maintenance free type earthing and shall be done
through at least 1.5 meter Electrode.

28
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,
This para is replaced as under:
23 Page Clause no
No. 119 Annexure- Solar PV Modules/Panels
Solar PV Modules/Panels
of SBD E IEC 61215/ Design Qualification and Type Approval for
Docum IEC 61215/ IS Design Qualification and Type Approval for Crystalline
IS Crystalline Silicon Silicon
ent 14286
14286 Terrestrial Photovoltaic (PV) Modules Terrestrial Photovoltaic (PV) Modules
IEC 61701 Salt Mist Corrosion Testing of Photovoltaic (PV) IEC 61701 Salt Mist Corrosion Testing of Photovoltaic (PV) Modules
Modules
IEC 61853- Photovoltaic (PV) module performance testing and
IEC 61853- Photovoltaic (PV) module performance testing and Part 1/ energy rating: Irradiance and temperature performance
Part 1/ energy rating: Irradiance and temperature measurements, and power rating
IS 16170: Part
IS 16170: performance measurements, and power rating
1
Part 1
IEC 62716 Photovoltaic (PV) Modules – Ammonia (NH3) Corrosion
IEC 62716 Photovoltaic (PV) Modules – Ammonia (NH3) Testing (As per the site condition like dairies, toilets)
Corrosion Testing (As per the site condition like
IEC 61730-1,2 Photovoltaic (PV) Module Safety Qualification – Part 1:
dairies, toilets)
Requirements for Construction, Part 2: Requirements for
IEC 61730- Photovoltaic (PV) Module Safety Qualification – Part Testing
1,2 1: Requirements for Construction, Part 2:
IEC 62804 Photovoltaic (PV) modules - Test methods for the
Requirements for Testing
detection of
IEC 62804 Photovoltaic (PV) modules - Test methods for the
Potential-induced degradation. IEC TS 62804-1: Part 1:
detection of
Crystalline silicon (mandatory for applications where the
Potential-induced degradation. IEC TS 62804-1: Part system voltage is > 600 VDC and advisory for installations
1: Crystalline silicon (mandatory for applications where the system voltage is < 600 VDC)
where the system voltage is > 600 VDC and advisory
for installations where the system voltage is < 600
VDC)
IEC 62759-1 Photovoltaic (PV) modules – Transportation testing,
Part 1:
Transportation and shipping of module package
units

29
EoI
Sr. EoI Page Existing
no. No.
Existing terms Amended Terms
Clause
No.,

This para is replaced as under:


24 Page Sr. no. 29 2.22 Other Conditions
No.26 of Tender 2.22.1The Empanelled Vendor shall not transfer, assign 2.22 Other Conditions
or sublet the work under this contract or any substantial 2.22.1. The Empanelled Vendor shall not transfer, assign or sublet the work under this contract or
Of tender notice and
part thereof to any other party without the prior consent any substantial part thereof to any other party without the prior consent of MGVCL/DISCOMS in
notice writing.
of MGVCL/DISCOMS in writing.
And
And 2.22.2The Empanelled Vendor shall not display the 2.22.2. The Empanelled Vendor shall not display the photographs of the work and not take
photographs of the work and not take advantage advantage through publicity of the work without written permission of consumer.
through publicity of the work without written permission
Page of consumer.
Clause no. 2.22.3. The Empanelled Vendor shall not make any other use of any of the documents or
no. 56 2.22 of information of this contract, except for the purposes of performing the contract.
of SBD 2.22.3The Empanelled Vendor shall not make any other
SBD
docume use of any of the documents or information of this
Document
nt contract, except for the purposes of performing the 2.22.4 MGVCL will not be bound by any Power of Attorney granted/ issued by the Empanelled
contract. Vendor or its subcontractors or by any change in the composition of the firm made during or
subsequent to the execution of the contract. However, recognition to such Power of Attorney and
2.22.4MGVCL will not be bound by any Power of change (if any) may be given by MGVCL after obtaining proper legal advice, the cost of which will
Attorney granted/ issued by the Empanelled Vendor or be chargeable to the Empanelled Vendor concerned.
its subcontractors or by any change in the composition
of the firm made during or subsequent to the execution 2.22.5 Concerned DISCOM may at any time by notice in writing to empanelled vendor either stop
of the contract. However, recognition to such Power of the work altogether or reduce or cut it down. If the work is stopped altogether, the empanelled
Attorney and change (if any) may be given by MGVCL vendor shall only be paid for work done and expenses legitimately incurred by the empanelled
after obtaining proper legal advice, the cost of which will vendor as on preparation of the execution of the work up to the date on which such notice is
be chargeable to the Empanelled Vendor concerned. received by the empanelled vendor. Such expenses shall be assessed by concerned DISCOM whose
decision shall be final and binding to empanelled vendor. If the work is cut down, the empaneled
vendor 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 the empanelled vendor might have made if
the empanelled vendor had been allowed to complete all the work included in the contract.”

30
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,

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

DISCOM reserves the right to terminate the empanelment or part thereof at any time giving 01
(One) months’ notice of Termination or the reasons thereof. You will not be entitled for any
compensation / damages / losses, whatsoever, on account of such termination of the
empanelment.
DISCOM will be entitled to deduct directly, from the subsidy to be paid to you, any sum or sums
payable by you and which sum/sums due to you or the DISCOM is required to pay as a principal
employer on account of your default in respect of all liabilities referred to MGVCL/concerned
DISCOM has right to make minor changes / modifications in the Technical & Site condition
matter. In such matter, decision of Additional Chief Engineer of MGVCL/concerned DISCOM shall
be final and binding to you to carry out work accordingly.

31
EoI EoI
Sr. Page Clause Existing Terms Amended Terms
no. No. No.

25 Page Clause PLANT PERFORMANCE This Para is replace as under.


No. 49 No 2.14 EVALUATION
Penalty on part of loss of Solar generation
of SBD
Docu The Empanelled Vendor shall be
“The Performance Ratio (PR) of Grid Connected Solar Systems shall be more than 75% (at STC ) throughout the 5-year CMC
ment required to meet minimum period, and necessary efforts shall be made by the Bidder to achieve it. The PR shall be verified by DISCOM or its
guaranteed generation with authorized person/designated Third-Party Inspection Agency(TPIA) at any time and any numbers of times during the 5-
Performance Ratio (PR) at the year maintenance period without any prior intimation to the Bidder. The PR shall be measured on an instantaneous-basis
time of commissioning as per the and shall be calculated on the nameplate DC capacity of the PV system (at STC). Further, the PR shall be calculated after
radiation levels of the location cleaning the PV modules and during a time when there is no shadow being cast on the PV array from objects outside the
during the O&M period. PR should beneficiary’s/ consumer’s premises.”
be shown minimum of 75% at the
In case the PV system fails to meet the minimum instantaneous Performance Ratio (PR) of 75%, then the Bidder shall be
time of inspection for initial penalized at the rate of Rs. 1,000 per kW plus applicable GST & cess for each percentage shortfall in the PR for each
commissioning acceptance to instance of measurement. (For example, if a 5 kW system measures 73% PR during an inspection, then the Bidder shall be
quality for release of CFA. The PR penalized Rs. 1,000 per kW per % x 5 kW x (75-73)% = Rs. 10,000/- plus applicable GST & cess) The Bidder shall be
will be measured at Inverter required to rectify the faults in the PV system within 1 week of such failure, after which, one more inspection shall be
output level during peak radiation 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.
condition.
The PR 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 & Cess as applicable shall be paid by the Agency within 15 days of the Notice, failure of the same,
the PBG shall be encashed.

The reference for the testing of the performance ratio shall be taken as per IS/IEC 61724 (1998): Photovoltaic System
Performance Monitoring - Guidelines for Measurement, Data exchange and Analysis [ETD 28: Solar Photovoltaic Energy
Systems]. The illustration of the calculation of the performance ratio is given as below for the reference.

32
EoI EoI
Sr.
Page Clause Existing Terms Amended Terms
no.
No. No.

Performance Ratio
PR = Performance Ratio (Without correction)
PRCorr = Temperature Corrected Performance Ratio at
PGen (kw) = Generated Power measured by Solar Meter (Instantaneous)
2
Irr (kw/m ) =Solar Irradiance Measured by Pyranometer (Instantaneous)
Kwp =Installed DC capacity of plant at STC
PRCorr =Instantaneous Gen. of Solar Energy (Kw)
µ=Temperature coefficient provided by module manufacturer (Negative sign % / °C).
Tcell= Temperature of Cell/Module at the particular instant

Illustration:-

 Installed system DC capacity = 10 kwp


 Temperature coefficient (µ) = -0.4%/°C
 Instantaneous Generated Power = 7 kW
 Temperature of Cell/Module at the particular instant = 45°C
2
 Irradiation measured by Pyranometer on surface of panel = 0.9 kw/m

33
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,
This para is replaced as under:
26 Page Clause no. SCOPE OF WORK
SCOPE OF WORK
no. 45 1.2 of SBD 1.2 Project Time schedule:- It is very critical to complete the work for the 1.2 Project Time schedule:- It is very critical to complete the work for the
of SBD Documen application registered by the Agency in time bound manner so as to install application registered by the Agency in time bound manner so as to install
docume t the SPV System within 85 days from the date of payment of Firm quotation the SPV System within 85 days from the date of payment of Firm quotation
nt charges including connectivity charges to DISCOM by the applicant. charges including connectivity charges to DISCOM by the applicant.
In the event of failure to install the SPV System, DISCOMs will lead to
In the event of failure to install the SPV System, DISCOMs will lead to
forfeiture of the Security deposit and performance guarantee up to 100%
forfeiture of the Security deposit and performance guarantee up to 100%
and will lead to disqualification of the Bidders for transacting business with
and will lead to disqualification of the Bidders for transacting business with
DISCOMs for at least three years or the time duration as may be decided by
DISCOMs for at least three years or the time duration as may be decided by
the Concern DISCOM/GUVNL.
the Concern DISCOM/GUVNL.

The work for Installation of the SPV System shall be considered as Moreover, in case the empanelled vendor fails to install 10 or more
completed if the SPV System is installed completely in all aspects including registered applications within the prescribe time limit i.e. 85 days, new
the submission of all required documents, self-certification/CEI certificate registration of application will be stopped with immediate effect and
on portal and PPA duly signed. The Agency shall require to intimate for the however, on submission of justified reason for delay, further the registration
work completion date on portal. may be allowed.

The work completion date shall be the date entered by the DE of Sub- The work for Installation of the SPV System shall be considered as completed
Division as the “Intimation Approval” Date on portal on completion of entire if the SPV System is installed completely in all aspects including the
Installation work and submission of the documents as per the following two submission of all required documents, self-certification/CEI certificate on
cases. portal and PPA duly signed. The Agency shall require to intimate for the work
completion date on portal.

The work completion date shall be the date entered by the DE of Sub-
Division as the “Intimation Approval” Date on portal on completion of entire
Installation work and submission of the documents as per the following two
cases.

34
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,

(1) In case, all the documents are submitted and work is also found (1) In case, all the documents are submitted and work is also found
completed before the Intimation Request raised by the Empanelled Agency completed before the Intimation Request raised by the Empanelled Agency
then DE of the sub-division shall consider the “Intimation Approval” in the then DE of the sub-division shall consider the “Intimation Approval” in the
Surya Gujarat Portal; Surya Gujarat Portal;

(2) In case, any document is not submitted or installation work is not (2) In case, any document is not submitted or installation work is not
completed before the “Intimation Request” raised by the Empanelled completed before the “Intimation Request” raised by the Empanelled Agency
Agency then DE of the sub-division may receipt the intimation request or then DE of the sub-division may receipt the intimation request or shall decide
shall decide the date of work completion when the pending task is the date of work completion when the pending task is completed.
completed.

35
EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,

27 Page Clasue Every bidder should, at the time of submission of bid, give a
This para is replaced as under:
No. 28 no.39 declaration that bidder and/or proprietor/ partner/ director of the
Of Last para firm has not been placed on Stop dealing / Banned for business Every bidder should, at the time of submission of bid, give a
Tender after dealing / blacklisting by GUVNL and it’s any Subsidiary Companies. declaration that bidder and/or proprietor/ partner/ director of the
firm has not been placed on Stop dealing / Banned for business
Notice 39.3.7 dealing / blacklisting by GUVNL and it’s any Subsidiary Companies/
Torrent Power Ltd. Ahmedabad/ Torrent Power Ltd. Surat/Govt.
distribution/transmission/generation/ SECI or MNRE or state
Renewable development agencies across the country or by any other
Govt. PSU / Govt. Company / Govt. Department in India.

36
EoI
Sr
EoI Existin
.
Page g Existing terms Amended Terms
n
No. Clause
o.
No.,
FORMAT: A This format is replaced as under :-
28 Page Format PRICE BID FORMAT: A
no A – (To be submitted online separately) PRICE BID
Performa for submission of rates of different capacity of roof top Solar Power (To be submitted online separately)
85 Price
Projects under RFP No. ____________ by MGVCL. Performa for submission of rates of different capacity of roof top Solar Power
SBD Bid Projects under RFP No. ____________ by MGVCL.
Name of Bidder: - __________________________
Docu Name of Bidder: - __________________________
men
Bid
t Solar Rooftop Rate in Rs. per kWp to be Rate per
Descripti Capacit COST FOR
Sr. No. Scope of Work Capacity range quoted by bidder kWp in
on y in EVALUATION
in KWp (excluding GST) words Solar Rooftop Rate in Rs. per kWp to
KWp Descripti Factor for in Rs.
Sr. No. Scope of Work Capacity range be quoted by bidder
on Evaluation
in KWp (excluding GST)
1 PART-A 1 Rs / Kilowatt
Design, supply,
2 PART-B 1.01 to 2 Rs / Kilowatt
erection, testing [C] [D]
3
[A] [B] [E = C x D]
and commissioning PART-C 2.01 to 3 Rs / Kilowatt Design, supply,
including warranty, PART-D
1
erection, testing
PART-A 1 Rs / KW 0.56% Rs.
4 3.01 to 4 Rs / Kilowatt
Comprehensive 2 and commissioning PART-B 1.01 to 2 Rs / KW 2.25% Rs.
5 PART-E 4.01 to 5 Rs / Kilowatt
operation & 3 including warranty, PART-C 2.01 to 3 Rs / KW 14.83% Rs.
6 maintenance of grid PART-F 5.01 to 6 Rs / Kilowatt Comprehensive
connected rooftop PART-G
4
operation &
PART-D 3.01 to 4 Rs / KW 41.60% Rs.
7 6.01 to 10 Rs / Kilowatt
solar power plant of 5 maintenance of PART-E 4.01 to 5 Rs / KW 15.24% Rs.
8 PART-H 10.01 to 25 Rs / Kilowatt
various capacities 6 grid connected PART-F 5.01 to 6 Rs / KW 14.17% Rs.
9 in the State of PART-I 25.01 to 50 Rs / Kilowatt rooftop solar
GUJARAT under
7
power plant of
PART-G 6.01 to 10 Rs / KW 8.74% Rs.
10 PART-J 50.01 to 100 Rs / Kilowatt
Phase-II Scheme. 8 various capacities PART-H 10.01 to 25 Rs / KW 1.79% Rs.
11 PART-K 100.01 to 500 Rs / Kilowatt
9 in the State of PART-I 25.01 to 50 Rs / KW 0.56% Rs.
GUJARAT under
10
Phase-II Scheme.
PART-J 50.01 to 100 Rs / KW 0.12% Rs.
● Rates quoted will be exclusive of GST.
11 PART-K 100.01 to 500 Rs / KW 0.14% Rs.
● In case there is difference between Figure Rate & Words Rate, then the
Weighted Sum
rates given in words column will be accepted by MGVCL.
● In case of discrepancy in price bid (Excel file) and electronic form, the
 Rates quoted will be exclusive of GST.
price mentioned in Excel file will prevail.
 In case of discrepancy in price bid (Excel file) and electronic form, the price
mentioned in Excel file will prevail.

37
EoI
Sr
EoI Existin
.
Page g Existing terms Amended Terms
n
No. Clause
o.
No.,
Format -7 This format is replaced as under :-
29 Page FINANCIAL ELIGIBILITY CRITERIA REQUIREMENT Format -7
(AS PER CLAUSE 10.9 of Section-I) Format for Annual Turnover certificate )
no Format (To be submitted on the letterhead of Bidding Company)
99 7– (To be submitted in ‘on-line’ and physical mode by Both ‘General Category’
To,
Only)
SBD [Name and Address of State Implementing Agency]
Docu Sub: Bid for Implementation of Grid connected Roof Top Solar System scheme in
response to the RFP No: …………………………. Category-B bidders are not required to submit this Annexure)
men
t Dear Sir, To be submitted on letter head of practicing Chartered Accountant
We submit our Bid/Bids for the total capacity of ………… kWp in Part-A/ Part-B/ Part C/
Part- D….Part K put together for which details of our Financial Eligibility Criteria TO WHOMSOEVER IT MAY CONCERN
Requirements are as follows.
We have verified the books of accounts and related record of
We certify that the Financially Evaluated Entity (ies) had an Annual Turnover as follows:
The Annual turnover of [Insert the amount] per kW of the capacity offered in its Bid in any M/s._____________________ situated at Address of the factory/firm>
one of the last 3 financial years preceding the bid deadline subjected to the condition that _________________________________________and on verification of the records,
the bidder should at least have completed one financial year. we hereby certify that average Turnover and net worth of this mentioned
OR entity/firm during the last three financial years which are as under:
Net worth (strike out whichever is not applicable) of Rs………Crore computed as per
instructions provided in Clause 5.5.2 of this RFP based on unconsolidated audited annual
Sr. Financial Year Total Net wort
accounts (refer Note-1 below) any of the last 3 Years immediately preceding the Bid
No. Turnover Rs. (Positive/Ne
Deadline.
In lacs gative)
Name of Relationshi Financi Year of Annual Net 1 2018-19
Financiall p with al Incorporation Turnove worth
2 2019-20
y Bidding yea r (Rs. as per
Evaluate Company** r Crore) Clause 3 2020-21
d Entity* 5.5.2 (in Rs. Crore) Total
Average Annual Turn Over of
last three years
* The Financially Evaluated Entity may be the Bidding Company itself.

The column for “Relationship with Bidding Company” is to be filled in only in case Place:
financial capability of Parent Company and/or Affiliate has been used for meeting
Qualification Requirements. Sign and seal of Chartered Accountant with UDIN No.,

Yours faithfully Date:

(Signature and stamp (on each page) of Authorized Signatory of Bidding


Company.

38

EoI
EoI
Sr. Existing
no.
Page Existing terms Amended Terms
No. Clause
No.,
Format-2
Page Clasue
30
No. 90 Format -2 General Particulars of the bidder
This Format -2 is modified as per Page No. 41 this Amendment
Of S. Particulars Details
Tender No.
Notice 1. Name of the Company
2. Registered Office Address
3. E-mail ID
4. Web site
Authorized Contact Person(s) with name, designation Address
5. and Mobile Phone No., E- mail address/ Fax No. to whom all
references shall be made
6. Year of Incorporation
Have the bidder/Company ever been debarred By any Govt.
7.
Dept./ Undertaking for undertaking any work
Reference of any document information
8.
attached by the Bidder other than specified in the RFP.
Details of the Ownership structure (Details of persons owning Yes/No
9. 10% or more of the Total Paid up equity of the Bidding Company
in the Format as below
10. Whether company is MSME as on the bidding date Yes/No

Whether the Company has valid GST Registration Number


11.
(Enclose a Copy)

12. PAN number (enclosed a copy)

13. Bank Account Details

Please strike-off whichever is not applicable.

Signature:

Name:

Designation with Seal:

39
EoI
EoI
Sr. Existing
Page Existing terms Amended Terms
no. Clause
No.
No.,
Annexure V
31 Page This format is remove from EOI Document
Format for Bid Security Declaration
no Annexure
146 -V
(To be submitted separately for each Project Group)
SBD
(To be stamped on non – judicial stamp paper as per the stamp act of the state
Docu
where the document is made)
ment
Ref: ______________
Declaration No.: (Insert Name of Project Group)

Date: ___________

Subject: Declaration of bid security requirement.


We, _______(insert name of the Bidder) hereby provide this undertaking to
MGVCL, in respect to our response to RfP vide RfP No.
_____________dated___________. We undertake that we will abide by the
provisions of the RfP for the activities pertaining to submission of response to
RfP, during the bid validity period. We undertake not to withdraw or modify
our bid during the bid validity period, in line with provisions of the RfP. In case
we withdraw or modify our response to the RfS during the bid validity period,
or violate other provisions of the RfP which make the bid non-responsive under
Clause 4.2 of the RfP, we, ___________ (insert name of the bidder) including
our Parent, Ultimate Parent, and our Affiliates shall be suspended/debarred
from participating in upcoming tenders issued by any department of Gujarat
Government for a period of 5 years from the date of default as notified by
MGVCL.

(Name and Signature of the Authorized Signatory)

40
Modified Format -2
GENERAL INFORMATION ABOUT THE BIDDERS and its legal Status
(To be submitted in ‘on-line’ and physical mode by Both ‘General and ‘Open Category’ bidders)
1 Name of the EOI Applicant Bidder

2 Office Address of Registered Office

3 Factory/ works Address

4 Address of the Office in Gujarat, in case of bidders not having registered


Office in Gujarat.
5 Legal Status /Type of Company Proprietorship/ Partnership/ Private Limited/ Public Limited/LLP
Attach Proof of Company Registration along with a copy of the Partnership (Pl. tick appropriately and submit the documentary proof)
Deed/ Article of Association and Memorandum
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___________

17 Manufacturing facilities (a list of machinery be attached

18 Name and address of the Indian/Foreign collaborator(s) if any.

19 Details of workmen on muster roll Skilled / semi-skilled / unskilled (attach


copy of muster roll)

20 Has any Govt. Dept. / Undertaking ever debarred the company / firm from
executing any work?

41
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. Name of Partners / Directors Address of Office & Contact Address of Residence & Contact Phone / Fax
e- mail ID
No. DIN no. as applicable Phone / Fax No. / Mobile No. No./ Mobile No.

(i)

(ii)

(iii)

(iv)

(v)

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 rejected and our company debarred from executing any business with MGVCL/GUVNL/DICOMs.

(Signature of EOI Applicant bidder) With SeaL

42
THIS NEW FORMAT ADDED IN EOI
Format-12
Details of the Experience and declaration of Category of the bidder
(To be submitted in ‘on-line’ and physical mode by Both ‘General’ and ‘Open’ category bidders)

Submission of information in support of Experience:


‘General Category’ bidders who have experience of successful installation of minimum aggregate 250 KW capacity of solar rooftop systems in residential
sector in Gujarat before the scheduled date of submission of Technical Bid. Such experience should be of the BIDDER himself.
OR
General Category’ bidders who have experience of successful installation and Commissioning of minimum aggregate 1000 KW (1 MW) 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.

GEDA/GUVNL DISCOM Capacity of


Name Date of DISCOM’s
Sr Registration No. & Date the SPV
of the Other Order Net-Meter
. Address, Or System
Benefi No/ Reference installation /
N Phone No./ SECI No. &Date installed and
ciary no. and date, Date of
o. Mobile No. (for the Project registered at commissioned
if any Commissioning
above respective Government in KW
Organization )
1
2
3
Total of above Experience in KW ----------------->

Note: If Experience as mentioned above fulfills the Bidder category shall be ‘General’ otherwise the bidder shall be of
- the open category
Please write down applicable category of bidder below i.e. “General Category” or “Open Category”

I/We hereby confirm that the experience mentioned above by us are actual for Solar 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, GEDA /GUVNL 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

43
THIS NEW FORMAT ADDED IN EOI
FORMAT -13
Details of the EPC work Execution Capacity
(To be submitted in ‘on-line’ and physical mode by both ‘General and Open’ bidders)
EPC Project execution capacity of the bidder per month for: Design, Supply, Installation, testing & Commissioning of Grid
connected Rooftop Solar Photovoltaic Systems in Residential premises

Sr. No. Solar Rooftop PV System Capacity/Capacity range Aggregate Capacity of execution of
in KW EPC work per month in KW

1 1 kW

2 1.01 to 2.00 kW

3 2.01 to 3.00kW

4 3.01 to 4.00 kW

5 4.01 to 5.00 kW

6 5.01 to 6.00 kW

7 Above 6 KW and up to 10 KW

8 Above 10 KW and up to 25 KW

9 Above 25 KW and up to 50 KW

10 Above 50 KW and up to 100 KW

11 Above 100 KW

Total Aggregate Capacity per month

(Signature of EOI Applicant bidder)


With Seal

44
THIS NEW FORMAT ADDED IN EOI
FORMAT -14
DEVIATION SHEET
(To be submitted in ‘on-line’ and physical mode by both ‘General and Open Category’ 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


Deviation offered
EOI Document

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

45
THIS NEW FORMAT ADDED IN EOI

FORMAT -15
UNDERTAKING IN REGARD TO STOP DEAL / BLACK LIST THEREOF
(To be submitted in ‘on-line’ and physical mode by both ‘General and Open Category’ bidders)
Sub: Undertaking in regard to Stop Deal / Black List thereof.

Ref: EOI No: MGVCL/DSM/EOI/SRT /2021-22/ Dt: / /2022

I / We, an authorized signatory of our company (EOI applicant) here by certify that our company (EOI applicant) is
not stopped deal/blacklisted by GUVNL and or their any subsidiary company viz. GSCEL / GETCO / DGVCL / PGVCL
/ UGVCL / MGVCL / Torrent Power Ltd. Ahmedabad/ Torrent Power Ltd. Surat/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

46
THIS NEW FORMAT ADDED IN EOI
FORMAT -16
Acceptance of Terms and conditions
(To be submitted in ‘on-line’ and physical mode by Both ‘General and Open Category’ bidders)
Name of EOI Applicant:-……………………………………………….
Accepted /
SR
Terms and conditions Not
No
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 PR of 70%,
3 Penalty against delay in execution of project
4 PERFORMANCE GUARANTEE TO COVER EXECUTION PERIOD
(SECURITY) TERMS OF EOI DOCUMENT AGREED:
PERFORMANCE GAURANTEE TOCOVER GAURANTEE PERIOD
5 (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 AND PBG
9 TERMS OF PRICE DISCOVERY AND AGENCY
SHORTLISTING CRITERIA
TO EXECUTE THE PROJECT AS PER ALL RELVENT
10 STANDERDS/ IS/ CODE/ REGULATIONS/ GUIDELINES
ISSUED/ ENFORCED OR AMENDED/ UPDATED TIME TO
TIME BY APPROPIRATE AUTHORITY.

(Signature of EOI Applicant bidder) With Seal

47
THIS NEW FORMAT ADDED IN EOI
FORMAT - 17
(To be submitted in online mode)
(UNDERTAKING IN REGARD TO QUOTED PRICE)
To be submitted in ‘on-line’ and physical mode)

(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 MGVCL is authorized to place LOA/Purchase Order at lower 'unit ex- works price without GST on
ex-works price' than the 'unit ex-works price without GST on ex-works price' quoted/offered by us in the present EOI of
MGVCL for item/(s) under the EOI with similar specifications as per the above EOI of MGVCL, which is quoted/offered to other
subsidiary company of GUVNL, 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 MGVCL.
We also understand that LOA /Purchase Order placed by one Subsidiaries of GUVNL on the basis of above undertaking shall not
be considered as 'offered' price for the items under the EOI in subsequent tender/ EOI by other Subsidiaries of GUVNL, 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 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.

48
THIS NEW FORMATE ADDED IN EOI
FORMAT - 18
Details of the Quantity Offered by the Bidder
(To be submitted in ‘on-line’ and physical mode by Both General and Open Category’ 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. Minimum Offered Quantity (KW) Quantity Offered by the Bidder in KW


No.

(Signature of EOI Applicant bidder) With Seal

49

You might also like