Technical Bid PT 154
Technical Bid PT 154
RCC/NR/DSO/LPG/PT-154/22-23
TENDER DOCUMENT
FOR
Page 1 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
MASTER INDEX
6 ANNEXURES 198-262
SEPARATELY ATTACHED
Page 2 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Chapter-1
NOTICE INVITING TENDER (NIT)
Page 3 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 4 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
1 Tender ID 2022_NRO_158559_1
2 Tender Reference No. RCC/NR/DSO/LPG/PT-154/22-23
3 Type of Tender Open Tender
4 Tender/Item Description Engineering, Procurement, Construction (EPC)
inclusive of 1-Year Comprehensive Operation &
Maintenance (O&M) of 2MWp On-Grid Captive
Solar Power Project at IndianOil BP, Tikri Kalan,
Delhi with Net-Metering Facility and its further
Comprehensive O&M for 4 Years.
Page 5 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 6 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
7.8 Bidder submitting his bid should not be under liquidation, court receivership or similar
proceedings.
7.9 Fax/ E-mail / Hard Copy of bids shall not be accepted.
7.10 IOCL reserves the right to reject any or all bids or cancel/withdraw the Invitation for
Bids without assigning any reason whatsoever and in such case no bidder / intending
bidder shall have any claim arising out of such action.
7.11 At any time prior to the deadline for submission of bids, IOCL may for any reason,
whether at its own initiative or in response to a clarification requested by a bidder,
modify the NIT by amendment.
7.12 The amendment will be notified through e-Tender portal to all bidders who have
downloaded the Tender Document and will be binding on them.
7.13 In order to offer bidders reasonable time in which to take the amendment in
consideration in preparing their bids, IOCL may, at its discretion, extend the deadline
for the submission of bids.
7.14 In exceptional circumstances, IOCL may solicit the bidder’s consent to an extension of
the period of validity of bid. The request and the response there to shall be made by Fax
/ e-mail/ e-Tender portal. The bidder, extending the validity of the bid, will not be
permitted to modify the bid.
7.15 After opening of bids, to assist in the examination, evaluation and comparison of bids,
IOCL may, at its discretion, ask the bidder for a clarification on its bid. The request for
such clarification and the response shall be in writing through e-Tender portal only.
7.16 IOCL reserves the right of annulment of tender without assigning any reasons
whatsoever.
7.17 Consultants or their subsidiary company or companies under the management of
consultant, are not eligible to quote for the execution of the same job for which they are
working as consultant.
7.18 Contractor shall raise all the bills in the name of IOCL, specific to location or
State/Head Office as mentioned in the Letter of Award (LoA) and/or Contract
Agreement.
7.19 Any legal dispute shall be within the jurisdiction of court at New Delhi
Page 7 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Chapter- 2
PRE-QUALIFICATION CRITERIA (PQC)
Page 8 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Bidders must submit following documents as minimum pre-qualifying criteria for this tender.
All such documents must be valid on the closing date of tender.
1.1The minimum annual turnover during any of the preceding three financial years (i.e. for
F.Y 2019-20, 2020-21 and 2021-22) should be at least Rs. 6,70,85,400/-.
Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised Schedule VI
of Companies Act, 1956) shall be considered as Turnover. Audited Balance Sheet /
Published accounts on a calendar year basis shall also be acceptable. (The balance sheet
copy MUST bear the Registration Number of the authorized Chartered Accountant and
its SEAL. This is not applicable for published annual reports)
Turnover for this purpose should be as per audited Balance Sheet including P&L
Statement/ Published Account / Profit & Loss Account Statement of the tenderer.
However, if the tenderer is not required to get its accounts audited under Section 44AB
of The Income Tax Act, 1961, certificate from a Practicing Chartered Accountant
towards the turnover of the tenderer along with copies of its Income Tax Return should
be obtained. Audited Balance Sheet (P&L Statement) / Published accounts on a calendar
year basis shall also be acceptable.
Definition of Turnover: Total Revenue as per Schedule III of Companies act, 2013
(Earlier revised Schedule VI of Companies Act, 1956) shall be considered as Turnover.
1.2 The bidder must have executed work order/s of similar nature of works (as explained
under) of the following value in last five years till 31.10.2022.
Page 9 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Since this job comes under work contract, so no PQC relaxation and purchase
preference will be given to MSEs and Startups.
The cost as indicated above shall be inclusive of Service Tax or GST. The completion
certificate, submitted by the bidder shall indicate the total value of completed job,
inclusive of Service Tax or GST as applicable.
In case GST/Service Tax amount / component is not included in the indicated total
value of completed job as submitted completion certificate, a separate certificate from
the respective
client, mentioning the GST service tax amount if any, paid separately extra over and
above the value of completed job under consideration, should be submitted by the
bidder. This amount needs to be added to the value of completed job mentioned in the
completion certificate to arrive at the value of the completed job inclusive of service
tax/GST as applicable.
The Work Order should contain the above similar work items and for qualification
purpose the entire executed value of WO (which may contain any other item) shall be
considered.
Please note that submission of work order along with its completion certificate is
mandatory for qualification in the tender.
Page 10 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
1. The annual turnover of the tenderers during any of the preceding three financial years
should be at least 60% of the annualized estimated value of work under consideration
where completed period is more than one year. In other cases where the completion
period is less than a year, the annual turnover should be at least 60% of the estimated
value of the work under consideration in any of the three preceding financial years.
2. While computing turnover requirement, estimated cost inclusive of GST value but
exclusive of AMC value if any shall be considered.
3. Turnover for this purpose should be as per audited balance sheet including profit &
loss statement/published account/profit & loss account statement of the tenderer.
However, if the tenderer is not required to get its account audited under section 44AB
of the Income Tax Act,1961, certificate from a practicing Chartered Accountant
towards the turnover of the tenderer along with copies of its Income Tax Return
should be obtained.
6. Definition of Turnover: Total revenue as per schedule III of Companies Act, 2013
(earlier revised schedule VI of companies Act, 1956) shall be considered as Turnover.
7. For detail about process of payment of online EMD, bidders shall refer “Special
Instructions to the Bidder (SITB)” .
Important Note:
i. Notwithstanding any other condition/ provision in the tender documents, bidders are
required to submit complete documents pertaining to PQC along with their offer.
Failure to meet the PQC will render the bid to be summarily rejected. IOC reserves
the right to complete the evaluation based on the details furnished by the bidder, with
or without seeking any additional supporting document/clarifications.
ii. After scrutiny of the Technical Bids, the eligible Bidders who meet all Technical
requirements shall be notified regarding the date and time for opening the price bid.
iv. Tenderers shall indemnify the Corporation from any fraudulent declaration and
consequences of the same.
Page 13 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Chapter-3
INSTRUCTIONS TO BIDDERS (ITB)
Page 14 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
1. GENERAL
1.1. Indian Oil Corporation Limited (IOCL) hereinafter referred to as IndianOil, is
India’s largest corporate with business spanning various elements of the oil value
chain including refining, pipeline transportation and marketing of petroleum
products. IndianOil intends to set up 2MWp On-Grid Captive Solar Power Project
(Ground Mounted) in the premises of IndianOil BP, Tikri Kalan, Delhi, on
EPC/LSTK (Lump-Sum-Turn-Key) basis through qualified selected bidder.
1.2. IOCL intends to select and appoint the LSTK Contractor through open tender
competitive bidding in two-bid system (i.e. PART-I : Techno-Commercial Bid
and PART-II : Price Bid) for the brief Scope of Work mentioned hereinafter.
1.3. The subject tender is an e-tender and available on IndianOil website
https://www.iocletenders.nic.in. The bidding documents are and shall remain the
exclusive property of IndianOil without any right of the Bidder to use them for any
purpose except bidding and with reference to the work.
1.4. The bidder shall submit their offer through e-tendering site as mentioned above,
following the steps in the e-tendering portal. Physical Bid sent through Fax / Email /
Courier / Post will not be acceptable. Bidder is advised to quote strictly as per terms
and conditions of the tender documents for e-bidding and not to stipulate any
deviations / exceptions.
1.5. Bidder is required to obtain a legally valid Class-3 Digital Signature Certificate
(DSC) for its user who is authorized to submit bid on-line from the licensed
Certifying Authority (CA). In case bidder already possesses the digital signature
issued from authorized CA, same can be used in this tender. Further, the bidder
should ensure that the email address given in the Registration Form is valid & active
as all the communications will be made through this e-mail.
1.6. On no account will any person to whom bidding documents are furnished, part with
possession thereof or copy or disclose the provisions thereof or any of them or
disclose or take copies of tracings or of any drawing, plan or route forming part
thereof, it being understood that the information therein is confidential, and that the
bidding documents are therefore being furnished to bidder in strictest confidence.
Page 15 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
3. SITE VISIT
3.1. Bidder shall satisfy himself of the site conditions including Mundka BSES Rajdhani
Substation and shall apprise himself of the procedure for engagement of agencies /
labour and shall collect other relevant information that may be required before
submitting the bid. Claims and objections due to ignorance of site condition will not
be considered after submission of the bid.
3.2. Bidder shall fully acquaint himself as to all conditions and matters, which may in
any way affect the work or the cost thereof. The bidder shall be deemed to have
independently obtained all necessary information for the purpose of preparing the
bid and his bid as accepted shall be deemed to have taken into account all
contingencies as may arise due to such information or lack of the same.
3.3. Bidder shall be deemed to have visited and carefully examine the site and
surroundings including BSES Rajdhani Substation, Mundka to have satisfied
himself about the nature of all existing facilities, infrastructure available for
transport and communications and the access to the site for developing Solar Power
Project.
3.4. Bidder is deemed to have acquainted himself of government taxes, laws structure,
regulations, levies and other charges relating to the tendered work at site.
3.5. Bidder shall obtain all necessary clearances/ permission/ NOCs etc. for development
of Solar Power Project at site.
3.6. Any neglect or omission or failure on the part of the bidder in obtaining necessary
clearances and reliable information upon the forgoing or any other matter affecting
the bid shall not relieve him from any risks or liabilities or the entire responsibility
for completion of the work in accordance with the bid.
Page 16 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
4. TENDER DOCUMENT
The tender document includes the following:-
4.1. PART-I: TECHNO-COMMERCIAL PART
a) Notice inviting tender (NIT)
b) Pre-Qualification Criteria (PQC)
c) Instructions to Bidders (ITB)
d) Special Conditions of Contract (SCC)
e) Job Specifications
f) Annexures
g) Unpriced Price Bid
h) Documents attached separately as per Index
4.2. PART-II: PRICE PART
a) Price bid
Bidder is advised to read carefully all instructions and conditions appearing in this
document and understand them fully. Bidder is expected to examine the tender
documents, including all instructions, and specifications in the tender document.
Bidder shall satisfy himself when he submits his offer against this invitation to bid.
All information required as per the tender document must be furnished. Failure to
furnish all the information required by the tender documents or submission of tender
not substantially responsive to the tender document in every respect may result in the
rejection of the tender.
5. REVERSE AUCTION
5.1. Bidders are informed that Reverse Auction will be conducted for finalizing this
Tender.
5.2. Qualifying Criteria for Reverse Auction:
Page 17 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
5.2.1. Bidder having highest quote (H1 bidder) will be rejected. In case of more than
one H1 bidders (H1 tie), latest bid received (bidder whose bid is received at the
last) out of all H1 bidders will be rejected.
5.2.2. In case of multi-lot auction, item-wise H1 bidder will be disqualified as per the
provision mentioned above.
5.2.3. Intimation by mail/SMS shall be provided to the eligible bidders for Reverse
Auction.
5.3. The lowest price [Price Bid BOQ Basic Cost after Discount (-) or premium (+) or at
par over the estimate value + applicable GST- Input Tax Credit (if any)] shall be
available on the Reverse Auction screen at any point of time during the Auction
process. This displayed price is the evaluated price based on which the lowest bid is
determined as per evaluation criteria of BoQ / Tender Terms & conditions.
Accordingly, the bidder will put his quote in the Auction window if he wants to offer
the reduced price considering the evaluation criteria as per Price Bid (BoQ) / Tender
Terms & Conditions.
5.4. Wherever required, the Evaluation factor/criteria shall be informed to the bidders
before start of RA. In other cases the bidder shall calculate his final evaluated price
as per BoQ or evaluation criteria mentioned in the tender document and quote
accordingly.
5.5. The lowest quote after end of Reverse Auction shall be considered for further
processing.
5.6. IOCL reserves the right to conduct price negotiation with overall L1 bidder based on
price quoted in BoQ and RA.
5.7. In case of tie between two or more bidders at L-1 position, all the L-1 bidders shall
be asked to submit discount in terms of percentage discount over previous quoted
amount in a sealed envelope. It will be an offline activity outside the E-portal. The
bidder with the further highest discount will be considered as L-1. In case there is a
tie again, the bidder with the highest turnover in any of the last 3 years as submitted
against turnover criteria shall be considered as L-1 bidder.
5.8. During evaluation of technical bids and opening of price bids, reverse auction in the
tender, if it is found that any bidder is Blacklisted / holiday listed by Corporation or
MoP&NG, then bid of such bidders will be ignored & will not be further evaluated.
The bidder will not be considered for issue of order even if the party is the lowest
(L1) and BG/EMD made by the party shall be returned. In such situation next lowest
shall be considered as L1.
Page 18 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
5.9. The net amount worked out after taking into cognizance the Quoted Rate plus
indicated GST less ITC (if any) shall be considered as net landed cost in order to
arrive at L1 bidder.
7. BIDDING DOCUMENT
Bidder shall upload the tender document as a token of acceptance of tender
conditions. The bidding documents shall not be transferred to any other agency.
8. SUBMISSION OF OFFER
8.1. Bids shall be based strictly on the terms, conditions and specifications contained in
the Tender document.
8.2. The Tender shall be submitted in “two bid system” in two parts viz. PART-I and
PART-II as detailed below in two separate parts. Full name, postal and telegraphic
address, FAX number of the bidder shall be given as specified. Further, both parts
shall be uploaded separately :
Page 19 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
8.3. All amendments to tender documents issued by Owner subsequently, if any, must be
uploaded along with the Bid. The Bid uploaded by the Bidder shall take into account
all such amendments.
8.5.5. The price shall be firm and no escalation shall be paid. Payment shall be made after
all statutory deductions as applicable to such type of contracts. The rate quoted shall
be deemed to be inclusive of all salaries and other cost, expenses of employees, cost
of spares, and taxes, duties and levies thereof, tools and tackles, insurance, etc. and
liabilities of every description and all risk of every kind to be taken in operation,
maintenance and handing over the project to the Owner. The GST, as applicable
shall be paid by the Owner on actual basis as mentioned in Clause 18 of Chapter-4.
Owner shall not be responsible for any such liability on the bidder in respect of this
contract and exclusion of any applicable taxes other than GST in the bid at
prescribed rates due to ignorance or otherwise shall not form a reason for claiming
anything extra at a later date.
8.5.6. The contract price shall be deemed to be firm and valid for the entire duration of the
contract till the completion of work, and shall not be subject to any adjustment due
to increase in price of materials, utilities, taxes, duties etc. or any other input for
performance of work and the contract. However revision of taxes and duties by
Governments at later date after award of work will be considered during payment as
mentioned in tender.
8.5.7. The bidder shall upload the bid on or before the due date and time set out for the
same.
8.5.8. IndianOil shall not be liable for any obligation until such time IndianOil has
communicated to the successful bidder its decision to entrust the work.
8.6. Submission of information and details shall be done strictly in the manner described.
In case the relevant data/details/information in respect of the above is not furnished
in the technical part, the tender shall be liable for rejection.
8.7. Owner shall not be responsible for any delay in uploading of bids for any reasons
whatsoever.
8.8. Bidder shall check the bid document before submission to ensure that all information
/ documents required for qualification are included.
8.9. Transfer of bid document issued to one prospective Bidder to any other party is not
permissible.
8.10. The Bidder will be deemed to have independently obtained all the necessary
information for the purpose of preparing his bid.
8.11. All costs towards site visit(s), conference(s), preparation and submission of bids
shall be borne by the Bidders themselves.
8.12. After receiving of proposal and till final selection of successful Bidder(s), no
correspondence of any type will be entertained, unless called for by Owner. Any
type of call for clarifications on prices and or rebates shall not be accepted.
8.13. The Bidder must quote the prices in line with the formats provided in the document.
Page 21 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
9. CONSORTIUM
Bids submitted by a Consortium shall NOT be accepted. Experience of only bidding
entity will be considered for qualification.
10. DEVIATIONS
Bidders are advised to submit offers strictly based on the terms and conditions and
specifications contained in the bid documents. This is a “Zero Deviation” bidding
process. Bids with any deviation to the bid conditions shall be liable for rejection.
The bidder has to submit the undertaking as per Annexure-10.
The bid shall be summarily rejected if Bid security declaration in lieu of EMD is not
uploaded in e-Tendering portal on or before Tender submission date and time.
Page 22 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
12.1. Tender submitted by the bidder shall remain valid and open for acceptance for a
period of not less than 6 (six) months from the last date of bid submission.
However, IndianOil reserves the right to cancel such tender and refloat the same.
12.2. In exceptional circumstances, prior to expiry of the original bid, the owner may
request the Bidder for a specified extension in the period of validity. The request and
the responses thereto shall be made in writing or by fax/ e-mail. A Bidder may
refuse the request without forfeiting his bid security. A Bidder agreeing to the
request will not be permitted to modify his bid, but will be required to extend the
validity of his bid security correspondingly. The provisions of discharge and
forfeiture of bid security shall continue to apply during the extended period of the
bid validity.
12.3. The bid and rates offered for Part-B of Scope of Work shall remain valid for a period
not less than 48 months from date of successful completion of Part-A of the Scope
of Work.
Page 23 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
conformity of the bids with respect to the Instruction of Bidder (ITB) requirements.
Prior to evaluation of Bids, IOCL shall determine whether each Bid is responsive to
the requirements of the tender. A Bid shall be considered responsive only if:
a) It is received as per the formats specified;
b) It is received by the Bid Due Date including any extension thereof;
c) It is accompanied by EMD as specified in tender;
d) It contains all the information (complete in all respects) as requested in this
Bidding Documents (in formats same as those specified);
e) It does not contain any condition or qualification or deviations.
15.3. IOCL reserves the right to reject any Bid which is non-responsive and no request for
alteration, modification, substitution or withdrawal shall be entertained by the
Company in respect of such Bid.
15.4. IOCL may waive any minor informality, non-conformity or irregularity in a Bid
which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any Bidder.
15.5. Prior to the detailed evaluation, the IOCL will determine the substantial
responsiveness of each Bid to the Bidding Documents. A substantially responsive
Bid is one which conforms to all the terms and conditions of the Bidding Documents
without deviations. The Company’s determination of a Bid’s responsiveness is to be
based on the contents of the Bid itself without recourse to extrinsic evidence.
15.6. If the Bid is not substantially responsive, it will be rejected by the IOCL and may
not subsequently be made responsive by the Bidder by correction of the
nonconformity.
Page 24 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
1.0 The PP-MII Order 2017 (including amendments) shall be applicable for
procurements of Goods, Works and Services. Therefore, same shall be applicable
for this tender.
1.2 The supplier classification, margin of purchase preference along with broad
allocation, exemption limit for purchases and eligibility of suppliers for different
types of procurement shall be as follows
SN Description Details
1 Supplier Classification:
b) Only Class-I local supplier and Class-II local supplier shall be eligible
to bid in procurements undertaken by procuring entities, except where
Global tender enquiry has been issued. In global tender enquiries, Non
local suppliers shall also be eligible to bid along with Class-I local
suppliers and Class -II local suppliers
Page 25 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
SN Description Details
procurement.
Subject to the provisions of the PP-MII Order 2017 and to any specific
instructions issued by the Nodal Ministry or in pursuance of the Order,
purchase preference shall be given to Class -I local supplier in
procurements undertaken by procuring entities as per the eligibility of
suppliers for different types of procurement in the manner specified
hereunder:
i) Among all qualified bids, the lowest bid shall be termed as L1. If
L1 is Class -I local supplier, the contract for the full quantity will be
awarded to L1
iii) In case such lowest eligible Class -I local supplier fails to match the
L1 price the Class -I local supplier with the next higher bid within
the margin of purchase preference shall be invited to match the L1
price and so on , and contract shall be accorded accordingly. In
case none of the Class -I local supplier within the margin of
purchase preference matches the L1 price, the contract may be
awarded to the L1 bidder.
a) The Class-I local supplier/Class-II local supplier at the time of tender, bidding
or solicitation shall be required to indicate percentage of local content and
Page 26 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
provides self -certification that the item offered meets the local content
requirement for Class-I local supplier/Class-II local supplier , as the case may
be. They shall also give details of the location(s) at which local value addition
is made as per the formats given in the tender.
A supplier who has been debarred by any procuring entity for violation of this
Order shall not be eligible for preference under this Order for procurement by any
other procuring entity for the duration of the debarment. The debarment for such
other procuring entities shall take effect prospectively from the date on which it
comes to the notice of other procurement entities, in the manner prescribed under
Clause 9h. of the Order.
Entities of countries which have been identified by the nodal Ministry/ Department
as not allowing Indian companies to participate in their Government procurement
for any item related to that nodal Ministry shall not be allowed to participate in
Government procurement in India for all items related to that nodal
Ministry/Department , except the list of items published by the
Ministry/Department permitting their participation.
The term entity of a country shall have the same meaning as under the FDI policy
of DPIIT as amended from time to time.
1.5 All Bidders participating in the tender shall submit LC declaration against
qualifying as Class I, Class II or Non-Local supplier. The formats for Bidders
Declaration /Undertaking on classification regarding Local Content (LC) are
provided in the tender.
Page 27 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
A. The Preferential Bidding module has been implemented in the e-tender portal
(NIC) wherein bidders eligible for availing preferential treatment are required
to update their profile by selecting the option for preferential bidder under “MY
ACCOUNT MENU” before submission of bids. After selecting this option, the
bidders are supposed to upload the supporting document for preferential
bidding. A pop up message warning that bidders will not be allowed purchase
preference ( MSE as well as PP-LC bidders) if they do not update the necessary
details is also displayed at the time of bid submission in the e-portal (NIC). It
may be noted that in tenders where preferential bidding is allowed, Bidders will
be able to claim preferential treatment benefit only if they have declared
themselves as preferential bidder in their profile.
Page 28 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
C. It is to be noted that for availing purchase preference , bidders must update the
necessary details in their profile in My Accounts Menu in the e-tender (NIC)
portal. Bidders who have updated details in bidder profile under any of the
preference categories will get option to avail preferential benefit and upload
supporting document for availing preferential benefit, based upon the tender
provisions regarding applicable preference categories.
D. Further bidders who do not claim preferential benefit at the designated section
of e-tender (NIC) portal while participating in the tender, shall not be
considered for any preferential benefit in that tender even if supporting
document for availing preferential benefit has been submitted along with the
tender . In all such cases , bidder shall be treated as a Non preferential bidder for
the purpose of availing purchase preference.
technically qualified bidder and the date and time of meeting shall be conveyed to all
the technically qualified Bidders. Representatives of the bidders shall attend the pre-
price bid meeting for resolving outstanding issues, if any, and for other mutual
clarifications.
Page 30 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Bids shall be based strictly on the terms, conditions and specifications contained in
the Bid documents. Any deviation and exceptions taken to terms and conditions of
the Bid documents is not allowed.
All correspondences from owner regarding clarifications during techno-commercial
evaluation of the bid and mutually accepted deviations to tender document shall be
concluded as “Agreed Variations”. The “Agreed Variations” shall form part of the
contract and all other correspondences in this regard will be treated as null and void.
Bidder shall, however, confirm compliance to following Bidding document clauses
unconditionally and no deviation whatsoever to the following clauses shall be
acceptable:
I. Bid Validity
II. Termination of Contract
III. Price discount due to delay in works
IV. Arbitration
V. Earnest Money Deposit/ Bid Security
VI. Suspension of work
VII. Performa of all Bank Guarantees
their end. Payment shall be released through e-banking only. Bidder shall submit the
bank details for e-payment.
24.3. The payments would be made after applicable tax deductions at source.
24.4. No advance of any sort shall be payable under this Tender.
24.5. The Contractor shall submit bill(s) in the format prescribed by IOCL. Contractor
shall raise all the bills in the name of IOCL, specific to location or State/Head-Office
as mentioned in the Letter of Award (LoA) and/or Contract Agreement.
24.6. IOCL shall effect payments to the vendors through cheques or E-payments at its
discretion, during operation of the said contract/PO/WO.
24.7. IOCL shall release the payments within 30 days of submission of bills complete in
all respect, subject to acceptance of the work by IndianOil.
25. NEGOTIATIONS
Negotiation shall not be done as a matter of routine. However, IndianOil reserves the
right to conduct negotiations with the lowest bidder.
Page 32 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 33 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
32.3. Contract documents for agreement shall be prepared after award of work as
intimated to the successful bidder by a Letter of Acceptance. Until the final contract
documents are prepared and executed, the bidding document together with the
annexed documents, modifications, deviations agreed upon by IOCL and Bidder’s
acceptance thereof shall constitute a bidding contract between the successful Bidder
and IOCL.
32.4. The statement of Agreed Variations, if any, shall be prepared based on the finally
retained and agreed deviations, all relevant correspondences, minutes of meetings,
addendum/ amendments issued by IOCL prior to issue of Letter of Acceptance. Any
deviations of stipulations made and accepted by IOCL after award of the job shall be
treated as amendments to the contract documents made as above.
33. INDIGENISATION
Bidder shall make maximum possible utilization of indigenous manufacturing
facilities and other services/ expertise available for their project implementation
plans. It is, therefore, essential that as a preliminary exercise, bidders should explore
potential available indigenously for utilization of manufacturing facilities and other
various products/ equipment/ material of Indian origin conforming to specifications
as well as construction expertise available indigenously and associate experienced
Indian Agencies under overall supervision.
34. SUBCONTRACT
The Bidder shall obtain IndianOil 's prior approval in writing before entering into a
Sub-contract for the performance of any part of the Services, it being understood (i)
that the selection of the Sub-Contractor shall have been approved in writing by the
IndianOil prior to the execution of the sub-Contract, and (ii) that the contractor shall
remain fully liable for the performance of the Services by the Sub-Contractor and its
Personnel pursuant to this Agreement.
Page 34 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
CHAPTER 4
SPECIAL CONDITION OF CONTRACT (SCC)
Page 35 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
1. GENERAL
1.1. Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of Contract (GCC), Job Specifications, drawings and any other document
forming part of this contract, wherever the context so requires.
1.2. Notwithstanding the sub-division of the documents into these separate parts and
volumes, every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the contract in so far
as it may be practical to do so.
1.3. Where any portion of the GCC is repugnant to or at variance with any provision of the
SCC, then the provision of the SCC shall be deemed to override the provisions of the
GCC and shall, to the extent of such repugnance or variations, prevail.
1.4. Wherever it is mentioned in the specifications that the Contractor shall perform certain
works or provide certain facilities, it is understood that the Contractor shall do so at his
own cost, being deemed to be part of the relevant item in the SCHEDULE OF RATES /
BOQ (SOR) whether expressly stated or not.
1.5. The materials, design and workmanship shall satisfy the relevant Indian Standards, the
specifications contained herein and codes referred to. Where the specifications stipulate
requirements in addition to those contained in the standard codes and specifications,
these additional requirements shall also be satisfied.
1.6. In so far as the contract does not deal with or provide by expression or implication for
any aspect or specification with respect to the product(s) or any of them or with respect
to any other matter or thing required to be furnished, done or supplied relative thereto
or for the delivery thereof according to the contract, the internationally accepted
relevant specification, standard of workmanship and/or codes or practices, as the case
may be, shall apply. In the event of any doubt or ambiguity relative thereto, the
Contractor shall seek the clarification of IOCL.
2. DEFINITIONS
The following expressions hereunder and elsewhere in the Contract documents used
and their grammatical variations shall unless repugnant to the subject or context
thereof, have the following meanings hereunder respectively assigned to them, namely:
2.1. “Bidder / Tenderer” shall mean the company, who has submitted their bid
individually, against this tender document to Indian Oil Corporation Ltd. (IOCL) and
includes the Bidders’ legal representative, his successors and permitted assignors.
2.2. “BOQ” shall mean Bill of Quantities.
2.3. “Contractor” means any person, company, firm or body who may be engaged by the
Owner for works and services connected with the Project.
Page 36 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
2.4. “Engineer In-charge (EIC)” shall mean Engineer responsible for the execution of the
work of Solar Power Project.
2.5. “GCC” shall mean General Conditions of Contract.
2.6. “Owner” shall mean Indian Oil Corporation Limited.
2.7. “PGT” shall mean Performance Guarantee Test as described in Clause 10.4
2.8. “SCC” shall mean Special Conditions of Contract.
2.9. “SHO” shall mean Site Handing Over.
2.10. “SOR” shall mean Schedule of Rates.
2.11. “PMC” shall mean Project Management Consultant hired by IOCL to assist IOCL in
total Project Management of the proposed project.
3.2. Part-B: Operation & Maintenance of plant and power evacuation infrastructure for a
further period of 4 years from the date of completion of work mentioned in Part-A.
The detailed scope of work to be carried out under this contract is defined in
Chapter-5 (Job specifications).
4. SITE DETAILS
4.1. Site location and access
Page 37 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 38 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
6.4.2. The Government of India, Ministry of Labour & Employment has developed
Shram Suvidha Portal (https://shramsuvidha.gov.in/home) to bring about
transparency and ease in the system of compliance with labour laws. The portal
Inter-alia provides for labour Identification Number (LIN) to each unit and
common Annual Return under eight Central acts enforced by Chief Labour
Commissioner(C) in central sphere. Contractor to register the project on the
portal, obtain LIN and file annual return.
6.5. All expenses towards mobilization at site and demobilization including bringing in
equipment, work force, materials, dismantling the equipment, clearing the site after
completion of work and laisoning with the State Grid and other concerned departments,
if required, etc. shall be deemed to be included in the prices quoted and no separate
payments on account of such expenses shall be entertained.
6.6. Contractor may have to work in energized or partly energized conditions. In such cases,
it shall be the responsibility of the Contractor to arrange for necessary permits or shut
downs and provide skilled and responsible persons for the execution of works.
Contractor shall organize his works during the shutdown periods properly and complete
the programmed works within the time given. Contractor shall not be paid any extra
payments for working under the above said circumstances.
6.7. It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipments, scaffoldings and safety gadgets, cranes and other
lifting tackles, tools and appliances to perform the work in a workman like and efficient
manner and complete all the jobs as per time schedules. However, if any equipment/
facility are provided by Owner, the same shall be on chargeable basis.
6.8. Procurement and supply, in sequence and at the appropriate time, of all materials and
consumables shall be entirely the Contractor's responsibility and his rates for execution
of work shall be inclusive of supply of all these items.
6.9. In case any material is issued by the Owner, then it will be properly used and
maintained. Subsequent to completion of its use, it will be returned to Owner in good
condition. In case of damage or misuse of such stores, Owner will recover the cost from
the Contractor from the payments due to the Contractor.
For O&M period contractor shall depute team of qualified personnel to undertake
O&M activities for the plant. One graduate engineer with min. 4 yrs.experience in
electrical maintenance shall be deputed as O&M incharge. During operation of the
plant min. 2 person of which one shall be diploma in electrical engineering and one
Page 39 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
shall be I.T.I. shall be deputed. During night hours min. 1 person (Diploma Holder in
electrical engineering) shall be deputed. For maintenance purpose scheduled as well as
breakdown persons with relevant experience to be deputed as per schedule and as &
when required. Contractor should have the required licence to work at the maximum
voltage level and shall submit the same. Further an undertaking to be provided by the
contractor for suitability of deputed manpower for working at 33 KV voltage level.
Contractor shall depute one graduate engineer as safety officer during project
execution. It will be his responsibility to ensure safe work practices are followed during
project installation and commissioning. During O&M phase Contractor to nominate
one safety officer out of the O&M team deputed.
During O&M phase regular trainings to be organised at site level for O&M staff, record
of which is to be maintained.
Page 40 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
9. WORK SCHEDULE
9.1. Upon award of work, the Contractor shall provide detailed work schedule to the
Engineer-in-Charge (EIC) covering all activities related to supply, installation, testing
and commissioning falling under the scope of work in the kick-off meeting.
9.2. There would be a kick-off meeting with the contractor within 15 days from the date of
LOA, where in the contractor would present the detailed action plan, work plan
schedule, critical/long delivery item plan, etc. along with the weekly review schedule.
9.3. Detailed Timelines for work completion shall be discussed and finalised by Contractor
after Award of Work.
10. GUARANTEES
10.1. Security Deposit
10.1.1. In partial modification of Clause 2.1.0.0 & Clause 4.4.0.0 of the General Conditions
of Contract, the Contractor shall within 15 days from the date of issue of the LOA,
furnish Security Deposit.
10.1.2. Same shall be @ 3% OF WORK ORDER AMOUNT in line with GOI Office
Memorandum no 9/4/2020-PPD dated 12.11.2020 on reduction in Performance
Security from existing 5-10 % to 3% of contract value
10.1.3. Initial Security Deposit which was earlier calculated at 2.5%. Shall be calculated
at 1% of contract value (exclusive of taxes). Balance Amount shall be deducted
at 2% of RA Bills
10.1.4. Same is to be in the form of Bank Guarantee (BG) towards Contract Performance
Guarantee (PG) for commissioning of the full capacity of the project, establishment
of PGT and for performance of 1 year inclusive O&M. Security Deposit shall be
payable online through Net Banking / NEFT / RTGS. Security Deposit may be
furnished through Bank Guarantee (BG) from any nationalized / scheduled Bank in
the prescribed format (Annexure-12), provided the amount of Security Deposit is
not less than Rs.1,00,000/- (Rs. One Lakh only).
10.1.5. The above BG towards Security Deposit cum Performance Guarantee shall be valid
in the first instance for a period of not less than 24 months from date of LOA.
10.1.6. If the total value of the Guarantee amount becomes deficient at any time till
commissioning of project, the Contractor shall make up the deficiency within 10
(ten) days of such occurrence, by paying (or furnishing a BG in case Security
Deposit was furnished through BG) for the deficient amount, failing which, the
Owner shall be entitled to make up the deficiency by adjustment recovery from the
Running Bills or any other amount payable.
Page 41 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
10.1.7. For the Operations & Maintenance (O&M) contract period (Part-B), the BG (1% of
the total contract price for Part-A of Scope of Work shall be furnished within one (1)
month prior to the completion Part-A of Scope of Work. BG, if applicable, towards
Security Deposit for O&M shall be valid in the first instance for a period of not less
than 15 (fifteen) months. The Bank Guarantee shall be renewed every year during
the O&M period with the same validity of 15 (fifteen) months within one (1) month
prior to the completion of previous O&M period.
10.1.8. BG, if applicable, shall be submitted by the Contractor as per format given in
Annexure-12 from any scheduled bank in India or any foreign bank operating in
India under the rules of Reserve Bank of India.
10.1.9. SD shall be returned to the Contractor after the validity is over and all the
obligations of the contractor under the contract have been met.
10.1.10. If the completion of work of Part-A is delayed beyond schedule or there is short-fall
in performance of Part-B, the owner will recover the penalty as described in Clause
38 from pending bills, if any, else through SD submitted by the Contractor.
Page 42 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
omission of the Contractor, which may develop under normal use of the supplied
goods in conditions obtaining in the country of final destination.
10.3.5. The Contractor shall replace/ repair to the satisfaction of the Owner any defective
parts in the Goods of his own manufacture or those of his subcontractor’s under
normal use and arising solely from faulty design, materials and/or workmanship.
10.3.6. If it becomes necessary for the Contractor to replace or renew any defective
equipment/ component/ part/ material of the Solar Power Project (during the
warranty period), the provision of this Clause shall apply to items so replaced or
renewed until the expiration of defect liability period/warranty period, whichever is
greater. If any defects are not remedied within thirty (30) days from the date of
notice by the Owner, Owner may proceed to do the work at the Contractor’s risk and
cost, but without prejudice to any other rights, which the Owner may have against
the Contractor in respect of such defects.
10.3.7. The repaired or new parts will be furnished and erected free of cost by the
Contractor. If any repair is carried out on his behalf at the Site, the Contractor shall
bear the cost of such repairs.
10.3.8. The cost of any special or general overhaul rendered necessary during the
maintenance period due to defects in the plant or defective work carried out by the
Contractor, the same shall be borne by the Contractor.
10.3.9. The acceptance of the Goods by the Owner shall in no way relieve the Contractor of
his obligation under this clause.
10.3.10. Timely replacement/ repair of the defective part would be at contractor’s cost.
10.3.11. At the end of the warranty Period, the Contractor’s liability ceases except for latent
defects.
10.3.12. The Photo-voltaic Modules shall have product warranty of minimum 10 years and
performance warranty of 25 years from date of commissioning and the inverters /
PCUs shall be warranted for 5 years from date of commissioning and the
Microprocessor-based Remote Monitoring System for data acquisition shall be
warranted for minimum 5 years. All Switchgears, transformers and other electrical
equipments shall have warranty of min. 1 year or as per the manufacturer’s standard
warranty whichever is higher. All warranty shall be from date of plant
commissioning.
10.3.13. All Photo-voltaic Modules should carry a linear performance warranty from second
year. The solar PV modules offered should not degrade more than 2.5% for first year
and not more than 0.7% from second year of its rated power. During the first 10
years and entire life span of 25 years the solar modules should not degrade more
than 10% and 20% of its rated power respectively.
10.4. Performance Certificate
Page 43 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Minimum three years satisfactory performance certificate to be submitted for all the
equipments (Inverter, switchgears, battery & battery charger, SCADA, transformer
etc.) offered for the project. Certificate shall be for the offered model of same or
higher capacity. Contact details of the customer from whom the equipment
performance certificate is obtained shall be shared with owner.
10.5. Performance Guarantee Test (PGT)
Initiation of PGT to establish quality of Solar PV System installed shall be upon prior
intimation to EIC.
The performance of the solar PV system installed shall be established through
Performance Ratio (PR) test as described in Annexure-16 (Performance Evaluation). To
establish successful PGT, minimum 78% (as described in Annexure-16) of PR shall be
established. In case of failure to establish the PGT during first test period, the
contractor may initiate the next test period for establishing the PGT upon prior
intimation to EIC. The contractor shall have to establish the successful PGT of installed
system within 3 months from the date of project commissioning.
10.6. Yearly Performance Evaluation
Yearly Performance Evaluation shall be done in the last month of every year during
execution of 1-Year O&M of Part-A as well as during the execution of Part-B of the
contract as described in Clause 3 of SCC. Yearly Performance Evaluation Tests shall
be carried out as described in Annexure-16. The plant availability during O&M stage
should be greater than 97% excluding non-availability due to factors beyond control
of contractor.
Page 44 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
format for schedule of rate can be found in Chapter-8 of Part-I for reference and no
quotes are to be filled in the same. The quotes are to be filled in format given in Part-II
of this Tender document.
11.2. The rates stated in the SCHEDULE OF RATES / BOQ shall not be subject to
escalation or increase on any account whatsoever, other than taxes and duties as
mentioned in Clause 18 of this Chapter.
11.3. Complete contents of the Price Bid / SOR shall be made available in the un-priced offer
with the words "Quoted" (but not the actual prices) at the places wherever prices are
there in the priced part of offer. If the price quote is made in the un-priced offer, the bid
shall be liable for rejection.
11.4. The Bidder shall quote prices for the total services mentioned in the Scope of Work. It
will be the responsibility of the bidder to supply all materials/ Equipments required for
completion of work as per contract, irrespective of whether all items are identified in
Schedule of Rates / BOQ.
11.5. Items in the SOR / BOQ – include EPC of Solar Power Generating System inclusive
of 1-Year Comprehensive O&M and its further Comprehensive O&M for 4 Years”
which includes Part-A(1), Part-A(2) and Part-B of the Scope of Work..
Page 45 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 46 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
of Part-A(2) of the
Scope Of Work
Twenty Five percent After first quarter, upon EIC’s concurrence for satisfactory
(25%) performance of O&M activity as per the O&M checklist,
duly approved by EIC at the start of O&M activity, and
production of the following documents:
PGT has been successfully established and joint
certification of Performance ratio (PR) of the plant
has been done
Record of faulty components/ sub-systems, if any,
repaired or replaced during the quarter.
Record of O&M carried out by the Contractor during
the quarter as per schedule approved by EIC/Owner
representative.
A certificate for compliance to the existing laws for
employment of the manpower, and payments for
statutory taxes and duties, as applicable.
Twenty Five percent After second quarter, upon EIC’s concurrence for
(25%) satisfactory performance of O&M activity as per the O&M
checklist, duly approved by EIC at the start of O&M
activity, and production of the following documents:
Record of faulty components/ sub-systems, if any,
repaired or replaced during the quarter.
Record of O&M carried out by the Contractor during
the quarter as per schedule approved by EIC/Owner
representative.
A certificate for compliance to the existing laws for
employment of the manpower, and payments for
statutory taxes and duties, as applicable.
Twenty Five percent After third quarter, upon EIC’s concurrence for satisfactory
(25%) performance of O&M activity as per the O&M checklist,
duly approved by EIC at the start of O&M activity, and
production of the following documents:
Record of faulty components/ sub-systems, if any,
repaired or replaced during the quarter.
Record of O&M carried out by the Contractor during
Page 47 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 48 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
12.2.3. Each stage of payment as indicated here-in-above shall be applicable only when the
work has been accepted in accordance with the contract specification up to that particular
stage.
12.2.4. The payment against supply of equipment/material at site will be made by the Owner
only after obtaining an undertaking from the Contractor that such equipment and
materials will be incorporated for the works covered under this contract and will not be
taken out without Owner’s prior permission.
12.2.5. All payments will be made in Indian Rupees only.
12.2.6. Payment shall be released through e-banking only.
12.2.7. The payment of O&M charges shall be made on quarterly basis after deduction of
leviable taxes and adjustment of dues payable to owner. The owner will be billed by the
Contractor/ Operator promptly following the end of each quarter of O&M period.
12.2.8. The O&M charges shall be quoted with applicable GST showing separately.
Page 49 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
13.2.2. For Solar PV Module, Inverter/PCU, Cables, SMBs, Transformers, Switchgear, RMU
Panel, CTs/PTs, Batteries and MMS, the OEM must have a manufacturing with
testing facility in India.
For Solar PV Modules and Inverter/PCU, the contractor shall ensure that the OEM is
maintaining minimum percentage of local content as mentioned in Office
Memorandum of Government of India, Ministry of New & Renewable Energy vide F.
No. 146/57/2018-P&C dated 11.12.2018. In line with the Clause-4 of the office
memorandum for verification of local content/Domestic value addition, the contractor
shall be required to arrange and provide self certification from OEM that the items
being offered meets the minimum local content giving details of locations at which
the local value addition is made and if applicable as per the clause, a certificate from
the statutory auditor/cost accountant of OEM / a practicing statutory auditor/cost
accountant giving the percentage of local content.
No make other than that specified in Annexure-18 shall be allowed for Cables,
Connectors, Switchgear, RMU Panels, CT/PT and Trivector Meters. However, if
successful bidder is OEM for any component other than these components, use of
the same may be allowed subject to compliance of tender conditions and on approval
from owner.
Page 50 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 51 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 52 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
15.1. The Contractor shall be responsible for the true and proper setting out of the works and
for the correctness of the position and levels, dimension and alignment of all parts of
the works and for the provision of all necessary instruments, appliances and labour in
connection therewith.
15.2. If at any time during the progress of the work, shall any error appear or arise in the
position, level, dimension or alignment of any part of the works, the Contractor shall at
his own expense rectify such error to the satisfaction of EIC or the Site Engineer.
15.3. The checking of any setting-out or of any line or level by the EIC or the Site Engineer
shall not in any way relieve the Contractor of his responsibility for the correctness
thereof and the Contractor shall carefully protect and preserve all bench marks, pegs
and other things used in setting out the works.
Page 53 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 54 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
and prices set forth in this Contract shall be inclusive of any taxes required to be
deducted or withheld.
18.9. New Taxes: In the event that there is any new indirect tax, introduced as a result of a
new legislation, after the bid closing date, IOCL shall compensate the Bidder for such
new tax, provided that the Contractor can substantiate the same with adequate
documentation.
18.10. Any increase / decrease in such taxes after the date of submission of price bid but
within the contractual completion / mobilization date as stipulated in the Contract will
be to the account of IOCL.
18.11. Any increase in the duties and taxes after the contractual completion / mobilization
date during the extended period will be to the Contractor’s account, where delay in
completion /mobilization period is attributable to the Contractor. However, any benefit
of decrease in duties and taxes after the contractual completion / mobilization date will
be passed on IOCL.
19. INSURANCE
The contractor shall arrange insurance to cover all risks in respect of personnel,
materials and equipment belonging to the contractor or its subcontractor during the
currency of the contract. The contractor shall indemnify IOCL for all the losses, if any,
during contract period.
19.1. Insurance during Supply, Erection and Commissioning
19.1.1. Contractor shall at his own expenses effect insurance to the supplies, transit,
personnel and all other related activities to the satisfaction of the Owner as follows
including all third party risks. A copy of all such policies will be given to the Owner.
Owner shall be informed of such insurance policies. The policy shall remain valid
until commissioning of the Solar Power Project. Thereafter, Owner shall maintain a
comprehensive insurance policy for the plant.
19.1.2. Insurance to cover marine & transit insurance.
19.1.3. Insurance to cover storage cum erection cum commissioning policy with IOCL as
beneficiary.
19.1.4. Insurance to cover third party liability along with an undertaking indemnifying
Owner from any such claim.
19.1.5. The insurance to cover any consequences arising out of pilferage, theft, burglary by
the contractor
19.1.6. Workmen compensation and /or group personal accidents Insurance policy covering
its employees and workers including Sub contractor
Page 55 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
19.1.7. Contractor shall also effect and maintain any other insurance that may be required
under any law or regulation or practice from time to time.
19.1.8. The Contractor shall take all reasonable precautions to prevent fire of any nature in
the general area of his operations and he shall be responsible for all damage from
fires due directly or indirectly.
19.1.9. Operator shall provide insurance, which shall cover among other things, fire,
earthquake, and flood damage and deductibles thereon. Machinery breakdown
insurance and deductibles / excess thereon for modules, inverters, PCUs, other
auxiliaries and complete Solar Power Project.
19.2. Transit insurance
19.2.1. Contractor shall at his own expenses effect insurance from Insurance Agencies to the
supplies, transit, personnel and all other related activities to the satisfaction of the
Owner as follows including all third party risks. A copy of all such policies will be
given to the Owner along with. Owner shall be informed such insurance policies.
19.2.2. Insurance to cover marine, transit cum storage cum erection cum commissioning
policy.
19.2.3. Insurance to cover third party liability of appropriate value along with an
undertaking indemnifying IOCL from any such claim.
19.2.4. Contractor shall also effect and maintain any other insurance that may be required
under any law or regulation or practice from time to time.
19.2.5. The Contractor shall take all reasonable precautions to prevent fire of any nature in
the general area of his operations and he shall be responsible for all damage from
fires due directly or indirectly.
19.3. Insurance during Operation and maintenance
Operator shall provide or obtain and maintain in force throughout the period of O&M
the following insurance coverage:
19.3.1. Insurance to cover third party liability along with an undertaking indemnifying
IOCL from any such claim.
19.3.2. Workmen compensation and /or group personal accidents Insurance policy covering
all its employees and workers including sub operator.
19.3.3. Fire and allied perils including earthquake, flood, storms, cyclone, tempest, theft &
burglary, insurance policy shall be taken by the Owner regularly immediately after
commissioning. In case of any loss/claim under the policy, Operator shall
immediately inform the same to the owner, take necessary steps required to be taken
at site and assist in filing and realizing the claim.
Page 56 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
19.3.4. It shall be the responsibility of the operator to operate and maintain the solar power
plant and all the associated equipments at his own cost for the quoted O&M period
for which the owner shall pay the agreed O&M charges only. Any replacement /
repair / modification of any item / equipment shall be carried out by the Operator at
his own cost for the quoted O&M period so as to have minimum plant downtime
irrespective of the fact that whether the contractor takes the comprehensive
insurance policy or not. The owner shall not be responsible for any break down/
failure of any equipment to any reason thereof except for Force majeure / Fire &
Allied Perils Events or extraneous reasons.
19.3.5. The scope / type / form of insurance cover mentioned elsewhere in this tender, for
the scope of the project for the quoted O&M period, would be superseded by this
Clause.
Page 57 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
immediately take all necessary actions to contain, control, recover or disperse the
substance and to eliminate the safety and environmental risks and correct the damages
resulting there from.
22.1. Adherence to safety procedures and practices
Contractor shall ensure that the prudent industrial safety measure, applicable to the
plant as per the norms and statutory requirements are adhered to during the EPC as well
as O&M phase. In case of accidents depending on the seriousness of injury etc. in
addition to the hospitalisation/ Treatment charges and Group insurance amount,
compensation shall be paid by the Contractor to the affected person/ his family
members in presence of EIC as per Workmen Compensation Act.
22.2. Safety practices while working at height
Contractor shall ensure that the prudent safety measure, applicable to the plant as per
the norms and statutory requirements are adhered to during the EPC as well as O&M
phase.
Page 58 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Wash room
Page 59 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Such use shall neither relieve the Contractor or any of his responsibilities under the
contract, nor act as waiver by the Owner of the conditions thereof. However, if in the
opinion of the Owner, the use of the work or the part thereof delays the completion of
the remainder of the work, the Owner may grant such extensions of time as it may
consider reasonable. The decision of the Owner in the matter shall be final. The
Contractor shall not be entitled to claim any compensation on account of such use by
the Owner.
Page 60 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
been so completed and have passed the said tests and the Owner shall be deemed to
have taken over the works on the date so certified.
Page 61 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 62 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
33.2. Contractor shall obtain other statutory approvals/ clearances, if and wherever required,
from government departments but not limited to the following:
a) State renewable energy development agency
Page 63 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 64 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Page 65 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
noncompliance of Prudent Utility Practices or that may have been noticed or developed
during/after the plant has been taken over, the period allowed for carrying out such
works will be normally one month. If any defect could not be remedied or plant
dependable achievement capacity in accordance to the norms of manufacturer could not
be achieved within a reasonable time, the Owner may proceed to do the work at
operator’s risk & expense and deduct from the final bill such amount as may be decided
by the Owner.
37.2. All the aforesaid safeguards/rights provided for the Owner shall not prejudice its other
rights/ remedies elsewhere provided herein and/ or under law.
If the project commissioning is delayed due to any reason other than force majeure
delay discount as per above paragraph will be deducted from pending bills, if any,
else through SD submitted by the Contractor.
38.2. Price Discount for non-achievement of required performance ratio during PGT
The price discount applicable at the end of Performance Guarantee Test for the
guaranteed minimum Performance Ratio of 78% as described in Annexure-16 upon
tests shall be as follows:
If the actual performance ratio for the Plant is less than the guaranteed PR as mentioned
in Annexure-16 at PGT, the owner shall have the right to claim price discount from the
Contractor: 2% of the total contract amount for Part-A (as described in Clause 3.1 and
11.6 of the SCC) for each percentage point of reduction of the Plant's actual measured
Page 66 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
performance ratio below the Guaranteed Performance ratio on pro rata basis. The
evaluation of Performance Guarantee Test is as per Annexure-16.
38.3. Price Discount for non-achievement of required performance ratio during 1-Year
Inclusive Operation & Maintenance of Part-A (Clause 3 of this Chapter)
If the actual performance ratio for the plant is less than the guaranteed performance
ratio in Yearly Performance Evaluation Test during the 1-Year Inclusive O&M period
as described in Annexure-16, the owner shall have the right to claim price discount at
the rate of 0.1% of the total contract amount for Part-A (as described in Clause 3.1 and
11.6 of the SCC) for reduction of each % of reduced PR against set guaranteed value on
pro-rata basis.
The evaluation of Yearly Performance Evaluation is as per Annexure-16.
38.4. Price Discount for non-achievement of required performance ratio during
Operation & Maintenance as described in Part-B of Clause 3.2
If the actual performance ratio for the Plant is less than the guaranteed performance
ratio in Yearly Performance Evaluation Test as described in the Annexure-16, the
owner shall have the right to claim price discount at the rate of 0.1% of the total
contract amount for Part-A (as described in Clause 3.1 and 11.6 of the SCC) for
reduction of each % of reduced PR against set benchmark value on pro rata basis.
The evaluation of Yearly Performance Evaluation is as per Annexure-16.
39.1. Applicability of Net-Metering facility within the Scope of Work of this Tender
Net-Metering facility shall be applicable within the Scope of Work. Contractor shall
ensure successful applicability of Net-Metering Facility as per the State
Authority/Technical requirements laid down and as detailed in Job Specifications
(Chapter-6). The contractor shall ensure signing of net-metering agreement between
the Owner and concerned electricity DISCOM/authority and all approvals required for
the same must be obtained by the contractor within project timelines.
Page 67 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Clause
Description
No.
DEFINITIONS
GENERAL
Where any portion of the GCC/any other section of tender, is repugnant to or at variance with
any provision of the Standard Taxation Condition (STC), then the provision of the STC shall
1
be deemed to override the provisions of the GCC and shall, to the extent of such repugnance
or variations, prevail.
For the purpose of this STC, the term “tax” in addition to tax imposed under CGST (Central
Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/ GST
2
Compensation Cess Acts, also includes any duties, cess or statutory levies levied by central or
state authorities.
Rate variation in Taxes and any new promulgated taxes after last date of the submission of
price bid only on the final product and/or services (applicable to invoices raised on IOCL)
within the contractual delivery date /period (including extension approved if any) shall be on
IOCL’s Account against submission of documentary evidence.
Further , in case of delay in delivery of goods and/or services, any upward rate variation in
3 Taxes and any new promulgated taxes imposed after the contractual delivery date shall be to
the Seller’s / Contractor’s Account.
Similarly in case of any reduction in the rate(s) of the Taxes between last date of submission
of price bid relevant to the Contract and the date of execution of activities under the contract,
the Contractor shall pass on the benefit of such reduction to IOCL with the view that IOCL
shall pay reduced duty/Tax to Govt.
Wherever any escalation / de-escalation linked to raw material price (Basic price excluding
4 taxes) is allowed as per terms of the contract, Variation to the extent related to escalation /
de-escalation of value of material shall be allowed without Tax unless specified otherwise.
It would be the responsibility of the contractor to get the registration with the respective Tax
authorities. Any taxes being charged by the Contractors would be claimed by issuing proper
TAX Invoice indicating details /elements of all taxes charged and necessary requirements as
5
prescribed under the respective tax laws and also to mention his correct and valid registration
number(s) along with IOCL’s registration number as applicable for particular supply on all
invoices raised on IOCL.
Page 68 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Contractor to provide the GSTIN number from where the supply is proposed to be under
taken. Further the HSN Code / Service Accounting Code (SAC) as applicable for the subject
tender needs to be provided in the columns provided in the technical bid.
In case the contractor is opting for Composition scheme under the GST laws (i.e Section 10 of
the CGST Act, 2017 and similar provisions under the respective State / UT law), the
contractor should confirm the same. Further the contractor to confirm the issuance of Bill of
Supply while submission of tender documents and no GST will be charged on IOCL.
In case the contractor is falling under Unregistered category, the contractor should confirm
the same.
The contractor would be liable to reimburse or make good of any loss/claim by IOCL towards
tax credit rejected /disallowed by any tax authorities due to non deposit of taxes or non
updation of the data in GSTIN network or non filling of returns or non compliance of tax laws
6
by the Contractor by issuance of suitable credit note to IOCL. In case, contractor does not
issues credit note to IOCL, IOCL would be constrained to recover the amount including
interest payable along with Statutory levy/Tax, if any, payable on such recovery.
Tax element on any Debit Note / Supplementary invoice, raised by the contractor will be
reimbursed by IOCL as long as the same is within the permissible time limit as per the
7 respective taxation laws and also permissible under the Contract terms and conditions.
Contractors to ensure that such debit Notes are uploaded while filing the Statutory returns as
may be prescribed from time to time.
The contractor will be under obligation for quoting/charging correct rate of tax as prescribed
under the respective Tax Laws. Further the Contractor shall avail and pass on benefits of all
exemptions/concessions/benefits/waiver or any other benefits of similar nature or kind
8
available under the Tax Laws. In no case, differential Tax Claims due to wrong classification
of goods and/or services or understanding of law or rules or regulations or any other reasons
of similar nature shall be entertained by IOCL.
In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e.
payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice versa,
the contractor is liable to make good the loss suffered by IOCL by issuance of suitable credit
9
note to IOCL. In case, contractor does not issue credit note to IOCL, IOCL would be
constrained to recover the amount including interest payable along with Statutory levy, if any,
payable on such recovery.
In case the contractor is opting for Composition scheme under the GST laws, in such event
the evaluation of his bid will be based on the Quoted Price.
10
In case the contractor is falling under Unregistered category, then GST liability, if any, on
IOCL will be included for the purpose of evaluation.
Page 69 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
11
delivered price to arrive at the net landed cost.
IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed under
12
section 31 of the CGST Act and respective states and Rules.
To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
13 certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to GST reimbursed by IOCL on materials sold to IOCL.
Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
14
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last
date of submission of Price Bid provided delivery is within the Contractual period.
CUSTOM DUTY (These clauses will not be applicable wherever port clearances are in the
15
scope of IOC and IOC is to take delivery at Port) applicable for Global Tender
Custom Duty for this clause shall mean Basic Custom Duty, Additional Duty of Customs levied
15.1 under Section 3 of the Customs Tariff Act equivalent to the IGST and Education Cess and
Secondary and Higher Secondary Cess.
The contractor shall within 7 (seven) days of dispatch /shipment of any such materials
forward to the owner, the following documents.
(i)Supplier’s /Vendor Invoice indicating item wise price of the materials for the purpose of
assessing customs and other Import duties
(iv) Certificate of origin and other relevant documents relating to the identification of the
materials.
(v) Other relevant documents for the assessment of customs duties and the clearance of
goods through Customs.
The Contractor shall also be fully responsible for Port and Customs clearance including
stevedoring, handling, unloading, loading and storage and for satisfying all Port and Customs
formalities for the clearance of the goods , including preparation of the BILL(s) of Entry
15.3 mentioning the applicable GSTIN of IOCL and other documents required for import and
or/clearance of the goods. The applicable GSTIN shall be advised by IOCL. The Contractor
shall also be fully responsible for any delays, penalties, interest, demurrages, shortages and
any other charges and losses, if any in this regard.
The Custom Duty payable shall be reimbursed on production of supporting documents or paid
15.4
directly to the Customs Authority, as the case may be.
IOCL shall pay the CUSTOM DUTY within 1 (one) working day or specified under Customs
15.5 law, after the day on which the CONTRACTOR furnishes the complete necessary documents
including duty requisition slip along with BILL of ENTRY to the IOCL’s designated office for
Page 70 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
However additional cost on account of delayed payment of Custom duty due to IOCL’ s fault
shall be paid by IOCL.
IOCL will not bear liability towards payment of safeguard duty, Anti Dumping duty, Protective
Duty or Countervailing Duty on subsidized articles or any other such duties of Customs
15.6
imposed by the Government of India under Custom Tariff Act 1975 applicable on such
materials in India.
All other costs towards Port and Customs Clearance shall be the contractor’s responsibility
15.7 including appointment and payment to clearing agents and no reimbursement will be made
by IOCL except as quoted in the price bid.
The contractor shall provide IOCL with all documents necessary for IOCL to claim Input Tax
Credit (ITC) of the IGST levied under Section 3 of the Custom Tariff Act. Should the
contractor fail to provide any such document(s) resulting in a shortfall in the ITC available to
IOCL, the shortfall shall be made good by the contractor by issuance of suitable credit note to
15.8
IOCL. In case the contractor does not issue credit note to IOCL, in such case, IOCL would be
constrained to recover the amount along with interest and statutory levy, if any, and such
recovery would be without pre-judice to any other mode of recovery from the Running
Account or other bills or payments to the Contractor.
The input tax credit available to IOCL will be reduced to arrive at the net Landed cost in the
15.9
hand of IOCL for evaluating the Bids.
In case the bidder is availing any exemption under the prevailing customs law, then
necessary documentary proof for availing the said exemption is required to be submitted. In
15.1 the event of non submission of the requisite documents as per the conditions for availing the
exemption by the successful bidder, then the additional outflow on account of various taxes
and duties will be recovered from the bidder.
The Tariff Head under which the goods will fall should be clearly mentioned along with the
15.11
Custom Duty Rate at the time of submission of Bid.
IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor only in
those cases where materials is purchased by IOCL directly and/or IOC is statutorily required
to issue the Road permit/Way Bill, by whatever name it is called. Contractor will be under
16.1
obligation for proper utilization of road permits for the specific supply and in case of seizure
of goods/vehicle; the Contractor will be wholly responsible for release and reimburse the
litigation cost to IOCL.
Page 71 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
IOCL shall on no account be responsible for delay or hold up due to the timely non availability
of such documents as are required to be furnished by the owner to obtain the Road
16.2 Permit/Way bill, by whatever name it is called. However, IOCL shall make best efforts to
provide sufficient number of Road Permits/way bill, by whatever name it is called. on demand
to avoid any delay or Hold up.
Works contracts as defined under the GST law includes Contracts for Building, Construction,
Fabrication, Completion, Erection, Installation, Fitting out, Improvement, Modification, Repair,
Maintenance, Renovation, Alteration or Commissioning of any immovable property wherein
transfer of goods is involved in the execution of such contracts.
Composite Supply has been defined as supply in which two or more supply of goods or
service or both or any combination are naturally bundled and supplied in conjunction with
each other in the ordinary course of Business, and then the rate as applicable for principal
supply will be applicable on the entire transaction.
17.1
Mixed supply has been defined as supplies of goods or service or both which are made in
conjunction with each other for a single price and which does not constitute a composite
supply then the rate as applicable for the highest rate will be applicable.
In view of the above various definitions under GST law, bidders are required to evaluate the
jobs to be undertaken covered under the tender and quote accordingly by taking in to
account the nature of Job read with the legal provision.
The place of supply in relation to an immovable property shall be the location at which the
17.2 immovable property is located or intended to be located. Hence the bidders have to seek
registration at the locations where the work is intended to be carried out.
In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
delivered price to arrive at the net landed cost. IOCL shall reimburse GST levied as per TAX
17.3 invoice issued by the Contractor as prescribed under respective GST Acts and Rules. In case
the contractor is not permitted to issue Tax Invoice the same should be clearly mentioned in
the price Bid.
To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
17.4 certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to VAT reimbursed by IOCL on materials sold to IOCL
Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
17.5
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last
date of submission of Price Bid provided delivery is within the Contractual period.
Page 72 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
GST TDS
Wherever provisions of Tax deduction at Source (TDS) are applicable under the CGST / SGST
/ UTGST/IGST Act ,2017 on supplies of goods or services or both to IOCL , tax will be
18 deducted from the invoice raised and deposited with the authorities by IOCL. TDS certificate
as per provisions of CGST / SGST / UTGST/IGST Act, 2017 shall be issued by IOCL.
INCOME TAX
The contractor shall be exclusively responsible and liable to pay Taxes on Income arising out
19
of payment made out of the contract.
Wherever withholding tax i.e. Tax deduction at source (TDS) is applicable under the Income
20 tax Act, 1961 the same will be deducted from the Invoices raised and TDS Certificate as per
provision of the Income tax Act and Rules shall be issued to the contractor.
Wherever withholding tax i.e. Tax collection at Source (TCS) is applicable under the Income
21 tax Act, 1961 the same will be deposited by the tenderer and provide TDS Certificate as per
provision of the Income tax Act and Rules shall be issued by the contractor.
PAN is mandatory. If PAN is not provided TDS would be deducted at higher rate as per the
22
provisions of Income Tax Act.
1. Tenders who have transferred their ownership rights either in whole or in part to
another entity or under process of transfer shall intimate the same to IOCL in their
letter head while submitting the bid. IOCL reserves its right to reject the tender of
any entity, which has transferred its ownership rights in whole or in part or which is
in process of transfer without assigning any reason for such rejection.
2. If the tenderer refuses or fails to share the information regarding their status of any
kind of business transfer process/restructuring etc. in their tender or at any later
stage, as applicable, their tender is liable to be rejected by IOCL and without
prejudice to any other remedy or action available with IOCL, IOCL shall forfeit the
Earnest Money Deposit provided by the tenderer, in any form whatsoever.
Page 73 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
under the Code or any other applicable law (in cases where code is not applicable)
against/by the bidder at any stage of evaluation of the bid.
o IOCL reserves the right to cancel/terminate the contract without any liability on the
part of IOCL immediately on the commencement of insolvency resolution process or
liquidation or bankruptcy proceeding of any party under the contract.
o In case where the bid of the L-1 bidder is rejected on the aforesaid grounds during
the period between Price-Bid-Opening and Award of Contract, then the bid of the
next higher eligible bidder will be considered for further processing.
An Undertaking shall be submitted by the bidder in the attached format along with
the techno-commercial bid.
Page 74 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
CHAPTER 5
JOB SPECIFICATIONS
(SCOPE OF WORK AND TECHNICAL
SPECIFICATIONS)
Page 75 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
1. SCOPE OF WORK
1.1 PART-A(1)– EPC OF SOLAR POWER GENERATING SYSTEM
GENERAL:
Engineering, Procurement and Construction (EPC) Contract of 2MWp Grid Interactive Solar
Power Project (Ground Mounted) along with Net-metering facility on turnkey basis on the
premises of IndianOil BP, Tikri Kalan, New Delhi. It is, however, understood and confirmed by
the Contractor that the scope as described in the tender document is not limiting in so far as the
responsibilities of the Contractor shall include inter-alia, carrying out any and all works and
providing any and all facilities those are required in accomplishing an operating system,
complying fully with all requirements as are envisaged of it, complete in all respect and
satisfying all Performance and Guarantee requirements stated or implied from the contents of the
tender document.
The scope of work shall cover all civil, electrical & mechanical works, providing of labour,
tools, plants, materials and performance of work necessary for the planning, design, engineering,
manufacture, quality assurance, shop assembly/ testing, insurance, supply, packing &
forwarding, transportation, unloading at site, site storage & preservation, installation,
commissioning, performance testing, acceptance testing, training of the Owner's personnel,
Comprehensive Operation & Maintenance of the SPV plant for a period of one year from the
date of successful commissioning of the plant as detailed in tech specs, supply of all spare parts,
consumables, repairs / replacement of any defective equipment etc., handing over plant to the
Owner and guarantee of all equipment covered under the scope as per the technical
specifications.
The scope of work shall also include supply of all the requirements for Net-metering facility.
The Contractor shall make all required liaisoning with all the agencies including all concerned
power utilities for finalization/signing of Net Metering Agreement, as per the applicability
defined in Clause 39 of Chapter-5, and other required approvals/permits/agreements so as to
commence utilization of the power generated from solar power plant soon after its
commissioning.
The scope of work shall also include supply of approximately 1200 mtrs of 2 nos. ( i.e total of
2400 mtrs in length) 11 kV HT cable (as per requirement of Delhi Discom/Specifications laid
out below), out of which one will be used as spare at time of fault.
Designing of all the equipment and systems along with test reports/OEM certifications, shall be
submitted for owner/EIC for final approval. . The work shall be executed in conformity with the
relevant applicable latest standards codes, rules/ordinances & regulations. The overall design &
engineering of the plant shall be based on latest available technology and optimal usage of space
to minimize losses and maximize efficiency.
The detailed scope of work shall include but not limited to following:
Page 76 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
1.1.1 SUPPLY
The equipment and materials for Grid Interactive Solar PV Power Plant with associated system
(Typical) shall include but not be limited to the supply of the following:
A. DC side:
a. Solar PV modules
b. Solar PV Module mounting structures along with foundation bolts etc.
c. DC cables including MC4 connectors and DWC pipes and communication cables
d. String Monitoring Unit(s)/Box(s) with string level monitoring and disconnection
switches, distribution boxes and fuse boxes, MCBs, and Surge Arrestor(s)
e. Power Conditioning Unit(s)/Inverter(s)
B. AC side:
a. Switchgear (LT)
b. ACDBs for auxiliary power supply and required numbers of MCB Panels for power
load distribution
c. Inverter transformer(s) and Auxiliary transformer(s), if required along with auxiliaries
d. Approx. 2 nos. of 1 km of 11kV HT cables, one to be used as spare at the time of fault
e. LT cables
f. Communication, control and earthing cables
g. Cable Trays
h. SCADA System
i. Earthing System
j. Lightning Protection System
k. Peripheral lighting/Plant illumination system
l. Auxiliary Power Supply System
m. UPS
n. Battery and Battery Charger with provision of standby.
o. Time Synchronisation System, if required for plant monitoring and performance
evaluation
p. Electrical Protection Systems with measuring instruments
q. Metering System
r. Bi-directional energy meters / Net Meters required for net metering scheme, conforming
to the standards, specifications and accuracy class as provided in the Central Electricity
Authority (Installation and operation of Meters) Regulations, 2006, and applicable
DERC/ BSES Rajdhani regulations/policies.
s. Complete infrastructure/system to transmit plant data to SLDC.
Page 77 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
t. It shall be ensured that solar power generation and utilization is maximized. The balance
power requirement shall be met from other sources i.e. Grid or Diesel Generator (DG). PCU
shall take reference voltage from either of the source available (Grid/Diesel Generator).
u. There should be no break in the supply while changing from one mode to another mode of
operation.
v. It shall be ensured that Diesel Generators are never run below their minimum operating
load condition. The PCU circuit must ensure that it synchronizes with DG set automatically
and even if the load has reduced on the load bus, no harm is done to DG set and whole
system continues to work.
w. Solar Grid DG Management System shall be provided. The system shall have following
features –
Linear control of solar output (0-100%)
Suitable for monitoring solar vs. grid power injection at captive load bus
Suitable for allowing flow of power to grid on all the days when in excess to the captive
load requirement as per the net-metering facility.
Suitable for operating with different/multiple inverter make
All breakers available for Solar, Grid and DGs shall have NONC control contacts
through which suitable wiring/cabling can be done from respective breakers to the
Controller/Solar Grid DG Management System.
In general, the priority of usage of input energy sources should be in the following order:
Order of Priority When Solar is When Solar is not
available available
First Solar + Grid Grid
Second Solar + DG DG
There should be no break in the supply (transfer time between supplies to be less than 10
milliseconds) while changing from one mode to another mode of operation, in case of hybrid
system.
C. General Systems
a. Weather Monitoring Station to measure solar insolation, ambient temperature, module
temperature, wind speed.
b. Metering instruments.
c. Fire Detection and protection system which include fire alarm system installation in
Main Control Room and inverter rooms and placement of fire extinguishers.
d. Lightning Arrestors with its earthing system.
e. Module cleaning System
f. Security equipment such as IP night vision CCTV cameras, etc.
g. Peripheral lighting system and garden lights along the length of peripheral and main
roads.
h. Danger plates, name boards etc.
i. Any other equipment / material required to complete the Solar Power Plant on turnkey
Basis.
j. Chain link fencing of Transformer(s) yard along with Entry gate
Page 78 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
D. Spares
The Bidder shall include in his scope of supply all the necessary Mandatory spares as
described elsewhere in the specifications.
1.1.2 SERVICES
A. MOBILIZATION AT SITE
Storage facility for incoming material, arrangement of Power and Water requirement during
project construction, Accommodation for the workforce required for construction.
B. CIVIL WORKS:
i) Site development/ Land development including Contour survey, Soil investigation, clearing
of bushes, grading, leveling, compacting of the entire area of the plant premises, Excavation,
Back filling, Stone pitching, geotechnical investigation of soil, water sample, rocks &
geophysical parameters, meteorological data, shadow analysis etc., as required.
ii) All requisite foundations and structures wherever required (PV array foundation, foundation
for all array yard & outdoor switchyard equipments, Inverter & Control room etc.)
iii) Requisite conduiting, cable trenches for routing cables as required in the
a. PV array field
b. Inverter rooms
c. Microprocessor based Remote Monitoring System/SCADA System
d. Main Control Room (MCR)
e. Outdoor/Indoor Power Electrical equipments
f. Connection to HT Switchyard
iv) All external units/equipments such as Inverters, Distribution Boards if any, etc. shall be
provided with suitable canopy structure for protection from rain and sun.
Page 79 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
v) Arrangement of all requisite piping, valves & hoses for module washing water purpose and
other services.
vi) Ensure accessibility and free movement inside the solar plant, as required.
vii) Providing proper drainage system for the plant by connecting to the main plant drain system.
viii) Barbed wire fencing along the periphery of the project area as required, in case of ground
mounted Solar PV system.
ix) Permanent arrangement of 2 no. bore well with piping & pumping system and valves &
hoses for service & module washing water purpose. 1 no. tank of capacity 500 ltrs. for MCR
building shall be required for water supply to MCR. For module cleaning system minimum
2 no. tanks totalling minimum water storage capacity of 10,000 ltrs. (distributed over tanks
of sizes as finalized by Contractor during design and drawing approval) shall be ensured.. If
the TDS value of the available water is greater than 75 ppm, RO system of adequate
capacity to be installed to maintain TDS of water within 75 PPM. However if no water is
found after borewell drilling or bore well becomes non-functional during course of O&M,
complete responsibility of arranging water for module cleaning of desired PPM will be of
contractor. (To be adhering to Gazette notification ref No. CG-DL-E-24092020-221952
dated 24.09.2020)
x) Water storage tanks can either be constructed at site or pre-fabricated water tanks of reputed
make can be installed.
xi) Construction of RCC main control Room, PEB/RCC Inverter Room and requisite no(s).
PEB/RCC security Rooms, Store room & 2 no. corner Guard sheds. A separate battery room
should be equipped with proper exhaust and ventilation system with provision of eye wash.
If PEB rooms are opted for housing of inverters walls of PEB shall be of insulated panels.
xii) Providing proper drainage system for the entire plant, all drains shall be lined/pucca, and
connected to the 3 nos. of Storm Drain Water Recharge Pit to be built within the scope of
this tender. Also drainage system shall have provision to discharge surplus water either to
outside plant boundary or to the existing drainage system of location so that there is no
water logging inside the plant.
xiii) Adequate lighting provisions to be provided for internal approach road, Transformer yards
and switchyard apart from peripheral lighting installation.
xiv) Only LED lights to be provided in the plant (MCR, Inverter Room, peripheral lights, garden
lights etc.) to minimise auxiliary consumption.
Page 80 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
SCC Following documents in three copies each and in soft copy shall be submitted to Owner
within 30 days of Award of Contract for review and reference and approval
i) Design Basis Document for complete system designing.
ii) Detail Technical Specifications and Guaranteed Technical Particulars (GTP) for all the
equipments, components, systems and auxiliaries to be supplied within the scope of this
tender. .
iii) Organization chart consisting of name, designation and contact details.
iv) Detailed list of drawings/designs indicating drawing for approval and drawing for
information separately.
v) General arrangement drawing for the project and site layout plan (duly certified by PMC)
including
a) Plant Layout
b) Single Line Diagram of the power plant
c) SPV Array Layout drawing
d) Monitoring system configuration
e) Foundation drawing, if required
f) Switch gear – scheme of protection
vi) Quality Assurance Plans including Field Quality Plan.
vii) PERT/BAR diagram with critical path showing detailed time schedule of supply, erection
and commissioning of the complete plant, including weekly level plans where applicable,
periodic review schedules (weekly, fortnightly or monthly). The entire work schedule
should be subdivided into micro activity schedule interval with details of review plan.
viii) QAPs and all other engineering drawings and documents need to be approved by
EIC/Owner before execution.
Further, the scope shall also include submission, in proper shape & format, of all types of
manuals, handbooks & documents in requisite numbers to the Owner at different phases of the
project as per the requirement of Owner.
Contractor shall share the unpriced Purchase Order/Work Order copy with Owner in line with
the project execution as and when desired after placement of orders.
power plant with the State grid connection and net metering agreement, as per the
applicability defined in Clause 39 of Chapter-5.
iii) Arranging BRPL /Other designated Agency approval for design, SLDs and technical
specification of equipment to be installed as part of net-metering arrangement.
iv) Capacity Registration with State Regulatory Agency, if required.
v) For all the required clearances, liasioning, documentation and processing to be done by the
Contractor. However, the fees / statutory charges to be reimbursed by the Owner on
production of actual receipt.
vi) Tentative list of approvals and clearances that may be required are as below:
a) Connectivity approval for net-metering, as per the applicability defined in Clause 39 of
Chapter-5
iv) Contractor shall provide leased internet line for the Solar PV plant. Initial fixed cost for
internet infrastructure to be borne by contractor. However monthly/recurring internet
charges will be paid by owner.
v) Contractor shall ensure additional dual replication of CCTV Coverage of Solar Plant area at
IOCL Office of LPG Bottling Plant (one in Location In-charge Cabin and other in LPG
Bottling Plant Security Guard Cabin) in addition to one at Security Guard Cabin of Solar
Plant. Proper wiring and other necessary arrangement in regards to display of CCTV
Coverage at three locations needs to be ensured. The screen size for CCTV coverage display
at all three locations to be of minimum 50 inches (50”).
a) Remote accessibility of SCADA to be provided at IndianOil BP, Tikri Kalan, Delhi for
effective monitoring.
b) Contractor shall provide the port in Remote Monitoring System, all internal OFC/
telephone/ LAN cabling from modules arrays to PCUs to Remote Monitoring System to
external OFC connection, as applicable.
c) Supply, laying, terminating and testing cables & connectors, as per required
specifications, drawing and appropriate standards.
d) Supply, erection and installation of MS cable markers, including excavation and
installation of Markers, cement concrete grouting, back filling etc. required as per
drawing, specifications and directions of Site Engineer/ Engineer-in-charge including
cost of all labour, tools & tackles, materials etc. complete in all respects.
e) Testing of all types of telephone cables, LAN cables, OFCs with their connectors
installed in the plant as part of the work, after completing the laying work and before
commissioning of the plant system. Providing assistance to the Telecom Works
Contractor for integration of installed telephone cables with the Telecom System.
f) All electrical, civil, mechanical works related to the above job.
g) Remote Monitoring System as required with internet connectivity through leased line,
and additional backup SIM Card connectivity facility
Page 83 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
G. QA/QC
Submission of QA /QC procedure for all activities in line with the detailed work specification,
relevant codes /standards of practice for approval of EIC/Owner before start of any work at site.
The works shall be executed in line with the approved QA /QC procedures.
H. QAP
QAPs shall be formulated and submitted after placement of purchase orders for
equipments/components through manufacturer/OEM for approval of Owner in line with the
specifications/requirements stipulated in the relevant standards/codes. The same shall be the
abiding document for acceptance of the equipments/components in terms of Quality after
Technical Specifications and respective Standards/Codes. QAP shall cover all the relevant
Routine/Type tests mandatory to establish the quality of the supplied product.
I. TESTING
All acceptance and routine tests as per the specification, relevant standards and approved QAP
shall be carried out at the cost of the contractor. The testing schedule for equipments/auxiliaries
shall be intimated at least a week in advance. The test certificates for equipments/materials
witnessed/inspected by Owner / PMC and/or Third Party Inspection Agency (as given in
Annexure-20) and certified by the respective Third Party Inspector shall be submitted for
approval of PMC /OWNER before dispatch of respective equipment/auxiliary at site. The test
certificates for those equipments/materials not witnessed/inspected by Third Party Inspection
Agency shall be submitted for approval of PMC /OWNER before delivery of respective
equipment/auxiliary at site.
J. PAINTING
Painting of all equipments and structures as per Owner’s instruction. The quality and finish of
paints shall be as per standards of BIS or equivalent.
Page 84 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
i) The Solar Power Project would be synchronized by the contractor to the local/captive Grid
System after taking proper approvals for net-metering facility, as per the applicability
defined in Clause 39 of Chapter-5. It shall meet all the connection conditions prescribed by
State Electricity Regulatory Agency/Grid Sub-station and otherwise meet all other Indian
legal requirements for synchronization to the Grid System.
ii) Intimation to the Owner to give the concerned SLDC at least sixty (60) days advance
preliminary written notice and at least thirty (30) days advance final written notice, of the
date on which it intends to synchronize the Power Project to the Grid System.
Synchronization of the SPV Power Project to the Grid System when it meets all the
connection conditions prescribed in applicable Grid Code then in effect and otherwise meets
all other statutory requirements for synchronization to the Grid System.
iii) Installation of synchronization equipment at the SPV Power Project end. Project shall be
synchronized with the Grid system only after the approval for synchronization scheme is
granted by the head of the concerned substation/ Grid System and checking/ verification is
made by the concerned authorities of the Grid System.
iv) In addition to above, contractor shall prepare and submit running and pre commission
checklist in discussion with Owner during construction and before commissioning of the
plant.
v) Owner shall reserve the right to conduct Technical Audit of solar PV Power Plant after
completion of commissioning. Any technical lapses observed during the audit shall be
rectified by contractor before end of contractual period.
Page 85 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
ii) All working parts, in so far as possible, are to be arranged for convenience of operation,
inspection, lubrication and ease of replacement with minimum downtime. All parts of
equipment or of standby equipments offered shall be interchangeable.
iii) The quality of materials of construction and the workmanship of the finished products /
components shall be in accordance with the highest standard and practices adopted for the
equipment covered by the specification.
iv) All items of equipment and materials shall be thoroughly cleaned and painted in accordance
with relevant Indian Standards. The finish paint shall be done with two coats of epoxy based
final paint of colour Shade RAL 7032 of IS:5 for indoor equipment.
v) Any fitting or accessories which may not have been specifically mentioned in the
specification but which are usual or necessary in the equipment of similar plant or for
efficient working of the plant shall be deemed to be included in the contract and shall be
provided by the Contractor without extra charges. All plant and apparatus shall be complete
in all details whether such details are mentioned in the specifications or not.
vi) All equipment shall be designed for operation in tropical humid climate at the required
capacity in a minimum de-rating temperature of 50°C. Equipment shall be suitable for an
ambient temperature range of -100C to 50°C. Maximum relative humidity of 90% shall also
be taken into consideration for design of equipment.
a. MC4 Connectors
Page 86 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
A. MAINTENANCE
Page 87 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
After taking over the activity of O&M for the power plant, the Operator shall be responsible for
the operation and maintenance of the plant and shall perform all necessary services including
applicable services listed (in brief) below:
i) The Contractor shall formulate and get approved the preventive maintenance schedules and attend
to the breakdowns keeping in view maximizing uptime and designed generation.
ii) Regular periodic checks shall be carried out as a part of routine preventive maintenance.
iii) Particular care shall be taken for outdoor equipment to prevent corrosion.
iv) Cleaning of the components/equipments shall also be carried out at periodic intervals.
v) Resistance of the earthing system as well as individual earth pits are to be measured and recorded
quarterly. If the earth resistance is high( greater than 1 ohm in disconnected mode) , suitable
action is to be taken to bring down the same.
vi) The Contractor shall attend to any breakdown jobs as soon as possible for
repair/replacement/adjustments and complete at the earliest working round the clock.
vii) The Contractor shall immediately report the accidents, if any, to the EIC/Site-In-Charge & to all
the concerned authorities as per prevailing law of the State, if required, showing the circumstances
under which it happened and the extent of damage and / or injury caused. O&M Contractor would
be solely & fully responsible / liable to pay for any losses/damages/claims, etc. and Owner will be
fully indemnified for such losses / claims.
viii) The Contractor shall comply with the provisions of all relevant acts of Centre or State, if required.
ix) Government Acts including payment of Wages Act 1936, Minimum Wages Act 1948, Employer’s
Liability Act 1938, Workmen’s Compensation Act 1923, Industrial Dispute Act 1947, Maturity
Benefit Act 1961, Mines Act 1952, Employees State Insurance Act 1948, Contract Labour
(Regulations & Abolishment) Act 1970 or any modification thereof or any other law relating
whereto and rules made there under from time to time.
x) The Contractor shall at his own expense provide all amenities to his workmen as per applicable
laws and rules.
xi) The Contractor shall ensure that all safety measures are taken at the site to avoid accidents to his
or his Co-Contractor’s or Owner’s Workmen.
xii) If in the event of negligence or mal-operation by the Contractor's operator, any failure of
equipment take place, then such equipment should be repaired / replaced by Contractor free of
cost within a reasonable period of time.
xiii) Establish robust preventive maintenance system to maximize up time and to ensure peak
generation in peak periods.
xiv) Careful logging of operation data/historical information from the Data Monitoring Systems, and
periodically processing it to determine abnormal or slowly deteriorating conditions.
xv) Careful control and supervision of operating conditions.
Page 88 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
xvi) Regulate routine maintenance work such as keeping equipment clean, preventive maintenance and
checks of delicate ingredients of circuit breakers, junction boxes, module mismatches, Cleanliness
of isolators to be ensured.
xvii) Repairs and replacements to ensure maximum uptime for the plant.
xviii) To undertake maintenance & repair of civil infrastructure like MCR, PEB, Drains, foundations
etc. as and when required.
xix) Critical drawings like SLDs, Earthing Layout Diagram (showing earthing connections), shock
treatment charts etc. to be displayed at appropriate locations.
B. GENERAL O&M
i) To maintain accurate and up-to-date operating logs, records and monthly reports regarding
Operation & Maintenance of the facility.
ii) To perform or contract for and oversee the Performance of periodic overhauls or maintenance
required for the facility in accordance with the recommendations of the original equipment
manufacturer.
iii) To maintain and up-keep battery systems, control panels/switchgears, Inverters, and other solar
PV systems/auxiliaries.
iv) Proper ventilation of battery systems to be ensured at all times.
v) To discharge obligations relating to retirement/ Superannuating benefits to employees (of the
contractor) or any other benefit accruing to them in the nature of compensation, bonus /in addition
to salary, etc. for the period of service with the Contractor.
Page 89 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
JOB SPECIFICATION
A) DC SYSTEM
A.1 SOLAR PV MODULE
1. The technical details of Solar PV Modules shall be as given below:
S. No Description Details
Mono Crystalline Silicon/ Multi Crystalline Silicon /
1 Type of SPV Module
Multi Crystalline Silicon with PERC
Peak Power rating of Shall not be less than 330 Wp at Standard Test
2
Module Conditions
Should not be less than 17.5% at Standard Test
3 Module Efficiency
Conditions
4 Fill Factor 0.75 (Minimum)
The Solar modules shall be selected in adherence to specifications laid out in the Tender Document.
3. Technical Requirements:
3.1 SPV module shall perform satisfactorily in relative humidity up to 85% ± 5% with operating
temperatures between -10°C & +85°C and shall withstand wind speed of 180 kmph.
Page 90 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
3.2 The PV modules shall be equipped with bypass diode to minimize power drop caused by shade.
3.3 The module frame shall be made of anodized Aluminium or corrosion resistant material frame,
which shall be electrolytically compatible with the structural material used for mounting the
modules with sufficient no. of grounding installation. The anodizing thickness shall be 15
micron or more.
3.4 The actual module power capacity shall not vary by more than +3% from its minimum certified
module power capacity. No negative tolerance shall be accepted.
3.5 The negative temperature co-efficient for power output of the Solar PV module shall not be more
than 0.41% / °C.
3.6 All photovoltaic modules shall have linear performance warranty from second year. The solar
PV modules offered shall not degrade more than 3% in first year and not more than 0.7% from
second year of its rated power.
3.7 Each Solar PV modules used in solar power plants/ systems must be warranted for their output
peak watt capacity, which shall not be less than 90% at the end of 10 years and 80% at the end of
25 years from the completion of the trial run.
3.8 The module mismatch losses for modules connected to an inverter shall be less than 2%.
3.9 Module shall be PID free. The modules shall be provided with anti reflection coating and back
surface field (BSF) structure to increase conversion efficiency.
3.10 The SPV module shall be made up of impact resistant, low iron and high transmissivity
toughened glass. The front surface shall give high encapsulation gain.
3.11 The SPV modules shall have suitable encapsulation and sealing arrangements to protect the
silicon cells from environment. The encapsulation arrangement shall ensure complete moisture
proofing for the entire life of solar modules. Encapsulation for superstrate and substrate shall be
of min. 0.45 mm thickness.
3.13 The equipment shall be designed to give efficient and reliable performance and shall be such that
the risks of accidental short-circuit due to animals, birds or vermin are obviated.
3.14 The data sheets of all modules shall be provided. The exact power of the module shall be
indicated if the data sheet consists of a range of modules with varying output power.
3.15 Module Junction box and Terminal Block shall be of high quality (IP 67 rated) fitted at the back
side and shall be weather proof and designed to be used with standard wiring or conduit
connection. Each Junction Box shall contain Bypass Diode. They shall have a provision for
opening /replacing the cables, if required. The module junction box shall be certified as per IEC
61215.
Page 91 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
3.16 Each module shall have two UV resistant output copper cables (of min. 4 sq.mm), min. 1 metre
length of 1500 Vdc rating each terminated with connectors adaptive to MC4 type connector
directly. MC4 type connector should have typical certification from testing agencies such as
TUV, competent for the purpose. Cable shall comply to EN50618 and TUV Pfg 1990/05.2012
standards.
3.17 The typical solar PV module electrical characteristics including current-voltage (I-V)
performance curves and temperature coefficients of power, voltage and current shall be provided
for all the modules supplied. However, the tabulated document with all the relevant data like
voltage, current, power output for each module is also required to be provided along with the
supply.
3.18 Modules deployed must use a Radio Frequency Identification (RFID) tag for traceability. It shall
contain the following information:
a) Manufacturer’s Name
b) Model Number, Serial Number
c) Overall Dimensions (WxLxD)
d) Weight (kg)
e) Maximum Power (Pmax), Voltage (Vmp), Current (Imp)
f) Short Circuit Current (Isc), Open Circuit Voltage (Voc)
g) Main System Voltage
h) Relevant standards, Certification lab. name
Page 92 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
i) Warnings, if any
PV modules must qualify test from IEC/NABL accredited laboratory as per relevant IEC
standard and report/certification of the same must be attached. The performance of PV modules
at STC conditions must be tested and approved by one of the IEC / NABL Accredited Testing
Laboratories / Solar Energy Centre of MNRE/ any other MNRE authorized test
laboratories/centres. OWNER on its discretion can ask EPC Contractor to advise the
manufacturer to get the modules tested at third party laboratory. Sample size for testing will be 4
modules. Cost for the testing at third party laboratory shall be borne by the EPC Contractor.
Proper design and calculations report pertaining to foundations and structures duly certified by
Independent Chartered Structural/Civil engineer shall be submitted to EIC/owner for approval
prior to commencement of work at site. Certification from independent Chartered
Structural/Civil Engineer for conformance to adherence of technical specifications laid out for
Module Mounting Structure shall also be submitted.
In case of rooftop systems, a detailed design calculation report evaluating the strength of
existing rooftop to sustain the dead weight of the system (Structure and Module) as well as the
dynamic weight of the installed system shall also be submitted. The report should qualify the
rooftop for installation of the Solar PV System with desired design parameters and having
sufficient safety margin. In case the rooftop is not having enough strength to support the PV
System installation, strengthening of the same shall also be carried out. Any additional
statutory clearances as required for complying to the Oil Industry/other regulatory agencies
norms shall have to be ensured by the Contractor. The work shall commence only after
Page 93 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
Codes Description
UL 2703 Standard for Mounting Systems, Mounting Devices,
Clamping/Retention Devices, and Ground Lugs for Use with Flat-
Plate Photovoltaic Modules and Panels
IS 2062 Hot rolled medium and high tensile structural steel — specification
IS 4759 Hot-dip zinc coatings on structural steel and other allied products
IS 2629 Recommended practice for hot-dip galvanizing of iron and steel
IS 3043/ Code of practice for earthing
IEEE 80
IS 513 Cold-rolled low carbon steel sheets and strips
IS 808 Dimensions for hot-rolled steel beam, column, channel and angle
sections
IS 811 Cold formed light gauge structural steel sections
IS 800:2007 Code of practice for General construction in steel of Hot Rolled
IS 801: 1975 Code of practice for cold formed steel
IS 456-2000 Plain and Reinforced Concrete –Code of Practice
IS 2911-1 Code of practice for design and construction of pile foundations
&2 : 2010
c) All nuts & bolts shall be made of very good quality stainless steel of grade SS 304 or higher.
However if particular clamps for which extrusion is not possible in SS 304 material and are
not available in the market (documentary evidence to be provided), same can be
manufactured from Aluminium 6063 T6 after taking proper approval from owner. Nut &
bolts, supporting structures including module mounting structures shall have to be
adequately protected against all climatic condition and all galvanic corrosion at contact point
of dissimilar metals.
d) Purlins shall be fabricated from MS profile of min. 2mm thickness to avoid bending. Bent
purlins will be rejected.
e) The minimum clearance of the lowest part of the module structure and the developed ground
level shall not be less than 500 mm in case of ground mounted. The base columns shall be
made with reinforced cement concrete or structure column integrated with PCC pile
foundation. Foundation dimensions to be decided based on soil conditions, geographical
condition, regional wind speed, bearing capacity, slope stability etc. The foundation for
module mounting structure shall be adopted as per the design basis report approved by the
Owner. In general, depth of foundation shall be uniform for all the foundation structures and
depth shall be finalized considering worst soil conditions where maximum foundation depth
is required.
f) Pile capping of min. 300 mm. Above FGL to be ensured.
g) Foundation bolts, if applicable shall be of high tensile grade 8.8 steel (galvanised) or
galvanised / painted rebar FE-500 grade.
h) The structure shall support Solar PV modules in Portrait orientation, absorb and transfer
the mechanical loads to the ground and roof properly.
i) The legs of the module support structures made with standard structural section profiles of
appropriate size.
j) L connectors, sag rods and any other structure items need to be free from bends and any
other structural deformity.
k) All mechanical items must be supplied as per approved drawing, BOQ and as per direction
of EIC.
4. Drawings and documents
Proper design and calculations report should be provided to IOCL for approval.
Shall comply to all the relevant standards, but not limited to the following,
Codes Description
IEC 62093 Balance-of-System components for Photovoltaic systems-design
qualification
IEC 60269-6 Low-voltage fuses - Part 6: Supplementary requirements for fuse-
links for the protection of solar photovoltaic energy systems
IEC 62262 Degrees of protection provided by enclosures for electrical
equipment against external mechanical impacts
IS 2147/ Degree of protection provided by Enclosures (IP Code)
IEC 60529
IEC 61643 Low-voltage surge protective devices
IS 3043/ Code of practice for earthing
IEEE 80
List of approved makes is given in Annexure-18.
5. Technical Requirements:
SMU shall be equipped (but not limited to) with the following
a) Monitor / Read the individual string currents, voltage and total current of all the strings
connected to SMU.
b) DC Disconnector /Breaker to disconnect the PV strings from the Inverter for maintenance
purpose. It shall be of on-load disconnector type. Disconnector switch shall be in separate
enclosure such that it can be operated from outside without opening enclosure and shall
have lock for restricted usage.
c) String fuses (one for each string)
d) Surge Protection Devices for protection against surge currents and voltages. Should have
installed type II SPD and proper earthing arrangements.
e) Suitable cable entry points with cable glands of appropriate sizes for both incoming and
outgoing cables.
f) Suitable markings provided on the bus bar for easy identification, and cable ferrules/marker
strips fitted at the cable termination points for identification.
g) Other associated items like cable glands, lugs and items required for the protection and
completeness of the system.
h) Should be very low power consuming.
i) SMU enclosure/frame shall be earthed through two distinct earthing paths.
j) SMU shall have processor/ controller to monitor all the above parameters and shall
communicate and transfer the required data to the Remote Monitoring System.
k) Provide a test point for each sub-group for quick fault location.
Page 96 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
l) The following parameters shall be available at SCADA System for monitoring the health of
the each PV string:
i) Individual string current
ii) Bus voltage at the output of each SMU
iii) Total current of SMU
iv) Total Power at each SMU
v) Based on string current and voltage measured at SMU level, KW & KWH values for
each strings to be derived & displayed at Remote Monitoring System.
vi) Status of Disconnector Switches, Fuses and MOVs
The design and components of the SMU shall be approved by IOCL prior to placement of
orders.
6. DC Surge Protection Devices (SPD):
SPD shall consist of three Metal Oxide Varistors (MOV) type surge arrestors which shall be
connected from positive and negative bus to earth. As per IEC 61643-11/12, nominal discharge
current (In) at 8/20 microseconds shall be at least 10 KA with maximum discharge current (Imax)
of at least 20 KA at 8/20 microseconds. The Iscwpv (Short Circuit current withstand capacity) of
arrester would be at least 10% more than nominal output current of the combiner box and Array
Junction Box. Detailed internal schematic for the above SPDs, compliant to these specifications,
shall be submitted by the manufacturers. During earth fault and failure of MOV, the SPD should
safely disconnect the healthy system. SPD shall have thermal disconnector to interrupt the surge
current arising from internal and external faults. In order to avoid the fire hazard due to possible
DC arcing in the SPD due to operation of thermal disconnector, the SPD shall be able to
extinguish the arc. Earthing of SPD shall be as per manufacturer’s recommendations.
7. SMU Enclosure:
SMU Enclosure shall satisfy the following requirement
a) The enclosure shall be fire retardant with self-extinguishing property and free from Halogen
and Silicon conforming to RoHS directive 2002/95/EC.
b) Degree of protection for enclosure shall be at least IP 67 (for outdoor) or IP 42 (for indoor)
or above and the enclosure shall be UV protected.
c) Shall be double insulated with protection class II as per IEC 61439-1.
d) Separate enclosure for DC disconnector switch to be provided away from main enclosure.
e) The mechanical impact resistance of enclosure shall be IK 07 or better to protect against
impacts as per IEC/EN 62262 or equivalent standard. Operating ambient temperature rating
shall be at least in bracket of -10°C to +60°C. Design calculation verifying the capability of
SMB enclosure to withstand temperature rise shall be submitted for PMC/IOCL approval.
f) Shall be chemically resistant to acid, lye, petrol, and mineral oil & partially resistant to
benzene.
Page 97 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
g) In each SMU 5% spare terminals (along with cable glands) rounded off to next higher
integer shall be provided to connect the PV strings.
h) Minimum requirements for fire protection in the event of internal faults in accordance with
IEC 60695-2-11.
i) Breather glands to prevent overheating and explosions.
Parameters Values
Output frequency 50 Hz ± 0.5% Hz
Maximum Input voltage 1000 V DC
THD (Current) Less than 3%
Power factor control range 0.9 lag to 0.9 lead
No load losses <1% of rated power and maximum loss in sleep
mode shall be less than 0.05%
Ambient temperature 00C to +500C
Humidity 95% non-condensing
Enclosure (type) IP 42 or better (Indoor rated)
IP 65 or better (Outdoor rated)
Overload Capacity 125% for 10 min
120% at 250C continuous on DC side
DC Injection Less than 0.5% of nominal load current
Electromagnetic Compatibility As per IEC 61000
Noise level Less than 85 dB at 1 mt.
2.2.4.3 The efficiency of the PCU shall be at least 97% at 75% load. The conversion efficiency for
PCU at different loads – 10%, 25%, 50%, 75%, 100%, 120% shall be submitted during design
approval.
2.2.4.4 PCU shall have Low Voltage Ride-Through (LVRT) feature to provide support during grid
fault/ disturbance.
2.2.4.5 PCU shall have the facility of recording solar energy (KWh) generated at the output of PCU in
addition to PV voltage, PV current (in Amps), Instantaneous PV power, daily PV power
generated & cumulative PV power generated.
2.2.4.6 Maximum Power Point Tracker (MPPT) shall be integrated in the PCU to maximize energy
drawn from the Solar PV array. The MPPT shall be microprocessor based to minimize power
losses. The operating voltage range of PCU and the MPPT shall be large enough so that it
satisfactorily operates for PV modules exposed to the ambient temperature range of -100C to
600C.
Page 99 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
2.2.4.7 DC lines shall have suitably rated isolators to allow safe start up and shut down of the system.
2.2.4.8 The PCU must have the feature to work in tandem with other similar PCUs and to be
successively switched "ON" and "OFF" automatically based on Grid availability/Solar
radiation variations during the day.
2.2.4.9 The PCU shall have anti-islanding protection as per the relevant IEC standards.
2.2.4.11 Remote as well as local monitoring shall be provided. Built-in data logger (to record all the
important operational parameters and all the events) to monitor plant performance through
external PC shall be provided. The communication shall be in such a way that the PCU can be
monitored with the help of appropriate software from the centralized system. The PCU shall
have the facility to provide the analysis for reason of tripping, in cases of inadvertent tripping.
2.2.4.12 MOV type surge arrestors shall be provided on all PV inputs for overvoltage protection
against lightening induced surges.
2.2.4.13 PCU shall have feature to be regulated from 0-99% in steps of minimum 1%.
2.2.4.14 PCU shall include ground lugs for equipment and PV array groundings. The DC circuit
ground shall be a solid single point ground connection.
2.2.4.15 PCU shall have power export control. PCU shall have the facility to export excess PV power
to grid in case consumption of load is less than the generation and net/gross metering is
available. The provision should be there to enable and disable this export feature.
2.2.4.16 PCU shall be tropicalized and design shall be compatible with conditions prevailing at site.
Provision of exhaust fan with proper ducting for cooling of PCUs shall be incorporated in the
PCUs.
2.2.4.17 Nuts, bolts and the PCU enclosure shall have to be adequately protected taking into
consideration the atmosphere and weather prevailing in the area.
2.2.4.18 Rubber mats, as per IS 15652, shall also be provided in front and backside of the PCU panel.
2.2.4.19 Display:
PCU shall have the facility to display the basic parameters of the system on in-built LED/LCD
display on its front panel or on separate data logging/display device to display following or
through any other indication means:
a) DC Input Voltage
b) DC Input current
c) AC Output Voltage
d) AC Output Current
Page 100 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
Following is an indicative list of protections (the actual scheme shall be finalized at design
stage):
c) Automatic reset of all non-critical faults such as overloads, AC over voltage/under voltage,
etc. once the fault has been cleared.
2.2.4.22 Operating modes of PCU:
a) LOW VOLTAGE MODE: The control system shall continuously monitor the output of the
solar PV plant. Once the pre-set value is exceeded, PCU shall automatically “wake up” and
begin to export power provided there is sufficient solar energy and the PCU voltage and
frequency are in the specified range.
b) ACTIVE Maximum Power Point Tracking (MPPT) MODE (HIGH POWER MODE): When
solar radiation increases further, the PCU shall enter Maximum Power Point Tracking
(MPPT) mode and adjust the voltage of the SPV array to maximize solar energy fed into the
grid. When the solar radiation falls below threshold level, the PCU shall enter in low power
mode.
c) SLEEP MODE: Automatic ‘sleep’ mode shall be provided so that unnecessary losses are
minimized at night.
2.2.4.23 DC side of each inverter shall be earthed if required as per PV module manufacturer’s
recommendations. The earthing design for the same shall be submitted to EIC/Owner for final
approval. Separate grid is to be formed for DC side earthing of inverters.
2.2.4.24 The PCU shall withstand the environmental tests as per IEC 60068 or equivalent Indian
Standard, with the PCU working at full load for at least last half an hour. Environmental test
results in respect of any similar design PCU for at least 500 KWp SPV systems will be
adequate.
B) AC SYSTEMS
B.1 LT SWITCHGEAR
1. General:
2.3.5.1 3-phase, 50 HZ, LT switchgear system would consist of various LT Switchgear boards in
between PCU and 11 kV transformer as per the design requirement. The scope would include
standard load distribution boards complete with cubicles, protection, metering, bus-bar system,
cabling, wiring and other accessories, each comprising of following major equipment and the
quantities/ratings of which shall be finalised during detail engineering, duly certified by
Independent Chartered Electrical Engineer and approved by EIC.
All the above boards shall be metal enclosed 415 V switchgear type, complete with suitably
rated
a) Draw out type incoming Air Circuit Breaker (ACB),
b) All necessary AC bus bars
c) Local control switches,
d) Indicators ( LED Type) as per requirement,
e) All necessary auxiliaries for control and supervisory circuits, and other relays as required,
f) Other additional feeder units necessary to fulfil the requirements of the specification and
sockets etc.,
g) All secondary wiring, terminal blocks, labelling and nameplates, sockets etc.,
h) Cubicle lighting including lighting fixtures and power and communication sockets,
i) Cubicles heating including heating elements/space heater.
j) Coordination and provision of necessary contacts and/or ports for integration with plant
Remote Monitoring System
k) Any other item(s) not mentioned specifically but necessary for the satisfactory completion
of system will be in scope of supply.
l) Surge Protection Devices
m) Required no. of MCCBs and ELCBs
n) Numerical Relays, with the provision of in-built event logger
o) Required no. of Multifunction meters
p) Bus bars
2.3.5.2 Technical Requirements:
Location Indoor
No. of bus bars, 3-phase 1
Rated voltage , V As per the system configuration requirement
Rated frequency Hz 50 ± 0.5 Hz
Rated circuit breaker short circuit 50 KA
Page 103 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
breaking capacity
Protection Class Min. IP 42 or better as per requirement of
location (indoor)
Min. IP 65 or better (outdoor)
Control voltage, DC Uninterrupted supply through power pack/UPS
with voltage level as per system requirement
Auxiliary AC supply, 3 phase 415 ± 10 %
Control and auxiliary power Reliable supply to the control and power circuit
supply source
Material of Bus bar Aluminium alloy / copper
Type of Earthing Solidly earthed
2.3.5.4 The Switchgear(s) shall be selected after conformance by Independent Chartered Electrical
Engineer for adherence to specifications laid out in the Tender Document. A duly certified
conformance certificate from Independent Chartered Electrical Engineer needs to be submitted
before placement of purchase order.
Shall comply to all the relevant standards, but not limited to the following:
Codes Description
IS/IEC 60529 Degrees of protection provided by enclosures (IP Code)
IEC 60439 / IS 8623 Low-voltage switchgear and control gear assemblies
IEC 60364 Low-voltage electrical installations
IS/IEC 60947 Low-voltage switchgear and control gear
IS 3072 Code of practice for installation and maintenance of
Switchgear
IS 3231 Electrical relays for power system protection
IS 13703 / IEC 60269 Low voltage fuses for voltage not exceeding 1000 V AC
or 1500 V DC - specification
IEC 61643 Low-voltage surge protective devices
IS 3043/IEEE 80 Code of practice for earthing
IS 14697 AC Static Transformer Operated Watt-hour and VAr-hour
Meters - Class 0.2 S and 0.5 S - Specification
IS 13010 AC Watt-hour Meters - Class 0.5, 1 and 2 - Specification
mounting and operation without deformation or bulging. Natural ventilation as required shall be
provided. Continuous lifting angle or lifting hooks shall be provided to facilitate the installation
of cubicles.
c) All panel edges and cover / door edges shall be reinforced against distortion by rolling, bending
or by the addition of welded reinforcement members. The top covers of the panels should be
designed such that they do not permanently bulge/ bend by the weight of maintenance personnel
working on it.
d) All switchboards shall be of dust-proof and vermin-proof construction and shall be provided
with a degree of protection of IP42 as per relevant IS/IEC 60529.
e) All switchboards shall be divided into distinct vertical sections (panels), each comprising of the
following compartments:
i) BUSBAR COMPARTMENT: A completely enclosed bus bar compartment shall be
provided for the horizontal and vertical busbars. Bolted covers shall be provided for access
to horizontal & vertical busbars and all joints, for repair and maintenance, which shall be
feasible without disturbing any feeder compartment. Auxiliary and power busbars shall be in
separate compartments.
ii) SWITCHGEAR / FEEDER COMPARTMENT: All equipment associated with an
incomer or outgoing feeder shall be housed in a separate compartment of the vertical
section. Two-tier breaker arrangement in a vertical section shall be offered for outgoing
breaker feeders as per the SLD configuration and design approved by Owner. The
compartment shall be sheet steel (minimum 2 mm thickness) enclosed on all sides with the
withdrawable units in position or removed. The front of the compartment shall be provided
with the hinged single leaf door with captive screws for positive closure.
iii) CABLE COMPARTMENT OR CABLE ALLEY: A full-height vertical cable alley of
minimum 250mm width shall be provided for power and control cables. Cable alley shall
have no exposed live parts and shall have no communication with busbar compartment.
Wherever cable alleys are not provided for distribution boards, segregated cable boxes for
individual feeders shall be provided at the rear for direct termination of cables. For circuit
breaker external cable connections, a separately enclosed cable compartment shall also be
acceptable. The contractor shall furnish suitable plugs to cover the cable openings in the
partition between feeder compartment and cable alley. Cable alley door shall be hinged.
iv) CONTROL COMPARTMENT: A separate compartment shall be provided for relays and
other control devices associated with a circuit breaker.
3. POWER BUSBARS AND INSULATORS:
a) All 415V Switchboards shall be provided with three phase and neutral busbars. Two separate
sets of vertical busbars shall be provided in each panel of double front MCCs. Interleaving
arrangement for busbars shall be adopted for switchboards with a rating of more than 1600A.
DCDBs shall be provided with two (2) busbars. Entire busbar system shall be insulated with
PVC sleeves.
b) All busbars and jumper connections shall be of high conductivity aluminium alloy / copper of
adequate size.
Page 105 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
c) The cross-section of the busbars shall be uniform throughout the length of switchboard section
and shall be adequately supported and braced to withstand the stresses due to the specified short
circuit currents. Neutral busbar short circuit strength shall be same as main busbars.
d) All busbars shall be adequately supported by non-hygroscopic, noncombustible, track-resistant
and high strength sheet molded compound or equivalent type polyester fiber glass molded
insulator. Separate supports shall be provided for each phase and neutral busbar. If a common
support is provided, anti-tracking barriers shall be provided between the supports. The busbar
insulators shall be supported on the main structure.
e) All busbar joints shall be provided with high tensile steel bolts, Belleville / spring washers and
nuts, so as to ensure good contacts at the joints. Non-silver plated busbar joints shall be
thoroughly cleaned at the jointed locations and suitable contact grease shall be applied just
before making a joint. All bolts shall be tightened by torque spanner to the recommended value.
The overlap of the busbars at each joint surface shall be such that the length of overlap shall be
equal to or greater than the width of the busbar. All copper to aluminum joints shall be provided
with suitable bimetallic washers.
f) All busbars shall be colour coded as per IS: 375.
g) Calculations establishing the adequacy of bus bar sizes for specified current ratings shall be
submitted for approval of Owner before placing the order/start of construction of LT Switchgear
unit.
4. CIRCUIT BREAKERS:
a) Circuit breakers shall be three pole, air break, horizontal draw out type.
b) Circuit breakers along with its operating mechanism shall be provided with suitable arrangement
for easy withdrawal. Suitable guides shall be provided to minimize misalignment of the breaker.
c) All circuit breakers shall be provided with atleast "6 NO" and "6 NC" potential free auxiliary
contacts. The contacts dedicated for the Owner's use shall be made to operate only in breaker
service position condition. These contacts shall be in addition to those required, for internal
mechanism of the breaker and should be directly operated from breaker operating mechanism.
d) Main poles of the circuit breakers shall operate simultaneously in such a way that the maximum
difference between the instants of contacts touching during closing shall not exceed half a cycle
of rated frequency.
e) Circuit-breaker cubicles shall be provided with safety shutters operated automatically by the
movement of the circuit breaker carriage, to cover the stationary isolated contacts when the
breaker is withdrawn. It shall however be possible to open the shutters intentionally against
pressure for testing purposes.
f) Breaker of particular rating shall be prevented from insertion in a cubicle of a different rating.
g) Circuit breakers shall be provided with coded key / electrical interlocking devices, as per
requirements.
5. MCCB:
a) MCCB shall be fixed type/part of withdrawable feeder module as per specification, three pole,
air break type having trip free mechanism with quick make and quick break type contacts.
MCCB shall have current limiting feature. MCCB of identical ratings shall be physically and
electrically interchangeable. MCCB shall be provided with atleast 1 NO and 1NC auxiliary
contacts.
b) MCCB shall be provided with Microprocessor based inbuilt front adjustable releases (overload
& short circuit) and shall have adjustable earth fault protection unit also. The protection settings
shall have suitable range to achieve the required time & current settings. LED indications shall
also be provided for faults, MCCB status (on/off etc.).
c) MCCB shall be provided with padlocking facility to enable the operating mechanism to be
padlocked. The MCCBs being offered shall have common/interchangeable accessories for all
ratings like aux. switch, shunt trip, alarm switch etc. The MCCBs shall have the current
discrimination up to full short circuit capacity and shall be selected as per manufacturer’s
discrimination table.
d) The auxiliary contacts of the MCCB shall be fed to the digital inputs in the numerical relays of
Incomer/bus coupler/motor circuit breaker feeders, for integration in to the numerical relay
network.
e) Atleast one no. of spare MCCB set of the rating equivalent to incomer circuit shall be made
available.
6. CONTACTORS:
a) Motor starter contactors shall be of air break, electromagnetic type rated for uninterrupted duty
as per IS: 13947 Part-4 Section- 1.
b) Contactors shall be double-break, non-gravity type and their main contacts shall be silver faced.
c) The contactor shall operate satisfactorily between 85% and 110% of the rated voltage. The
contactor shall not drop out at 70% of the rated voltage but shall definitely drop out at 20% of
the rated voltage.
7. FUSES:
a) All fuses shall be of HRC cartridge fuse link type. Screw type fuses shall not be accepted.
b) Fuse shall have visible operation indicators. Insulating barriers shall be provided between
individual power fuses.
c) Fuse shall be mounted on insulated fuse carriers, which are mounted on fuse bases. Wherever it
is not possible to mount fuses on carriers, fuses shall be directly mounted on plug-in type of
bases. In such cases one set of insulated fuse pulling handles shall be supplied with each
switchboard.
d) The neutral links shall be mounted on fuse carriers which shall be mounted on fuse bases.
e) Spare fuse links shall be provided.
f) Design basis for selection of fuse shall establish the fault protection capability of fuse as per the
design fault current level of the system.
Page 107 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RCC/NR/DSO/LPG/PT-
154/22-23
8. INTERNAL WIRING:
All switchboards shall be supplied completely wired internally upto the terminals, ready to
receive external cables. All necessary cable terminating accessories such as supporting clamps
and brackets, hardware etc., shall be provided by the contractor, to suit the final cable sizes. All
the wires shall be neatly laid and properly dressed.
9. DERATING OF COMPONENTS:
The Contractor shall, ensure that the equipment offered will carry the required load current at
site ambient conditions specified and perform the operating duties without exceeding the
permissible temperature as per Indian Standards /Specifications. Continuous current rating at
500C ambient in no case shall be less than 90% of the normal rating specified. The Contractor
shall indicate clearly the derating factors, if any, employed for each component and furnish the
basis for arriving at these derating factors duly considering the specified current ratings and
ambient temperature of 500C.
10. PROTECTION CO-ORDINATION:
It shall be the responsibility of the Contractor to fully coordinate the overload and short circuit
tripping of the circuit breakers with the upstream and downstream circuit breakers / fuses / motor
starters, to provide satisfactory discrimination. Further the various equipment supplied shall meet
the requirements of Type II class of Co-ordination as per IS: 8544.
The grading mechanism for relay operation shall be duly established by Contractor at the time of
system commissioning.
11. INTERLOCKS:
The following interlocks are foreseen and shall be completed and developed in conjunction with
the control system:
a) In all operating modes the sectionalising circuit breaker shall normally be open and shall be
closed only in case of loss of one Bus-Section power supply,
b) It shall be possible to insert/withdraw the breaker only in open position,
c) It shall be possible to lock the circuit breaker closing mechanism in open position.
Any other nature of interlock as envisaged in the design requirement shall be ensured. The
schematics for the protection coordination and interlocks shall be submitted for approval of
IOCL before final configuration.
12. HT SWITCHGEARS
12.1 General:
12.1.1 3-phase, 50 HZ, 11 kV switchgear system consisting of following major items:
a) Requisite nos. of incoming panels between Inverter/Power Transformers and
Switchyard.
b) Two nos. of Outgoing panels to Outdoor Switchyard, so that one can be used as
spare at the time of fault.
c) One nos. of Outgoing Panel for Auxiliary Supply of Solar Power Plant, if required
d) Requisite number of Bus coupler breakers, if required
e) Spare parts, required tools and instruments
12.1.2 Proper design and calculations report pertaining to design and selection of components
duly certified by Independent Chartered Electrical Engineer shall be submitted to EIC
for approval prior to commencement of work at site. Certification from Independent
Chartered Electrical Engineer for conformance to adherence of technical specifications
laid out for HT Switchgear(s) shall also be submitted.
12.1.3 All the HT switchgear panels shall be complete with cubicles, protection, metering,
bus-bar system, cabling, wiring and other accessories, each comprising of following
major equipment
a. 11 kV VCB
b. AC bus bars
f. Energy meters
Switchgear shall also consist of Remote Annunciator Panel to be placed in control
room near Remote Monitoring System. The quantities shall be finalised during detail
engineering based on the proposed configuration.
12.1.4 The design, ratings, quantities of all the components shall be finalised during detail
engineering, duly certified by Independent Chartered Electrical and approved by
EIC.
12.1.5 Technical Requirements:
Location Indoor
Type of earthing Solidly earthed
Rated system voltage, kV, r.m.s 11
Rated frequency, Hz 50
Auxiliary AC supply, 3 phase Design Voltage±10% V
Control and Auxiliary power supply source Reliable supply to the control circuit
Shall comply to all the relevant standards, but not limited to the following
Codes Description
IS: 722 AC electricity meters
IS: 13947 Degree of protection provided by enclosures for
low voltage switchgear and control gear.
IS: 2544 Porcelain post insulators for systems with
nominal voltages greater than 1000 Volts.
IS: 2705 Current transformers.
IS: 3156 Voltage Transformers
IEC: 61850 Communication Standard for Numerical relays
IEC: 61131-3 Automation Standard for Numerical relays
IS: 9046 AC contactors for voltages above 1000 volts and
upto and including 11000 Volts.
IS: 13703 Low voltage fuses
IS: 9385 HV fuses
IS: 9921 A.C. disconnectors (isolators) and Earthing switches for
voltages above 1000 V
IS: 13118 Specification for high voltage AC circuit breakers
IS/IEC: High voltage alternating current circuit breakers
62271- 100
IS/IEC: High voltage metal enclosed switchgear and control gear.
62271- 200
IS : 3427 Metal enclosed Switchgear and control gear for voltage above 1
kV and upto and including 52 kV
IS : 1248 Direct acting indicating analogue electrical measuring
instruments and their accessories
IS : 3231 Electrical relays for power system protection
IS : 6875 Control switches for voltage upto and including 1000 V AC and
1200 V DC
IS : 2147 Degrees of protection provided by enclosures for low Voltage
switchgear and control gear
b) Switchgear shall be indoor type, weather proof, floor mountable and metal
enclosed draw out type, incorporating separate enclosures of the circuit
breaker unit, busbar chamber, current transformers, potential transformers,
with necessary meters, relay and switches, auxiliary wiring etc.
c) The switchgear shall be of robust construction designed for maximum
reliability of service in the tropical climate specified suitable for outdoor
installation.
d) All hardware for the complete equipment including foundation bolts, lifting
lugs etc. shall be supplied along with the panel.
e) Metering, closing, manual tripping and on/off indication features to be
provided in the MCR.
f) Contractor should furnish following details for switchgear box
i) Temperature Rise
ii) Current Ratings
iii) Making and Breaking Capacities
iv) Circuit Breaker Type
v) Operating Mechanism
vi) Contacts
vii) Circuit Breaker Isolating Features
viii) Interlocks & protection
ix) Safety Shutter Devices
x) Bus-bars and Connections
xi) Insulators
xii) Control Switches
xiii) Auxiliary Switches
xiv) Current Transformers
xv) Voltage Transformers
xvi) Instruments, Relays And Indication Lamps
xvii) Panel Wiring
g) Following drawing and manuals should be submitted for Owner in five copies:
all respects with all fittings and wiring. The circuit breakers and accessories shall
conform to IEC- 62271-100 or equivalent Indian Standard.
c) Circuit breaker shall be totally restrike free, stored energy operated and trip free
type. Motor wound closing spring charging shall only be acceptable. An
arrangement of two breakers in parallel to meet a specified current rating shall not
be acceptable.
d) The circuit breaker shall meet the duty requirement of any type of fault or fault
location and shall be suitable for line charging and dropping when used on 11 KV
effectively grounded or ungrounded systems and perform make or break
operations as per the stipulated duty cycles satisfactorily.
e) It shall also be capable of breaking the line charging currents as per IEC- 62271-
100 with a voltage factor of 1.4.
f) The circuit breakers shall reasonably be quiet in operation. Noise level in excess of
140 dB measured at base of the breaker would be considered unacceptable.
Contractor shall indicate the noise level of breaker at a distance of 50 to 150m
from the base of the breaker.
g) All working part of the mechanism shall be of corrosion resisting material.
Bearings which require greasing shall be equipped with pressure type grease
fittings. Bearing pins, bolts, nuts and other parts shall be adequately secured and
locked to prevent loosening or change in adjustment due to repeated operation of
the breaker and the mechanism.
h) The operating mechanism shall be such that failure of any auxiliary spring shall not
prevent tripping and shall not lead to closing or tripping of circuit breaker. Failure
of any auxiliary spring shall also not cause damage to the circuit breaker or
endanger the operator.
i) The contractor may note that the total break time of the breaker shall not be
exceeded under any duty conditions specified such as with the combined variation
of the trip coil voltage, pneumatic pressure etc. While furnishing the proof of the
total break time of the complete circuit breaker, the contractor may specifically
bring out the effect of non- simultaneity between same pole and different poles and
show how it is covered in the guaranteed total break time.
j) Mechanical indicators shall be provided on the breaker trucks to indicate OPEN /
CLOSED conditions of the circuit breaker, and CHARGED / DISCHARGED
conditions of the closing spring. An operation counter shall also be provided.
These shall be visible without opening the breaker compartment door.
k) All AC fuses shall be HRC cartridge type, conforming to IS: 2208 and
suitable to mount on plugin type of fuse bases. Fuses shall be provided with
visible operation indicators to show that they have operated. Insulated fuse pulling
handle shall besupplied with each control cabinet.
l) The rated control supply voltage shall be as mentioned elsewhere under Technical
parameters or as per the design approved. The trip coil shall be so designed that it
does not get energised when its healthiness is monitored by two indicating lamps
iii)The closing coil shall operate correctly at all values of voltage between
85% and 110% of the rated voltage. The shunt trip coils shall operate
correctly under all operating conditions of the circuit breaker up to the rated
breaking capacity of the circuit breaker and at all values of supply voltage
between 70% and 110% of rated voltage. If additional elements are
introduced in the trip coil circuit, then their successful operation for similar
applications of outdoor breaker shall be clearly brought out in the bid.
iv) Working parts of the mechanism shall be made of corrosion resisting
material. The bearings requiring greasing shall be equipped with pressure
type grease fittings. Bearing pin, bolts, nuts and other parts shall be
adequately pinned or locked to prevent the loosening or changing
adjustment with the repeated operation of the breaker.
v) The operating mechanism shall normally be operated by remote electrical
control. Electrical tripping shall be performed by a shunt trip coil.
Provision shall also be made for local electrical control. The “Local /
remote” selector switch and close & trip push buttons shall be provided in
the breaker central control cabinet. Remote located push buttons and
indicating lamps shall also be provided.
vi) Operating mechanism and all accessories shall be in the local control
cabinet. A central control cabinet for the three poles of the breaker shall be
provided along withthe supply of necessary tubing, cables, etc.
t) Fittings and Accessories:
i. The following is partial list of some of the major fittings and accessories to
be furnished as integral part of the breakers. The number and exact
location of these parts shall be indicated in the GTP & GA.
Double compression type cable glands, lugs, ferrules, etc.
Fuses, as required
Relay/contactor
Rating and diagram plate in accordance with IEC including year of manufacture,
etc.
Rated output Adequate for the relays and devices connected, but not
less than five (5) VA.
Accuracy class , Protection Class PS for differential & REF CTs; 5P20 for other
and Measurement protection CTs. Required Accuracy for metering is
0.2S for Incomers and Outgoers.
a) The CTs shall have single primary of either ring type or hair pin type or bar type.
b) Current transformer shall be mounted within the cubicles and shall comply
with the requirements of relevant IEC/IS. It shall be used for protection and
metering.
c) All current and voltage transformers shall be completely encapsulated cast
resin insulated type, suitable for continuous operation at the ambient
temperature prevailing inside the switchgear enclosure, when the switchboard
is operating at its rated load and the outside ambient temperature is 500C. The
class of insulation shall be Class E or better.
d) The secondaries shall be totally encased in metallic shielding providing a
uniform equi-potential surface for even electric field distribution.
e) The lowest part of insulation assembly shall be properly secured to avoid any
risk of damage due to transportation stresses.
f) The CTs shall be provided with oil sight glass.
g) Different ratios shall be achieved by secondary taps only, and primary
reconnections shall not be accepted.
h) The parameters of instrument transformers specified in this specification are
tentative and shall be finalized by the Owner in due course duly considering
the actual burden of various relays and other devices finally selected. In case
the contractor finds that the specified ratings are not adequate for the relays
and other devices offered by him, he shall offer instrument transformer of
adequate ratings and shall bring out this fact clearly in his Techno commercial
bid.
i) Current transformers may be multi or single core and shall be located in the
cable connection compartment.
j) The CTs shall be suitable for high speed auto-reclosing.
k) The CTs shall have a provision for taking oil samples from bottom of the CT
without exposure to the atmosphere to carry out dissolved gas analysis
periodically. The contractor shall give his recommendations for such analysis,
i.e. frequency of test, norms of acceptance, quantity of oil to be withdrawn,
and treatment of CT.
l) The guaranteed burdens and accuracy class are to be intended as simultaneous
for all cores.
m) The instrument security factor at all ratios shall be less than five (5) for
metering core. If any auxiliary CT/reactor is used, then all parameters specified
shall be met treating auxiliary CTs/reactors as integral part of CT. The
auxiliary CT/reactor shall preferably be in-built construction of the CT. In
case it is separate, it shall be mounted in secondary terminal box.
n) The secondary terminals shall be terminated on stud type suitable nos. of non-
disconnecting and disconnecting terminal blocks inside the terminal box of
degree of protection IP:55 at the bottom of CT.
o) The CTs shall be suitable for horizontal transportation.
p) The CT shall have provision for measurement of capacitance and tan delta.
12.1.11 Voltage Transformer
Rated Voltage Factor 1.2 continuous for all VTs, and 1.9 for 8 Hours for star
connected VTs.
Class of Insulation Class E or better
Other parameters BUS PT-0.5 Class, VA req. adequate for application. Line PT-
0.5 Class for sync. / 3P for door interlocks, VA req.
adequate for application.
and shall be subjected to routine and acceptance test in accordance with IEC-
60099-4.
12.1.13 Numerical Relay
The numerical relay shall have at least following features:
a) The relay used in protection system shall be of the numerical, communicable,
and plug- in type arranged in protection cubicles. All relays including all
ancillary devices, such as interposing transformers, tripping matrix and relays,
test facilities, power supply units, etc. with all circuits shall comply with IEC
60255 recommendations.
b) All numeric relays provided shall be as per IEC 61850.
c) All communications of protection system with the control system shall be
based on universally accepted protocol namely IEC 60870-5-103,
d) There shall be two RS485 ports one on front and the other on rear. The front
port shall be used to connect the laptop locally for any change in
settings/downloading the data etc. and the rear port shall be used to inter
connect the relays,
e) The relay shall have preferably front panel back lit display,
g) All major numerical relays shall have an inbuilt Disturbance Recorder (DR)
and event recorder,
h) There shall be separate recording of Over Current (OC), Earth Fault (EF),
Over Voltage (OV) & Under Voltage (UV) faults. Individual fault
identification and display shall be ensured in Reote Monitpring System for
monitoring purpose.
i) DR shall have at least 8 Analog and 16 Digital channels with a scan rate of
minimum 1000 Hz. The output of DR should be available on COMTRADE
(Common Format for Transient Data Exchange) format to enable replay on
Numerical test kits. Software and hardware shall be provided for analyzing the
records.
j) The event recorder shall be capable of storing a minimum of 256 digital
signals including time marker with a resolution/sampling frequency of one
millisecond.
be submitted.
12.2.1.1 Technical Requirements:
a) The contractor should furnish following details of transformer(s):
i) Rated Power and Temperature Rise
ii) Rated Voltage and Tapping (All tapping shall be Off-Circuit Tap Changer
type)
iii) Impedance Voltage and Short Circuit Impedance
iv) Radiator with valves, air release and oil drain plugs
v) Marshalling box
No negative tolerance No
negative
permissible. tolerance
% Impedance voltage (HV to permissible.
LV and LV to LV, in case of
multiple winding transformer)
shall be selected as per
Inverter manufacturer
recommendations to avoid
mal-functioning & damage to
Inverter transformer &PCU.
Codes Description
Transformers
IS 2026/IEC 60076 Power Transformers
IS 6600 Guide for loading of Oil-immersed transformers
IS 3639 Specifications for fittings and accessories for Power
Transformers
IS 3637 Specifications for gas operated relays
IS 10028 Code of practice for Selection, Installation and Maintenance
of
transformers
IEC 60551 Determination of transformer and reactor sound levels
IS 3202 Code of Practice for Climate Proofing of Electrical
Equipment
Bushings
IS 2099 Specification for bushings for alternating voltages above
1000V
IS 3347 Dimensions for Porcelain Transformer Bushings for use in
normal and lightly poluuted atmospheres
Insulating Oil
g) Internal design of the transformer shall ensure that air is not trapped in any
location.
12.2.1.4 Windings
a) The contractor shall ensure that windings of all transformers are made in
dust proof &conditioned atmosphere.
b) The conductors shall be of electrolytic grade copper free from scales & burrs.
c) The current density of the copper material shall not be more than 3.5-
3.8A/mm2 forboth LV and HV windings.
d) The arrangement of windings must be such that there is good electrical and
magnetic balance under all loading & short circuit conditions. Oil ducts shall
be provided to ensure uniform temperature gradients and absence of hot spots.
All similar coils shall be interchangeable.
e) All windings of the transformers shall have uniform insulation.
12.2.1.5 Core
a) The transformer shall be of three legged core type with interleaved/step lap
core joints. On no account, interleaved step down butt joints shall be offered.
The core shall be bolt less & built of non-ageing, high grade, cold rolled, low
loss super grain oriented silicon steel laminations, prime grade CRGO grade
M4 or better, laminations having high permeability and low hystersis loss and
with hot oil proof insulation. The thickness of lamination shall be 0.27 mm or
less. Surface insulation of laminations shall be rust resistant and have high
interred laminar resistance. Insulation shall withstand annealing temperature
as high as 850 0 C. Insulation shall be resistant to hot cooling medium.
Laminations are not to be punched.
b) Insulation shall withstand 2 kV rms for 1 minute in air between core to core-
bolt & coreto clamp plate.
c) Contractor will offer the core for stage inspection and get approval from
Owner during manufacturing stage. The contractor has to produce following
documents at the time of stage inspection for confirmation of use of prime
core materials.
Invoice of supplier
Mills approved test certificates
Packing list
Bill of lading
Bill of entry certificate by custom, if applicable
d) The core shall be rigidly clamped to ensure adequate mechanical strength and
to prevent vibration during operation. The clamping structure shall be so
constructed that eddy currents will be minimum.
e) The design of magnetic circuit shall be such as to avoid static discharges,
development of short circuit paths within itself or to the earthed clamping
structure and production of flux components at right angles to the plane of the
laminations which may cause local heating.
f) The core and the coil assembly shall be so fixed in the tank that shifting will
not occur and cause any damage when the transformer is moved shifted, or
during a short circuit.
g) Adequate lifting lugs will be provided to enable the core & windings to be lifted.
12.2.1.7 Bushings
a) 17.5kV bushing to be used for HV side of Inverter/Power Transformer
and shall be oil filled condenser type & hermetically sealed. LV side
bushings shall be 1.1 kV class solid porcelain. Suitably designed rating
value of Bushing shall be selected for Auxiliary Transformer.
b) Condenser type bushing shall be provided with Oil level glass, and Tap for
Capacitance/ tan delta test.
c) Bushing of identical ratings shall be interchangeable.
h) For neutral, the bushing of the same rating shall be used as those to be
used for LV terminals.
i) Power Transformer LV bushing palms shall be silver/tin plated.
j) Special Adjustable co-ordinating gaps shall be provided as per relevant
IS, on all bushing terminals and the gap setting shall be fixed with
reference to the impulse strength of the windings.
k) The contractor shall state the impulse flash over values of the bushings
& the calibration with settings for coordinating gap shall be given for
the arrangement of the terminals. All the required type test reports as
per relevant IS stated above for the bushings to be used shall be
considerations.
12.2.1.12 Fittings
Standard fittings as described in IS: 2026 (latest issue) shall be ensured in
addition to the following mentioned fittings to be provided with transformer:
a) Main conservator shall have air cell type constant oil preservation
system to prevent oxidation and contamination of oil due to contact
with moisture.
b) Conservator for main tank shall fitted with oil filling flange & cap,
isolating valve, drain valve, 150mm magnetic oil level gauge with low
level alarm potential free contacts. Conservator shall be at right angle to
the axis of HV bushing.
c) Breather for conservators shall be positioned not more than 1200/1400
mm above rail top.
d) Prismatic oil level gauge shall, also, be provided on conservator tank.
The background shall be so painted that the oil level can be seen from
ground level also. The three positions of oil level shall be indicated viz.
(i) Minimum (ii) Normal (iii) Maximum
e) Minimum two Nos. of spring operated Pressure Relief Valves of
minimum T6 size with alarm/trip contacts. Discharge of PRD shall be
properly taken through pipes & directed away from the transformer
/other equipment.
f) Air release plug.
g) Inspection openings and covers.
h) Bushing with metal parts and gaskets to suit the termination arrangement.
i) Cover lifting eyes, transformer lifting lugs, jacking pads, towing
holes and core andwinding lifting lugs
j) Protected type Mercury or alcohol in glass thermometer.
k) Bottom and top filter valves with threaded male adapters, bottom
Sampling valve &drain valve.
l) Rating and diagram plates on transformers and auxiliary apparatus.
m) Prismatic/ toughened glass oil gauge for transformers and tap changer
Chamber.
n) 150 mm dial type oil temperature indicator with alarm and trip
contacts, maximumreading pointer & resetting device.
o) 150 mm dial type Winding temperature indicator with alarm and trip
contacts,maximum reading pointer & resetting device.
p) Flanged bi-directional wheels. (as applicable)
q) Marshalling Box.
r) Aircell in the conservator
s) Drain valves/ plugs shall be provided in order that each section of pipe
work can be drained independently. The Sludge valve at the bottom
most point of tank is to be provided for easy flush out/removal of
sludge during maintenance.
t) Oil leak proof butterfly valves (positive operated) shall be provided to
facilitate taking out any of the radiators without disturbing the
transformer. Necessary gaskets in required nos. for fixing radiators and
butterfly valve operating keys shall be provided.
u) Terminal marking plates.
No-load test for the transformer shall also be carried out as part of Routine test
and the acceptance criterion shall be as described above.
Tank pressure Test
Transformer tank of each type shall be subjected to a pressure corresponding to
twice the normal head of oil or to the normal pressure plus 35 KN / sq. m
whichever is lower, measured at the base of the tank & maintained for one hour.
Oil leakage test on assembled transformer
All tank & oil filled compartment shall be tested for oil tightness by being completely
filled with oil of viscosity not greater than that of specified oil at the ambient
temperature & applying pressure equal to the normal pressure plus 35 KN/sq. m
measured at the base of the tank. The pressure shall be maintained for a period of not
less than 24 hours during which time no sweating shall occur.
B.2 POWER AND CONTROL CABLE:
1. General:
All the DC and AC cables shall be designed for outdoor application with a continuous
ambient temperature of 50°C. They shall be sized for a voltage drop less than 2% for
DC cables and 2% for AC cables,. The size of each type of cable selected shall be based
on minimum voltage drop. Due consideration shall be made for the de-rating of the
cables with respect to the laying pattern in buried trenches / on cable trays, while sizing
the cables. All cables shall be supplied in the single largest length to restrict the
straight-through joints to the minimum number.
Proper design and calculations report pertaining to design and selection of Cable(s)shall
be submitted to EIC for approval prior to commencement of work at site.
List of approved makes is given in Annexure-18.
2. Technical requirements:
1) General Requirement:
a) Solar cables shall have Copper conductor and must have TUV certification.
b) Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall
be accepted. All cable/wires shall be marked with good quality letter and number
ferrules of proper sizes so that the cables can be identified easily.
c) Cable terminations shall be made with suitable cable lugs & sockets etc., crimped
properly and passed through brass compression type cable glands at the entry & exit
point of the cubicles.
d) The cables shall be adequately insulated for the voltage required and shall be suitably
color coded for the required service. Bending radii for cables shall be as per
manufacturer's recommendations and IS: 1255.
e) All cables should be tested at the site as per standard in front of owner’s engineer
present at the site. The Cables shall also confirm to IEC 60189 for test and measuring
methods and they should be UV Protected. No cable should be left open.
f) Data sheets of individual cable sizes shall be submitted for approval by Owner. Drum
numbers and drum length details shall be submitted with each consignment.
g) Cables must be selected so as to minimize the risk of earth faults and short-circuits. All
exposed DC cables must be flexible single core and must satisfy the above criteria.
h) All the cables of size 16 mm² or higher shall be armoured, for mechanical protection of
sheath, insulation and conductor.
i) Unarmoured cable wherever laid underground to be laid through MS ( Mild steel)
conduit.
j) All data transmission cable shall be Optical Fibre cable.
k) All AC cable (HT & LT side) specifications shall be for unearthed system.
2) DC CABLES:
a) DC/SOLAR CABLES (Interconnecting SPV MODULES and for SPV Modules to
SMU):
i) Cables used for inter-connecting SPV modules as well as Modules to SMU's shall
conform to the requirements of TUV specification Pfg 1990/05.2012 standards &
EN 50618 applicable for DC cable for photovoltaic system.
ii) These cables shall meet the fire resistance requirement as per TUV specification
Pfg 1990/05.2012 standards & EN 50618 and shall be electron beam cured.
iii) DC/Solar cables shall be of 1500 Vdc rating, min. 4 mm2 CU cable.
iv) Ambient temp. Range of the cable shall be from -40 deg. C to 85 Deg. C
v) The Cables used for (+) ve and (–)ve shall have distinct color identification.
vi) In addition to manufacturer's identification on cables as per TUV, following
marking shall also be provided over outer sheath.
Cable size and voltage grade
Word 'FRLS' at every 5 metre
Sequential marking of length of the cable in metres at every one metre
vii) The Printing shall be progressive, automatic, in line and marking shall be legible
and indelible.
viii) Type test, routine and acceptance tests requirements for these cables shall be as per
TUV specification Pfg 1990/05.2012 standards & EN 50618.Charges of routine
and acceptance tests shall be deemed to be included in the cable price. Sampling
for acceptance tests will be as per IS 7098.
b) DC CABLES (SMU's TO INVERTER)
i) Cables used between SMU's and Inverters shall be min. 1.1 kV (DC) grade, heavy duty,
compacted copper conductor, XLPE insulated, PVC inner-sheathed, galvanized steel
wire/strip armoured, fire/flame retardant, PVC outer sheathed conforming to IS: 7098
(Part-I).
PV systems
18 Anticipated service life Min 25Years
ii) The maximum voltage drop of DC Cables (for the complete DC system) shall be
limited to 2%. The cable shall be ozone-resistant according to EN50396, UV-resistant
according to UNE-HD 605:2008 (HD605/A1) else the part of cable above ground and
exposed to atmosphere shall be enclosed in proper conduit with sufficient measures to
avoid any exposure to external environment. The cable shall be tested to last 25 years.
3) HT CABLES
a) Approximately 1.2 km. of 2 nos. ( i.e total of 2.4 kms) 11 kV HT cable (as per
requirement of Delhi Discom/Specifications laid out below), out of which one to be
used as spare at time of fault shall be required for connection of HT power from solar
plant to Grid Incoming power supply at IndianOil LPG Bottling Plant. Both the ends of
spare cable shall be properly sealed to prevent any moisture ingress or damage
otherwise.
b) Unless otherwise specified, the cables shall conform, in all respects, to IEC-60840 and
IS:7098 with latest amendment or latest edition for cross linked polyethylene insulated
PVC sheathed cable for working voltage of 11KV.
c) Cables shall be Flame/Fire Retardant Low smoke (FRLS) type designed to withstand
all mechanical, electrical and thermal stresses develop under steady state and transient
operating conditions as specified elsewhere in this specification.
d) The selection criterion for 11KV HT Cable shall be as per norms/specifications advised
by Delhi Transcom/Discom. The Delhi Discom (BSES) specifications for HT Cables
are given in Annexure-22.
4) LT CABLES
e) LT Power & control cables shall be of minimum 1100 volts grade XLPE / PVC
insulated conforming to IS 1554 for utilization voltages less than equal to 415 V.
f) All cables shall be Flame/Fire Retardant Low Smoke (FRLS) type designed to
withstand all mechanical, electrical and thermal stresses developed under steady state
and transient operating conditions as specified elsewhere in this specification.
g) If cables are to be laid underground, laying shall be as per latest relevant IS code.
h) Copper/aluminium conductor used in power cables shall have tensile strength as per
relevant standards. Conductors shall be stranded.
i) XLPE insulation shall be suitable for a continuous conductor temperature of 90 deg. C
and short circuit conductor temperature of 250 deg C.
j) PVC insulation shall be suitable for continuous conductor temperature of 70 deg C and
short circuit conductor temperature of 160 deg. C.
k) In addition to manufacturer's identification on cables as per IS, following marking shall
also be provided over outer sheath:
i) Cable size and voltage grade - To be embossed
ii) Word 'FRLS' at every 5 metre - To be embossed
iii) Screen Fault current _ _ _KA for _ _ _ Sec. ( Value of current & time shall be
indicated)
iv) Sequential marking of length of the cable in metres at every one metre. -To be
embossed / printed
v) Voltage grade’ to be printed/embossed at the interval of one meter-length. The
identification, by printing or embossing shall be done only on the outer sheath.
l) The embossing / printing shall be progressive, automatic, in line and marking shall be
legible and indelible.
m) All cables shall meet the fire resistance requirement as per IEEE - 383 with cable
installations made in accordance with 'Flammability Test' and as per Category-B of IEC
332 Part -3
n) Cable selection& sizing :
LT cables shall be sized based on the following considerations:
i) Rated current of the equipment
ii) Short circuit withstand capability
iii)Max permissible voltage drop of 2% for entire AC cables
o) De rating Factors:
De rating factors for various conditions of installations including the following shall be
considered while selecting the cable sizes:
i) Variation in ambient temperature for cables laid in air
ii) Grouping of cables
iii)Variation in ground temperature for buried cables.
p) Cable lengths shall be considered in such that straight through cable joints are avoided.
Cables shall be armoured type if laid directly buried.
q) All acceptance and routine tests as per the specification and relevant standards shall be
carried out. Charges for these shall be deemed to be included in the equipment price.
415 V CABLE TECHNICAL SPECIFICATION
SL
Description Cables
No.
1 Type of cable FRLS cables
2 Standard applicable IS : 1554
3 Voltage designation of cables 1.1 kV
Number of cores and cross sectional
4 As per Design finalized
area
5 Conductor Copper / Aluminium
5.1 Maximum withstand temperature
5.1.1 Normal condition 90°C
5.1.2 short circuit condition 250°C
Circular / shaped, compacted,
5.2 Shape
stranded
6 Insulation Suitable for 1.1 KV
6.1.0 Material & standard PVC
Extruded (Sleeve extrusion not
6.2.0 Application
permitted)
6.3.0 Volume resistivity As per IS
7 Sheath
7.1.0 Material & standard PVC type ST2 (IS : 5831)
7.2.0 Application Extruded
7.3.0 Color Black
7.4.0 Whether FRLS Yes
8 Characteristics of FRLS Sheath
Minimum 29%(As per ASTMD
8.1.0 Oxygen index
2863)
8.2.0 Temperature index Min 250°C(As per ASTMD 2863)
40% min., 60% max as per ASTMD
8.3.0 Smoke density
2843
8.4.0 Acid gas generation Max 20% as per IEC-754-1
8.5.0 Flammability test As per IEC : 332 Part III Cat B &
Swedish Chimney test as per SS :
r) 1.1 KV Grade Control Cables shall have stranded copper conductor and shall be
multicore PVC insulated, PVC inner sheathed, armoured / unarmoured, FRLS PVC
outer sheathed conforming to IS: 1554. (Part-I).
5) Cable Ends
a) Cable end terminations and joint kits shall comply with the latest version of the relevant
IS standard.
b) The cable ends shall be terminated with adequate size copper lugs and sockets etc.,
single/double compression cable glands. Cable glands shall be of robust construction
capable of clamping cable and cable armour (for armoured cables) firmly without
injury to insulation. The metallic glands shall be earthed at two locations. Suitable lock
type crimping lugs shall be used for cable end terminations. Where cables are raising
from ground, suitable PVC pipe guarding shall be provided for cable raising with
sealing of the guarding PVC pipe including a suitable clamp.
c) Data sheets of the joints and kits, shall be submitted for approval by Owner.
required. Cable trays shall be ladder type for power & control cables and perforated for
instrumentation cables.
b) Cable trays, fittings, and accessories shall be fabricated out of rolled mild steel sheets
free from flaws such as laminations, rolling marks, pitting etc. These (including
hardware) shall be hot dip galvanized as per relevant IS.
c) Cable trays shall have standard width of 150 mm, 300 mm, 600 mm & 900 mm and
standard lengths of 2.5 meter. Thickness of mild steel sheets used for fabrication of
cable trays and fittings shall be minimum 2 mm. The thickness of side coupler plates
shall be minimum 3 mm.
d) Cable trays shall be required for branching out few cables from main cable route. These
shall be U- shaped, fabricated of mild steel sheets of minimum thickness 2 mm and
shall be hot dip galvanized as per relevant IS. Troughs shall be of standard width of 50
mm & 75 mm with depth of 25 mm.
3. Codes and Standards:
The applicable codes and standards are as mentioned below
IS: 3975 Low carbon galvanized steel wires, formed wires and tapes for
armouring of cables
IS: 8130 Conductors for insulated electrical cables and flexible cords
ASTM-D -2843 Standard test method for density of smoke from the burning or
decomposition of plastics.
4. Tests
4.1 Type Tests
The cables offered should be type tested. Type test report should not be more than ten
years old, reckoned from the date of bid opening, in respect of the following tests,
carried out in accordance with relevant standards, from Govt./Govt. approved test
house, and shall be submitted during Factory Acceptance Tests (FATs):
All routine and acceptance tests shall be carried as per relevant standards, approved
QAPs and Technical Specifications in the presence of Owner’s representative/TPI.
5. Marking
7. Cable laying
Cable laying procedure shall be as per IS:1255. The Contractor shall prepare proper
document for cable laying (DC, LT Power Cables) and submit for approval of Owner
before starting the work of Cables at site.
For DC cable min. loop of 2 m. to be left on both termination ends for future use.
Similarly for AC cables (HT<) loop of min. 4 m. to be left on both termination ends
and on both ends of joints (wherever applicable).
While laying cables, effort should be made to maintain depth & keep clearances
between cables / trenches for safety, to avoid electrical interference, for proper
dissipation of heat as well as to avoid damage to other cables during fault in any cable.
Following minimum gaps/depths/protection may be maintained in various cases.
Minimum spacing between power cable trench & control cable trench: 200 mm
Minimum spacing between Instrumentation cable trench & any other cable trench:
300 mm
Minimum inter axial spacing between two cables inside a trench : 200 mm
When cables are laid in layers minimum clearance between two layers: 300 mm
Minimum depth from ground level to top of cable for LT cables: 750 mm
Minimum depth from ground level to top of cable for HT cable up to 11 KV: 900 mm
Minimum depth from ground level to top of cable for HT cable up to 33 KV: 1000
mm
Minimum depth from ground level to top of cable for Road crossing: 1000 mm
Minimum cushioning of sand layer at bottom of the trench should be : 150 mm
Minimum cushioning of sand layer over the top of cable in topmost layer: 150 mm
Minimum cushioning of sand layer between two layers of cables: 300 mm
Protective covering over the topmost layer of the cable: One layer of brick/stone/tiles
Route marker to be provided along the cable route at an interval of not more than 50 M,
at cable joint locations and wherever there is a change of directions. Separate route
marker should be provided for all types (Power/ Control/Instrumentation) & voltage
grade (HT/LT) of cables.
For identification, each underground cable should be fastened with Aluminum cable tag
marker at interval of not more than 25 M, near the terminals, where coming over
ground, both end of road crossings, when changing directions.
At road crossings, building entry/exit, paved areas cables should be laid through pipes
or ducts. When a cable is laid through pipes/ducts there should be 50% free space for
ease of laying and future maintenance. Both end of the pipes or ducts should be sealed.
Pipes/ducts for LT, HT, Control & Instrumentation cables should be separate. In road
crossings top of pipes should be at a depth of minimum 1 meter below the road level.
Suitable cushioning as well as sand padding should be provided at the entry and exit
point of the cable to avoid damage of the cable with sharp end of pipes/ducts. At
entry/exit point of the building downward slope should be towards outside and both
side should be sealed to avoid entry of water.
DC cables from modules are laid below the modules with the support of module
structures. These cables should be properly supported all along its length and tied with
non magnetic material at interval of not more than 300 mm. Cable should not be
hanging anywhere.
During laying and while storing of cable drums all open ends of the cables should be
immediately sealed to avoid ingression of moisture and damage of cable.
B.4 SCADA:
1. General:
Contractor shall provide complete SCADA system with all accessories, auxiliaries and
associated equipments and cables for the safe, efficient and reliable operation of entire
solar plant and its auxiliary systems. Bidder shall include in his proposal all the
Hardware, Software, Panels,
Power Supply, HMI, Laser Printer, Gateway, Networking equipment and associated
Cable etc. needed for the completeness even if the same are not specifically appearing in
these specifications. The SCADA shall record and report all necessary operational
details, obtain and process data into information for the warranty agreements and allow
monitoring in the plant and manual control. The SCADA will be optimised to allow
remote interrogation and resetting of as many errors as possible consistent with industry
standards for safety and machine integrity.
2. Technical Requirements:
a) SCADA System shall have the provision to perform the following functions:
i) Real-time acquisition and display of data, status, alarms and trends
ii) Display of status of major equipments in Single Line Diagram (SLD)
format
iii) Control of switchgears/Breakers and Inverters
iv) Display and storage of measured values
v) Display and storage of derived/calculated/integrated values
vi) Display and Storage of Alarm, Event and Trends
vii) Generate, store and retrieve user configurable periodic Reports
viii) Remote monitoring of essential parameters on the web using standard
Modem
ix) Separate indication for protection relay status for Over Current, Earth
Fault, Over Voltage, Under Voltage tripping to be provided in SCADA.
dd) The SCADA shall be supplied with three sets of comprehensive, complete and up-
to-date documentation relevant to all the hardware and software supplied.
ee) All the values corresponding to above mentioned parameters shall be recorded
with respect to independent system clock of SCADAime central time
synchronization clock to which all the devices shall be synchronized.
ff) Monitoring System shall generate GHI value and Generation value on
instantaneous/average/integrated basis as required. The same shall be used to
assess the system performance and to establish Performance Guarantee Test
(PGT) of the system as described in the SCC. The field data shall be fed to the
monitoring system through proper wiring/cabling, or through other
communication medium as may be deemed fit.
Shall comply to all the relevant standards, but not limited to the following:
Codes Description
IEC Photovoltaic System Performance Monitoring – Guidelines for
61724 measurement, data exchange and analysis
c. Contractor shall ensure installation of internet lease line for SCADA accessibility at
other IOCL locations. Also internet will be used to transfer real time data to SLDC
through RTU.A complete and comprehensive SCADA report shall be made available
to –
d. Contractor shall ensure remote accessibility of SCADA at IOCL LPG Bottling Plan and
at other IOCL offices as per OWNER requirement. .
B.5 EARTHING & LIGHTNING PROTECTION SYSTEM:
Proper design and calculations report pertaining to design and selection of Earthing &
Lightning Protection System, shall be submitted to EIC for approval prior to
commencement of work at site.
B.7.1 EARTHING:
1. General:
Earthings (or grounding) of panels/ support structures, transformers and all electrical
installations shall be under the scope of contractor. Earth electrode shall be designed to
withstand the maximum possible short circuit current. The work shall be executed, as per
IS: 2309, IS 3043, or IEC 60364. Care shall be taken to protect electrical and electronic
equipment within the control panel against any lightning/switching surges which are
expected in electrical network. For this purpose the bidder shall provide suitable
arrangement in the panels. The earthing system shall be designed with consideration of
the earth resistivity of the project area. The earth resistivity values shall be measured
prior to designing the earthing system and earth resistivity report to be shared with
owner. Unless otherwise specified, earthing system shall be in accordance with IS: 3043
and IEEE 80, Indian Electricity Rules, Codes of practice and regulations existing in the
location where the system is being installed. All metal casing/ shielding of the plant shall
be thoroughly grounded in accordance with Indian Electricity Act/ IE rules. The step and
touch potential for earthing should be as per IS 3043-1987.
2. Technical Requirements:
a) Four separate earthing system shall be provided, each for DC Circuits, AC Circuits,
Electronic Circuits and Lightning Protection System (LPS). DC side of each inverter
shall be earthed if required as per PV module manufacturer’s recommendations. The
earthing design for the same shall be submitted to EIC/Owner for final approval.
Seperate grid is to be formed for DC side earthing of inverters.
Towards this end, adequate number and appropriate size IS:3043 compliant earthing
pits suitably calculated as per the design criterion or at least one each for AC circuit,
DC circuit, Electronic circuit and lightning protection system, whichever is more shall
be ensured. The complete earthing job including preparation of earthing pits and
connection with the existing earth grid, if any, shall be ensured during the project
execution.
b) For outdoor switchyard, earthing system network/earth mat shall be interconnected
mesh of Mild Steel (MS) rods buried in ground. For other areas in the solar plant such
as transformer yard, switchgear room the earthing system shall consist of minimum two
parallel conductors, connected to the main earth grid network. The Contractor shall
furnish the detailed design and calculations for Owner's approval. Contractor shall
obtain all necessary statutory approvals for the system.
c) There will be separate earthing provision for:
i) Inverter room or invertors/PCUs
ii) Module Mounting Structure- two distinct earthing paths to be provided.
iii) Two distinct earthing for Lightning Arrestor (A grid to be formed with three
earth pits for each LA).
iv) SCADA.
d) The earth conductors shall be free from pitting, laminations, rust, scale and other
electrical, mechanical defects.
e) The material of the earthing conductors shall be as follows:
i) Conductors above ground level - Galvanized steel or Copper Bonded Rod
ii) Conductors buried in earth - Mild steel or Copper Bonded Rod
iii) Earth electrodes - Mild/Galvanized steel rod or Copper Bonded Rod
f) Combination of two dissimilar metals in earthing arrangement shall not be permitted
for e.g. Copper and G.I. Specifically if copper earthing electrodes are used for earthing
of Lightening Arrestors, GI strips for connecting earthing copper cable and electrode
shall not be permitted.
g) Every alternate post of the switchyard fence shall be connected to earthing grid by one
GS flat and gates by flexible lead to the earthed post. Portable tools, appliances and
welding equipment shall be earthed by flexible insulated cable.
h) Each continuous laid lengths of cable tray shall be earthed at minimum two places by
G.S. flats to earthing system, the distance between earthing points shall not exceed 30
meter. Wherever earth mat is not available, necessary connections shall be done by
driving an earth electrode in the ground.
i) Connections between earth leads and equipment shall normally be of bolted type.
Contact surfaces shall be thoroughly cleaned before connections. Equipment bolted
connections after being tested and checked shall be painted with anti corrosive
paint/compound.
j) Connections between equipment earthing leads and between main earthing conductors
shall be of welded type as described in relevant standards by using suitable U-clamps or
alike arrangement and utmost care taken in ensuring continuity all across the contact
surface area. For rust protection the welds should be treated with red lead compound
and afterwards thickly coated with bitumen compound. All welded connections shall be
made by electric arc welding.
k) The welded joint needs to be painted with Cold GI paint (eg. Zinckote, etc.) according
to the manufacturer’s specification for paint thickness (16 mm rod – minimum 75
microns, and 10 mm rods – minimum 65 microns) applied either through spray mode or
direct liquid application. In case the weld joints are coming in the portion buried under
earth, an additional layer of Enamel paint needs to be applied on the weld joint.
l) Earth pit shall be constructed as per IS:3043. Electrodes shall be embedded below
permanent moisture level. Earth pits shall be treated with salt and charcoal if average
resistance of soil is more than 20 ohm meter. On completion of installation, continuity
of earth conductors and efficiency of all bonds and joints shall be checked. Earth
resistance at earth terminations shall be measured and recorded. All equipment required
for testing shall be furnished by contractor. In general industrial practice, the standard
philosophy of providing redundancy by facilitation of two point contacts between
structure and grid, or structure/equipment and earth pits (GEP or NEP), or structure and
structure has to be ensured.
m) SOLAR ARRAY EARTHING
Each Module mounting structure (MMS), SPV Module frames, mounting arrangement
for String Monitoring Boxes, Metallic Junction Boxes, Metal frames/Panel, Metallic
Pipes of the solar array shall be effectively earthed by two separate and distinct
connections to earthing system.
Number of earth pits in solar array shall be equivalent to no. of SMUs installed. All
earth pits shall be interconnected through GI strip of size 50 X 6 mm. laid at depth of
min. 600 mm. to form earthing grid. MMS table at the end of each row shall be
connected to the grid. SMU SPD earthing shall be done directly to the nearest earth pit
whereas SMU frame shall be connected to earthing grid through earth strips. Each
MMS table shall be connected to adjoining table at two points, one through GI strip
connecting MMS leg structures of adjoining tables and another through copper cable
connecting aluminium frames of two modules of the adjoining tables.
Equipment and structure in the solar plant shall be earthed in compliance to the IS:
3043 (Code of Practice for Earthing) and Indian Electricity Rules/Acts.
n) The Contractor shall furnish the detailed design and calculations for Owner’s approval
as per IEEE 80-2000 to determine the number of earth pit and size of earth mat
conductor.
o) Connection of riser to the structures shall be bolted or welded type. In case of bolted
type arrangement, to ensure throughout connection, proper welding shall also be done
at the contact surface areas. Portion of galvanised structure which undergoes welding at
site shall be coated with two coats of cold galvanising and anti-corrosion paint
afterwards. .
p) Connections between equipment earthing leads and between main earthing conductors
shall be of welded type. For rust protection, welds should be treated with red lead
Page 154 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
compound and afterwards thickly coated with bitumen compound. All welded
connections shall be made by electric arc welding.
q) On completion of installation, continuity of earth conductors and efficiency of all bonds
and joints shall be checked. Earth resistance at earth terminations shall be measured and
recorded. All equipment required for testing shall be furnished by contractor.
r) The earthing resistance must not exceed the limits generally in practice for such
applications i.e. 1Ω.
Codes Description
IS: 3043 Code of practice for Earthing.
IEEE: 80 IEEE guide for safety in AC substation grounding
IEEE: 142 Grounding of Industrial & commercial power systems
IS: 2309 Code of Practice for the protection of building and allied
structures against lightning.
IEC 62305 Protection against Lightning
a) Down conductors shall be as short and straight as practical and shall follow a direct
path to earth electrode. Each down conductor shall be provided with a test link at 1000
mm above ground level for testing but it shall be inaccessible for any sort of
interference. No connections other than one direct to an earth electrode shall be made
below a test point. All joints in the down conductors shall be welded type.
b) Lightning conductors shall not pass through or run inside GI Conduits.
c) LIGHTNING PROTECTION SYSTEM FOR SOLAR ARRAY:
i) Complete Solar Array with associated structure shall be protected from Direct
Lightning Stroke.
ii) The Station Class Early Streamer Emission (ESE) technology Lighting Arrestor
(LA) has to be designed as per applicable standards so that whole of the Solar PV
Plant is protected. Design basis report has to be submitted prior to finalization of
drawings for approval of Owner.
iii) The protection system will be based on early streamer emission lightning
conductor air terminals. Multiple ESE type lightning arrestors should be installed
and shall provide an umbrella protection against direct lightning strikes and shall
cover entire area of the plant.
iv) ESE air terminal shall be type tested in any national/international approved lab for
advance triggering time (∆T) and lightning Impulse current test and type test report
shall be submitted to Owner for approval.
v) Each ESE air terminal shall be provided with separate earthing termination and test
link for equipotential bonding of lighting protection system as per OEM
guidelines/NFC 17 -102. Each ESE air terminal shall be equipped with lightning
stroke counter to be fixed at suitable height in serial on the down conductor.
vi) Number of earth pits to be provided as per manufacturer’s recommendation
however there shall be a grid of min. 3 earth pits for each L.A. Distinct connection
should be made to all earth pits with copper cable through a junction box from the
down conductor of LA.
vii) ESE air terminal shall be erected on isolated foundation as approved by Owner. If
required, suitable guy wire shall be used to support the mast of ESE terminal
against the wind.
viii) The Bidder shall submit the drawings and detailed specifications of the PV array
lightning protection equipment.
ix) As far as possible, poles for installation of lightening arrestor need to be positioned
to ensure minimum shadow on modules/array.
Contractor shall install complete infrastructure for submission of online data to SLDC as per
SLDC specification and requirements. Initial fixed cost of Internet connection arrangement
for the same will be in scope of contractor. . It will be in contractor’s scope to get the
infrastructure approved from SLDC and obtain completion certificate for the work. Recurring
monthly internet charges will be paid by Owner.
C) CIVIL WORKS
Proper design and calculations report pertaining to design and selection of Civil Works,
shall be submitted to EIC for approval prior to commencement of work at site..
All PCC work shall be of minimum M15 grade & RCC work of minimum M25
grade, unless otherwise specified.
1. TOPOGRAPHICAL SURVEY:
a) The Detailed Topographical survey of the proposed site shall be done by the
Contractor, shall be approved by the Owner. The demarcation of land based on Land
Map of the project supplied by the Owner shall be done by fixing the boundary stones
approved by Owner on the project boundary and in intermediate places if required.
b) The boundary stones location shall be finalised in presence of representative of Owner.
The study of the contours of the land shall be done by the Contractor based on the
Detailed Topographical survey report. Based on the above study, the Contractor
thereafter shall prepare a detailed PV array layout which shall be used by the
Contractor for designing the general layout with clear demarcation showing boundary
wall, boundary pillars, location of control room, array yard, approach road, internal
roads and general drainage etc.
2. CONTOURING:
a) Contractor shall carry out spot level surveying at an interval of an average 25 meters for
contouring the area. Levels shall also be taken on all traverse stations and on salient
points located at random over the area (ground points). Contours are to be interpolated
at 0.5 M intervals after the above points are plotted. The contours shall not be just
interpolated but properly surveyed on the ground so that features falling between the
two successive levels are also picked up. Sufficient points properly distributed over the
entire area shall be located and levels taken so that accurate contouring can be done at
places of sharp curvature or abrupt change in direction and elevation, points selected
shall be close to each other. Salient points on ridge lines and valley lines, if any, shall
also be measured. Transfer of levels shall always start from Main/Subsidiary stations
whose levels are based on bench mark established in the survey area.
ditches/drainage, embankment slopes, inter levelled patches slopes etc. as per design
requirements.
c) Based on the spot level, contour survey report and complete ensurance to meet above
requirements, bidder can propose different site grade levels. The site levelling may be
carried in patches/blocks. After performing the optimisation of levels from the detailed
site survey by the Contractor, the final formation level of the plot at various areas shall
be finalized. The area shall be suitably cut and filled to suit the layout requirement. The
site levelling and grading scheme incorporating the above aspects shall be submitted to
Owner for approval.
5. FENCING OF SWITCHYARD:
The fencing work required for electrical switchyard (consisting of Power Transformers,
Auxilliary Transformer(s), and Energy Meters, if outdoor) shall be of chain link G.I.
fencing wire in accordance to IS: 278 and CEIG requirement. It shall be of commercial
type and conforming to IS: 226. M.S. angle posts shall confirm to IS: 226 and IS: 800.
Switchyard fencing shall be provided with two gates, main gate & wicked gate.
Separate earthing to be provided for switchyard fencing.
6. FOUNDATIONS:
The work shall comprise of design and construction of foundations for support
structures, transformers, control room, etc. as per locations indicated on the final layout
drawings. The foundation design shall suit the local soil conditions and the materials
used viz. cement, reinforcement steel etc. shall conform to relevant standards.
Contractor shall furnish the safe bearing capacity of soil, design calculations, and
detailed construction drawing for the foundations to Owner before proceeding with the
work. The Contractor shall mention the survival wind speed considered for design of
foundations, which shall be in accordance with Technical Specifications.
b) Masonry Work:
All brick work shall be using at least class designation 7.5 of approved quality as per IS
1077:1992, IS: 2212, IS: 3495. The cement mortar for brick masonry shall be in the
ratio of 1 cement and 5 sand by weight. The cement mortar shall be machine mixed.
Bricks required for masonry work shall be thoroughly soaked in clean water tank for
approximately two hours before their actual use. Masonry work shall be kept moist on
all the exposed faces for a period of seven days from the day of execution.
c) Doors and windows:
Doors, windows and ventilators of air-conditioned areas, entrance lobby of all buildings
(where ever provided), and all windows and ventilators of main plant and service
building shall have, electro colour dyed (anodised with 15 micron coating thickness)
aluminium framework with glazing. Each window of Control room should have
venetian blinds. The doors frames shall be fabricated from 2.0 mm thick MS sheets and
shall meet the general requirements of IS: 4351. Steel windows and ventilators shall be
as per IS: 1361 and IS: 1038. All windows and ventilators on ground floor of all
buildings shall be provided with suitable grill. Exhaust fans of industrial grade shall be
provided for ventilation and all exhaust fan openings shall be covered by good quality
louvers.
d) Glazing:
All accessible ventilators and windows of all buildings shall be provided with min.
4mm thick float glass, plain or tinted for preventing solar radiations, unless otherwise
specified. For single glazed aluminium partitions and doors, float glass of 8mm or 10
mm thickness shall be used. All glazing work shall conform to IS: 1083 and IS: 3548.
e) Plastering:
All external surfaces shall have 18 mm cement plaster in two coats, under layer 12 mm
thick cement plaster 1:5 and finished with the top layer 6 mm thick cement plaster 1:6
(cement: sand) with water proofing compound.
f) Flooring:
The Cement shall be ordinary Portland cement as per IS: 269. Flooring for all air
conditioned areas and offices area shall be provided with vitrified ceramic tiles of size
600X600 mm of min 9 mm thickness, laid with 3 mm ground joints as per approved
pattern, painted neatly with 3X4 mm stainless epoxy grout or equivalent. Flooring for
stores, security cabin shall be of cement concrete flooring as per IS: 2571.
g) Roofing:
Roof of the C.R. Building shall consist of Cast-in-situ RCC slab treated with a water
proofing system which shall be an integral cement based treatment conforming to
CPWD specification (item no. 25.8 of DSR 1997). The roof of the building shall be
water proof with top layer of china mosaic. The roof shall be designed for minimum
superimposed load of 150 kg/m2. For efficient disposal of rainwater, the runoff
gradient for the roof shall not be less than 1:100 and the roof shall be provided with
RCC water gutter, wherever required. If contractor plans to install weather monitoring
station on CMCS/MCR roof, RCC thickness to be suitably designed.
h) Painting of walls and ceilings:
The paint shall be anti-fungal quality of reputed brand suitable for masonry surfaces for
high rainfall zone. All painting on masonry or concrete surface shall preferably be
applied by roller. If applied by brush then same shall be finished off with roller. For
painting on concrete, masonry and plastered surface IS: 2395 shall be followed. All
paints shall be of approved make including chemical resistant paint. Minimum 2
finishing coats of paint shall be applied over a coat of primer. For painting on steel
work and ferrous metals, BS: 5493 and IS: 1477 shall be followed. The type of surface
preparation, thickness and type of primer, intermediate and finishing paint shall be
according to the painting system adopted. Ceiling of all rooms except Battery room
shall be white washed. The ceiling of Battery room (if provided) shall be painted with
acid resistant paint.
i) Plinth Protection:
Plinth protection shall be provided around all the buildings with Brickbats and PCC
M20 of at least 150mm thickness & smoothly finished top surface.
j) Water Supply:
GI/CPVC pipes of Medium quality conforming to IS 1239 (Part I-1990) shall be used
for all water supply and plumbing works. The Syntex or equivalent make PVC storage
water storage tank(s) of minimum 500 ltrs. capacity conforming to IS: 12701 shall be
provided over the roof of the CMCS/MCR, complete with all fitting including float
valve, stop cock etc.
k) Electrification of Building:
Electrification of Building shall be carried out as per IS 732-1989, IS 4648:1968 and
other relevant standards. Cable used for the work to be of FRLS rating.
l) Plumbing and Sanitary:
All fittings, fastener, grating shall be chromium plated. Necessary plumbing lines shall
be provided for control room building and Security cabin.
m) Stairs:
Bidder to construct concrete ladder/provide steel ladder with railings for accessibility of
CMCS/MCR roof. Also, construction of access ladder/staircases for accessing rooftop
solar plant, as per requirement would also be in bidder’s scope.
n) False Ceiling:
The control room shall be provided with false ceiling of 15 mm thick mineral fibre
board, in tile form of size 600mm x 600mm, along with galvanised light gauge rolled
form supporting system in double web construction pre painted with steel capping, of
approved shade and colour, to give grid of maximum size of 1200x600 mm as per
manufacturers details including supporting grid system, expansion fasteners for
suspension arrangement from RCC, providing openings for AC ducts(if required),
return air grills(if required), light fixtures, etc., all complete.
o) Lighting:
The lighting design of the buildings shall be carried out as per IS 3646-1992. All
lighting in MCR and for street lights shall be LED type. The average illumination level
of control room shall be 300 Lux with Mirror optics with anti-glare type or Decorative
Mirror optics type of fixture. The building shall be provided with adequate light
fittings, 5A/ 15A 1 phase sockets, fans etc. controlled by required ratings of MCBs and
MCB DBs. All MCBs / Isolators shall be mounted inside the panel and a bakelite/fibre
glass sheet shall be provided inside such that operating knobs project out of it for safe
operation against accidental contact. Operating handle of incoming MCCB/isolator
shall project out of door.
Specification of Inverter Room:
To prevent the maximum permissible temperature in the inverter room from being
exceeded because of internal heat emission of inverters and other auxiliaries in the
inverter room, the inverter room in the PV station shall be adequately ventilated. Heat
load calculation of the inverter room need to be submitted beforehand to owner for
approval. Cladding system should be a weather tight building envelope, suitable for
complete life of solar plant. The layout of Inverter room shall be designed so as to
divert the heat generated from each inverter outside the room. The inverter room shall
be designed for a life of 25 years. The successful bidder shall have to get the structural
design done as per the prevailing IS codes. The structure design shall be approved from
Owner, before actual start of the work. During design approval, the Contractor shall
also submit the duly certified designs for allied infrastructure, such as door frames,
window frames, roof, etc. The design shall consider the entire plant life i.e. 25 years
while selection of materials/structures/spacing etc. The flooring shall be concrete and
shall have slope gradient toward nearest drain. The illumination level inside the Inverter
Room shall be optimum to avoid any glazing or spot shading at any part of the room
and shall comply to the relevant standards/codes. The walls shall be made such that the
excessive heating due to external environment is avoided. Plinth protection for inverter
room shall be ensured. Painting of the room shall be as per the applicable codes and
standards.
10. Roads:
The contractor shall construct roads/pathways suitable for transporting the equipment,
spares, and other maintenance machinery during O&M period. Construction of
peripheral/service & internal approach roads, wherever necessary, shall be provided.
Internal Approach Roads (from Plant Main Gate to MCR, Inverter Room(s),
Transformer Yard, and Plant Switchyard) and Peripheral/Service Roads (along the
periphery of Solar Plant and roads connecting peripheral roads to MCR from all 4
sides) to be of WBM type. The road shall be designed as per applicable Indian Road
Congress (IRC) class loading. The contractor shall provide Hume pipes, RCC tunnels at
the crossing of roads with surface drainage, electrical cables, water lines or other buried
services, wherever required. After award of work, the bidder shall provide detail
drawing and specification of type of road/pathways, construction offered and length of
the road. The roads should meet following minimum specifications
a) Should connect all possible obligatory points
b) Avoid big culverts
c) Should have appropriate Camber/ gradient/ radius of curves/ super elevations
d) Provision of turning areas
e) Load bearing capacity of the road shall be in accordance with maximum weight of
the single equipment/component to be installed/used in the plant.
f) Internal Approach Road to be of min. 6 m. width.
g) Peripheral/Service roads need to be of min. 3.5 m. width.
h) All roads to be of WBM type.
i) Lighting provision through short height garden lights with LED to be provided for
internal approach roads.
natural drains and planned drains need to be lined (strengthened through RCC). All
Buildings shall be provided with plinth protection all around, sloped towards side
drains. Plinth Protection shall be 150 mm thick PCC (M20) laid over compacted base.
Side drains shall be stone masonry/brick masonry/concrete works of minimum 100mm
thickness. The side drains shall be connected to area drains by either open drains or
combination of open drains and underground pipes. Grade level shall be fixed with due
reference to highest flood level of the receiving body of water. Laying of Hume pipe
shall be in line with IS: 783.
It shall be ensured that the drains developed across the solar plant area should have a
gradient such a way that the drains are merged with to-be-built 3 nos. Storm drain water
Recharge Pit. 3 nos. of Storm Drain Water Recharge Pits has to be built by the
Contractor within the scope of this tender to accommodate all the water from drains.
Any existing gradient across the site shall be taken into consideration during
Contouring to develop the final drain layout plan. The drain size should be sufficient to
cater the peak drain water flow requirement and shall be submitted for approval of
Owner.
The surfaces of foundations shall be dressed to bring the top surface of the foundations
to the required level, prior to placement of equipment/equipment bases on the
foundations. All the equipment/ equipment bases shall be grouted and finished as per
these specifications unless otherwise recommended by the equipment manufacturer.
The concrete foundation surfaces shall be properly prepared by chipping, grinding as
required to bring the top of such foundation to the required level, to provide the
necessary roughness for bondage and to assure enough bearing strength. The grout shall
be high strength grout having a minimum characteristic compressive strength of 60
N/mm2 at 28 days. The grout shall be chloride - free, cement based, free flowing, non
metallic grout. Grout shall be of pre-mix variety so that only water needs to be added
before use. The mixing of the grout shall conform to the recommendations of the
manufacturer of the grout. Placing and finishing of grout shall be as per standard
industry practices.
After the grout is set and cured, the Contractor shall check and verify the alignment of
equipments, alignment of shafts of rotating machinery, the slopes of all bearing
pedestals, centering of rotors with respect to their sealing bores, couplings, etc. as
applicable and the like items to ensure that no displacement had taken place during
grouting. The values recorded prior to grouting shall be used during such post grouting
check- up and verifications. Such pre and post grout records of alignment details shall
be maintained by the Contractor in a manner acceptable to the Owner.
14. Shuttering:
The works shall consist of supply, fabricating, placing and removing all temporary
forms for shaping of concrete, together with all temporary construction required to
support such forms. The Contractor shall be responsible for the correct dimensions,
alignment, leveling, cleaning and oiling. All shuttering shall be approved by EIC but it
will not dilute in any way Contractor's responsibility. Proper and sufficient shuttering
shall be provided for the required period as per IS 456. Shuttering shall not be removed
before the concrete is sufficiently set and hardened.
15. Steel Reinforcement:
The work shall consist of supplying, cutting, bending, placing and fixation of
reinforcement bars of the grade, type and size specified on the drawings. Unless
otherwise stated in this specification, the IS: 2402-1963 (reaffirmed 1990) shall be
applied to this work. Reinforcement shall be high strength deformed bars grade Fe-415,
Fe-500 as mentioned in the drawing, confirming to IS: 1786-1985 (reaffirmed 1990).
The Contractor shall furnish test documents of steel reinforcements to be used in the
works or get required tests done at an approved testing laboratory.
16. Material Specification:
All materials which may be used in the work shall be of standard quality manufactured
by renowned concerns conforming to Indian Standards or equivalent having IS mark as
far as possible unless otherwise approved by Owner. For all work involving reinforced
or plain concrete, cement and water conforming to standards IS: 456-1978 and IS: 269-
1989 shall be used. Test procedures will also be based on these standards. All steel
reinforcing works shall be done according to IS: 2502-1963. PVC piping shall conform
to IS: 4985-1988.
17. CCTV arrangements:
Suitable CCTV arrangement shall be done to ensure:
i) At any given point of time (24x7), entire boundary area, entry point/gate along
with lobby area and O&M Room of Main Control Room (MCR) shall be under
CCTV surveillance preferably through fixed cameras.
ii) Clarity of vision to ensure face identification including during zoom out.
iii) Night vision capability to ensure clarity of vision during night.
Suitable design calculations, establishing the adequacy of CCTV Cameras selected
(based on the range of each CCTV Camera selected), shall be submitted for approval of
EIC/Owner.
Contractor shall ensure additional dual replication of CCTV Coverage of Solar Plant area
at IOCL Office of LPG Bottling Plant (one in Location In-charge Cabin and other in
LPG Bottling Plant Security Guard Cabin) in addition to one at Security Guard Cabin of
Solar Plant. Proper wiring and other necessary arrangement in regards to display of
CCTV Coverage at three locations needs to be ensured. Contractor shall ensure display
of CCTV footage on minimum 50 inch (50”) screen size at all three places.
D) General Requirements
Owner shall reserve the right to conduct Factory Acceptance Test (FAT) and Site
Acceptance Test (SAT) through inspection of equipments/components, in-house record
of stage inspection as well as finished product in line with the QAPs and relevant
standards at the manufacturer’s works/premises as well as at project site (as the case
may be). If by the above inspection, the Owner/TPI (Third Party Inspector) rejects any
equipment, the Contractor shall make good for such rejections either by replacement or
modification/ repairs as may be necessary to the satisfaction of the Owner through
establishment of successful tests, if required. Such replacements will also include the
replacements or re-execution of such of those works of other Contractors and/or
agencies, which might have got damaged or affected by the replacements or re-work
done to the Contractor’s work. The inspection and testing are necessarily required, but
not limited to the following items only.
a) All major/critical items (Solar PV Modules, MMS, Inverters/PCUs, AC & DC
Switchgears, Switchyard Equipments, SMBs, Cables, and Transformers) shall be
inspected and tested through third party inspection agencies listed in Annexure 20
during manufacture and in assembled condition prior to dispatch in accordance
with the standard practice/ approved QAP and applicable Standards at no cost to
IOCL. Copies of test certificates for such inspections in triplicate shall be supplied
before dispatch of the equipments.
b) In case of imported components, the same may be inspected at the stock yard /
warehouse of contractor / approved testing laboratory in presence of TPI and
Owner on sampling basis. However, Owner reserves the right to depute its
representatives for plant inspection & prototype inspection at overseas works.
c) After the award of work, the contractor shall furnish a complete list and details of
all tests to be conducted on all major equipments.
d) The bidder shall also furnish a schedule of inspection / testing atleast 7 days in
advance so that Owner may associate his representative/TPI to witness the tests.
The Contractor shall ensure submission of all relevant approved documents
required for conducting inspection (such as approved QAP, GTP, Technical
Specifications, etc.) along with Inspection Call Request. The Contractor shall also
furnish copies of all test/inspection reports for records and reference of Owner.
e) Contractor shall arrange and extend necessary cooperation for effectively carrying
out inspection / testing. However, this shall not absolve the responsibility of the
Contractor in providing the performance guarantee/warranty.
f) Inspection shall be carried out on randomly selected samples as prescribed in the
applicable standards/codes of all the major/critical items described above. For LT/
HT MCB manufacturers test certificate shall be submitted. All other items shall
confirm to relevant international/national standards.
3. INFRASTRUCTURE DEVELOPMENT
All infrastructural development work shall be performed with respect to the following
but not limited to:
a) Metering – Bidder shall provide two set of meter, one in plant side and one in sub
station side. On both side, bidder shall install main and check meter. The bidder
shall include grid code compliant, tri-vector electronic type-one energy meters to
be installed at interconnecting point of grid One of the energy meters shall be
worked/defined as main and other as check meter. The ABT complaint meter
should also be installed as per SERC tariff order. The calibration and testing of
energy meter shall be done as per the requirement of SEB (State Electricity Board).
The accuracy class of such meter shall be 0.2. Also, Metering Panel to be supplied
and installed as per DISCOM requirements.
b) The meter shall be provided with remote monitoring option as per SLDC
requirement to transmit online data and need to be compatible with system
installed for online data submission to SLDC.
c) The meter shall be installed in covered place as per approved design by Owner and
as per direction of EIC.
d) Meter shall be suitable for synchronizing the built in clock of the meter by GPS
device either through a synchronization pulse received from the synchronization
equipment or through a remote PC synchronized to GPS clock.
All charges for testing and passing of the meter from relevant government agency
shall be borne by the bidder. Owner shall assist bidder for necessary document as
and when required and shall reimburse the Contractor against actual on production
of receipt.
ABT complied energy meters shall have minimum technical specification as
mentioned below:
i) Shall be microprocessor based conforming to IEC 60687, IEC 62052-11, IEC
62053-22, IS 14697
ii) Shall carry out measurement of active energy (both import and export), and
reactive energy (import) by 3 phase power supply system
e) Lighting - The bidder shall provide indoor and outdoor LED lighting system with
adequate lux level for safe and reliable operation of the plant. Outdoor/peripheral
lighting shall be LED lighting system provided at adequate height of the poles.
LED lighting for internal fittings of adequate lux level to be ensured.
f) All associated civil work like Control room, rest room with attached bath &
kitchen for accommodation etc. for security, O&M & miscellaneous staff etc.
g) All office furniture which include two executive table & chair, sofa (3+2) with
centre table, 8 normal chairs, 2 computer table and other accessories of Good
Quality for maintenance staff. Furniture shall be of Godrej Interio make.
h) Water storage Tank, Sewage & Drainage System.
i) Water treatment plant, if required, for cleaning of Solar PV Modules.
The cables shall be adequately insulated for voltage required and shall be suitable
colour coded for required service.
All cables shall be installed in accordance with the relevant standards and as per cable
manufacturer’s recommendations.
Open ends of cable shall be effectively sealed immediately after cutting to prevent
ingress of moisture and to avoid other contamination.
Any damage to cable shall be reported immediately to Owner/EIC, who will advise for
further action, and cable would be replaced or repaired, as required by bidder at his own
cost.
LT and HT cable need not cross each other, at any point.
Testing
Cube test/ rebound hammer test should be carried out for, but not limited to,
foundation, transformer platforms, control rooms. The locations shall be randomly
selected by Owner for rebound hammer test and this test shall be provided at no
additional cost to the Owner, if required.
Foundation of structures should be tested for static/ dynamic stresses/ strains. Cable
schedule and cable layout drawings shall be finalized as per site specific conditions
during the installation work and shall be approved by the Owner.
Any reworks arising on account of the remarks made by the statutory authorities shall
be carried out by the Bidder at free of cost.
Testing of modules/ arrays/electrical equipment
The bidder should undertake following onsite pre-commissioning testing besides
Factory Acceptance Test done at Manufacturer’s premises, as per IEC standards,
complete in all respect but not limited to following:
a) Transformer
i) Measurement of winding resistance at all taps.
ii) Measurement of voltage ratio on all taps.
iii) Vector group check
iv) Measurement of impedance voltage / short circuit impedance and load loss.
v) Measurement of no load loss and current.
vi) Measurement of insulation resistance.
vii) Operational tests to know the correction functioning of all devices associated with
the transformer.
b) Switchgear Units
should be responsible for any loss or damage during transportation, handling and
storage due to improper packing. The Owner's Inspector should have right to insist for
completion of works in shops before dispatch of materials for transportation.
7. RATING PLATES, NAME PLATES & LABELS
Each main and auxiliary item of plant including instruments should have permanently
attached to it in a conspicuous position, a rating plate of non- corrosive material upon
which should be engraved manufacturer’s name, equipment, type or serial number
together with details of the ratings, service conditions under which the item of plant in
question has been designed to operate, and such diagram plates as may be required by
the Owner.
Such name plates or labels should be of white non-hygroscopic material with engraved
black lettering or alternately, in the case of indoor circuit breakers, starters, etc. of
transparent plastic material with suitably coloured lettering engraved on the back. The
name plates should be suitably fixed on both front and rear sides.
Hanger/ support numbers should be marked on all pipe supports, anchors, hangers,
snubbers and restraint assemblies. Each constant and variable spring support should
also have stamped upon it the designed hot and cold load which it is intended to
support. Suitable scale should also be provided to indicate load on support/hanger.
Nameplates shall be as per best practices of the industry.
All such plates, instruction plates, etc. must be bilingual with Hindi inscription first,
followed by English. Alternatively, two separate plates one with Hindi and the other
with English inscriptions may be provided.
All segregated phases of conductors or bus ducts, indoor or outdoor, should be provided
with coloured phase plates to clearly identify the phase of the system
8. DESIGN IMPROVEMENTS
The Owner or the Contractor may propose changes in the specification of the
equipment or quality thereof and if the parties agree upon any such changes the
specification shall be modified accordingly.
If any such agreed upon change is such that it affects the price and schedule of
completion, the parties should agree in writing as to the extent of any changing the
price and/or schedule of completion before the Contractor proceeds with the change.
Following such agreement, the provision thereof, should be deemed to have been
amended accordingly.
9. TECHNICAL CO-ORDINATION MEETING
The Contractor should organize and attend fortnightly Progress Review Meetings with
the Owner during the period of Contract at mutually agreed venues for review of
progress & resolving technical clarifications, if any. The Contractor also need to attend
such meetings at his own cost and fully co-operate with such persons and agencies
involved during the discussions.
The Contractor must ensure availability of the concerned experts / consultants/
personnel who are empowered to take necessary decisions during these meetings. The
Contractor must be equipped with necessary tools and facilities so that, if required, the
drawings/documents can be resubmitted after incorporating necessary changes and
approved during the meeting itself.
The Contractor should furnish Fortnightly Progress Report (FPR) to the Owner at most
by 2nd and 16th of every month detailing out the progress achieved on all erection
activities as compared to the schedules. If the 2nd and 16th date of any month is holiday,
the Contractor shall ensure submission of MPR by the last working day before 2 nd and
16th of that month. This shall be supplemented by printed colour photographs and video
in VCD/DVD indicating various stages of erection and the progress of the work done at
Site. The report should also indicate the reasons for the variance between the scheduled
and actual progress and the action proposed for corrective measures, wherever
necessary.
10. TECHNICAL SPECIFICATION OF TRANSMISSION SYSTEM
All the material and job specification must conform to the local electricity department
regulations and code of standards and must be approved by the relevant competent
authority and Owner.
11. OPERATION AND MAINTENANCE MANUAL
The Operation and Maintenance guidelines together with drawings (other than shop
drawings) of the equipment, as completed, should have sufficient detail to enable the
Owner to operate, maintain, dismantle, reassemble and adjust all parts of the
equipment. They should provide a step by step procedure for all operations likely to be
carried out during the life of the plant / equipment including, operation, maintenance,
dismantling and repair including periodical activities. Each manual must also have to
include a complete set of drawings together with performance/rating curves of the
equipment and test certificates wherever applicable. The contract will not be considered
to be completed for purposes for taking over until these manuals have been supplied to
the Owner.
If after the commissioning and initial operation of the plant, the manuals require any
kind of modification / additions / changes, the same shall be incorporated and the
updated final instruction manuals shall be submitted to the Owner for records.
A separate section of the manual must be prepared for each size/ type of equipment and
must contain a detailed description of construction and operation, together with all
relevant pamphlets and drawings. The manuals shall include the following:
a) List of all the spare parts along with their drawing and catalogues and procedure
for ordering spares.
b) Where applicable, fault location charts shall be included to facilitate finding the
cause of mal-operation or break down.
c) Detailed specifications relating to all the consumables including lubricant oils,
greases, chemicals etc. required system/equipment/assembly/sub-assembly wise for
the complete plant.
d) On completion of erection, a complete list of equipment giving their location, and
identification marks etc. should also be furnished to the Owner.
12. DEFECTS AND RECTIFICATIONS
The Owner may check bidder’s work and verify whether the works are completed as
per specifications and if any defects are found in the works, the bidder has to rectify
those defects within the time schedule and on bidder’s own costs, specified by the EIC.
The successful bidder shall provide a warranty covering the rectification of any and all
defects in the design of equipment, material and workmanship of equipment for a
period of 60 months from the date of commissioning. The removal of control and
instrument equipment in order to allow bench calibration, if required, and the re-
installation of the said equipment after calibration shall also be included as a part of the
work under these specifications.
Defects prior to taking over
If at any time before the work is taken over, EIC shall:
c) Decide that any work done or materials used by the Contractor or any sub- Contractor
is defective or not in accordance with the contract, or that the works or any portion
thereof, are defective, or do not fulfil the requirements of contract (all such matters
being hereinafter, called ‘Defects’ in this Clause).
AND
d) As soon as reasonably practicable notice given to the Contractor in writing of the said
decision specifying particulars of the defects alleged to exist or to have occurred, then
the Contractor at his own expense and with all efforts shall make good the defects so
specified.
In case the Contractor fails to do so, the Owner may take, at the cost and risk of the
Contractor, such steps as in all circumstances be reasonable to make good such defects.
The expenditure so incurred by the Owner will be recovered from the amount due to the
Contractor. The decision of the EIC with regard to the amount to be recovered from the
Contractor will be final and binding on the Contractor. As soon as the works have been
completed in accordance with the contract and have passed the tests on completion, the
EIC shall issue a certificate in which he shall certify the date on which the works have
been so completed and have passed the said tests and the Owner shall be deemed to
have taken over the works on the date so certified.
Defects after taking over
a) In order that the Contractor could obtain a completion certificate, he shall rectify any
defect arising from the defective materials supplied by the Contractor or workmanship
or any act or omission of the contract or that may have been noticed or developed after
the works or group of the works has been taken over, the period allowed for carrying
out such works will be normally 15 days. Normally it is expected that work will be
completed within 15 Days. However in case of unforeseen /genuine delay EIC may
take a call on this aspect whose decision will be final. If any defect shall not be
remedied within period stipulated above, the Owner may proceed to do the work at
Contractor’s risk and expense and deduct from the final bill such amount as may be
decided by the Owner.
b) If by reason of any default on the part of the Contractor, a completion certificate has not
been issued in respect of the works within one month after the date fixed by the
Contractor for the completion of the work, the Owner shall be at liberty to use the
works or any portion thereof in respect of which a completion certificate has not been
issued , provided that the works or the portion thereof so used as aforesaid shall be
afforded reasonable opportunity for completion of these works for the issue of
completion certificate.
c) All the aforesaid safeguards /rights provided for the Owner shall not prejudice its other
rights/remedies elsewhere provided herein and/or under law.
13. ACCIDENT
Owner will not have any liability towards any loss or damage to the property or
personnel of the bidder deployed for discharging the work under this contract. In case
any accident occurs during the construction/ erection, operation & maintenance or other
associated activities undertaken by the Contractor thereby causing any minor or major
or fatal injury to his employees due to any reason, whatsoever, it shall be the
responsibility of the Contractor to promptly inform the same to the Owner and also to
all the authorities envisaged under the applicable laws.
14. CONFIDENTIALLITY
The Bidder will not engage any persons other than those who are authorized by Owner
for doing the work for the above contract. Any data recorded/taken from the plant will
have proprietary right of Owner. Contactor should not share any data recovered/taken
from the site with any other authority/consultant/personnel.
Bidder shall treat NIT documents and contents therein as private and confidential. If at
any time during bid preparation, bidder decides to decline the invitation to bid; all
documents must be immediately returned.
Note:
Bidder (Contractor) shall not, without prior submission of his Bid to IOCL, make
use of any document or information except for purposes of performing the
contract.
Any document supplied to the bidder(Contractor) in relation to the contract other
than the Contract itself remain the property of IOCL and shall be returned (in all
copies ) to IOCL on completion of Contractor’s performance under the Contract
if so required by IOCL.
15. SECURITY SERVICES
The contractor has to arrange proper security system including deployment of security
personnel at his own cost for the check vigil for the Solar Power Plant. Security staff
per shift should be adequate in number and as required. The security staff may be
organized to work on suitable shift system. Proper checking & recording of all
incoming & outgoing materials, vehicles shall be maintained. Any occurrence of
unlawful activities shall be informed to IOCL immediately. A monthly report shall be
sent to Owner on the complete security aspects. Any loss or damage on account of
security lapse shall be compensated by the bidder.
16. ORGANISATION CHART
The bidder shall furnish an organization chart for the proposed solar PV project with
CV of manpower employed. The person responsible for reporting to owner shall be
indicated by designation. Details of specialist manpower available with the company
should be provided. During the course of project execution, it will responsibility of
contractor to take prior approval of Owner for any change in organogram at any point
of time. Escalation matric also to be provided with organogram.
E) GENERAL SYSTEMS
Each instrument shall be supplied with necessary cables. Calibration certificate with
calibration traceability to World Radiation Reference (WRR) or World Radiation
Centre (WRC) shall be furnished along with the equipment. Bidder shall provide
Instrument manual in hard and soft form.
The Pyranometers shall be selected in adherence to specifications laid out in the Tender
Document.
b) THERMOMETER:
Bidder shall provide minimum two thermometers (one for ambient temperature
measurement with shielding case and other for module back surface temperature
measurement). The thermometers shall be RTD / semiconductor type measuring
instrument. Ambient temperature measurement thermometer shall have a range of 0 to
60 degree C and module back surface temperature sensor shall have range of 0 to 100
degree C. The Instrument shall have valid calibration certificate.
The Thermometer shall be selected in adherence to specifications laid out in the Tender
Document.
c) ANEMOMETER:
Bidder shall provide minimum one no. anemometer with wind vane of rotating cup type
Details Values
Velocity range with accuracy ± 0.11 m/s upto 10.1 m/s
limit ± 1.1 % of true value when more than 10.1 m/s
Wind direction range with 0 to 360 deg with accuracy of ± 4 deg
accuracy limit
Control room 5 4 -
As per
design and
Switchyard 4 statutory 8
requirement
for
Security transformer
2 - - -
Guard Room bay area
Bidder to provide intelligent microprocessor based main fire alarm panel of modular
construction complete with central processing unit, input and output modules, power
supply module, supervision control and isolator modules with 10% spare provisions.
Multisensor type smoke detectors shall be provided below false ceiling areas of control
room, and inverter room. One (01) sensor shall be provided for each 25 sq.m. of area.
Fire Alarm Control Panel Indication:
a) Alarm conditions shall be immediately displayed on the control panel. Alarm LED
shall flash on the control panel until the alarm has been acknowledged. Once
acknowledged, the LED shall remain lit. A subsequent alarm received from another
zone after acknowledgement shall illuminate the alarm LED and the panel display shall
show the new alarm information.
b) During an alarm condition, an alarm tone shall sound within the control panel until the
alarm is acknowledged.
c) If the audible alarm signals are silenced for any reason, they shall automatically
resound if another zone is activated.
d) All alarm signals shall be automatically “locked in” at the control panel until the
operated device is returned to its normal condition and the control panel is manually
reset
b) The scope of work shall also include laying of CPVC pipes for each row of PV panels
with sufficient nos. of manual isolating valves. Contractor shall also provide manual
interconnecting valve to connect the water supply of one network to other to meet water
requirement in case of outage of one pump
c) The water used for module cleaning shall not have total hardness of more than 75 mg/L
to prevent any scale formation. In case ground water/tap water available has hardness
greater than 75 mg/L, water treatment/RO system to be installed.
d) Bidder has to provide the single line diagram of water washing arrangement with
location of pump and arrangement to ensure required water pressure at every outlet.
e) Proper design calculations for Module Cleaning System, including pipe sizing and
pressure value at discharge points shall be submitted for approval of EIC/Owner.
o Checking of MC4 connectors (series and parallel wiring) for loose connections
and breakages if any to be replaced.
Inverter Maintenance
o Filters at air inlet vents need to be cleaned fortnightly with warm soapy water and
then thoroughly dried before fitting back in the system.
o Regular checking of cabinet and heat sink fans to ensure smooth functioning.
o Monitoring of critical inverter parameters, checking of data log & event logs to
identify any abnormality beforehand and to take required preventive action.
o Regular checking of recording and display of all parameters and to take corrective
actions if required.
o To monitor weather station data on Data Acquisition System’s screen and to take
corrective actions in case of inaccuracy/non-recording of data.
Desiccant of sensor should be changed when it gets transparent. (It is most important
for faithful operation).
o Performance monitoring with focus on spring charging, tripping circuit, manual and
electrical operations.
Transformer Maintenance:
o Monthly Maintenance
ning of transformer body surface.
o Annual Maintenance
sealing boxes.
HT Panel Maintenance:
o Monthly Maintenance
o Annual Maintenance
o Checking of fixtures, lamps and junction boxes, sealants and rectification as per
requirement including replacement of faulty lamps/ chokes and fixtures.
o Cable Meggering.
o Watering in earth pits in every quarter to ensure that earth resistance value doesn’t
exceed acceptable values as defined below.
11 KV Switchyard equipment
3 Less than 1 ohms
(Transformers and HT Panels)
Note: Preventive maintenance as detailed above are indicative, O&M vendor need to re-
examine preventive maintenance requirements as complete responsibility of equipment
outage due to lack of preventive maintenance will entirely rest upon O&M vendor.
Detailed O&M schedule to be submitted for the approval of owner.
ensure smooth functioning of the plant. All the applications & forms would be
filled up by owner as per vendor’s advice. Owner will reimburse required
fees/charges paid by the Contractor against receipts for the same.
ii) To ensure annual calibration of two energy meters installed at GSS and two energy
meter installed at plant. It will include complete work of hiring vendor for
calibration, Liaisoing with DISCOM and preparation of final calibration report.
Owner responsibility will only be limited to countersigning of calibration reports.
h) Maintenance Practice, Tools and Safety devices
i) It will be the responsibility of Contractor to exercise best maintenance practices
during schedule/ preventive/ breakdown maintenance of equipments in the plant.
Vendor’s deployed maintenance person should be trained for proper use of
Personal Protective Equipments (PPEs) during maintenances.
ii) It will also be the responsibility of vendor to ensure availability of all tools and
tackles like spanner set, pliers, cutters, tester, screw drivers etc. at plant. Vendors
will also have to ensure the availability of sundry items like fuse, ferules, cable
lugs, glands, indication lamps, silica gel etc. of quality make and to replace them as
& when required.
iii) Note: It will be vendor’s responsibility to review the availability of spare parts, tool
kit & measuring instruments list at regular intervals. Any excuse for delay in
rectification work due to lack of spare not mentioned in list will not be entertained.
j) Documentation
For smooth operation and maintenance of the power plant following drawings and
documents should be prepared and maintained (minimum three copies of each)
Documents:-
1. List of all equipment, cable schedule, other facilities of the plant with technical details
and nos.
2. Operation manual of the plant
3. Maintenance manual of the plant
4. Manufacturer’s instruction manuals (Technical, operation & maintenance) for each
equipment
5. Spare parts manual for each equipment containing parts no, drawing no,
manufacturer/supplier.
6. Tests reports of all equipment and systems during inspection and commissioning.
7. Calibration certificates/reports of all equipment/relays/meters.
8. All design parameters and design calculations of the plant.
As built drawings:-
14. Layout drawing of all buildings, boundary, fencing, drains and structures
15. Structural drawings of all buildings, boundary, fencing, drains and structures.
k) Manpower management:
i) The Contractor shall ensure that all safety measures are taken at the site to avoid
accidents to his employees or his Co-contractor’s employees.
ii) The contractor shall at his own expense provide all amenities to his workmen as
per applicable laws and rules.
iii) The Contractor shall deploy enough manpower at plant site to carryout work
instructions and preventive maintenance schedules as specified.
l) General cleaning and maintenance of control room, inverter room, array field and other
plant infrastructure.
m) The Contractor shall immediately report the accidents, if any, to the EIC & to all the
concerned authorities as per prevailing laws of the state.
n) Liaison with State Electricity utility so as to ensure optimum power production from the
project & revenue generation thereby protecting the interest of Owner. Contractor will be
responsible to settle monthly billing of wheeled energy with RRVPNL.
o) The Contractor shall comply with the provision of all relevant Acts of Central or State
Governments including payment of Wages Act 1936, Minimum Wages Act 1948,
Employer's Liability Act 1938, Workmen's Compensation Act 1923, Industrial Dispute
Act 1947, Maturity Benefit Act 1961, Employees State Insurance Act 1948, Contract
Labor (Regulations & Abolishment) Act 1970 or any modification thereof or any other
law relating whereto and rules made there under from time to time.
p) Note: Above list of O&M activity is for guidance. Prior to initiation of O&M work,
Contractor need to submit detailed O&M schedule for approval of owner.
Quality Assurance
The rate for respective items of work or price shall include the cost for all works, activities,
equipment, instrument, personnel, material etc. whatsoever associated to comply with
sampling, testing and quality assurance requirement including construction tolerances and
acceptance criteria and as specified in subsequent clauses of this part of the technical
specifications. The QA and QC activities in all respects as specified in the technical
specifications/ drawings / data sheets / quality plans / contract documents shall be carried out
at no extra cost to the owner.
The contractor shall prepare detailed construction and erection methodology scheme which
shall be compatible to the requirements of the desired progress of work execution, quality
measures, prior approvals if any and the same shall be got approved by the Owner. If
required, work methodology may be revised/ reviewed at every stage of execution of work at
site to suit the site conditions by the contractor at no extra cost to the owner.
QA and QC manpower
The contractor shall nominate one overall QA coordinator for the contract detailing the name,
designation, contact details and address at the time of post bid discussions. All
correspondence related to Quality Assurance shall be addressed by the contractor’s QA
coordinator to Owner. Owner shall address all correspondence related to Quality issues to the
contractor’s QA coordinator. The contractor’s QA coordinator shall be responsible for co-
ordination of Quality activities between various divisions of the contractor and their sub-
vendors on one hand & with Owner on the other hand.
The contractor shall appoint a dedicated, experienced and competent QA&QC In-Charge at
site, preferably directly reporting to the Project Manager, supported as necessary by
experienced personnel, to ensure the effective implementation of the approved QAP. The
contractor shall finalize and submit a deployment schedule of QA&QC personnel along with
their details to Owner for approval/ acceptance and further shall ensure their availability well
before the start of the concern activity.
Sampling and testing of construction materials
The method of sampling for testing of construction materials and work / job samples shall be
as per the relevant IS / standards / codes and in line with the requirements of the technical
specifications / quality plans. All samples shall be jointly drawn, signed and sealed wherever
required, by the contractor and the engineer or his authorized representative.
The contractor shall carry out testing in accordance with the relevant IS / standards / codes
and in line with the requirements of the technical specifications / quality plans. Where no
specific testing procedure is mentioned, the tests shall be carried out as per the best prevalent
engineering practices and to the directions of the Owner. All testing shall be done in the
presence of the Owner or his authorized representative in a NABL accredited / Govt.
Laboratory acceptable to client. This includes all IITs, NCB, CSMRS, reputed government /
autonomous laboratories / organizations, NITs and other reputed testing laboratories. The test
samples for such test shall be jointly selected and sealed by the Owner and thereafter these
shall be sent to the concerned laboratory through the covering letter signed by Owner’s
representative. The test report along with the recommendations shall be obtained from the
laboratories without delay and submitted to client.
Purchase and service
Structural steel supply if in the scope of the contractor shall be procured from main steel
producers like SAIL, TISCO, IISCO, RINL, Essar Steel, Ispat Industries, JSW Steel, Lloyds
Steel, Jindal Steel & Power. In case of non-availability of some of the sections with main
steel producers, the contractor may propose to procure the sections from the re-rollers of the
main steel producers, the name of such re-rollers will have to be cleared by Owner for which
details such as BIS approval, main steel producer’s approval, past experience for production
of sections of specified material, details of machines plants testing facilities etc., confirmation
that the process control and manufacturing of steel sections by re-rollers shall be same as that
of main steel producers, that billets for re-rolling will be sourced from main steel producers
only shall be furnished with regards to re-roller.
Even after clearance of re-rollers, induction of billets with identified and correlated Mill test
certificates (TC’s) in the process of re-rolling, sampling of steel, quality checks thereof and
stamping of final product for further identification and correlation with TC’s prior to dispatch
shall be the responsibility of the contractor and these shall be performed in presence of the
authorized representative of the main Contractor.
Reinforcement steel supply if in the scope of the contractor shall be procured from main steel
producers like SAIL, TISCO, IISCO, RINL, Essar Steel, Ispat Industries, JSW Steel, Lloyds
Steel, Jindal Steel & Power, Jai Balaji Industries Ltd, Durgapur (for 8-40mm reinforcement
steel) and mill test certificates (TC) is to be obtained and submitted to client for co-
relation. In case any size /diameter specified is not available with main steel producers and
are proposed to be supplied from the conversion agent of the main steel producer the name of
such conversion agent / re-roller shall have to be approved by Owner for which details such
as BIS approval, Main steel producer’s approval, Past experience for production of sections
of specified material, details of machines, plants testing facilities etc., and confirmation that
the process control and manufacturing of steel sections by re-rollers is the same as that of
main steel producers, that billets for re-rolling are sourced from main steel producers only
shall be furnished with regards to re-roller.
Field Quality Plan
Well before the start of the work, the contractor shall prepare and submit the Field Quality
Plans (FQP) and obtain approval of Owner, which shall detail out for all the works,
equipments, services, quality practices and procedures etc. in line with the requirement of the
technical specifications to be followed by the contractor at site. This FQP shall cover for all
the items / activities covered in the contract / schedule of items required, right from material
procurement to completion of the work at site. Field Quality Plan shall cover following
alongwith other details:
b) Material Receipt:
i) On arrival of the material at site, Contractor shall give written notice thereof to Owner
to inspect the materials, and shall keep in readiness for inspection, the materials,
shipping documents, relevant tests results, reports and certificates.
ii) CERTIFICATE OF VERIFICATION AND GOOD CONDITION jointly by Owner,
Contractor. Formats for the same to be developed by Contractor and to be approved
from Owner. Following needs to be ensured:
Chapter-6
ANNEXURES
LIST OF ANNEXURES
(TO BE FILLED AND FURNISHED ALONGWITH THE BID WITH RELEVANT
ENCLOSURES)
Annexure No. Details of information/documents to be submitted by bidder
Annexure-1
FORMAT OF THE COVERING LETTER
(On Company’s / Firm’s letterhead)
Date:
Place:
DGM (LPG-Engineering),
Indian Oil Corporation Limited,
LPG Department,
Delhi & Haryana State Office
2nd Floor, World Trade Centre, Babur Road
Connaught Place, New Delhi 110 001
e-mail : [email protected]
Dear Sir,
Please find enclosed our bid for “Engineering, Procurement, Construction (EPC) and 1 Year-
Inclusive Comprehensive Operation & Maintenance (O&M) of 2MWp Grid Interactive Captive
Solar Power Project at IndianOil BP, Tikri Kalan, Delhi with its further Comprehensive O&M
for 4 Years” in response to Tender No DSO/LPG/DELHI BP/2MWp-Solar/22-23/01 issued by
M/s Indian Oil Corporation Ltd. (IOCL) on ................
The bid for the subject tender is being submitted by _____________________ (Name of the
Bidder) who is the Bidder in accordance with the conditions stipulated in the Tender
document.
We have examined in detail and have understood, and abide by, all the terms and conditions
stipulated in the Tender document issued by Indian Oil Corporation Limited (IOCL) and in
any subsequent communication sent by IOCL. Our bid for the subject tender is consistent
with all the requirements of submission as stated in the Tender document or in any of the
subsequent communications from IOCL.
The information submitted in our bid for the subject tender is complete, and strictly as per the
requirements stipulated in the Tender document and is correct to the best of our knowledge
and understanding. We would be solely responsible for any errors or omissions in our bid for
the subject tender. If any information, document or declaration submitted in/with our bid for
the subject tender, is found to be incorrect at a later date, we indemnify IOCL against any
loss due to this and IOCL may take any action as deemed fit.
Annexure-2
BIDDERS GENERAL INFORMATION
Contact Details
1 Full Legal Name of Bidder’s Company
Country of Registration
Registered Office Address
Telephone Number
Fax Number
E-Mail Address
Mobile Number
Designation
E-Mail ID
Title
Telephone Number
Fax Number
E-Mail Address
Address
The Bidder may use additional page to furnish details if the space provided in this form is
inadequate.
Annexure-3
Annexure-3(A)
To be executed on plain paper and submitted along with Technical Bid/Tender
documents. To be signed by the bidder and same signatory competent/authorised to sign
the relevant contract on behalf of IOCL.
INTEGRITY AGREEMENT
This Integrity Agreement is made at __________ on this ______ day of _____, 2022
Between
Indian Oil Corporation Limited, a company duly incorporated and validly existing under the
provisions of Companies Act, 1956 and having its registered office at Indian Oil Bhavan, 9,
Ali Yavar Jung Marg, Bandra (East), Mumbai 400051 (hereinafter referred as the
‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
And
…………….(name and address of the Individual/firm/Company/consortium members
through _____(mention details of duly authorized signatory) hereinafter referred to as the
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns.
Preamble
WHEREAS the Principal/Owner has floated a tender (Tender No. : DSO/LPG/DELHI
BP/2MWp-Solar/22-23/01 (hereinafter referred to as “Tender”) and intends to award, under
laid down organizational procedures, contract/s purchase order/work order for
…………..(name of contract/order) or items covered under the tender hereinafter referred to
as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its relation
with its Bidder(s) and Contractor(s).
AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed
Independent External Monitors (IEM), to monitor the Tender process and the execution of the
Contract for compliance with the principles as laid down in this Agreement.
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender documents and
Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesseth as under:
Article 3- Disqualification from Tender Process and exclusion from future contracts
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner is entitled to
disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate the
Contract, if already executed or exclude the Bidder/ Contractor from future contract
award processes. The imposition and duration of the exclusion will be determined by
the severity of transgression and determined by the Principal/Owner. Such exclusion
may be for a period of 1 year to 3 years as per the procedure prescribed in the
guidelines for holiday listing of the Principal/Owner.
7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a
substantiated suspicion of an offence under the relevant IPC/PC Act, and the Chairman,
IOCL has not, within reasonable time taken visible action to proceed against such
offence or reported it to the Chief Vigilance Officer, the IEM may also transmit the
information directly to he Central Vigilance Commissioner.
8) The word “IEM” would include both singular and plural.
the sake of brevity, both the Parties agree that this Pact will have precedence over the
Tender/Contract documents with regard any of the provisions covered under this Pact.
IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and
date first above mentioned in the presence of following witnesses:
______________________________
(For and on behalf of Principal/Owner)
______________________________
(For and on behalf of Bidder/Contractor)
WITNESSES:
1 _____________ (signature, name and address)
Note: In case of Purchase Orders wherein formal agreements are not signed references to
witnesses may be deleted from the last part of the Agreement.
Annexure-3(B)
Covering Letter required to be signed and submitted by the tenderer
TENDER NO. : DSO/LPG/DELHI BP/2MWP-SOLAR/22-23/01
Ref : Dated:
Dear Sir
The Bidder acknowledges that Indian Oil Corporation Limited (IOCL) has signed the MOU
with Transparency International India for the adoption of the Integrity Pact Program and
stands committed to following the principles thereof as enumerated in the Integrity
Agreement enclosed with the tender document.
The Bidder agrees that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the enclosed Integrity Agreement, which is an integral part
of tender documents, failing which the tenderer will stand disqualified from the tendering
process. The Bidder acknowledges that the Bid would be kept open in its original form
without variation or modification for a period of ________ days (state the number of days
from the last date for the receipt of tenders stated in the NIT) AND THE MAKING OF THE
BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE
ACCEPTANCE of this condition of the NIT.
Bidder confirms acceptance and compliance with the Integrity Agreement in letter and spirit
and further agrees that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when bid is finally accepted
by IOCL. The Bidder acknowledges and accepts the duration of the Integrity Agreement,
which shall be in line with Article 8 of the enclosed Integrity Agreement.
Bidder acknowledges that in the event of Bidder’s failure to sign and accept the Integrity
Agreement, while submitting the Bid, IOCL shall have unqualified, absolute and unfettered
right to disqualify the tenderer and reject the Bid in accordance with the terms and
conditions of the tender.
Page 213 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
Yours faithfully,
Annexure-4
Annexure-4(A)
(To be uploaded with techno-commercial part of the tender document)
FORM OF TENDER
(To be filled up by the Tenderer)
For Techno-Commercial Bid
Serial No. Date:
From :
______________
Dear Sir,
Having examined the Tender Documents consisting of the Short Tender Notice, Notice inviting
tender, Instructions to Bidder, Special Conditions of Contract, Job Specifications, General
Conditions of Contract, Special Instructions to bidders for participation in e-tendering,
Specifications, Layout Plan (enclosed with tender), Drawings (enclosed with tender),Time
Schedule, Form of Contract, Form of Schedule of Rates, and Addendum(s), if any to the Tender
Documents, and having understood the provisions of the said Tender Documents and having
thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered
for in connection with the __________________ (Name of the Project) and having conducted a
thorough study of the job site(s) involved, the site conditions, the climatic conditions, labour,
power, water, material and equipment availability, the transport and communication facilities
and temporary office accommodation and all other facilities and things whatsoever necessary for
or relative to the formulation of the tender or the performance of work, I/we hereby submit
my/our tender offer for the performance of proposed work in accordance with the terms and
conditions and within the time mentioned in the Tender Documents.
Page 215 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil
Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to
keep my/our tender offer valid for a period of not less than 4 (Four) months from the scheduled
date of opening of Tenders as specified in the General Instructions to Tenderers forming part of
the Tender Documents. For the bid and rates offered, the corresponding value of Part-B of Scope
of Work that is, 4 years of O&M after satisfactory completion of Part-A (as described in Clause
3.1 and 11.6 of Chapter-4) shall remain valid for 48 months from date of successful completion
of Part-A (as described in Clause 3.1 of Chapter-4).
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our
Directors (in the case of a Company) was/were employed as Directors of Indian Oil Corporation
Ltd., during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby
declare that I/Shri ________ one of our partners (in the case of partnership firm/Directors in the
case of a Company) was employed as a Director in Indian Oil Corporation Ltd., during the
period of 2 (two) years immediately preceding the date hereof and that I/Shri________have/has
obtained previous permission of Indian Oil Corporation Ltd. to make this tender.
I/We have annexed to this Bid all the annexure mentioned in ITB Clause 6.4.
I/We hereby undertake that the statements made herein/information given in the Annexures
referred above are true in all respects and that in the event of any such statement or information
being found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for
its inspection, original(s) of the document(s) of which copies have been annexed hereto.
I/We confirm having deposited Earnest Money of Rs. (Rupees ) as detailed hereunder
(Strike off whichever is not applicable)
Witness:
Signature:
Name:
Occupation:
Annexure-4(B)
(To be uploaded with price bid part of the tender document and not with techno-
commercial part)
FORM OF TENDER
(To be filled up by the Tenderer)
For Price Bid
Serial No. Date:
From
____________
To
Indian Oil Corporation Limited
LPG Department,
Delhi & Haryana State Office
2nd Floor, World Trade Centre, Babur Road
Connaught Place, New Delhi 110 001
Dear Sirs,
Having examined the Tender Documents consisting of the Short Tender Notice, Notice inviting
tender, Instructions to Bidder, Special Conditions of Contract, scope of work and technical
specifications, General Conditions of Contract, special instructions to bidders for participation in
e-tendering, Specifications, Layout Plan (enclosed with tender), Drawings (enclosed with
tender),Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates, and
Addendum(s), if any to the Tender Documents, and having understood the provisions of the said
Tender Documents and having thoroughly studied the requirements of Indian Oil Corporation
Ltd. relative to the work tendered for in connection with the__________________ (Name of the
Project) and having conducted a thorough study of the job site(s) involved, the site conditions,
the climatic conditions, labour, power, water, material and equipment availability, the transport
and communication facilities and temporary office accommodation and all other facilities and
things whatsoever necessary for or relative to the formulation of the tender of the performance
Page 218 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
of work, I/we hereby submit my/our tender offer for the performance of proposed work in
accordance with the terms and conditions and within the time mentioned in the Bid Documents
at the rate(s) quoted by me/us in the accompanying Schedule of Rates based on the Form of
Schedule(s) of Rates included within the Tender Documents and arrived at a total contract value
of Rs.(To be submitted with price part and not with techno-commercial part) (Rupees To be
submitted with price part and not with techno-commercial part only) based on an application of
the rates tendered in the accompanying Schedule(s) of Rates to the relative quantities indicated
in the Form Schedule(s) of Rates forming part of the Tender Documents.
If the work or any part thereof is awarded to me/us, I/ We undertake to perform the work in
accordance with the Contract Documents as defined in the Form of Contract forming part of the
Tender Documents and accept the terms and conditions of Contract as laid down therein and
undertake within 15 (fifteen) days of receipt of acceptance of Tender to pay to and/or deposit
with Indian Oil Corporation Ltd., New Delhi, a sum which together with the amount of earnest
money deposited by me/us in terms hereof, shall make (___________) of total contract value as
specified in the Acceptance of Tender for the purpose of security deposit, by any one or more of
the modes of payments specified in this behalf in the General Conditions of Contract, and to
commence work at each job site(s) involved within 15 (fifteen) days of handing over the job site
or any part thereof to me/us, and to sign the formal Contract in the terms of the form of contract
forming part of Tender Documents, within 15 (fifteen) days of receipt of Letter of Acceptance
from and on behalf of Indian Oil Corporation Ltd., in this behalf failing which Indian Oil
Corporation Ltd., shall be at liberty, without reference to me/us and without prejudice to any of
its rights or remedies, to terminate the Contract and/or to forfeit the earnest money deposited in
terms hereof.
In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil
Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to
keep my/our tender offer valid for a period of not less than 4 (Four) months from the scheduled
date of opening of Tenders as specified in the General Instructions to Tenderer forming part of
the Tender Documents. For the bid and rates offered, corresponding value of Part-B of Scope of
Work that is, 4 years of O&M period after satisfactory completion of Part-A (as described in
Clause 3.1 and 11.6 of Chapter-4) shall remain valid for 48 months from date of successful
completion of Part-A (as described in Clause 3.1 of Chapter-4).
I/We have annexed to this Bid the documents mentioned in ITB Clause 6.5.
I/We hereby undertake that the statements made herein/information given in the Annexures
referred to above are true in all respects and that in the event of any such statement or
information being found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract.
Page 219 of 266
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
RCC/NR/DSO/LPG/PT-154/22-23
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for
its inspection, original(s) of the document(s) of which copies have been annexed hereto.
Annexure-5
PERFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING
Name of Job: Engineering, Procurement, Construction (EPC) and 1 Year-Inclusive
Comprehensive Operation & Maintenance (O&M) of 2MWp On-Grid Captive Solar
Power Project at IndianOil LPG Bottling Plant, Tikri Kalan, Delhi with net-metering
facility and its further Comprehensive O&M for 4 Years
We hereby declare that none of the members of the consortium are presently placed on any
holiday list or black list declared by Indian Oil Corporation Ltd. Or by Ministry of Petroleum
& Natural gas (MOPNG), nor any inquiry is pending by Indian Oil Corporation Ltd. Or by
MOPNG, in respect of corrupt or fraudulent practice(s),except as indicated below:
(Here give particulars of black listing or holiday listing and/or inquiry and in the absence thereof
state “NIL”)
It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Ltd or its Administrative Ministry, shall have the right to reject my/our bid, and
if the bid has resulted in a contract, the contract is liable to be terminated without prejudice to
any other right or remedy (including black listing or holiday listing) available to Indian Oil
Corporation Ltd.
Place: Signature of Bidder: ____________________
Date: Name of Signatory: _____________________
Annexure-6
Annexure-7
Bidders should furnish following details in the appropriate part based on their organization
structure.
PART – A
(Applicable where Firm is Proprietary)
PART – B
(Applicable where the Tender is from a partnership firm)
1. Name of the partnership firm responding to the tender:
2. Address:
3. Names of partners:
4. State whether any of the partner of the bidder
is a Director of IOC: Yes/No
Date: Signature___________________
Name of Person signing the tender________________
PART – C
(Applicable where the Firm is a Public / Pvt. Ltd. Company/ Co-op. Society)
Date: Signature___________________
Name of Person signing the tender________________
Bidder's Name and address with seal___________________
DECLARATION ‘I’
We declare that we have complied with and have not violated any clause of the standard
Agreement.
Date: Signature___________________
Name of Person signing the tender________________
Bidder's Name and address with seal___________________
DECLARATION ‘II’
The Bidder is required to state whether he/ she is a relative of any Director of the Corporation
or the bidder is a firm in which Director of Corporation or his relative is a partner or is any
other partner of such a firm or alternatively the Bidder is a private company in which Director
of Corporation is member or Director, (the list of relative(s) for this purpose is given below)
N.B: Strike off whichever is not applicable. If the bidder employs any person subsequent to
signing the above declaration and the employee so appointed happens to be relative of the
Officer of the Corporation/ Central/ State Government, the bidder should submit another
declaration furnishing the names of such employees who is/are related to the Officer/s of the
Corporation/ Central/ State Government.
Date: Signature___________________
Name of Person signing the tender________________
Bidder's Name and address with seal___________________
Annexure-8
This is to certify that we have not engaged / involved any Agent/ Representative/ BIDDER/
Retainer/ Associates who is not an employee of _ (name of your company) on
payment of any remuneration in India or abroad for this Project. Therefore, no agent’s/
Representative’s/ BIDDER’s/ Associate’s commission is payable in India or abroad against
this Contract.
Yours faithfully,
For
Annexure-9
(On company letterhead)
I/We have downloaded the tender form from the internet site https://iocletenders.nic.in and
I/we have not tampered with / modified the tender forms and electronic data contained
therein in any manner. In case, if the same is found to be tampered with / modified, I / we
understand that my / our tender will be summarily rejected and full Earnest Money Deposit
will be forfeited and I/we am/are liable to be banned from doing business with Indian Oil
Corporation Ltd. and/or prosecuted.
(Name of Bidder)
NOTE:
This declaration should be signed by the Bidder's authorized representative who is digitally
signing the Bid, On Company Letterhead, and scanned copy to be uploaded.
Annexure-10
Date
On company’s letterhead
We M/s. ______________ hereby agree to fully comply with, abide by and accept without
variation, deviation or reservation all technical, commercial and other conditions whatsoever
of the Bidding documents and all Addendum / Corrigenda / Amendments issued by M/s.
Indian Oil Corporation Limited.
We further hereby waive, withdraw and abandon any and all deviations, variations,
objections or reservations whatsoever hereto set out, given or indicated in our offer,
clarifications, correspondence, communications or otherwise with a view that the final price
bid submitted may be treated to confirm in all respects, with the terms and conditions of the
said Bidding documents including all Addendum / Corrigenda / amendments.
We further hereby confirm that the currencies of price in the price bid are as per the
provisions of the Bidding documents and there is no deviation to the provisions in the final
price bid.
Annexure-11
FORM OF BANK GUARANTEE FOR EMD – Not applicable in current tender
Annexure-12
FORM OF BANK GUARANTEE FOR SECURITY DEPOSIT
Annexure-13
Annexure-14
CHECKLIST FOR BID SUBMISSION
Bidders are requested to duly fill in the following checklist. This checklist gives only certain
important items to facilitate the bidder to make sure that the necessary data / information as
called for in the Bid Document has been submitted by them along with their offer. This,
however, does not relieve the bidder of his responsibilities to make sure that his offer is
otherwise complete in all respects.
Please ensure compliance and tick (√) against following points:
S. Particulars Submitted Enclosed at
No. page
number of
the tender
1. Offer complete in all respects with pages in
sequential order, original Bid Document including
drawings, Annexures, addendum(s) (if any)
2. Confirm that the following details have been
submitted in the Unpriced part:
i. Annexure-1 : Covering Letter digitally signed by
the authorized signatory along with Power of
Attorney or any other proof of authority, in favor of
the person who has signed the tender (or a copy
thereof duly attested by a Gazetted Officer)
ii. Annexure-2: Bidders General Information
iii. Annexure- 3(A) & 3(B): Integrity Agreement along
with Covering Letter
iv. Annexure- 4(A &B) : Form of tender
v. Annexure-5 : Performa of declaration of black
listing/holiday listing
vi. Annexure-6 : Undertaking for non-engagement of
child labour
vii. Annexure-7 : Declaration about the relationship, if
any, with IndianOil’s director
viii. Annexure-8 : Performa of certificate for non-
involvement of agent
ix. Annexure-9: Undertaking by the bidder(s) to
Annexure-16
1. DEFINITIONS
1.1. Ht – Integrated total irradiation (in kWh/m2) measured at the plane of modules during each
5-minute interval by 1 no. Class-II integrating pyranometer installed
1.2. EGEN,t – Electric energy generated from Solar Power Project (in kWh) during each 5-
minute interval measured by energy check meter installed at Project Switchyard
1.3. Jt – Average solar irradiance (in W/m2) measured at the plane of modules during each 5-
minute interval by 1 no. Class-II integrating pyranometer installed
1.4. GSTC – Standard irradiance i.e. 1000W/m2
1.5. PN – Total installed PV capacity (Wp), where PN varies as below during the PGT/various
Yearly Performance Evaluation Tests as per the deration value of the Solar PV Modules as
specified in Clause 3.6 on Page-14 of Chapter-5:
Value of PN
P – Total installed capacity of Solar PV Modules (in Wp)
For PGT : P0 97.5% of P
For Yearly Performance Evaluation Test during 1- 96.8% of P
Year Inclusive O&M as per Part-A of Clause 3 of
SCC : P1
Where, subscript ‘t’ used above is the count of 5-minute interval for recording of
integrated/average/net values of parameters defined above. There will be such 4320 nos. of 5-
minute intervals (288 intervals in a day x 15 days) during the Performance Test Period (PTP),
i.e. t ranges from 1 to 4320.
3.1. Total Reference Energy during PTP shall be calculated through the method given
below:
4320
PN
E Ref x Ht
GSTC t 1
For calculation purposes, when Jt < 200 W/m2, Ht shall be taken as zero, i.e. such
values of Ht shall be rejected (not considered in above summation).
3.2. Total Energy Generated from solar during PTP shall be calculated through the formula:
4320
E GEN E GEN, t
t 1
For calculation purposes, when Jt < 200 W/m2, EGEN,t shall be taken as zero, i.e. such
values of EGEN,t shall be rejected (not considered in above summation).
3.3. The Performance Ratio during PTP shall be calculated through the formula:
EGEN
PR
E Ref
There should be at least 1440 nos. of non-zero readings of Ht and EGEN,t considering the
above mentioned condition on availability of Jt. If the required numbers of readings are not
available, then the duration of PGT shall be extended beyond 15-days to have at least 1440
nos. of non-zero readings of Ht and EGEN,t.
3.4. In order to consider the Performance Guarantee Test positively passed, the following
condition must be satisfied:
PR ≥ 78%
3.5. In order to consider the Yearly Performance Evaluation Test positively passed, the
following condition must be satisfied:
Energy losses attributable to following events shall not be considered for performance guarantee
evaluation:
Shut-downs caused by factors not controlled by the Contractor or it’s subcontractors
Force Majeure
Vandalism or theft.
Modifications at the site or its surroundings due to factors out of control of the
Contractor (i.e. shadowing due to new installations on the site or next to the site,
etc).
Annexure-17
LIST OF MANDATORY SPARES
*the quantity of mandatory spares to be provided by the bidder shall be the specified percentage
(%) of the total population required to meet the specification requirements. In case the quantity
of mandatory spares so calculated happen to be a fraction the same shall be rounded off to next
higher whole number.
Annexure-18
LIST OF APPROVED MAKES
approved make
Approval of Make by Owner shall be based on past
Module Mounting experience of OEM and Factory inspection of OEM for
17
Structure having adequate infrastructure for quality production of
material
Annexure-19
GLOSSARY OF TERMS:
A / Amp Ampere
AC Alternating Current
ACDB Alternating Current Distribution Board
ACSR Aluminium Conductor Steel Reinforced
ASTM American Society for Testing and Materials
BG Bank Guarantee
BIS Bureau of Indian Standards
BoQ Bill of Quantity
CAD Computer Aided Drafting
CCTV Closed Circuit Television
CEIG Chief Electrical Inspector to Government
CST Central Sales Tax
CT Current Transformer
CVT Capacitor Voltage Transformer
DC Direct Current
DG Diesel Generator
DSC Digital Signature Certificate
DWF Drawing Web Format
EIC Engineer In-Charge
EMD Earnest Money Deposit
EPC Engineering, Procurement and Construction
EWA Energy Wheeling Agreement
FGL Finished Ground Level
F.O.R Freight on Road
FY Financial Year
G.I. Galvanised Iron
GCC General Conditions of Contract
GHI Global Horizontal Irradiance
GSS Grid Sub-Station
GTP Guaranteed Technical Particulars
HRC High Rupturing Capacity
HT High Tension
IEC International Electrotechnical Commission
IEEE Institute of Electrical and Electronics Engineers
IndianOil Indian Oil Corporation Ltd.
IOCL Indian Oil Corporation Ltd.
IP Ingress Protection
IR Infra Red
Isc Short Circuit Current
ISO International Organization for Standardization
ITB Instructions to Bidders
JV Joint Venture
Km Kilo Metre
KV Kilo Volt
kVA Kilo Volt Ampere
kW Kilo Watt
kWh Kilo Watt Hour
kWp Kilo Watt Peak
LA Lightning Arrestor
LAN Local Area Network
LoA Letter of Award
LSTK Lumpsum Turnkey
LT Low Tension
LV Low Voltage
MCB Miniature Circuit Breaker
MCCB Moulded Case Circuit Breaker
MDR Major District Roads
MMS Module Mounting Structure
MNRE Ministry of New and Renewable Energy
MoU Memorandum of Understanding
MPPT Maximum Power Point Tracker
MS Mild Steel
MSME Micro Small and Medium Enterprises
MV Mega Volt
MVA Mega Volt Ampere
MW Mega Watt
MWh Mega Watt Hour
MWp Mega Watt Peak
NEFT National Electronics Funds Transfer
NH National Highway
NIT Notice Inviting Tender
NOC No Objection Certificate
NSIC National Small Industries Corporation
O&M Operation and Maintenance
OFC Optical Fibre Cable
Owner Indian Oil Corporation Ltd.
PAN Permanent Account Number
Annexure 20
List of TPI Agencies
1. M/s ABS Industrial Verification (India) Pvt Ltd,
2. M/s Projects and Development India Ltd
3. M/s TUV SUD South Asia Pvt Ltd
4. M/s IR Class and Solutions Pvt Ltd
5. M/s VCS Quality Services Pvt Ltd
6. M/s TUV Rheinland India Pvt Ltd
7. M/s Certification Engineers International Ltd
8. M/s Rites Ltd
9. M/s TUV India Pvt Ltd
10. M/s Moody International India Pvt Ltd
11. DNV GL Business Assurance India Pvt Ltd
12. Tata Projects Ltd
13. RINA Services S.P.A
14. Vincotte International Indian Assessment Services Pvt Ltd
15. Quality Evaluation And Systems Team India Pvt Ltd
16. Lloyds Register Asia
17. SGS India Pvt Ltd
Annexure – 23
We hereby confirm that we have submitted our response to the above mentioned tender.
We hereby mention that we do not have GSTIN under State Govt. as on date of submission of
our response to the subject tender.
We hereby confirm that we shall obtain GSTIN from Govt. as per applicable statutory rules in
case of award of works by Indian Oil Corporation Limited within 6 weeks from the date of
receipt of Work Order.
We also hereby confirm that we shall submit our bills for payment only after submitting
necessary documentary proof towards GSTIN issued by Govt.
Signature:
Date:
NOTE: This undertaking should be signed by the bidder's authorized representative on their
firm’s letterhead who is signing the Bid and scanned copy to be uploaded.
Annexure -24
1. Please tick (√) in the correct box relating to your firm/s organization:
Proprietorship Firm
Partnership Firm
Any other
Full Address
Contact No.
1.
2.
3. If Ltd. Co. under Indian Please state
Companies Act, 1956 A) Private Ltd. or Public Ltd.
B) Registered Office’s Address
4. If any other type of constitution Please indicate full-- Name & Address of
Members/
Directors/Chief Executives
1.
2.
Annexure-25
(ON A STAMP PAPER OF RIQUISITE VALUE & DULY NOTARISED)
GENERAL POWER OF ATTORNEY
1. To sign, seal, execute, perfect and/or complete the tender document and also other
relevant documents required by M/s Indian Oil Corporation Limited (hereinafter called the
Company) in respect thereof.
2. To negotiate, enter into correspondence with the Company and do all and
everything necessary suitable or proper with regard to the said tender.
3. To sign, seal, execute, perfect and/or complete Contract Agreement and all and/or
any other document, Indemnity Bond etc. required by the Company in connection with the
said Contract Agreement arising out of the said tender.
4. To do all acts, deeds, as may be necessary for and incidental to the execution of
proper performance of the said Contract Agreement with the IOC .
I/We the said Proprietor/ Director / Partner do hereby agree to allow, verify and confirm
all and whatsoever the said Shri....................................................... shall or may do or cause
to be done in or about the said tender and the Contract Agreement, the execution and
proper performance thereof by virtue of these presents.
This power of Attorney shall remain irrevocable till the validity period of our quotation,
Contract Agreement/or refund of our Security Deposit whichever is later.
In witness whereof, we have hereunto set and subscribed our hands at
…...............this...............day..............of.................two thousand......................
2.
Shri...................................................
Proprietor / Director / Partner
3.
Shri...................................................
Proprietor / Director / Partner
Annexure- 26
Name of Work:
Tender No:
We confirm that we have quoted the rates in this tender considering inter-alia the
1. Tender Documents
2. Additional Documents (if any)
3. BoQ Document (Price Bid Format)
4. Corrigendum ( if any)
5. Pre-Bid Meeting minutes (if any)
Name of Tenderer(s)
DATE: _____________________
PLACE: ____________________
Annexure - 27
“Bidders are advised to download the Annexure, fill up the desired information
under columns (C) & (D) and upload PDF copy of this annexure under technical bid
cover along with other annexure, while submitting the bid.”
Annexure - 28
It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd.
shall have the right to reject my/our bid, and forfeit the EMO. If the bid has resulted in a
contract, the contract will be liable for termination without prejudice to any other right or
remedy (including black listing or holiday listing) available to Indian Oil Corporation Ltd.
Place:
Signature of Bidder
Date
Name of signatory
Annexure - 29
(i) that I / we have availed the benefit of waiver of EMD while submitting our
offer against the subject Tender and No EMD being deposited for the said
Tender.
(ii) that in the event we withdraw / modify our bid during the period of validity OR
I/we fail to execute formal contract agreement within the given timeline OR
I/we fail to submit a performance bank guarantee within the given timeline OR
I/ We commit any other breach of Tender Conditions / Contract which attracts
penal action of forfeiture of EMD and I/ we will be suspended from being
eligible for bidding / award of all future contract (s) of Indian Oil Corporation
Limited for a period of one year from the date of committing such breach.
Name of authorized
signatory: ………………………
Annexure- I
Declaration Form for availing purchase preference – Bid Stage
(YES/ NO)
Note:
a) While evaluating the bids, for price matching opportunities and distribution of
quantities among bidders, the order of precedence shall generally be as under:
1. MSE bidder (PPP-2012)
2. PP- MII Order 2017
Bidders must mandatorily indicate their choice to claim preferential benefit at
the designated section of e-tender (NIC) portal in order to be considered for
availing preferential treatment.
b) The bidder claiming the Preference to Make in India benefit shall furnish an
undertaking from the authorized signatory of bidder having the power of
Attorney along with the bid stating that the bidder meets the mandatory
minimum LC requirement, and such undertaking shall become a part of the
contract.
c) Where the total tender value is less than INR 10 Crore: The LC content shall be
self-assessed and certified by the authorized signatory of the bidder, signing
the bid.
d) Where the total tender value is INR 10 Crore or above: The undertaking
submitted by the bidder shall be supported by a certificate from the statutory
auditor or cost auditor of the company (in case of companies) or from a
practicing cost accountant or practicing chartered accountant (in respect of
other than companies) giving the percentage of local content.
Bidder's signature:
Annexure- II
UNDERTAKING (to be submitted by Bidder) – Bid Stage
6. I confirm that I am aware of the implication of the above undertaking and our
liability on account of wrong declaration.
Note:
Annexure- III
UNDERTAKING (to be submitted by Bidder) – Bid Stage
5. I confirm that I am aware of the implication of the above undertaking and our
liability on account of wrong declaration.
We hereby confirm that the bidders offer is achieving the minimum local content of:
a. Minimum 50%:
b. 20% <= LC <50%:
c. LC < 20%:
Note:
However, where statutory auditors are not mandatory as per laws of the country
where bidder is registered, an independent chartered accountant, not being an
Employee of the bidder's organization, may provide the certification.
Chapter – 7
UNPRICED PRICE BID
Preamble
1. This preamble is an integral part of the Schedule of Rates/BOQ and any definition and
explanation given herein shall have as much force as though they are
incorporated into the description of the items themselves in the schedule of Rates.
2. Unless otherwise specifically stated in the contract, all work under the contract shall
be covered and paid for in accordance with the items and relative rates mentioned in
the Schedule of Rates.
3. The expressions used in the Schedule of Rates are only selected abbreviations desired
to give a general indication of the work covered by the item, and it is intended that
each item shall encompass the entire work and operations involved in the job to the
performance of work as envisaged in terms of the contract documents and shall
include all operations, auxiliary, ancillary or incidental to or in connection therewith
and all other matters, risks and cost whatsoever provided for under the Schedule of
Rates. It is, therefore, necessary that the Bidder should read and construe the
Schedule of Rates with reference to the contract documents as a whole for
proper description/ undertaking of the work(s), responsibilities & duties,
obligations and liabilities covered by each item of the Schedule of Rates, on the
understanding that the items in the Schedule of Rates cover the entire work under
the Contract split under different heads for the purpose of convenience in
computing the payment due to the Bidder and enabling the Bidder to quote.
4. The description given under the items of work in the Schedule of Rates shall be
deemed to include the relative provisions in the specifications, drawings and other
contract documents for the execution of the works in accordance therewith and the
instructions of the Engineer-in-Charge.
6. Quantities mentioned are only indicative and are only for the purpose of
evaluation of L1 bid.
7. The Rates quoted/ worked out in the Price Part/Schedule of Rates shall include all
costs/expenses including equipment, labour & laboratory back-up, logistics,
transport, travel & stay arrangements, attending meetings, presentations at IOCL
9. Quoted rate shall remain firm till the completion of contract. GST shall be paid on
actual basis based on supporting documents submitted.
10. Complete contents of the Price Bid / SOR shall be made available in the un-priced
offer with the words "Quoted" at the places wherever prices are there in the priced part
of offer.
11. Price Bid in the specified format only, shall be considered. Any change in the format
may result in summary rejection of the offer without any reference whatsoever
to the bidder.
12. The techno-commercially qualified bidder with the lowest quoted amount for
Schedule of Rate (SOR) excluding GST would be the lowest bidder.
13. The Price Bid contains single BoQ Sheet, BoQ1 which shall be duly filled by the
bidder. Items in the SOR / BOQ – include: EPC of Solar Power Generating System
inclusive of 1-Year Comprehensive O&M and its further Comprehensive O&M for 4
Years” which includes Part A (1), Part A (2) and Part B of the Scope of Work..
14. If not required, some items, sub-items of the Scope of Work may not be operated and
in such case payment would not be due for the same.
15. The price part shall contain only price and no conditions/deviations. Any
deviation/conditions mentioned anywhere in the price part shall not be considered and
treated as null and void.
16. Wherever the quantities have been indicated for each type, size, thickness, material,
radius, range etc. these shall cover all the items supplied and installed.
17. In case the description/quantity for any items mentioned in this schedule is at variance
from what has been stated in the technical specifications and its subsequent
clarifications the stipulations of the Technical Specification and its subsequent
amendment and clarification shall prevail.
18. In case spares indicated in the list are not applicable to the particular design offered by
the bidder the bidder should offer spares applicable to offered design with quantities
generally in line with approach followed in the mentioned list.
19. Interchangeability and Packing: All spares supplied under this contract shall be strictly
interchangeable with parts for which they are intended replacements.
20. Identification : Each spare shall be clearly marked and labelled on the outside of the
packing with its description when more than one spare part is packed in single case, a
general description of the contents shall be shown on the outside of such case and a
detailed list enclosed. All cases, containers and other packages must be suitably
marked and numbered for the purpose of identification.
21. The breakdown of materials pertains to supply of major items. It will be the
responsibility of the bidder to supply all materials/Equipments required for completion
of work as per contract, irrespective of whether all items are identified in Schedule of
Rates/ BOQ.