Tender For Standard Rate Contract for

Size: px
Start display at page:

Download "Tender For Standard Rate Contract for"

Transcription

1 ODISHA RENEWABLE ENERGY DEVELOPMENT AGENCY S/59, MANCHESWAR INDUSTRIAL ESTATE BHUBANESWAR , ODISHA Tender For Standard Rate Contract for Design, Supply, Installation, Commissioning and Maintenance for a period of 5 years of different solar PV equipment in the state of Odisha Tender Call Notice- 19 /OREDA Dated Tel , , , , ,, Fax , Web site: ceoreda@oredaodisha.com 1

2 This bid document along with Annexures as per Index is issued to M/s Kindly Note: 1. This document is not transferable 2. Though adequate care has been taken for preparation of this document, the bidder shall satisfy himself that the document is complete in all respects. Intimation of any discrepancy shall be given to this office immediately. If no intimation is received from any bidder within ten days from the date of issue of the bid document, it shall be considered that bid document is complete in all respects and has been received by the bidder. 3. The Odisha Renewable Energy Development Agency (OREDA) reserves the right to modify, amend or supplement this bid document. 4. While the bid has been prepared in good faith, neither OREDA nor their employees or advisors make any representation, warranty, express or implied or accept any responsibility or liability, whatsoever, in respect of any statements or omissions herein, or the accuracy, completeness or reliability of information, and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability and completeness of this bid document, even if any loss or damage is caused by any act or omission on their part. OREDA Tel:(0674) Fax: (0674) Place: Bhubaneswar 2

3 Disclaimer Kindly Note: 1. This document is not transferable 2. Though adequate care has been taken for preparation of this document, the bidder shall satisfy himself that the document is complete in all respects. Intimation of any discrepancy shall be given to this office immediately. If no intimation is received from any bidder on the pre bid meeting or within ten days from the date of issue of the bid document, it shall be considered that bid document is complete in all respects and has been received by the bidder. 3. The Odisha Renewable Energy Development Agency (OREDA) reserves the right to modify, amend or supplement this bid document keeping in view the necessity in implementation of the scheme. 4. While the bid has been prepared in good faith, neither OREDA nor their employees or advisors make any representation, warranty, express or implied or accept any responsibility or liability, whatsoever, in respect of any statements or omissions herein, or the accuracy, completeness or reliability of information, and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability and completeness of this bid document, even if any loss or damage is caused by any act or omission on their part. 3

4 Index Background...6 Important Dates...7 Check List of Documents...8 List of Abbreviations Eligibility Criteria Scope of Work Functional Requirements for installation of solar PV Power Plant Instruction to Bidder Procedure for Opening the Bid Acceptance/ Rejection of the Bid Document Commercial Terms & Conditions Rate Sales Tax & Duties etc Earnest Money Deposit Security Deposit Performance Guarantee Allocation of Work Programme Execution Schedule Quantity Validity of Offer STCC/VAT Warranty Penalty & Termination of Contract Force Majeure Inspection Payment

5 7.16. Execution Comprehensive Maintenance Contract Limitations of Liability Dispute...23 Technical Specifications ) Specification for Solar Lantern System ) Specification of White LED (W-LED) based Solar Lanterns ) White LED Based Solar Home Lighting System ) Technical Specification of Solar Home Lighting System ) White LED Based Solar Street lighting System ) Technical Specification of Solar Home Lighting System ) Technical Specification of Solar Power Plant ) SPV Solar Water Pumping System...70 Annexure A...78 Annexure B Annexure B Annexure B Annexure B Annexure B Annexure B Annexure C...85 Annexure D...86 Annexure E...87 Annexure F

6 Background: The Odisha Climate Change Action Plan lays special emphasis on reduction in Aggregate Transmission and Commercial losses of electricity as a means to reduce the requirement for additional power generation from conventional sources. Scaling up of solar PV applications is recognized as a major component under this particular action. Under this initiative the state government plans to support installation of rooftop solar PV power plants in various government buildings including schools, hostels, hospitals, health centres, orphanages etc., supply piped drinking water in remote and far-flung villages by energising the existing bore wells with solar PV water pumping systems and provide stand- alone solar lighting systems like lanterns, homelights, street lights etc. so as to ensure increased access to safe and modern illumination systems while discouraging the use of kerosene for such purposes. In the above backdrop, this tender for Standard Rate Contract for Design, Supply, Installation, Commissioning and Maintenance for a period of 5 years of rooftop solar power plants of various capacities and other solar PV appliances is being floated with a view to empanel competent vendors for undertaking the above works at competitive prices. 6

7 Important Dates 1 Uploading of bid documents on web site Pre bid meeting held at AM On all working days 3 Sale of revised final Bid documents after meeting pre bid between to from 11a.m. to 4 p.m. 3 Last date of receipt of bids PM 4 Date of opening of technical bids at 4.00 PM 5 Date of opening of price bid of techno commercially qualified bidders To be intimated 7

8 Check list of documents to be submitted along with the bid Sl no Particulars Complied Page-no / Flag 1 Bank draft for Rs.10,500/- or original money receipt issued by OREDA as proof of purchase of tender paper or exempt as admissible with proof 2 Bank draft for Rs.1,00,000/- towards Earnest Money Deposit or exempt as admissible with proof. 3 Forwarding letter duly signed and stamped by the bidder 4 Undertaking duly signed and stamped by the bidder. 5 Document stating the status of the bidder as manufacturer /systems integrator 6 Copy of the PAN card of the bidder s firm 7 Copy of the TIN card of the bidder s firm 8 Copies of Tax returns, VAT/ STCC/ e-filling 9 Document stating annual turnover in solar business duly signed and stamped by a registered chartered accountant on the letter head of the chartered accountant Annual audited balance sheets for Annual audited balance sheet for Annual audited balance sheet for Proof of installation of 50 KW or more rooftop solar PV power plants in Govt / PSU and /or proof of installtion of stand-alone lighting systems for an aggregate capacity of 5 Kw in the country. Copies of completion certificates given by the concerned government agencies to be enclosed 11a Proof of Production capacity of solar PV power Bank No Dt Bank No Dt Envelop Envelop 8

9 plants 11b Proof of Production capacity of SL, HLS, SLS (CFL & LED) 12 Proof of local registration with DIC/ NSIC/ MSME/ EPM for undertaking solar business. 13 Proof of establishment of Quality assurance systems and organisation 14 Valid Test reports of solar PV module and other components from MNRE accredited test centres 15 Willingness to open an office as well service centre in the state of Odisha 15 Undertaking for Indigenous of the supplied items 16 All accounting statements with auditor s note duly signed by a Chartered Accountant 17 Undertaking to unconditionally accept all terms and conditions of the bid document with copy of Board Resolution 19 Power of attorney to sign the agreement on behalf of bidders & partnership deed articles, if any. 20 Filled in bid document duly signed and stamped at the bottom of each page except the price bid format. 21 Organisational profile containing the copy of documents defining the constitution or legal status, place of registration. 22 Signed Technical bid in sealed envelop 23 Price bid in separate single sealed envelope and no other content 9

10 List of Abbreviations Admn Administration AH Ampere Hour Asst Assistant BG Bank Guarantee BIS Bureau of Indian Standards BOS Balance of Systems CMC Comprehensive Maintenance Contract DD Demand Draft EMD Earnest Money Deposit GOI Government of India GPS Global Positioning System IEC International Electrotechnical Commission IS Indian Standards JCC Joint Commissioning Certificate JnNSM Jawaharlal Nehru National Solar Mission KHz Kilo Hertz ma Mili Ampere MNRE Ministry of New and Renewable Energy OATC Other Authorized Test Centers OREDA Orissa Renewable Energy Development Agency. PCBs Printed Circuit Boards PV Photo Voltaic RFID Radio Frequency Identification SEC Solar Energy Centres SNA State Nodal Agency SPV Solar Photo Voltaic Sqm Square Meter STC Standard Test Conditions STCC Sales Tax Clearance Certificate TIN Temporary Identification Number V Volts VAT Value Added Tax W Watt Wp Watt Peak 10

11 1. Eligibility Criteria In order to be eligible to participate in this tender for rate contract a bidder must have the following eligibility criteria 1.1 For solar power plant of different capacities a. The bidder must be a manufacturer of any major component like module/battery/ invertors and /or System Integrators of solar PV power plants and must have got its products tested and qualified recently by any of the accredited test centres and have submitted information to the test centre about the company along with a copy to the Ministry in the relevant MNRE format. The bidder must submit the test certificates and copies of information submitted to MNRE about the company along with the technical bid. b. The bidder must have a minimum cumulative turnover of Rs crore during last three years in the business of solar PV alone. Copy of audited balance sheet for , and clearly indicating the turnover from solar PV business duly certified and signed by a Charted Accountant must be submitted along with the technical bid. c. The bidder must have installed off-grid solar PV power plants for an aggregate capacity of at least 50 KWp in Government buildings in any part of the country during last 3 years under JnNSM or the bidder must have completed /received purchase orders for installation of off-grid solar PV power plants in Government buildings for an aggregate capacity of at least 100 KW in any part of the country during last 3 years starting from Copies of relevant certificates from the authorized officer of the concerned SNA/copies of relevant work orders must be submitted along with the technical bid. d. The bidder must be having capacity to roll out at least 200 kwp capacity solar power plants in any given month from its own facility. e. Not withstanding to any of the clauses local firm registered with state DIC/ MSME/ NSIC for last 5 years and carrying out the business of solar PV in Odisha will be eligible to participate in the tender. All such firms will be governed by relevant OMSME policy 2009 therein. 1.2 For Solar Lanterns, Home Lighting Systems and Street Lighting Systems a. The bidder must be a manufacturers of composite systems and must have got its products tested and qualified recently by any of the accredited test centres of MNRE, GOI and must submit such test certificates along with the technical bid. b. The bidder must have a minimum cumulative turnover of Rs 3.00 crore during last three years in the business of solar PV alone. copy of audited balance sheet for , and clearly indicating the turnover from solar PV business duly certified and signed by a Charted Accountant must be submitted along with the technical bid. c. The bidder must have supplied different systems comprising of SL, HLS, SLS for an aggregate capacity of 5 kwp to different SNAs/ Government organizations in any part of the country during last 3 years under JnNSM or the bidder must have received purchase 11

12 orders for supply of systems for an aggregate capacity of at least 10 kwp to any SNAs/ Government organizations in any part of the country during last 3 years starting from Copies of relevant certificates from the authorized officer of the concerned SNA/copies of relevant work orders must be submitted along with the technical bid. d. The bidder must be having capacity to roll out at least 2 kwp capacity different systems in any given month from its own facility. f. Not withstanding to any of the clauses local firm registered with state DIC/ MSME/ NSIC for last 5 years and carrying out the business of solar PV in Odisha will be eligible to participate in the tender.. All such firms will be governed by relevant OMSME policy 2009 therein. 1.3 General a. All bidders must have valid STCC/ VAT clearance certificate issued by appropriate authority as on the date of submission of the bid. copy of valid STCC/ VAT clearance certificate must be submitted along with the technical bid. b. The products must conform to technical requirements/ standards for off-grid /stand alone solar systems to be deployed under the National solar Mission and the firm must have established necessary quality assurance systems and organization in line with the same. c. The bidder must be having or willing to open an authorized office in the state of Odisha d. The bidders must be having or willing to open properly equipped service centres in the vicinity of their area of operation in the state of Odisha. 2. Scope of the work 2.1 For solar power plant of different capacities The Bidder should act as a System Integrator for providing end-to-end solution for the identified locations including but not limited to design, supply providing of the required Solar Photo Voltaic power plant, battery bank with accessories, grid tied inverter peripherals like cables, junction boxes, earthing, etc. and installation, performance testing, commissioning, warranty, annual maintenance, etc. The bidders have to ensure planning and smooth execution of the project as per the time schedules. The broad scope of the work shall mean and include a. Design, supply, installation, commissioning and successful performance of the system over its designed life period i.e. 25 years. While designing various components and sub-components of the system the bidder must take all prevailing local conditions as well as all functional requirements in to consideration so as to ensure the committed level of performance b. Installation of the supplied systems on the rooftops or on ground within premises identified by the designated officials of OREDA in consultation with the user organization. 12

13 c. Installation of all necessary protection devices to protect the power plant from lightening, sudden surges in voltage and current and to ensure safety of the grid to which the plant is connected.the bidder should also ensure protection of life and property likely to be endangered due to the installed solar power plant. d. Submission of all details of the installed systems like site details, systems details, installation report, etc. in the formats to be provided at the time of issue of purchase order. The details will also include Photographic proof of delivery of the system to the genuine beneficiary, GPS location of the user organization. 2.2 For Solar Lanterns, Home Lighting Systems and Street Lighting Systems a. Supply, installation, commissioning and maintenance of the supplied systems for a period of 5 years including the warranty period. b. Submission of all details of the installed systems in the formats to be provided at the time of issue of purchase order. The details will also include Photographic proof of delivery of the system to the genuine beneficiary. 2.3 General a. Execution of Comprehensive Maintenance Contract (CMC) of the complete system for five years warranty period. The date of commencement of CMC shall be reckoned from the date of commissioning of the system. b. Opening of service centre/keeping servicing personnel and making available all essential spares in the vicinity of the plant such that the power plants will give the desired performance with least interruption. c. Training at least two designated persons from the concerned user organization as well as all designated technical persons of OREDA in day to day maintenance and upkeep of the system. d. Submission of quarterly performance reports and other information as per the MIS prescribed by OREDA 3. Functional requirements for installation of solar PV Power Plants : 3.1 Installation: a) While installing solar power pants on rooftops the physical condition of the rooftop should be taken in to consideration. b) There should not be any damage what so ever to the roof top due to setting up of the solar power plant so that on a later day there is leakage of rain water,etc.from the roof top. c) In case small damages are inevitable for erecting the footings for the module mounting 13

14 structure etc. the roof top may be given a suitable grading plaster with suitable leak proof compound so as to render the roof entirely leak proof.. d) The solar PV array must be installed on the roof top in such a way that there is sufficient space on the roof top for maintenance etc. e) If the roof top does not have any access such as stairs or Ladder, a proper and safe ladder must be provided to ensure easy access to the roof top mainly for the purpose of maintenance and inspection. f) While cabling the array care must be taken such that no loose cables lie on the rooftops. g) The roof top should look clean and tidy after installation of the array. h) Cables running from the roof top to the PCU down below should be made concealed to the maximum extent possible. In no case the cables should be allowed to passed through windows making the windows non operational. i) For smaller systems up to 2-10 kw the PCUs must be made wall mounted unless otherwise ground mounting is warranted for some reasons. j) The battery bank must kept in a dry and airy space close to the PCU. The batteries must be stacked in a suitable rack. k) Neatness, tidiness and aesthetics must be observed while installing the systems. 3.2 System Requirements: a. The batteries must remain in full charged condition all the time. b. The batteries should first receive charge from the solar array provided there is sun. c. In case there is no sunshine the batteries should receive charge from the utility grid supply. d. Once the batteries are fully charged and floating condition is achieved additional solar energy, if any, should flow to the main AC panel subject of availability of loads. e. The PCU- Inverter must have intelligent power / load management circuit to work as per the above functional requirements of the system. f. Good quality and robust PCU-Inverters must be provided with the system so as to ensure more than 95% up time on quarterly basis. g. The AC output at the inverter end must be properly metered. All such meters should be digital and should be provided in the PCU. 4. Instructions to Bidders a. Bids must be submitted in English language only. b. Incomplete, telegraphic or conditional bids shall not be accepted. 14

15 c. Prices quoted must be firm and fixed. No price variation / escalation shall be allowed during the validity period of the rate contract.. d. The bidders must sign and stamp at the bottom of each page of the bid documents at the time of submission in token of unconditional acceptance of the departmental terms and conditions, technical specifications etc. e. Last IT returns Statement /Valid TIN / VAT/ Sales tax clearance certificate duly attested must be submitted along with the bid. f. Deviations in terms and conditions, Specification of material, Inspection clause etc. will not be accepted under normal conditions. However under exceptional situation the same may be considered at the discretion of OREDA. g. Earnest money as specified in bid may be deposited in shape of Demand Draft drawn in favour of the Chief Executive, OREDA payable at Bhubaneswar from any Nationalized Bank. Bids without E.M.D will not be accepted. h. Bids received late due to postal delay or otherwise will not be considered. i. The bidders are required to furnish their offers in the price bid both in words & figures. In case of corrections,if any, the original text/numerical must be clearly crossed out and rewritten legibly above, below or on the side of the crossed out characters as per availability of space and the authorized person must put his dated initial under such corrections. In case of any conflict between figures and words, the later shall prevail. j. Canvassing in any manner shall not be entertained and will be viewed seriously leading to rejection of the bid. k. Certificate to the effect that the systems to be supplied are indigenous & not fully imported must be furnished. l. All essential supplementing documents should be signed and stamped and in case of need for verification, originals should be produced m. Copy of Test Reports from Solar Energy Centers (SEC)/Other Authorized Test Centres (OATC) in regards to SPV Systems confirming to MNRE specifications spelt out in the Administrative Approval of Jawaharlal Nehru National Solar Mission would be a major criteria for evaluation of bids. n. The bidders must be having / willing to open a local office at Bhubaneswar before commencement of work for close coordination with OREDA and also cluster level service centres at suitable places as will be indicated by OREDA during installation of the systems. o. The bidders must submit information such as GPS locations of the site, photographs of the systems (array, battery, PCU separately) along with the installation & commissioning reports. 15

16 p. Power of attorney to sign the agreement on behalf of bidders & partnership deed articles, if any, should be enclosed along with original bid documents. q Notice inviting tender, bid documents, prescribed Technical bid, price bid, terms & conditions will form the part of the tender. r. All pages of the bid documents must be signed & sealed by the authorized person on behalf of the bidders. s. Bids will be accepted & will be opened as per information mentioned in the noticeinviting tender. No receipt against submission of bid shall be issued by OREDA. t. The last date of receipt of the bid is up to 1.00 P.M. sealed tenders may only dropped in the specified tender box kept in the Project Division, OREDA during office hours on working days. Bids received after due date & time will not be considered. The bids of such firms shall only be considered who have purchased the bid documents from the Agency by depositing the prescribed fee of the bid document (Non refundable) / downloaded from the website and submitted along with cost of the tender paper. If due to any reason the due date is declared as a holiday the bid will be opened on next working day at the same time. u. The technical bid shall be opened on at 4.00 P.M in the OREDA office, Bhubaneswar in presence of such bidders or their authorized representatives, who may like to be present at the time of opening. v. Submission of bids The first envelop should be superscribed as Technical Bid at the top the envelop and name and address of the bidder should be given at the left hand side bottom of the envelope. The first envelop should be addressed to CE, OREDA shall contain the following: (i) DD of Rs. 10,500 forwarding cost of the tender if the document is downloaded. (ii) Copy of the money receipt issued by OREDA in case of the document is purchased directly from OREDA. (iii) Demand draft for Rs lakhs towards EMD (iv) Filled in Technical Bid Format (v) All other documents excepting the Price Bid The second envelop should be superscribed as Price Bid at the top the envelop and name and address of the bidder should be given at the left hand side bottom of the envelope. The second envelop should be addressed to CE, OREDA shall contain the Price Bid only in the prescribed format. The third Envelop should be superscribed as Submission of Bid for Design, Supply, Installation, Commissioning and Maintenance for a period of 5 years of different solar PV 16

17 equipment in the state of Odisha at the top the envelop and name and address of the bidder should be given at the left hand side bottom of the envelope. The third envelop should be addressed to CE, OREDA shall contain the First and second envelops only Note: All papers that comprise the bid document of the concerned bidder must be numbered at the top right hand corner of each page, properly stitched and hard bound. At the beginning an index of each page should also be provided. 5. Procedure for opening the bids The procedure of opening of the bid shall be as under a. First envelope in the TECHNICAL BID " shall be opened at the time & date mentioned in the notice in the tender by OREDA in the presence of bidders, or their authorised representative. b. Second envelope PRICE BID shall be opened after evaluation of technical suitability of the offers. The date for opening of second envelope (Price bid) shall be communicated subsequently. Second envelope of only those bidders shall be opened who qualify in the technical bid evaluation. If necessary, the firms may be called for Technical Presentation of their products as per the time intimated by OREDA. c. In case of supply of any defective material or substandard material, the materials will be rejected & it will be the responsibility of the supplier for taking back & replacing the rejected materials at their own cost. In case of non-lifting of such rejected materials within a reasonable time offered by OREDA it will have the right to suitably dispose of the same and forfeit the amount. d. The supplied materials should strictly comply with the specifications as mentioned in the bid, otherwise the material would be liable for rejection. e. Any clarification on the technical specification and commercial terms and conditions may be raised during the pre-bid meeting for discussion and decision. f. Deviation of any commercial terms and condition and technical specification shall not be entertained under no circumstances. g. Bidders may in their own interest visit the sites before submitting bids. OREDA will not be responsible for any incidental or consequential losses of the bidder while execution and till expiry of the period of CMC. h. All the bidders shall essentially indicate the break-up of prices as shown in Price bid. i. During the warranty period, MNRE/ State Agencies/ Users reserve the right to cross check the performance of the systems with the minimum performance levels specified in the MNRE specifications. 17

18 6. Acceptance/ Rejection of the bid documents Chief Executive, OREDA reserves the right to i) reject or accept any or all bids without assigning any reason thereof. ii) to split the quantities against the bid on more than one firm for the same items/ work. No reason will be assigned by OREDA for this and the same will be binding on the bidders. Chief Executive I/we have carefully read & understood the above terms & conditions of the bid & agree to abide by them. Signature of Bidder with Seal 18

19 7. Commercial Terms & Conditions 7.1. Rate : The offer should indicate the unit cost of the system, Installation & Commissioning charges, CMC Charges and taxes & duties separately. The unit cost must be inclusive of packing, forwarding, loading & unloading charges, cost of insurance and transportation FOR any destination in the state of Odisha Sales Tax & Duties etc All Taxes and duties as prescribed both under Central and State Government sales tax rules would be applicable Earnest Money Deposit i. Earnest money deposit as specified is required to be deposited along with the bid without which the bid will not be accepted. No interest will be payable for the EMD amount under any circumstances. ii. Earnest money should be deposited in shape of a Demand Draft in favour of Chief Executive, OREDA from any Nationalised Bank Payable at Bhubaneswar and the proof of deposits should be attached to the bid. iii. EMD would be refunded to the unsuccessful Bidders after finalization of the bid without any interest. iv. EMD would be refunded to successful bidder(s) after submission of security deposit as detailed at clause 7.4. v. EMD would be forfeited in case of non- compliance of the purchase order by the successful bidder. vi. In case of claim for exemption from deposition of Earnest money sufficient proof in support of claim for exemption of EMD as prescribed in Govt. Of Odisha/ India Notification is to be attached with the bid Security Deposit The successful bidder must deposit the Security 10% of the ordered value with the Chief Executive, OREDA, Bhubaneswar-10 at the time of acceptance of the work order in shape of Bank Guarantee. The Security Deposit will be refunded after successful testing, commissioning, and handing over the project to the user. In case of claim for exemption from deposition of Earnest money sufficient proof in support of claim for exemption of EMD as prescribed in Govt. Of Odisha/ India Notification is to be attached with the bid Performance Guarantee Following successful testing, commissioning and handing and prior to release of final instalment of payment the bidder is required to deposit performance of the ordered value in shape of Bank Guarantee to OREDA in two parts, 50 % value with 5 ½ years validity and the 19

20 balance 50% value with 10 ½ years validity from the date of acceptance of the work order or till the completion of respective warranty periods whichever is later. The said deposit would be forfeited, if the systems is not maintained as per the terms of reference of the rate contract. 50% of the PBG will be refunded after the expiry of the Warranty period and CMC period (ref. clause 2 of Scope of Work) of the systems, subject to satisfactory performance of the systems. Balance 50% of the PBG shall be released after expiry of warranty period of 10 years provided for the SPV modules subject to the successful performance. 7.6 Allocation of work: All successful bidders conveying acceptance to L1 prices for different SPV systems under this tender shall be duly empanelled and arranged in the order of their quoted prices as L1, L2, L3, Ln. Depending upon the quantum of materials required as well as the geographical spread of the installations the first batch of the order will be placed on one or more empanelled bidders basing on the order of their empanelment. Placement of subsequent orders on the same bidders will be subject to timely execution and performance in respect of the previous work order. Placement of subsequent work orders on bidders who have not received any order will be subject to the quantum of materials required as well as geographical spread of the work The decision of Chief Executive, OREDA in this regard shall be final and binding. 7.7.Programme Execution Schedule i) Delivery of systems at sites: within 2 months from the date of issue of the purchase order ii) Installation & Commissioning within 3 month from delivery of system at site iii) Upon intimation about commissioning of the systems by the executing firm a joint inspection will be carried out by the representatives of the executing firm, OREDA and the authorised representative of the user organization. Following such inspection a joint commissioning report shall be brought out in the prescribed format, which shall form a part of the documents for release of payments. iv) The issuance of a JCC shall, in no way relieve the executing firm of its responsibility for satisfactory operation and maintenance of the SPV systems. 7.8.Quantity The quantities of Solar PV systems will be subject to the orders placed by various user organizations. 20

21 7.9. Validity of offer The offer must be kept valid for a period of one year from the date of opening of the technical bid. No escalation clause except the admissible tax component under the period of consideration would be accepted. The validity can be further extended with mutual consent. OREDA reserves the right to extent or reduce the tenure of the rate contract period on deemed proper STCC/ VAT The bidders must submit attested copy of valid up to date sales Tax / VAT clearance certificate along with the bid. The bid would not be considered without this document. The original certificate would be produced at the time of opening of the bid, or, before placement of purchase order, if required Warranty The SPV Modules and the Balance of Systems (BOS) should be warranted against any manufacturing defect or bad workmanship for a period of 10 (Ten) and 5 (five) years respectively from the date of commissioning of the systems. Warranty certificate to the above effect must be furnished along with the commissioning reports. Any defect noticed during warranty period should be rectified/replaced by the supplier free of cost upon due intimation by the concerned police station/district Renewable Energy Cell of OREDA. The warranty period shall be extended by the period during which the systems remain non-operative due to reasons within the control of the executants. Care should be necessarily taken to make the system operational within a week of reporting of defect. If the system is not made operational within fifteen days, OREDA may rectify the same and charge all expenses incurred on the said account to the vendor Penalty and termination of contract The systems shall be supplied, installed and commissioned within the scheduled time. If the supplier fails to adhere to the schedule, OREDA shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damages a sum equivalent to 1% of the delivery price of the delayed goods or unperformed services for each week of delay until actual delivery or installation/commissioning up to a maximum deduction of 10% of the contract price for delayed goods or installation and commissioning. Once the maximum is reached (i.e 10 weeks of delay) OREDA may consider termination of the contract and forfeit the security deposit without prejudice to the other remedies of the contract along with recovery of mobilization advance by forfeiture of bank guarantee. However, Chief Executive, OREDA may at his own discretion allow reasonable time extension upon written application of the supplying firm. If the delay is considered intentional or due to negligence of the vendor extension can be allowed with imposition of penalty. If the delay is considered to be genuine time extension can be allowed without imposition of penalty. 21

22 7.13. Force Majeure The supplier of the SPV system shall not be charged with liquidated damages nor shall his security for performance be forfeited when failure of the supplier in making delivery is due to any event beyond the control of the supplier and could not have been foreseen, prevented or avoided by a prudent person. These include, but are not restricted to acts of God, acts of public enemy, acts of Government, fires, floods, epidemics, strikes, freights, embargoes and unusually severe weather Inspection i. All tests and inspections shall be made at the place of delivery unless otherwise specifically agreed upon by the bidder and OREDA at the time of purchase. Authorized OREDA Officer shall be entitled at all reasonable time to inspect and supervise and test during erection and commissioning. Such inspection will not relieve the executing firm of their obligation in the contract. ii. OREDA has the right to have the tests carried out at its own cost by an independent agency at any point of time. Pre- delivery inspection at the factory site if necessary will be carried out by OREDA Payment Payment for the work (excluding CMC charges) under normal circumstances will be done as detailed below; i) First Interim 50% of the total value of order (excluding AMC charges) after supply of system. The check list of documents to be submitted with the bills for release of first instalment is annexed at Annexure- D ii) Second interim 40% of the total value of order (excluding AMC charges) after successful commissioning of the system. and submission of all documents as per check list given at Annexure E iii) Final 10% of the total order (excluding AMC charges) after successful functioning of the system for a period of 3 months from the date of commissioning on receipt of performance report duly signed by authorised officer of OREDA/ user organisation/ vendor Execution Execution of work shall be carried out in an approved manner as outlined in the technical specification or where not outlined, in accordance with relevant Indian Standard Specification, to the reasonable satisfaction of the Authorized OREDA Officer Comprehensive Maintenance Contract CMC will be applicable from the date of commissioning of the system. The bidder must enter into a Comprehensive maintenance contract for the specified period before release of the first 22

23 instalment of payment. Offer without such CMC shall not be considered. The scope of CMC must cover supply of spare parts ( including battery) / services during the contract in force. Order shall be placed only on bidders who agree to offer such CMC. The CMC charges quoted by the bidder must be realistic in view of actual rendering of after sale services. Bids with very low/unrealistic CMC charges will be liable for rejection. The payment of annual maintenance charges under the Comprehensive Maintenance Contract shall depend upon the functionality of the system duly certified by the concerned office/ Authorised officials of OREDA. Upon receipt of such certificates CMC amount as applicable shall be paid at the end of 1 st, 2 nd, 3 rd, 4 th and 5 th years. (Format to be issued to the successful bidder only) Limitation of Liability OREDA, will, in no case be responsible for any accident fatal or non-fatal, caused to any worker or outsider in course of transport or execution of work. All the expenditure including treatment or compensation will be entirely borne by the Executants. The Executants shall also be responsible for any claims of the workers including PF, Gratuity, ESI & other legal obligations Dispute For adjudication of any dispute between OREDA and the bidders arising in this case, reference can be made to any Law courts under the jurisdiction of Orissa High court only. The Chief Executive, OREDA reserves the right to accept or reject any or all bids without assigning any reason thereof. Chief Executive OREDA I/We have carefully read and understood the above terms and conditions of the bid and agree to abide by them. SIGNATURE OF BIDDER WITH SEAL 23

24 TECHNICAL SPECIFICATIONS FOR RENEWABLE ENERGY SYSTEMS 1) SPECIFICATIONS FOR SOLAR LANTERN SYSTEM DEFINITION A Solar Lantern is a portable lighting device consisting of a PV module, battery, lamp, and electronics. Battery, lamp, and electronics are placed in a suitable housing, made of metal or plastic or fiber glass. The Solar lantern is suitable for either indoor or outdoor lighting, covering a full range of 360 degrees. PV module converts sun light into electricity, charges the battery which powers the luminaire. Luminaire consists of Compact Fluorescent Lamp (CFL) and an Electronic Circuit. BROAD PERFORMANCE SPECIFICATIONS The broad performance specifications of a CFL light source based solar lantern system are given below: PV Module 10 Wp under STC Battery Sealed Maintenance Free (SMF) lead acid battery or NiMH battery or Lithium Ion Battery Light Source 7 Watt CFL luminaire with 4 pins only along with proper pre-heating circuit Electronics Efficiency approximately 85% Duty cycle 4 hours a day under average daily insolation of 5.5 kwh/ sq.m. on a horizontal surface. Autonomy TECHNICAL DETAILS PV MODULE Minimum of 3 days or 12 operating hours per permissible discharge i. Indigenously manufactured PV modules should be used in the solar lantern. ii. iii. The PV module should have crystalline silicon solar cells, and should have humidity, freeze and damp heat test certificate conforming to IEC Edition II / BIS from an NABL or IECQ accredited Laboratory. The PV module must have a minimum of 10 Wp at a load voltage* of ±0.2 V under the standard test conditions (STC) of measurement. iv. The open circuit voltage* of the PV modules under STC should be at least 21.0 Volts. v. The module efficiency should not be less than 10%. vi. The terminal box on the module should have a provision of opening it for replacing the cable, if required. 24

25 vii. There should preferably be an arrangement (stand) for mounting the module at an optimum angle in the direction facing the sun. viii. A foil/ strip containing the following details should be fixed inside the module so as to be clearly visible from the front side:- a. Name of the Manufacturer and/ or distinctive Logo b. Model and/ or Type No. c. Serial No. d. Year of manufacture ix. A distinctive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module. *The load and open circuit voltage conditions of the PV module are not applicable for the system having MPPT. BATTERY i. Sealed maintenance free lead acid battery with a capacity of up to 7 AH, at voltages of up to C/20 rate of discharge rate at 27 o C. or NiMH or Lithium Ion battery of requisite capacity ii. For lead acid battery, 80% of the rated battery capacity (~ 5.6 AH at 27 o C) should be between the low voltage cut off and full charge condition of the battery. iii. Battery should conform to the latest BIS/ International standards. LIGHT SOURCE i. The lamp should be a 7 Watt compact fluorescent lamp (CFL) with 4 pins only along with proper pre-heating circuit. ii. The lamp should preferably be mounted in a base up configuration. For the lantern to be used in the cold areas like Arunachal Pradesh, Himachal Pradesh, Jammu & Kashmir, Uttarakhand, etc. it could have the lamp base down configuration. iii. The housing should be suitable for indoor as well as outdoor use. ELECTRONICS i. The inverter should be of quasi-sine wave/sine wave type with a crest factor less than 1.7 and the frequency in the range of khz. ii. Efficiency of the electronic system should be at least 85%. iii. iv. Electronics should have temperature compensation for proper charging of the battery throughout the year. The idle current should not be more than 1 ma. 25

26 v. The voltage drop from module terminals to the battery terminals should not exceed 0.6 volts including the drop across the diode and the cable when measured at maximum charging current. vi. vii. viii. The PCB containing the electronics should be capable of solder free installation and placement. The electronics circuit should ensure full charging of the battery under different ambient temperatures (0-45 o C). Further, the electronic circuit should have adequate temperature compensation arrangement for the battery charge regulation set point/ high voltage disconnect for proper charging of the battery throughout the year. Necessary lengths of wires/ cables, switches suitable for DC use and other protections should be provided. ELECTRONIC PROTECTIONS i. Adequate protection is to be incorporated for No Load condition, e.g. when the lamp is removed and the lantern is switched ON. ii. The system should have protection against battery overcharge and deep discharge conditions. iii. The load reconnect should be provided at around 80% of the battery capacity status. iv. Adequate protection should be provided against battery reverse polarity. v. A fuse should be provided to protect against short circuit conditions. vi. Protection for reverse flow of current through the PV module should be provided. vii. During the charging, lamp cannot be switched ON. INDICATORS The system should have two indicators, green and red. The green indicator should indicate the charging under progress and should glow only when the charging is taking place. It should stop glowing when the battery is fully charged. Red indicator should indicate the battery Load Cut Off condition. QUALITY AND WARRANTY i. The complete Solar Lantern with CFL should be warranted for five years and the battery must be warranted for a minimum period of Two (2) years. ii. The Warrantee/ Guarantee Card to be supplied with the Solar Lantern must contain the details of the system supplied. 26

27 OPERATION and MAINTENANCE MANUAL An Operation, Instruction and Maintenance Manual, in English and the local language, should be provided with the Solar Lantern. The following minimum details must be provided in the Manual: Basic principles of Photovoltaic. A small write-up (with a block diagram) on Solar Lanterns - its components, PV module, battery, electronics and luminaries and expected performance. Significance of indicators. Type, Model number, Voltage, capacity of the battery, used in the system. The make and wattage of the CFL used in the lighting system. Clear instructions on mounting, operation, regular maintenance and trouble shooting of the Solar Lantern. Instructions on replacement of battery. DO's and DONT's. Name and address of the contact person for repair and maintenance during the warranty. 27

28 2) SPECIFICATIONS OF WHITE LED (W-LED) BASED SOLAR LANTERN A Solar Lantern is a portable lighting device consisting of a PV module, battery, lamp, and electronics. Battery, lamp, and electronics are placed in a suitable housing, made of metal or plastic or fiber glass. The Solar lantern is suitable for either indoor or outdoor lighting, covering a full range of 360 degrees. PV module converts sun light into electricity, charges the battery which powers the luminaire. Luminaire consists of White Light Emitting Diode (W-LED), a solid state device which emits light when an electric current passes through it. BROAD PERFORMANCE SPECIFICATIONS The broad performance specifications of a W-LED light source based solar lantern system are given below: PV Module 5 Wp under STC Battery Sealed Maintenance Free (SMF) lead acid battery or NiMH battery or Lithium Ion Battery Light Source W-LED luminaire, dispersed beam, soothing to eyes with the use of proper optics and diffuser Light Output Minimum level of illumination from W-LED lantern should be as follows: Illumination level when detector Illumination level When detector is at Sr. Distance is in horizontal to center point an angle of 90 to the center point of No. in feet of bottom of light source in Lux the bottom of light source in Lux Electronics Efficiency approximately 85% Duty cycle 4 hours a day under average daily insolation of 5.5 kwh/ sq.m. on a horizontal surface. Autonomy Minimum of 3 days or 12 operating hours per permissible discharge TECHNICAL DETAILS PV MODULE i. Indigenously manufactured PV modules should be used in the solar lantern. ii. The PV module should have crystalline silicon solar cells, and should have humidity, freeze and damp heat tests certificate conforming to IEC Edition II / BIS from an NABL or IECQ accredited Laboratory. 28

29 iii. The PV module must have a minimum of 5 Wp at a load voltage* of V for 12 volt battery or appropriate voltage for charging of battery used, under the standard test conditions (STC) of measurement. iv. The module efficiency should not be less than 10%. v. The terminal box on the module should have a provision of opening it for replacing the cable, if required. vi. There should preferably be an arrangement (stand) for mounting the module at an optimum angle in the direction facing the sun. vii. A foil/ strip containing the following details should be fixed inside the module so as to be clearly visible from the front side:- a. Name of the Manufacturer and/ or distinctive Logo b. Model and/ or Type No. c. Serial No. d. Year of manufacture viii. A distinctive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module. *The load conditions of the PV module are not applicable for the system having MPPT. BATTERY i. Sealed maintenance free lead acid battery with a capacity of up to 7 AH, at voltages of up to C/20 rate of discharge or NiMH or Lithium Ion battery of requisite capacity. ii. Battery should conform to the latest BIS/ International standards. LIGHT SOURCE i. The light source will be of White Light Emitting Diode (W-LED) type. ii. The colour temperature of W-LED(s) used in the system should be in the range of 5500oK 6500oK. iii. W-LED(s) should not emit ultraviolet light. iv. The light output from the W-LED should be constant throughout the duty cycle. v. The housing should be suitable for indoor as well as outdoor use. ELECTRONICS i. Efficiency of the electronic system should be at least 85%. ii. Electronics should have temperature compensation for proper charging of the battery throughout the year. 29

30 iii. The idle current should be less than 1 ma iv. The PCB containing the electronics should be capable of solder free installation and replacement. v. Necessary lengths of wires/ cables, switches suitable for DC use and other protections should be provided. ELECTRONIC PROTECTIONS i. Adequate protection is to be incorporated for No Load condition, e.g. when the lamp is removed and the lantern is switched ON. ii. The system should have protection against battery overcharge and deep discharge conditions. iii. The load reconnect should be provided at around 80% of the battery capacity status. iv. Adequate protection should be provided against battery reverse polarity. v. A fuse should be provided to protect against short circuit conditions. vi. Protection for reverse flow of current through the PV module should be provided. vii. During the charging, lamp cannot be Switched ON. INDICATORS The system should have two indicators, green and red. The green indicator should indicate the charging under progress and should glow only when the charging is taking place. It should stop glowing when the battery is fully charged. Red indicator should indicate the battery Load Cut Off condition. QUALITY AND WARRANTY i. The complete Solar Lantern with W-LED will be warranted for five years and the battery must be warranted for a minimum period of Two (2) years. ii. The Warrantee/ Guarantee Card to be supplied with the Solar Lantern must contain the details of the system supplied. OPERATION and MAINTENANCE MANUAL An Operation, Instruction and Maintenance Manual, in English and the local language, should be provided with the Solar Lantern. The following minimum details must be provided in the Manual: Basic principles of Photovoltaic. 30

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: /

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: / Tender Document for Supply of around 50,000 Nos of Solar Lanterns to the P.O, ITDA's of West Godavari, East Godavari, Visakhapatnam, Vizianagaram and Srikakulam Districts for distribution to all S.T students

More information

SPECIFICATIONS OF WHITELED (W-LED) BASED SOLAR LANTERN

SPECIFICATIONS OF WHITELED (W-LED) BASED SOLAR LANTERN SPECIFICATIONS OF WHITELED (W-LED) BASED SOLAR LANTERN White Light Emitting Diode (W-LED) is a solid state device which emits light when an electric current passes through it. A Solar lantern is a lighting

More information

CORRIGENDUM. Page 1 of 16

CORRIGENDUM. Page 1 of 16 CORRIGENDUM In the light of pre-bid meeting held on 27.07.2018 (Friday) at 1.00 P.M. & suggestions received from the prospective bidders, JREDA has decided to make following amendments/addendum in the

More information

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) BARSINGSAR PROJECT, CONTRACTS & PURCHASE DIVISION A.O Building, Barsingsar-334402, Bikaner

More information

Supply of Batteries

Supply of Batteries Supply of Batteries 207-8 SUPPLY OF BATTERIES OF VARIOUS RATINGS E-PROCUREMENT (REVERSE AUCTION) NIT No: 07/ 207-8 Name of the work Supply of Batteries to our Branches / Offices /ATM Completion Time EMD

More information

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore -452003 (M.P.) ANNEXURE -III REQUIREMENT OICL intends to procure reputed brand Exide or Amara Raja or

More information

File No. EL/EE/NAD/Tech/1-13/2018/822 Dated: 29/08/2018 OFFICE OF THE EXECUTIVE ENGINEER NORTH ANDAMAN DIVISION ELECTRICITY DEPARTMENT DIGLIPUR

File No. EL/EE/NAD/Tech/1-13/2018/822 Dated: 29/08/2018 OFFICE OF THE EXECUTIVE ENGINEER NORTH ANDAMAN DIVISION ELECTRICITY DEPARTMENT DIGLIPUR OFFICE OF THE EXECUTIVE ENGINEER NORTH ANDAMAN DIVISION ELECTRICITY DEPARTMENT DIGLIPUR Unique No.* Name of Work Name of Department Tender No.* Complete Mechanical works, Electrical works, Body works,

More information

Solar Energy Corporation of India Limited New Delhi Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India

Solar Energy Corporation of India Limited New Delhi Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India SECI/SD/EoI/20000 MW Mfg./I/2017 18.12.2017 Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India 1. Objective of EOI: SECI intends to invite Expression of Interest from the

More information

ARAI/TA(4G_RV)/HORIBA/MEXA 584L/ Dated 25 Mar 2014

ARAI/TA(4G_RV)/HORIBA/MEXA 584L/ Dated 25 Mar 2014 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES M/s Horiba India Pvt. Ltd. Room 1521, 15 th Floor, Eros Corporate Tower, Nehru Place New Delhi 110 019 Cert Annex Drg Total 1 7 0 8 pgs Exhaust

More information

Application for release of capital subsidy on installation of Grid Connected Solar Power Plant

Application for release of capital subsidy on installation of Grid Connected Solar Power Plant Chandigarh Renewal Energy, Science & Technology Promotion Society (CREST) Under the Aegis of Department of Science & Technology, Chandigarh Administration), Paryavaran Bhawan, First Floor, Sec-19B, Madhya

More information

BANGALORE ELECTRICITY SUPPLY COMPANY LIMITED

BANGALORE ELECTRICITY SUPPLY COMPANY LIMITED GUIDELINES FOR EMPANELMENT OF GRID TIED INVERTER MANUFACTURERS FOR IMPLEMENTATION OF SRTPV PROGRAM IN BESCOM. I. NEW EMPANELMENT 1. The grid tied inverter manufacturer shall register their application

More information

Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura Diesel Generator Required on Rental Basis

Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura Diesel Generator Required on Rental Basis Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura - 586109 Diesel Generator Required on Rental Basis Bank desires to hire diesel generator on rental basis for the following

More information

DISTRICT RURAL DEVELOPMENT AGENCY, SIVAGANGA SIVAGANGA DISTRICT. TENDER NOTICE NO.1287/2009/JDO Dated

DISTRICT RURAL DEVELOPMENT AGENCY, SIVAGANGA SIVAGANGA DISTRICT. TENDER NOTICE NO.1287/2009/JDO Dated DISTRICT RURAL DEVELOPMENT AGENCY, SIVAGANGA SIVAGANGA DISTRICT TENDER NOTICE NO.1287/2009/JDO Dated 12.11.2009 Sealed Tenders are invited from reputed manufacturers/ Firms for the supply of following

More information

ARAI/TA (4G)/AIRVISOR/AVG500/ Dated 17 th Apr 2017

ARAI/TA (4G)/AIRVISOR/AVG500/ Dated 17 th Apr 2017 Airvisor Technologies Pvt. Ltd. H-155, Adhyapak Nagar, Nangloi, New Delhi 110041. CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES Cert Annex Drg Total 1 7 0 8 pgs Exhaust Gas Analyzer Model

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48 INVITATION FOR QUOTATION TEQIP-III/2018/uceo/Shopping/48 29-Dec-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station.

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station. ORISSA POWER GENERATION CORPORATION LIMITED IB THERMAL POWER STATION AT/P.O: BANHARPALI, DIST: JHARSUGUDA, PIN: 768234 (ORISSA), INDIA GRAM: IB THERMAL, TEL: 06645-222209/222210, FAX: 06645-222209/54/30

More information

ARAI/TA(4G_RV)/SMS/D680/ Dated 21 st Mar 2015 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES

ARAI/TA(4G_RV)/SMS/D680/ Dated 21 st Mar 2015 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES M/s SMS Autoline Equipments Pvt. Ltd. Plot No.AP215, 6 th Street, I Block, Vallalar Colony, Anna Nagar (West) Chennai 600 040 Cert Annex Drg

More information

TECHNICAL BID T 3627

TECHNICAL BID T 3627 TECHNICAL BID T 3627 Supply of Mechanical Measuring Instruments for TMD-II OF UKAI TPS. Due on At 3.30 P.M. (if Possible) EMD paid YES / NO EMD D. D. No. Date : OR SSI / NSIC Certification Number : Duly

More information

ARAI/TA(4G)/SMS/D680/ Dated 28 Jan 2010

ARAI/TA(4G)/SMS/D680/ Dated 28 Jan 2010 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES M/s SMS Autoline Equipments Pvt. Ltd. Plot No.AP215, 6 th Street I Block, Vallalar Colony, Anna Nagar (West) Chennai 600 040 Cert Annex Drg

More information

Ministry of New and Renewable Energy (Jawaharlal Nehru National Solar Mission) Form B for Project Proposals for

Ministry of New and Renewable Energy (Jawaharlal Nehru National Solar Mission) Form B for Project Proposals for Form B Ministry of New and Renewable Energy (Jawaharlal Nehru National Solar Mission) Form B for Project Proposals for Grid Connected Rooftop and Small SPV Power Plants (For the project above 5 kwp & upto

More information

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website: TENDER DOCUMENTS FOR

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website:  TENDER DOCUMENTS FOR Cost of the Tender Form - Rs.500/- (Rupees Five Hundred only) Tender Form No.MCI/TENDER DGSET/2018 Tender for DG SET MEDICAL COUNCIL OF INDIA POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI 110 077 Website:

More information

POWER PURCHASE AGREEMENT FOR ROOFTOP SOLAR PV PLANTS WITH NET METERING ARRANGEMENT

POWER PURCHASE AGREEMENT FOR ROOFTOP SOLAR PV PLANTS WITH NET METERING ARRANGEMENT POWER PURCHASE AGREEMENT FOR ROOFTOP SOLAR PV PLANTS WITH NET METERING ARRANGEMENT This Power Purchase agreement is entered into at (place).. on this. day of between Manipur State Power Distribution Company

More information

Bihar Electricity Regulatory Commission Vidyut Bhawan, J.L.Nehru Marg, Patna

Bihar Electricity Regulatory Commission Vidyut Bhawan, J.L.Nehru Marg, Patna Bihar Electricity Regulatory Commission Vidyut Bhawan, J.L.Nehru Marg, Patna 800 021 ------------------------------------------------------------------------------------------------------------- ROOFTOP

More information

ARAI/TA(4G)/GEN-MAINT/EXOSCAN-V/ Dated 26 th Mar 2009 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES

ARAI/TA(4G)/GEN-MAINT/EXOSCAN-V/ Dated 26 th Mar 2009 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES M/s Gen-Maint 106-107, New Diamond Premises Coop. Soc. Ltd. Off. Western Express Highway Goregaon (E) Mumbai 400 063 Cert Annex Drg Tot al

More information

Supply & Installation of Latest Version NX CAD Academic Software (NX9)

Supply & Installation of Latest Version NX CAD Academic Software (NX9) ISO 9001:2008 TENDER FOR Supply & Installation of Latest Version NX CAD Academic Software (NX9) Tender Inquiry No. NSIC/NTSC/CAD/CAM/CNC/UG- NX Software/051/15-16 NSIC- Technical Services Centre (A Government

More information

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia.

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia. Supply, Installation and Commissioning of 1 No 50 Watt LED based SPV SLS at Nadia District Library, Krishna Nagar, Nadia. TENDER DOCUMENT. (A Govt. of West Bengal Company) Bikalpa Shakti Bhavan, Plot J1/10,

More information

SPECIFICATIONS OF ITEMS ANNEXURE-1A Sr. No. Item specification Qty. (in nos.) 1 Computer chair with armrest Approximate Size: Width 64 cm Depth 64cm Height 81.0-93.5 cm Seat Height 42-54.5 as Godrej Model

More information

BYD B-Box Limited Warranty Letter

BYD B-Box Limited Warranty Letter BYD B-Box Limited Warranty Letter Applicable Country: Australia Effective date: 01 st, Jul., 2017 BYD B-Box System Applicable product types: B-Box H 6.4 / B-Box H 7.7 / B-Box H 9.0 / B-Box H 10.2 / B-Box

More information

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L04-54474 MAY, 2018 TOWN OF MIDLAND TENDER VEHICLE TOWING AND POUND SERVICES SEALED TENDERS will be received until

More information

City of, Kansas Electric Department. Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources

City of, Kansas Electric Department. Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources Ordinance No. Exhibit A ----------------------------------------- City of, Kansas Electric Department Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources -------------------------------------

More information

Net +Plus Connection Code

Net +Plus Connection Code Net +Plus Connection Code LANKA ELECTRICITY COMPANY (PRIVATE) LIMITED 1.0 BACKGROUND The existing Net Metering Concept launched in the year 2010 noticed an exponential growth in the recent year and at

More information

INDUSTRIAL HAUL AGREEMENT

INDUSTRIAL HAUL AGREEMENT INDUSTRIAL HAUL AGREEMENT PUBLIC WORKS MEMORANDUM OF AGREEMENT entered into this day of, A.D., 20(yr). BETWEEN: PARKLAND COUNTY a County incorporated under the laws of the Province of Alberta, (hereinafter

More information

Louisville Gas and Electric Company

Louisville Gas and Electric Company P.S.C. Electric No. 11, Original Sheet No. 57 APPLICABLE In all territory served. AVAILABILITY OF SERVICE Available to any customer-generator who owns and operates a generating facility located on Customer

More information

PVI 60KW, PVI 82KW, PVI 95KW

PVI 60KW, PVI 82KW, PVI 95KW PVI 60KW PVI 82KW PVI 95KW WARRANTY MANUAL Commercial, Grid-Tied Photovoltaic Inverters 2008, Solectria Renewables LLC Subject to Change DOC-020099 rev 024 1 1 Product Warranty & RMA Policy Warranty Policy

More information

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct

More information

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources Ordinance No. 743 Exhibit A City of Washington, Kansas Electric Department Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources Page 1 of 7 1. INTRODUCTION The provisions of this

More information

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY Table of Contents Chapter 1. Purpose and scope. Pg 3 Chapter 2. Application

More information

SPICES BOARD (Ministry of Commerce & Industry, Govt. of India) Palarivattom.P.O. N H By Pass Kochi

SPICES BOARD (Ministry of Commerce & Industry, Govt. of India) Palarivattom.P.O. N H By Pass Kochi SPICES BOARD (Ministry of Commerce & Industry, Govt. of India) Palarivattom.P.O. N H By Pass Kochi 682025 Phone: 0484-2333603 Email: sbqelkochi@gmail.com REQUIREMENT OF UPS Systems and Batteries for Quality

More information

PVI 1800/PVI Residential/Commercial Grid-Tied Photovoltaic Inverter WARRANTY MANUAL. Subject to Change REV , Solectria Renewables

PVI 1800/PVI Residential/Commercial Grid-Tied Photovoltaic Inverter WARRANTY MANUAL. Subject to Change REV , Solectria Renewables PVI 1800/PVI 2500 WARRANTY MANUAL Residential/Commercial Grid-Tied Photovoltaic Inverter 2009, Solectria Renewables Subject to Change REV 10.09 1 Product Warranty & RMA Policy 1.1 Warranty Policy The Solectria

More information

Policy for Net-Metering based Renewable Energy Applications, Madhya Pradesh, DRAFT

Policy for Net-Metering based Renewable Energy Applications, Madhya Pradesh, DRAFT Policy for Net-Metering based Renewable Energy Applications, Madhya Pradesh, 2015- DRAFT 1. PREAMBLE 1.1 To harness the potential of renewable energy resources in the state, Government of Madhya Pradesh

More information

(LAST DATE OF SUBMISSION: ) QUOTATION FOR ANNUAL MAINTENANCE CONTRACT OF SERVERS, COMPUTERS, PRINTERS, NETWORKING AND LAN

(LAST DATE OF SUBMISSION: ) QUOTATION FOR ANNUAL MAINTENANCE CONTRACT OF SERVERS, COMPUTERS, PRINTERS, NETWORKING AND LAN Government of India Ministry of Communications and IT Department of Telecommunications O/o Controller of Communication Accounts Room No. : A-403, 3 rd Floor, ARTTC Building, Near Jumar River Bridge, NH-33,

More information

Dakshin Gujarat Vij Company Limited

Dakshin Gujarat Vij Company Limited Dakshin Gujarat Vij Company Limited CIN U40102GJ2003SGCO42909 Regd. & Corporate Office: Urja Sadan, Nana Varachha Road, Kapodara Char Rasta,Surat 395 006 C & R DEPARTMENT Phone No.: 0261 2506100-200-175

More information

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI CENTRAL UNIVERSITY OF JHARKHAND, RANCHI (A Central University established by an Act of Parliament in 2009) Ref no. CUJ/ P&S/EE/266/24 Dated:23-04-24 Sealed quotations are invited for the article enclosed

More information

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name:

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: Address: Phone # (Street) (City) (State) (Zip) Serial Number: _ Make/Model: Vehicle Description

More information

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT INTERCONNECTION AGREEMENT FOR SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION THIS AGREEMENT MUST ACCOMPANY

More information

REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT

REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT INTRODUCTION Lathrop Irrigation District has created a policy to allow safe connection

More information

City of Banning Electric Utility - Residential Self Generating Facility Program (Photovoltaic Systems <48kW)

City of Banning Electric Utility - Residential Self Generating Facility Program (Photovoltaic Systems <48kW) City of Banning Electric Utility - Residential Self Generating Facility Program (Photovoltaic Systems

More information

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD. PAGE 1 OF 7 TECHNICAL SPECIFICATION FOR 11 KV.CAPACITOR BANK 1.0 SCOPE: This specification covers

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

EXTRA ORDINARY 16 AASHAADHA, 1937(S) BIHAR ELECTRICITY REGULATORY COMMISSION

EXTRA ORDINARY 16 AASHAADHA, 1937(S) BIHAR ELECTRICITY REGULATORY COMMISSION REGISTERED NO. PT.-40 The B Bihar Gazett te EXTRA ORDINARY PUBLISHED BY AUTHORITY 16 AASHAADHA, 1937(S) (NO.PATNA 737) PATNA, TUESDAY, 7 TH JULY 2015 BIHAR ELECTRICITY REGULATORY COMMISSION NOTIFICATION

More information

WARRANTY POLICY. Grid-Tied Photovoltaic Inverters. Revision D. 2014, Solectria Renewables, LLC DOCIN

WARRANTY POLICY. Grid-Tied Photovoltaic Inverters. Revision D. 2014, Solectria Renewables, LLC DOCIN WARRANTY POLICY Revision D 2014, Solectria Renewables, LLC DOCIN-070360 1 Product Warranty & RMA Policy 1. Warranty Policy Warranty Registration: It is important to have updated information about the inverter

More information

Queries received on. Page No. / Clause No. Queries / Modifications / Changes Suggested. S. No. Technical Specifications as per RFP

Queries received on. Page No. / Clause No. Queries / Modifications / Changes Suggested. S. No. Technical Specifications as per RFP Pre-Bid Queries for NIT Supply of 13179 Nos. of 300Wp Solar Home Power Packs and 4184 Nos. of 40Wp Solar Street Lights including 5 years comprehensive guarantee for Electrification of 895 Nos. of Off-Grid

More information

ST. VINCENT AND THE GRENADINES

ST. VINCENT AND THE GRENADINES ST. VINCENT AND THE GRENADINES MARITIME ADMINISTRATION CIRCULAR N POL 022 FUEL OIL CONSUMPTION DATA COLLECTION SYSTEM Amendments to MARPOL Annex VI, MEPC.278(70) TO: APPLICABLE TO: EFFECTIVE AS FROM: SHIPOWNERS,

More information

"Buyer" or "you" means the person, firm or corporation to whom the order is addressed.

Buyer or you means the person, firm or corporation to whom the order is addressed. 1. Definitions "Australian Consumer Law" means the Australian Consumer Law set out in Schedule 2 to the Competition and Consumer Act 2010 (Cth) as given effect under Part XI of the Competition and Consumer

More information

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm TENDER Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm On behalf of INDIAN INSTITUTE OF INFORMATION TECHNOLOGY & MANAGEMENT KERALA (IIITMK), the Registrar invites offers for supply and laying

More information

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING Third Revised Sheet 55a Cancels Second Revised Sheet 55a A. ELIGIBLE CUSTOMER-GENERATOR RULE NO. 17 NET ENERGY METERING Net energy metering is available to eligible customer-generators, defined as, permanent

More information

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

California Independent System Operator Corporation Fifth Replacement Electronic Tariff Table of Contents 41. Procurement Of RMR Generation... 2 41.1 Procurement Of Reliability Must-Run Generation By The CAISO... 2 41.2 Designation Of Generating Unit As Reliability Must-Run Unit... 2 41.3

More information

ANNEX 3. RESOLUTION MEPC.278(70) (Adopted on 28 October 2016)

ANNEX 3. RESOLUTION MEPC.278(70) (Adopted on 28 October 2016) Annex 3, page 1 ANNEX 3 RESOLUTION MEPC.278(70) (Adopted on 28 October 2016) AMENDMENTS TO THE ANNEX OF THE PROTOCOL OF 1997 TO AMEND THE INTERNATIONAL CONVENTION FOR THE PREVENTION OF POLLUTION FROM SHIPS,

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 30kWp On Grid SOLAR POWER PLANT AT FACC/CHRD/LAKE HALL, BIDHAN CHANDRA KRISHI VISWAVIDYALAYA (BCKV), KALYAN, DIST NADIA, WEST BENGAL, INDIA, PIN 741235

More information

Umatilla Electric Cooperative Net Metering Rules

Umatilla Electric Cooperative Net Metering Rules Umatilla Electric Cooperative Net Metering Rules Version: July 2017 Umatilla Electric Cooperative NET METERING RULES Rule 0005 Scope and Applicability of Net Metering Facility Rules (1) Rule 0010 through

More information

RSPO PalmTrace - Book and Claim Terms and Conditions

RSPO PalmTrace - Book and Claim Terms and Conditions 1. Introduction 1.1 The Roundtable on Sustainable Palm Oil ( RSPO ), a non-profit association registered in Switzerland under Swiss law, supports the following supply chain models for the uptake of certified

More information

WOLFEBORO MUNICIPAL ELECTRIC DEPARTMENT NET METERING PILOT PROGRAM. Customer-Owned Renewable Energy Generation Resources (25 Kilowatts or Less)

WOLFEBORO MUNICIPAL ELECTRIC DEPARTMENT NET METERING PILOT PROGRAM. Customer-Owned Renewable Energy Generation Resources (25 Kilowatts or Less) WOLFEBORO MUNICIPAL ELECTRIC DEPARTMENT NET METERING PILOT PROGRAM Customer-Owned Renewable Energy Generation Resources (25 Kilowatts or Less) Issued and Effective: April 3, 2008 Agreement Between And

More information

Generalised Technical Specifications for Grid Tie Solar Power plants

Generalised Technical Specifications for Grid Tie Solar Power plants Generalised Technical Specifications for Grid Tie Solar Power plants The Grid tie Solar Power Plants without battery may be installed for any office buildings. As the office buildings have day time energy

More information

Guidelines for Registration of Private / Transport Vehicles

Guidelines for Registration of Private / Transport Vehicles Guidelines for Registration of Private / Transport Vehicles A vehicle Registration Certificate is an official document providing proof of registration of a motor vehicle. It is used primarily by the government

More information

Section V DC Nickel Cadmium Alkaline BATTERY

Section V DC Nickel Cadmium Alkaline BATTERY Section - 7 TECHNICAL SPECIFICATION OF 110V DC Nickel Cadmium Alkaline BATTERY TECHNICAL SPECIFICATIONS & REQUIREMENTS OF 110V DC Nickel Cadmium Alkaline Battery 7. 1 GENERAL This section of the document

More information

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet.

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet. SHEET 1 OF 5 1.0 GENERAL & SCOPE 1.1 This specification covers the design, material, construction features, manufacture, inspection & testing, Painting and packing requirements of Spring Loaded Bypass

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

More information

RMS CONDITIONAL REGISTRATION SCHEME HISTORIC (CRS-H) RULES FOR MEMBERS. Mustang Owners Club Australia (N S W) Inc.

RMS CONDITIONAL REGISTRATION SCHEME HISTORIC (CRS-H) RULES FOR MEMBERS. Mustang Owners Club Australia (N S W) Inc. Mustang Owners Club Australia (N S W) Inc. Email: cpregistrar@nsw.mustang.org.au 1-12-16 INTRODUCTION 1. The Mustang Owners Club of Australia (NSW) Inc. (herein known as the Club ) is approved by the Roads

More information

To complete the process for a net metering interconnection, please follow the steps below:

To complete the process for a net metering interconnection, please follow the steps below: We appreciate your interest in Rocky Mountain Power s net metering program. Before purchasing any net metering equipment, we recommend you review the requirements for interconnecting a net metering system

More information

SUBSIDY SCHEME FOR GRID CONNCTED AND OFF GRID SOLAR SYSTEMS AT IOCL PETROL PUMPS

SUBSIDY SCHEME FOR GRID CONNCTED AND OFF GRID SOLAR SYSTEMS AT IOCL PETROL PUMPS SUBSIDY SCHEME FOR GRID CONNCTED AND OFF GRID SOLAR SYSTEMS AT IOCL PETROL PUMPS FIRSTGREEN CONSULTING PVT LTD MA, 74, DLF Phase III Gurgaon 122002 info@firstgreen.co +91-124-6450224 1. ABOUT THE PROGRAM

More information

IMO fuel oil consumption data collection system

IMO fuel oil consumption data collection system No. Subject: IMO fuel oil consumption data collection system IMO fuel oil consumption data collection system A similar scheme to EU MRV has also been adopted by IMO; according to Regulation 22A of MARPOL

More information

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT This Net Metering and Interconnection Agreement ( Agreement ) is made and entered into as of this day of, 2018, by the City of Santa

More information

RESOLUTION MEPC.278(70) (Adopted on 28 October 2016) AMENDMENTS TO THE ANNEX OF THE PROTOCOL OF 1997 TO AMEND THE INTERNATIONAL CONVENTION FOR THE

RESOLUTION MEPC.278(70) (Adopted on 28 October 2016) AMENDMENTS TO THE ANNEX OF THE PROTOCOL OF 1997 TO AMEND THE INTERNATIONAL CONVENTION FOR THE RESOLUTION MEPC.278(70) (Adopted on 28 October 2016) AMENDMENTS TO THE ANNEX OF THE PROTOCOL OF 1997 TO AMEND THE INTERNATIONAL CONVENTION FOR THE PREVENTION OF POLLUTION FROM SHIPS, 1973, AS MODIFIED

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF PIPES, FITTINGS AND FLANGES TO PALABORA COPPER TENDER NUMBER: RFP.PC.2015/144 PART 1 PROPOSAL INFORMATION AND CONDITIONS Page 1 Supply and Delivery

More information

To complete the process for a net metering interconnection, please follow the steps below:

To complete the process for a net metering interconnection, please follow the steps below: We appreciate your interest in Pacific Power s net metering program. Before purchasing any net metering equipment, we recommend you review the requirements for interconnecting a net metering system to

More information

Schedule No.: 13. Diesel Engine Driven Monoset Pumps for Agricultural Purposes

Schedule No.: 13. Diesel Engine Driven Monoset Pumps for Agricultural Purposes Revision-1 Date: 08.01.2016 Schedule No.: 13 Diesel Engine Driven Monoset Pumps for Agricultural Purposes 1. Scope 1.1 This schedule specifies the Fuel Consumption norms leading to Star Labeling Programme

More information

London Hydro Connection Checklist

London Hydro Connection Checklist London Hydro Connection Checklist Applicants should be aware not to incur expenses prior to London Hydro approving the connection of the facility to the grid. Payment of Connection Fee: $1000 plus HST

More information

SUBSIDY SCHEME FOR GRID CONNCTED SOLAR ROOFTOP POJECT IN ASSAM UNDER THE 14 MW RESCO AND CAPEX MODEL

SUBSIDY SCHEME FOR GRID CONNCTED SOLAR ROOFTOP POJECT IN ASSAM UNDER THE 14 MW RESCO AND CAPEX MODEL SUBSIDY SCHEME FOR GRID CONNCTED SOLAR ROOFTOP POJECT IN ASSAM UNDER THE 14 MW RESCO AND CAPEX MODEL Submitted By: FIRSTGREEN CONSULTING PVT LTD MA, 74, DLF Phase III Gurgaon 122002 info@firstgreen.co

More information

THE EMPIRE DISTRICT ELECTRIC COMPANY P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23

THE EMPIRE DISTRICT ELECTRIC COMPANY P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23 P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23 Canceling P.S.C. Mo. No. 5 Sec. 4 Original Sheet No. 23 PURPOSE: The purpose of this Rider SR is to implement the solar rebate established through 393.1030

More information

Joint Inspection Report

Joint Inspection Report Joint Inspection Report CERTIFICATE (To be furnished by SNA/PSU/Channel Partner) This is to certify that Shri... (Name & designation) of.... (Organization) visited the. Nos. of plant sites on (date). and

More information

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02 Tender No:- MTL/PUR/213/Elect/2015-16 (K)/9 Date:-26/10/2016 Type Of Bid Bidding type Bid closing On Bid Opening On EMD : LIMITED TENDER : Single Bid : 18/11/2016 at 14.00 hrs.(ist) : : As per Annexure

More information

Consumer Guidelines for Electric Power Generator Installation and Interconnection

Consumer Guidelines for Electric Power Generator Installation and Interconnection Consumer Guidelines for Electric Power Generator Installation and Interconnection Habersham EMC seeks to provide its members and patrons with the best electric service possible, and at the lowest cost

More information

CHAPTER 20.1 WASTEWATER HAULING. Section Definitions. For the purposes of this article, the following definitions shall apply:

CHAPTER 20.1 WASTEWATER HAULING. Section Definitions. For the purposes of this article, the following definitions shall apply: CHAPTER 20.1 WASTEWATER HAULING Section 20.1-1. Definitions. For the purposes of this article, the following definitions shall apply: Commercial wastewater shall mean the liquid or liquid-borne wastes

More information

Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility

Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility Processed Date Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility Customer s Printed Name Installation Street Address Account Number Please note: Columbia Water & Light

More information

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS THIS CONTRACTS IS FOR BIDDERS THAT ARE MORE THAN 26% BLACK

More information

SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement

SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement This Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement (the Agreement ) is entered

More information

CITY OF HAMILTON BY-LAW NO

CITY OF HAMILTON BY-LAW NO Authority: Item 8, General Issues Committee Report 17-001 (PED16099(a)) CM: January 25, 2017 Bill No. 013 CITY OF HAMILTON BY-LAW NO. 17-013 To Amend By-law No. 07-170, a By-law to License and Regulate

More information

CHAPTER 2 HOW TO APPLY FOR ELECTRICITY

CHAPTER 2 HOW TO APPLY FOR ELECTRICITY CHAPTER 2 HOW TO APPLY FOR ELECTRICITY CHAPTER 2 HOW TO APPLY FOR ELECTRICITY 2.1 Electricity Supplied by HK Electric We supply electricity to Hong Kong Island and Lamma Island. The electricity supplied

More information

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: /

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: / Tender Document for Supply, Installation & Commissioning of 1490 No s of Solar Lanterns, 235 No s of 12 Watt LED Based Solar Street lights, 6 No s of 5 HP Solar Water Pumping Systems, 2No s of 1HP Solar

More information

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717) CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS

More information

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING To, Ref No: IIT/ EE/SMART CITY/INVERTER AND BATTERY SET/2015/02 INVITATION FOR QUOTATIONS FOR SUPPLY OF THE FOLLOWING ITEMS REQUIRED FOR SMART CITY PILOT PROJECT AT IIT KANPUR S.No. Brief Description of

More information

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1 Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM SCOOTERS INDIA LIMITED Page 1 THIS PAGE INTENTIONALLY LEFT BLANK SCOOTERS INDIA LIMITED Page 2 SCOOTERS INDIA

More information

UP Electricity Regulatory Commission Vidyut Niyamak Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow. Public Notice

UP Electricity Regulatory Commission Vidyut Niyamak Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow. Public Notice UP Electricity Regulatory Commission Vidyut Niyamak Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow No.UPERC/ Secy/JD(G)/2018/ dated : 20 th August, 2018 Public Notice The Commission is in process of reviewing

More information

HIMURJA. H.P. Govt. Energy Development Agency. 8-A,SDA Complex, Kasumpti, Shimla Himachal Pradesh, INDIA. Telephone No:

HIMURJA. H.P. Govt. Energy Development Agency. 8-A,SDA Complex, Kasumpti, Shimla Himachal Pradesh, INDIA. Telephone No: Document No. HIMURJA (F-7) / SPV Plant / RTS / 2017-18 Rate Contract for the installation of Grid Connected Rooftop Solar Power Plants under empanelment scheme for the Design, manufacture, supply, erection,

More information

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT /

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT / SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT / 2005-06 SR.NO ITEM PAGE 1. SCOPE 2 2. WEATHER CONDITIONS 2 3. RATED VOLTAGE & FREQUENCY 2 4. GENERAL REQUIREMENT

More information

شركة كهرباء محافظة القدس المساهمة المحدودة

شركة كهرباء محافظة القدس المساهمة المحدودة Our Ref: Date: Messrs. Dear Sir, Tender 22/2017 (re-bidding) 11& 33Kv Fuse Cutouts and Links You are kindly requested to bid for supply and delivery (DDP) for the medium voltage overhead line accessories

More information

Noble County Rural Electric Membership Corporation

Noble County Rural Electric Membership Corporation Albion, Indiana Page 1 of 5 SCHEDULE NB-1 RESIDENTIAL NET BILLING I. AVAILABILITY This Net Billing Rate is available to any residential member in good standing of Noble REMC (Noble) who owns and operates

More information