Chennai Metro Update: Tender invited for various works including commissioning of Rooftop Solar PV project and O&M for Phase-1 and Phase-1 Extension

Chennai Metro Rail Limited (CMRL) has invited digitally signed open e-tender through e-procurement portal for Design, engineering, manufacture, supply, storage, civil work, erection of suitable structure, testing & commissioning of Roof Top Solar PV project of capacity of 5.74 MWp. This also  includes Operation and Comprehensive Maintenance (O&M) of the project in Resco Model for a period of 25 years at the station/site of Chennai Metro Rail Limited (Phase-1 and Phase-1 Extension).

  • Tender Reference Number: CMRL/Rooftop Solar Plants/Phase1andPhase1Extension Stations and Depot/01/2023
  • Name of Work: Design, engineering, manufacture, supply, storage, civil work, erection of suitable structure, testing & commissioning of Roof Top Solar PV project of capacity of 5.74 MWp including Operation and Comprehensive Maintenance (O&M) of the project in Resco Model for a period of 25 years at station/site of Chennai Metro Rail Limited (Phase-1 and Phase-1 Extension).
  • Approximate Value of Work: INR 25 Crores
  • EMD: INR 25 Lakhs
  • Duration of Contract: 18 Months
  • Document Download/Sale Start Date: 11th Aug, 2023
  • Document Download/Sale End Date: 11th Sep, 2023
  • Pre Bid Meeting Date: 21st Aug, 2023
  • Bid Submission Start Date: 05th Sep, 2023
  • Bid Submission End Date: 11th Sep, 2023
  • Bid Opening Date: 12th Sep, 2023

Introduction:

  • The generated solar power will be utilised for captive application of CMRL and the surplus power will be fed to the CMRL grid. The scheme aims to reduce the fossil fuel based electricity load on the main grid and make building self sustainable from the point of electricity, to the extent possible.
  • The Bidder is advised to read carefully all instructions and conditions appearing in this  document and understand them fully. All information and documents required as per the bid  document must be furnished. Failure to provide the information and / or documents as  required may render the bid technically unacceptable.
  • The bidder shall be deemed to have examined the bid document, to have obtained his own  information in all matters whatsoever that might affect the carrying out the works in line with  the scope of work specified elsewhere in the document at the offered rates and to have  satisfied himself to the sufficiency of his bid.
  • The bidder shall be deemed to know the scope, nature and magnitude of the works and requirement of materials, equipment, tools and labour involved, wage structures and as to what all works he has to complete in accordance with the bid documents irrespective of any defects, omissions or errors that may be found in the bid documents.

Scope of Work:

  • The Project cost shall include all the costs related to above Scope of Work.Bidder shall quote for the entire facilities on a ―single responsibility‖ basis such that the total Bid Price covers all the obligations mentioned in the Bidding Documents.
  • The Bidder has to take all permits, approvals including net metering and licences, Insurance, including registration of the contract etc., provide training and such other items and services required to complete the scope of work mentioned above.
  • The project cost shall remain firm and fixed and shall be binding on the Successful Bidder till completion of work. No escalation will be granted for any reason whatsoever.
  • The bidder shall not be entitled to claim any additional charges, though if considered  necessary due to reasons beyond control of the Parties, CMRL may extend the completion period.
  • The cost shall be inclusive of all duties and taxes, insurance etc. The prices quoted by the firm shall be complete in all respects and no price variation/adjustment shall be payable.
  • The operation & maintenance of Solar Photovoltaic Power Plant (Roof top, Parking Area, Ground Mounted) would include wear, tear, overhauling, machine breakdown, insurance, and replacement of defective modules, inverters / Power Conditioning URFP (PCU), spares, consumables & other parts for a period of 25 years. Bidders shall maintain the Solar Plant to achieve the Guaranteed Generation.
  • The Bidder shall complete the Price Bid furnished in the RFP Documents.

Operation & Maintenance (O&M):

  • The bidder shall be responsible for operation and maintenance of the 5.74 MWp Solar PV system (Roof top, Parking Area, Ground Mounted) for a period of 25 years during which CMRL will monitor the project for effective performance in line with conditions specified in the bid document.
  • During this period, the bidder shall be responsible for supply of all spare parts as required from time to time for scheduled and preventive maintenance, major overhauling of the plant, replacement of defective modules, inverters, PCU‘s etc. and maintaining log sheets for operation detail, deployment of staff for continuous operations and qualified engineer for supervision of O&M work, complaint logging & its attending.
  • In case waterproofing is damaged/disturbed/pierced by the successful bidder, then he shall be responsible for the repair of waterproofed surface of the roof during installation or O&M period on the leak proof roof handed over by CMRL To ensure the water proofing, a third-party inspection jointly with successful bidder and CMRL will be conducted annually.
  • The successful bidder should immediately take the necessary action to repair in case any portion of the roof is damaged/disturbed by the bidder.
  • CMRL shall impose suitable penalty for the delay caused to resolve the issues and shall get the work done themselves on risk and cost of successful bidder without prejudice and shall charge twice the amount so spent in case the roof was damaged/disturbed by a successful bidder.
  • The bidding process is for the Solar PV system to be installed on the RESCO model.

RESCO Model:

  • Bids are invited from the prospective bidders for the Tendered Capacity (5.74 MWp) as indicated in drawing (Attached in Volume-VII). Bidders will be required to furnish levelized tariff for 25 years starting from the date of commissioning of the Project.
  • The tariff quoted by the bidder shall be fixed for 25 years. The successful bidder will be selected based on the highest savings realised as compared to TANGEDCO tariff, subject to Clause 6.3 of RFS.

Selected Sites of CMRL:

Sr. No.Station NameRCC and Shed Roof (kWp)
 Blue Line 
1Wimco Nagar Depot2000
2Tiruvottriyur Theradi300
3Kaladipet350
4Tollgate300
5New Washermanpet300
6Tondiarpet Metro Station30
7Sir Theagaraya College100
8Washermanpet100
9High Court30
10Government Estate15
11AG – DMS20
12Teynampet20
13Nandanam – Metro Bhawan50
14Saidapet50
15Little Mount300
16Guindy300
 Green Line 
17Nehru Park30
18Kilpauk Medical College30
19Shenoy Nagar50
20Anna Nagar East30
21Anna Nagar Tower30
22Thirumangalam50
23Koyambedu250
24Puratchi Thalaivi Dr. J. Jayalalithaa CMBT150
25Arumbakkam200
26Vadapalani400
27Ekkattuthangal250
Total Capacity (MWp)5.74
  • Above capacities are only indicative. Bidders have to maximise the capacities on available site space by selecting efficient modules & methods.

Eligibility:

  • The Bidder should be either a body incorporated in India under the Companies Act, 1956 or 2013 including any amendment thereto and engaged in the business of Solar Power.
  • A copy of certificate of incorporation/ may be furnished along with the bid in support of above.
  • A Bidder shall be from India only, either a single entity or any combination of entities. In the case of a JVA/Consortium: all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms; and the JVA/Consortium shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the partners of the JVA/Consortium during the tendering process and, in the event the JVA is awarded the Contract, during Contract execution and its entire O&M period.
  • A Bidder and all partners constituting as the Bidder shall submit only one tender in the same tendering process, either individually as a Bidder or as a partner of a JVA. A Bidder who submits or participates in more than one tender will cause all of the proposals in which the Bidder has participated to be disqualified. No Bidder can be a subcontractor while submitting a tender individually or as partner of a JVA in the same tendering process.
  • CMRL may ask bidders to provide evidence of their continued eligibility and to bidders shall provide satisfactory evidence.
  • A firm, who has purchased the tender document in their name, can submit the tender either as an individual firm or in a JV/JVA (MSME registered contractors, who are registered as Services category, are exempted from tender document fee).
  • CMRL/Any Central/State government department or public-sector undertaking/ other government entity or local body must not have banned business with the Bidder (including individual members in case of Consortium) as on the date of Bid submission.
  • Also, no work of the Bidder must have been rescinded/terminated by CMRL/any central or State Govt. Department/ Public Sector Undertaking/Other Govt. entity or local body after award of contract during the last 3 years (from the last day of the previous month of tender submission) due to non- performance of the Bid. The Bidder should submit undertaking to this effect in Format-15.
  • Bidder (any member in case of JV/consortium) must not have paid liquidated damages of 10% (or more) of the contract value in a contract due to delay or penalty of 10% (or more) of the contract value due to any other reason during last five years (from the last day of the previous month of tender submission).
  • The Bidder should submit undertaking to this effect in Format-16. CMRL shall have the right to cross check the credentials/certificates submitted by the Bidders through their previous Employers/Purchasers.
  • Bidder (any member in case of JV/consortium) must not have suffered bankruptcy/ insolvency during the last 5 years. The Bidder should submit undertaking to this effect in Format-17.

In Case Of JV/Consortium:

  • Lead partner must have a minimum of 40% participation in the JV/Consortium
  • Partners having less than 25% participation will be termed as non substantial partners and will not be considered for evaluation which means that their financial soundness and work experience shall not be considered for evaluation ofJV/Consortium.
  • In case of JV/Consortium, change in constitution or percentage participation shall not be permitted at any stage after their submission of application otherwise the applicant shall be treated as non-responsive.

The complete documents can be downloaded from http://eprocure.gov.in/eprocure/app


Source: CMRL- Tender | Image Credit (representational): Chennai Metro