Professional Documents
Culture Documents
Raj Bhawan
Raj Bhawan
Raj Bhawan
Bigyan Bhawan, G.S. Road, Guwahati 781005 Tel: 0361-2450147 / 2450646; Fax: 0361-2464617 Email: assamrenewable@gmail.com
Date: 2.9.2013
Sealed & Separate tenders along with IPO of Rs. 20.00 in favour of Director, AEDA are invited from all eligible manufacturers or EPC contractors for Design, Supply, Installation, Testing & commissioning of Renewable Energy Systems in the Raj Bhawan, Guwahati, under Special Area Demonstration Programme(SADP) of the Ministry of New and Renewable Energy, Govt. of India. in the following three groups: GROUP A : 30 KWp Solar PV grid interactive plant and 6 KW Wind Generator with Battery Bank. GROUP B : 20 Nos AC LED Garden Lights and 15 Nos.AC LED Street Lights. GROUP C : Aggregate 2700LPD Solar Hot water System.
A tenderer should submit tender for all groups but each tender should contained and submitted separately. The last date of submission of tenders is 27.9.2013 up to 12.00 A. M
be self
The detailed notice, eligibility criteria and tender document can be seen in /downloaded from http:www.assamrenewable.org from 2.9.2013 Any further notice/information related to this tender shall be uploaded on the same website .
Tender Document For Design, Supply, Installation, Testing & Commissioning of Renewable Energy Systems in the Raj Bhawan, Guwahati under Special Area Demonstration Programme of the Ministry of New and Renewable Energy, Govt. of India.
Assam Energy Development Agency, Bigyan Bhawan, G.S. Road Guwahati 781005 Tel: 0361-2450147 / 2450646 Fax: 0361-2464617 Email: assamrenewable@gmail.com Website: assamrenewable.org Tender Notice No. AEDA/319/2010/45 Date: 2.9.2013 Closing date & time : 27.9.2013 at 12.00 AM Opening date & time : 27.9.2013 at 2.00 PM
Assam Energy Development Agency, Bigyan Bhawan, G.S. Road, Guwahati 781005 Tel: 0361-2450147 / 2450646; Fax: 0361-2464617 Email: assamrenewable@gmail.com
TENDER NOTICE Sealed tenders are invited from eligible manufacturers and project developers for the under mentioned work Design, Supply, Installation, Testing & commissioning of Renewable Energy Systems in the Raj Bhawan, Guwahati under Special Area Demonstration Programme of the Ministry of New and Renewable Energy, Govt. of India. 1.1PARTICULARS OF THE TENDER Sl Particulars Details No 1 Tender Notice No. AEDA/319/2010/45 Date: 2.9.2013 Group-A 2 Name of the work (a)Design, Supply, Installation, Testing & Commission of 30 KWp Solar Power plant with PCU complete with connection and interface with existing power supply system of Rajbhawan, Guwahati, along with all controls, metering and real time data logging facility. (b)Design, Supply, Installation and Commission of 6KW Wind Turbine Generator and Battery bank and charger with all control, metering integrating with essential power supply system of the Rajbhawan. Group-B a) Design, Supply, Installation, Testing & Commissioning of 20 Nos. AC LED 5W Garden Lights and 15 Nos. AC LED 20W Street Lights complete with poles, supporting structure, controls, cables and connections with the essential power supply system at the Rajbhawan. Group-C a) Supply, installation and commissioning of FPC based 14 Solar Hot Water Systems, out of which 13 are 200 LPD ( 4 Sq.m) and one 100 LPD ( 2 Sq.m) aggregate capacity being 2700LPD (54 sq. m. ) . 12 systems are without electric back up and 2 systems of Governors residence are with electric backup.. 3 Cost of tender document Rs. 5000/- (for Group A) Rs. 1000 /- (for Group - B) Rs. 1000 /- (for Group C) 4 Date & time of pre-bid To be informed due course of time meeting 5 Last date & time of 27.9.2013 at 12.00 AM submission of Tender 6 Amount of Earnest Money 2 % of the estimated price, i.e., Rs. 114000 /- ( for Group A) Rs. 12000 /- ( for Group B) Rs. 9500 /- ( for Group C) 7 Validity of offer 6 months 8 Date and Time of opening 27.9.2013 at 2.00 PM of tender 9 Place of opening of tender AEDA Office, Bigyan Bhawan, GS Road, Guwahati 5
1. The tender document can be obtained on any working day during office hours from AEDA Office, Bigyan Bhawan, GS Road, Guwahati 5, from 2.9.2013 to till 11.00 A.M. of 27.9.2013 after paying the cost of tender document through Bank draft drawn in favour of Director, Assam Energy Development Agency, payable at Guwahati. 2. It can also be downloaded from http://www.assamrenewable.org from 2.9.2013. The cost of tender document may be paid by Bank draft drawn in favour of the Director AEDA, and attached along with the technical bid (Group-A) of the tender document. 3. Tender document issued by Assam Energy Development Agency or downloaded from the above website will only be considered as valid acceptable document. 4. The undersigned reserves all the rights to reject any or all the tenders without assigning any reason thereof.
GROUP-A WORKS (a) Design, Supply, Installation, Testing & Commission of 30 KWp Solar Power plant with PCU complete with connection and interface with existing power supply system of Rajbhawan, Guwahati, along with all controls, metering and real time data logging facility. (b) Design, Supply, Installation and Commission of 6KW Wind Turbine Generator and Battery bank and charger with all control, metering integrating with essential power supply system of the Rajbhawan.
INDEX 1. 2. 3. 4. 5. 6. GENERAL GUIDELINES TO TENDERERS GENERAL CONDITIONS OF CONTRACT TECHNICAL PARAMETERS AND SCOPE OF THE CONTRACT TECHNICAL BIDS FINANCIAL BID ANNEXURE- TECHNICA SPECIFICATIONS
Particulars
Name of Tenderer/Firm
Details
Postal Address
3 4 5
8 9
10 11
12
13
14
E-mail address for communication Telephone, Fax No. Name, designation & contact number of the representative of the tenderer to whom all references shall be made. Nature of the firm & status (Individual/ Partnership/Consortium/ Pvt. Ltd /Public Ltd. Co. /Public Sector etc.) Attach attested copy of Registration & Partnership deed/Memorandum of Association Does the tenderer fulfill the pre-qualification requirements as specified in item 2.2 below ? If Yes furnish details in a statement form item wise, with supporting documents . Amount and particulars of the earnest money deposited. a. Annual Turnover for last three years (Attach balance sheets from CA in this regard) b. Income tax returns of last three years and to be attached by the bidders. Name and address of the Indian/foreign collaboration if any. Income Tax/CST/VAT/Sales Tax Registration documents and latest clearance certificate of each (Certified copies to be furnished ) Has the tenderer/firm ever been debarred by any institution for undertaking any work? Any other information attached by the tenderer (Details and Annexure / page no. where its enclosed) Does tenderer have any relative working in AEDA? If yes state the name and designation.
OF
TENDERER
TO
STUDY
SITE
AND
OBTAIN
2.3.1 The tenderer must obtain for himself on his own responsibility and at his own expense all the information which may be necessary for the purpose of filling this tender and for entering into contract for the execution of the same .He must inspects the site of the work. The visit to the site may be undertaken with prior intimation to AEDA or concerned Department as may be advised by AEDA. The tenderer shall be deemed to have carefully examined the works and site conditions, the general and the special conditions, specifications and schedules and shall be deemed to have visited the sites of the work and to have fully informed himself regarding local conditions and carried out his own investigations to arrive at rates quoted in the tenderer. 2.3.2 If tenderer shall have any doubt regarding this project in any matter regarding the general conditions or the special conditions, or the scope of the work or the specifications, or any other matter concerning the contract, he shall attend the Pre-Bid meeting. Once the Tender is submitted, the matter will be decided according to the Tender conditions in the absence of such authentic pre-clarification.
addition to the invitation of tender, the tender document includes the various other documents as given in the table of particulars of tender (item2.1). 2.4.1.2 The tenderer is expected to examine all instructions, terms and conditions, specifications, forms and formats etc as mentioned/ enclosed in the tender document. Failure to furnish all information required in the tender document or submission of a tender not substantially responsive to the tender document in every respect will be at the tenderers risk and is likely to result in out-right rejection of the tender.
2.4.2 INFORMATION REQUIRED WITH THE TECHNICAL BID OF THE TENDER 2.4.2.1 The tender shall clearly indicate the name of the manufacturer, type and model of each principal item or equipment proposed to be supplied. The tender may also contain details of specifications and other comprehensive descriptive materials in support of technical specifications. 2.4.2.2The above information may be provided by the tenderer in separate sheets, specifications, catalogues etc. 2.4.2.3 Any tender not containing sufficient descriptive material to describe the proposed equipment may be treated as incomplete and hence may be rejected. Such descriptive materials and specifications submitted by the tenderer will be retained by AEDA. Any deviations from these will not be permitted during the execution of contract, without specific written permission of AEDA.
2.4.3 CLARIFICATION ON TENDER DOCUMENT 2.4.3.1 Any prospective tenderer requiring any clarification on the tender document regarding various provisions / requirements/ preparation/ submission of the tender, may contact AEDA in writing by letter or fax/ email within one week (7 days) from the date of publication/up-loading of tender at Website. Queries received later shall not be entertained. 2.4.3.2 Verbal clarifications and informations shall not be entertained in any way.
2.4.4 AMENDMENTS IN TENDER DOCUMENT 2.4.4.1 At any time prior to the due date for submission of the tender or even prior to the opening of the financial bid, AEDA may for any reason, whether at its own initiative or as a result of a request for clarification/ suggestion by a prospective tenderer, amend the tender document by issuing a notice. 2.4.4.2 The amendments will be notified on the website at least 3 days before the proposed date of submission of the tender. AEDA will bear no responsibility or liability arising out of non receipt of the information in time or otherwise. If any amendment is required to be notified within 3 days of the proposed date of submission of the tender, the last date of submission shall be extended for a suitable period of time. 2.4.4.3 In case amendments is notified by AEDA after received of the tender (prior to the opening of financial bids), all the tenders received by AEDA shall be returned in sealed condition to the concerned tenderer through registered post or courier, for getting their offer revised according to the amended terms and conditions.
The tender prepared by the tenderer along with all the related documents shall be in English. Unit measurements shall be metric in accordance with International System. All correspondence between the tenderer and AEDA shall also be in English. The original copy of the tender should be clean computer print out. The tender shall contain no interlink actions, erasers or overwriting except as necessary to correct the errors made by the tenderer in the preparation of tender. The person or persons signing the tender shall sign at all such corrections.
2.5.2
SIGNING OF TENDER
The tender must contain the name and places of business of the firm/person/persons participating in the tender and must be signed with the legal name of the corporation/ company by the President/ Managing Director/ Secretary of the firm or a person duly authorized to bid. In case of authorized person the letter of authorization supported by power-of-attorney should be enclosed with the tender. The person or persons signing the tender shall initial all pages of the tender document. Tender by a partnership firm must be supported by a partnership deed.
10
2.5.3
EARNEST MONEY
2.5.3.1 The tenderer shall furnish earnest money as mentioned in the Particulars of Tender in the form of demand draft from any nationalized bank in favour of Director, Assam Energy Development Agency, Guwahati, along with his tender document. Tenders without EMD shall be rejected by AEDA as being non-responsive. No interest shall be paid by AEDA on the amount of earnest money deposit. The format for submitting earnest money is incorporated under item 2.9.4 as Format C. 2.5.3.2 The earnest money may be forfeited:a) If a tenderer withdraws his tender during the specified period of validity of offer. b) If the successful tenderer fails to sign the contract agreement within stipulated period. 2.5.3.3 The earnest money of the successful tenderer shall be released at the time of signing of the agreement with AEDA. At this time, the tenderer shall have to deposit security money amounting to 10% of the value of the work in the form of demand draft from any nationalized bank in favour of Director, Assam Energy Development Agency, Guwahati. No interest shall be paid by AEDA on the amount of security money deposit. .
2.6.3
The tenderer shall submit a tender under cover of a letter in the Format I provided under item 2.9.1
11
2.8.2
The tenderer shall incorporate a declarations as an Affidavit with the tender in the Format D under item 2.9.5. 2.8.3 SEALING AND MARKING OF TENDER 2.8.3.1 The tender must be complete in all technical and commercial respect and should contain requisite certificates, drawings, informative literature etc. as required in the tender document. 2.8.3.2 First sealed envelope (Part-I) should contain cost of the tender document (In case its downloaded from website), requisite earnest money, brochures, literature and other documents regarding technical specifications. It should be subscribed with TENDER NO. AEDA/319/2010/45 date: 2.9.2013 'Earnest Money and Technical Bid'. 2.8.3.3 The complete tender document in original (excluding financial bid) issued by AEDA or downloaded from the website should be submitted by the tenderer in the first envelope (Part- I) after furnishing all the required information on relevant pages. Each page of the tender document should be signed & stamped. Tenders with any type of change or modification in any of the terms/ conditions of this document shall be rejected. If necessary, additional papers may be attached by the tenderer to furnish/ submit the required information. Any modification /change proposed may be incorporated in the Deviation Statement at Sl. 5.3 . 2.8.3.4 Second sealed envelope (Part-II) should contain financial bid only. It should be subscribed with TENDER NO AEDA/319/2010/45 Date:2.9.2013. and Financial bid of BroupA. The tenderer should submit his duly signed and stamped financial bid on the financial bid format attached with this tender document, after writing the price only. 2.8.3.5 Any term/condition proposed by the tenderer in his technical bid which is not in accordance with the terms and conditions of the tender document or any financial conditions, payment terms, rebates etc. mentioned in financial bid shall be considered as a conditional tender and will make the tender invalid. 2.8.3.6 Both the above sealed envelopes i.e. Part-I and Part-II will be sealed in another one envelope, subscribed with TENDER NO. AEDA/319/2010/45 Date:2.9.2013 Group-A This envelope shall be addressed to the Director, Assam Energy Development Agency, Bigyan Bhawan, G.S. Road, Guwahati 781005. 2.8.4 DEADLINE FOR SUBMISSION OF TENDER 2.8.4.1 Tender must be received by AEDA within the date & time of submission as specified in tender document. 2.8.4.2 Any tender received after the specified date & time of submission will be rejected and returned unopened to the tenderer.
12
FROM :- (Full name and address of the tenderer) M/s. . .. To, The Director Assam Energy Development Agency Bigyan Bhawan, G.S. Road, Guwahati 781005 Subject: - Offer in response to Tender Notice No. Sir, We hereby submit our offer in full compliance with terms & conditions of the attached tender. The tender is being submitted in two separate and sealed envelopes marked Part-I & Part-II.
13
DECLARATION (To be submitted on Rs. 100/- stamp paper) We are a established manufacturer of Solar PV/ Wind Generator/Power Conditioner Unit for Solar Photovoltaic System having factory at Document (certified copy) in respect of
our recognition/authorization of Ministry of New and Renewable Energy (with validity upto ) is enclosed herewith.
Hereby authorize M/s._______________________________ (name & address of distributor / agent) to bid, negotiate and conclude the order with you as our authorized agent. We shall remain responsible for the tender/ Agreement negotiated by M/s ___________________________, jointly and severely. No company or firm or individual other than M/s ______________________________ are authorized to bid, negotiate and conclude the order in regard to this business against this specific tender as for all business in the entire territory of India. In case duties of the agent/distributor are changed or agent/ distributor is changed it shall be obligatory on us to automatically transfer all the duties and obligations to the new Indian Agent failing which we will ipso-facto become liable for all acts of commission or omission on the part of new Indian Agent/ distributor.
[Name & Signature] for and on behalf of M/s. ___________________ [Name of Principal Organisation]
Date:
Place:
14
2.9.3 FORMAT FOR WORK EXPERIENCE( Reference item no-2.2.3) FORMAT B Name of the Organisation Works (similar to the work for which this tender is submitted)executed during last three years Sr. Name Name & Contact Major Value Start Date of Present No of the Address telephone items of of date completion functional Project of the Number works works status with Client of the in Rs client size/rating
Note : Attach relevant Work Order and completion certificates from the implementing Agency/ Owner for works in previous 3 years.
Date: Place:
15
2.9.5 FORMAT OF DECLARATION BY THE TENDERER AS AN AFFIDAVIT WITH THE TENDER (Reference Item no 2.8.2) FORMAT D (Declaration by the Tenderer)
I/We . (Hereinafter referred to as Tenderer) being desirous of tendering for the work, under this tender and having fully understood the nature of the work and having carefully noted all the terms and conditions, specifications etc. as mentioned in the tender document do hereby declare that1. The tenderer is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document and accepts all risks, responsibilities and obligations directly or indirectly connected with the performance of the tender. 2. The tenderer is fully aware of all the relevant information for proper execution of the proposed work, with respect to the proposed place of works/ site, its local environment, approach road and connectivity etc. and is well acquainted with actual and other prevailing working conditions, availability of required materials and labour etc. at site. 3. The tenderer is capable of executing and completing the work as required in the tender and is financially solvent and sound to execute the tendered work. The tenderer is sufficiently experienced and competent to perform the contract to the satisfaction of AEDA. The tenderer gives the assurance to execute the tendered work as per specifications, terms and conditions of the tender on award of work. 4. The tenderer has no collusion with other tenderers, any employee of AEDA or with any other person or firm in the preparation of the tender. 5. The tenderer has not been influenced by any statement or promises by AEDA or any of its employees but only by the tender document. 6. The tenderer is familiar with all general and special laws, acts, ordinances, rules and regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein. 7. The tenderer has never been debarred from similar type of work by any Government undertaking /Department. (An undertaking on Stamp paper in this regard shall be submitted) 8. The tenderer accepts that the earnest money may be absolutely forfeited by AEDA if the tenderer fails to sign the contract or to undertake the work within stipulated time. 9. This offer shall remain valid for acceptance for 6 (Six) months from the proposed date of opening of the Technical Bid. 10. All the information and the statements submitted with the tender are true.
(Signature of Tenderer)
Seal
16
17
The procedure of opening of the tender shall be as under: 2.11.1 First envelop (Part-I) bearing TENDER NO. AEDA/319/2010/45 Date:2.9.2013 and subscribed 'Earnest Money and Technical Bid Group-A' shall be opened by AEDAs representatives at the time and date mentioned in the Particulars of Tender, in the presence of tenderer who choose to be present. The financial and technical suitability of offers will be examined by AEDA in detail. If required, clarifications regarding the suitability of the offers will be obtained. 2.11.2 Second envelope (Part-II) bearing TENDER NO. AEDA/319/2010/45 Date:2.9.2013 and subscribed "Financial bid Group-A" of only those tenderer shall be opened whose technical bid is found responsive, suitable and in accordance with the various requirements of the tender. 2.11.3 In case it is not possible to open second envelop (part-II) on the same date, then a suitable date for this purpose shall be announced or shall be communicated to tenderers by letter/ fax/ email ( either mode). To avoid postponement of opening of financial bid, it is in the interest of the tenderers to send their authorized representatives who are well conversant with the tender and competent enough to take decisions on technical and financial matters at the time of opening of bids.
tenderer for a clarification of his tender. The request for clarification and the response shall be in writing. 2.12.2 Any query regarding any clarification required by AEDA on the information submitted by the tenderer, must be replied by the tenderer within the following time schedule. Email/ fax query should be replied by Email/ fax within 3 days. Query by letter must be replied by letter within 7 days of receipt of the letter.
18
2.13.2 NOTIFICATION OF AWARD Prior to the expiry of validity period of offer, AEDA will notify the successful tenderer by registered Letter/Email/ Fax that his tender has been accepted. 2.13.3 AWARD OF WORK CONTRACT Before placement of supply orders, an agreement shall be signed between AEDA and the successful tenderer. Complete work shall ordinarily be awarded to the lowest tenderer only. The denial of the lowest bidder to undertake the whole work shall be treated as breach of contract and AEDA may forfeit EMD/ Security amount submitted by him.
19
20
security deposit or in other law full manner. The amount of losses/penalty shall be decided by Director, AEDA and will be binding on the contractor. 3.6.2 WARRANTY It is an essential part of the contract that the tenderer shall provide warranty of the system as a whole for 2 years . However, the PV modules used in solar power plant must be warranted for output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The 2 yr warranty shall cover the following:. 1) Monthly checking up and replacement of the any defective component or subcomponents of the system as per requirement, for proper operation of the system. 2) The scope of work includes repairing/replacement to make the system functional within warranty period whenever a complaint is lodged by the user. The contractor shall attend the same within a reasonable period of time and in any case a breakdown shall be rectified within a period not exceeding 3 days. 3) In case of any damage or breakage of the component due to negligence or fault of beneficiary or theft etc, the same shall be replaced at users cost. 4) If the system or any component of it, is found damaged/defective due to non maintenance and repaired by the contractor, the cost for correcting the breakdown system (including component/material cost) will be deducted from contractors payment/security deposit. 5) In case of Solar PV array is damaged due to natural calamity, contractor shall replace the same free of cost, once, if required during warranty and CMC period. Thus the contractor in his own interest shall insure the Solar PVArray against such eventuality and the cost of the insurance should be included in the price bid. 6) The safety and security of the system shall be sole responsibility of the user and any loss or damage of any component /material should be brought to the notice of AEDA by the contractor by a written intimation, immediately on such event coming to his knowledge.
3.6.3 COMPREHENSIVE MAINTENANCE CONTRACT(CMC)
1 After the expiry of the warranty period, it will be mandatory on the part of the contractor to enter into a Comprehensive maintenance contract with AEDA for 03 years. The period of C.M.C shall start from the next day of the end of the Warranty period. The acts under Comprehensive maintenance shall be same as those of covered under warranty under clause 3.6.2 above. 2 It is mandatory for the contractor to submit a quarterly performance/ maintenance report for each system to the concerned project officer AEDA. 3 The CMC shall be executed by the firm himself or the authorized dealer/ service center of the firm in the concerned district. The CMC will include the total system including the Battery bank
. 22
3.8.5 After satisfactory testing of the systems during inspection, AEDAs Inspector shall issue of dispatch clearance for the supply of material at site.
such a manner as to protect them from deterioration and damage during transportation. The contractor shall be responsible for all damage due to improper packing. 3.10.2 The contractor shall inform the Director, AEDA and Project site officer regarding the probable date of each shipment of materials from his works.
3.12 INSURANCE
3.12.1 The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition; transportation and the expenses shall be borne by the contractor. 3. 12.2 The contractor shall arrange security & storage of their materials to avoid any theft or losses during execution of work. AEDA will, in no case, shall be responsible for providing any security/storage for the materials & equipments lying at site during execution of work. Under the contract contractor shall be responsible for any loss or damage until the systems/ supplies are taken over. 3.13 LIABILITY FOR ACCIDENTS AND DAMAGES During the Warrantee period, the contractor shall assume all responsibilities for direct damages covering all type of accident, injury or property damage caused by manufacturing defects or faulty installation on the systems.
any time for its convenience. The notice of termination shall specify that termination is for the purchasers convenience in the interest of AEDA.
maintenance of the installed systems. This report must also contain all Technical Details, Detailed Circuit Diagram of the Electronic/ Electrical components of all the system.
26
3.24.3 The contractor shall comply with the all the Acts & rules and regulations, laws and bylaws framed by State/ Central Government/ Organization in whose premises the work has to be done. AEDA shall have no liabilities in this regard.
3.27. NOTICES
3.27.1 Any notice to be given by one party to the other, pursuant to the contract shall be sent in writing. A notice shall be effective when delivered or from the effective date mentioned in the notice, whichever is later. 3.27.2 Notices, statements and other communications sent by AEDA to the contractor at his specified addresses through registered post/ email/ fax shall be deemed to be delivered to the contractor.
3.28. APPLICATION
These general conditions shall apply to the extent that provisions in other parts of the contract do not supersede them.
the solar flat plate collector. Type test reports shall include all the tests listed in IS: 12933 (part 1) with amdt.no.1(excluding test requirements as per cl. 7.2.7 and 7.2.8 of IS) and IS:12933(Part 2)/2003 and also the tests included on various components of solar flat plate collector as per IS:12933 (pt 2) / 2003 . 3.30.2. The tenderer shall work in consultation with and as per guidelines provided by AEDA, concerned officials of Rajbhawan, Guwahati and PWD department looking after Raj Bhawan installations . 3.30.3. Any discrepancy of conditions specified by MNRE / AEDA ,observed during the period of installation and commissioning, and duly recorded by AEDA ,shall be final & binding. 3.30.4. AEDA will not pay any interest on any amount due from AEDA. 3.30.5 No price escalation due to any reason (including any change in the applicable taxes, duties, surcharge etc.) shall be considered by AEDA during the validity/ extended validity of the contract agreement 3.30.6. In the event of dispute arise during installation & commissioning of the systems related to the work and documents, decision of the Director, AEDA shall be final. 3.30.7. At the time of placing work order and during the implementation AEDA can revise the technical terms and conditions if revised by MNRE, which will be binding on the tenderers.
28
4. TECHNICAL CONTRACT
PARAMETERS
AND
SCOPE
OF
THE
4.1.SYSTEM DESCRIPTION: A 30 KWp grid interactive solar power plant shall supplement during the day time the electricity needs of the premise by using clean and renewable solar energy. A small 6 KW wind operated electricity generator with a battery bank will also be installed to provide power to meet essential load during power failure. Thus, the system installed shall be a Grid-Solar- Wind hybrid system. The D.C. power generated from solar PV array shall be converted to AC power by an inverter and the system shall be connected and synchronized to the supplier grid system through a Power Conditioner Unit (PCU). Power generated from the solar PV system during the daytime is utilized fully for meeting electricity requirement of Governors residential complex and excess power, if any, shall be fed to grid. In cases, when solar power is not available (i.e at night) or is not sufficient due to cloud cover etc. the electrical loads are served by drawing power from the grid. 4.2.LOGIC OF OPERATION OF THE GRID- SOLAR- WIND HYBRID SYSTEM The balance of system in the Power Conditioning Unit will be designed in such a way that it always give preference to the Solar Power and will use Grid/DG power only when the Solar Power is insufficient to meet the load requirement. Any excess requirement will be drawn from the grid/DG power. On the other hand any excess solar generation will be fed to the grid .The aggregate power drawn from the grid will be recorded by Net Metering from i.e export and import metering arrangement and billed by the distribution utility accordingly. The battery bank for essential power supply will be normally charged by the wind generator .But the charge controller will also have a supply from the grid solar PV system and will charge the battery when charging from the wind generator will not adequate and voltage of the battery bank falls below a predetermined value.
4.3. EXISTING POWER SUPPLY SYSTEM AND PHYSICAL INTEGRATION OF RENEWABLE ENERGY SYSTEM TO EXISTING POWER SUPPLY SYSTEM: The power supply to the Raj Bhavan premises is from the power utilitys grid system through two 250 KVA transformers. There are two standby 250KVA diesel generators to provide electricity during power failures / power cuts. One transformer supplies the Governors residence, the guest house and Governors personal office. While the other transformers supply the Governors secretariat and Darbar Hall. It is proposed to connect the solar PV system to the Governors residence power supply 29
4.4 SCOPE OF WORK The tenderer shall carry out following woks under the contract-
Design, manufacture, supply and installation of LT AC distribution board, to which the consumer supply will be connected.
Lighting protection and earthling as per specification Civil works including design and construction of suitable RCC structure for the modules as per Assam PWD specification as applicable Installation , testing & Commissioning of the solar PV system and trial run for 4 weeks with training of operating staff. B.MODIFICATION AND RENOVATION OF EXISTING ELECTRICAL SYSTEM System modification including laying of separate line from the main control room to the distribution control room . Modification of the existing control room including flooring with Ceramic and acid proof tiles, as required
4.4.2 GRID WIND GENERATOR WITH ESSENTIAL ESSETIAL LOAD BACK UP SYSTEM
A. Wind generator Supply and installation of Aero Generator 6 KW rated capacity at 11 m/s, complete with tower and accessories as per specification Design ,supply of all components and installation of Rajbhaban wind grid hybrid essential load back up system as per drawing and specifications provided.
Supply and installation of low maintenance tubular plate type lead acid battery bank connected at 48 /96 volt with a capacity of 500/250 Ah Testing & Commissioning of the wind generator system and trial run for 4 weeks with training of operating staff.
30
4.4.3 SYSTEM INTEGRATION The contractor shall integrate the solar wind hybrid system with the existing electrical system as specified under item 4.2.1 . A single line diagram of the proposed system is placed at the next page. The status and sequence of operation of different component of the system in reference to the single line diagram are as below1)Breakers B1and B3 to B7 shall be closed under normal operation 2)Breakers B5, and,B7 shall be open when no power from Grid or generator available. In such situation the battery bank shall provide power to essential loads 2) Battery Bank can take 10KWp load for 2 hours. The bank shall have dual charging provision - Normally from wind generator and from GridSolar- Diesel Generator system with wind power is not sufficient to charge battery.
31
5. TECHNICAL BID:
5.1 GENERAL
The tenderer has to execute the work as per technical requirements and scope of work specified under item 4 above and as per the technical specification of different items are provided in the Annexure I. Any deviation proposed shall be clearly indicated and described in the format provided under item 5.3 below
5.2 SPECIFIC INFORMATION The following specific information need be provided i) SPV Modules
Particulars Type of Module (Mono/Poly crystalline) Name of Manufacture If RFID tag provided Max power at STC Pmax (W) Max power voltage Vmp(V) Max power current Imp(A) Open circuit voltage Voc (V) Short circuit current Isc (A) Load voltage V ld (V) Conversion Efficiency No of cells per module Solar module frame material Module Dimension Module Weight No of Modules Series/ parallel combination
ii) PCU
Particulars
32
ii) Battery
Particulars
1 Name of the manufacturer 2 Type 3 Brand name 4 Cell voltage 5 Cell Amp Hr 6 Dimensions of Cell (size) 7 Battery Bank Voltage 8 Battery Bank Amp Hr 9 Supporting documents submitted if any,with details
10 If there is any deviation in the product specification from specification of this document ? If yes provide details in Format at Item 5.3 below
33
6. FINANCIAL BID:
Bidding Schedule Sr. No Name of work Total Cost (including 5 yrs. CMC)
Design,Supply, Installation, Testing & commissioning of 30 KWp Solar PV grid interactive plant Modification and renovation of existing electrical system and physically and electrically integrating the solar PV system to the existing electrical system Design,Supply, Installation, Testing & commissioning of 6KW Wind Generator with Battery and physically and electrically integrating the same to essential power supply system
Cost (Rs.)
Total
N.B. Rates should be quoted inclusive of all applicable taxes & duties, octroi, entry tax, transportation etc. Under no circumstance, Director, AEDA is responsible for providing road permit. Necessary road permit has to be obtained by the selected bidder at their own cost.
34
35
1.9 Each PV module to be use must use a RF identification tag. The following information must be mentioned in the RFID used on each modules. This can be inside of outside the laminate, but must be able to withstand harsh environment conditions. i) ii) iii) iv) v) vi) vii) viii) ix) x) Name of the manufacturer of Solar Cells Name of the manufacturer of PV Module Month and year of the manufacture ( separately for solar cells and module) Country of origin ( separately for solar cells and module) I-V curve for the module Wattage , lm, Vm and FF for the module Unique Serial No and Model No of the module Date and year of obtaining ICS PV module qualification certificate Name of the test lab issuing IEC certificate Other relevant information on traceability of solar cells and module as per ISO 9000 series.
2. PANEL MOUNTING STRUCTURES : 2.1 The PV penal structure material shall be designed in such a way that it shall withstand the wind speed of 150 Km per hour in case of storms. Structural material shall be corrosion resistant and electrolytic ally compatible with the materials used in the module frame, its fasteners, nuts and bolts. . Hot dip galvanized iron mounting structures may be used for mounting the modules/ panels/arrays The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the mounting structure shall be in compliance of latest IS 4759. The structures shall be designed to allow easy replacement of any module. The structures shall be designed for simple mechanical and electrical installation. There shall be no requirement of welding or complex machinery at the installation site. The civil work for installation of panel structure should be minimum. The civil works required will have to be done by the supplier.
2.2
2.3 2.4
2.5 The module structurel be fixed and grouted in the PCC foundation columns madewith 1:2:4 cement concrete. The minimum clearance of the lowest part of any module s tructure shallnot be less 500 mm from ground level. While making foundation design, due 2.6 The supplier shall specify installation details of the PV modules and the support structures with appropriate diagrams and drawings. Such details shall include, but not limited to, the following: a) Determination of true south at the site; b) Array tilt angle to the horizontal, with permitted tolerance; c) Details with drawings for fixing the modules; d) Details with drawings of fixing the junction/terminal boxes; e) Interconnection details inside the junction/terminal boxes; f) Structure installation details and drawings; g) Electrical grounding (earthing);
36
2.7
3. ARRAY JUNCTION BOX AND MAIN JUNCTION BOXES: i) ii) Junction Boxes as per IP 65 specifications The junction boxes are to be provided in the PV yard for termination of connecting cables from array to Main JB & Main JB to Sequential Energy controller. The Junction Boxes shall be made of FRP / aluminium/ABS Plastic with full dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs. The J.Bs shall be such that input & output termination can be made through suitable cable gland made of GFRP or cast aluminium/ABS Plastic.
iii) Copper bus bars/terminal blocks housed in the junction box with suitable termination threads conforming to IP65 standards for outdoor and IP21 for indoor. iv) v) vi) vii) viii) Hinged door with EPDM rubber gasket to prevent water entry. Single compression cable glands. Provision of earthing MOVs provided within the box to protect against lightning Suitably rated DC MCB provided to protect against overload, short-circuit.
37
Within IP 20 degree of ingress protection : 94 % and above at full load, : MPPT : The PCU continuous power rating shall be above 94% at full load.
Note: The PCU shall continuously control the utility interface within the stipulated range (on three Phase sides ) mentioned above in respect of Output voltage, Frequency, Maximum current ripple and Reactive Power.
4.2 Important Features/Protections required in the PCU : i. Mains (Grid) over-under voltage and frequency protection ii. Fool proof protection against Islanding. iii. Included authentic tracking of the solar array's maximum power operation voltage (MPPT). iv. Array ground fault detection. v. LCD and piezoelectric keypad operator interface Menu driven vi. Automatic fault conditions reset for all parameters like voltage, frequency and/or black out. MOV type surge arresters on AC and DC terminals for over voltage protection from lightning-induced surges. vii. PCU should be rated to operate at 0-55 deg. Centigrade unless provision for air conditioning is included in PCU viii. All paramenters should be accessible through an industrial standard communication link. ix. Over load capacity ( for 10 sec ) should be 150% of continuous rating. 4.3 Other technical requirements: The PCUs required shall be of 30 KVA Hybrid and should convert DC power produced by SPV modules in to AC power and adjust the voltage & frequency levels to suit the local grid conditions. It shall feed power to the lighting and fan/ dedicated loads and supply excess solar power to local LT grid. The PCU shall be self commuted and shall utilize DSP technology to meet the specifications listed above at high conversion efficiency and with high reliability. The PCU shall be Hybrid one and shall give the preference to feed the Loads from Solar Energy being produced and shall draw the additional power from mains to meet the load requirements in the case load is more than solar energy being produced. Conversely it should feed the solar power to the Grid if the load is less than the solar energy generated. It shall also draw the Power from Mains for charging of Battery Bank in case of Low Battery conditions. The PCU shall also have the ability for automatic starting, transfer and no-break transfer to an optional generator for extended grid failure periods.
38
4.5 Technical Performance Specifications : 4.5.1 Basic performance requirements of the PCU: i. The PCU shall be self commuted and shall utilize a circuit topology and components suitable for meeting the specifications listed above at high conversion efficiency and with high reliability. The PCU should have high operational efficiency. The DC to AC conversion efficiency shall at least be 93 percent for output ranging from 20 percent of full load to full load. The idling current -it no load must not exceed 2 percent of the full-load current. In PCU there shall be a direct current isolation provided at the output by means of a suitable isolating transformer. The PCU output shall be 415 VAC, 50 Hz 3 phase, The PCU shall be capable of operating in parallel with the grid utility service and shall be capable of interrupting line-to-line fault currents and line-to-ground fault currents. The PCU shall be able to withstand an unbalanced output load to the extent of 30 % The PCU shall include appropriate self protective and self diagnostic features to protect itself and the PV array from damage in the event of PCU component failure or from parameters beyond the PCU'S safe operating range due to internal or external causes. The self-protective features shall not allow signals from the PCU front panel to cause the PCU to be operated in a manner which may be unsafe or damaging. Faults due to malfunctioning within the PCU, including commutation failure, shall be cleared by the PCU protective devices and not by the existing site utility grid service circuit breaker. The PCU shall go to the shut down/ standby mode with its contacts open under the following conditions before attempting and automatic restart after an appropriate time delay in insufficient solar power output. a) Utility-Grid Over or Under Voltage The PCU shall restart after an over or under voltage shutdown when the utility grid voltage has returned to within limits for a minimum of two minutes. b) Utility-Grid Over or Under Frequency The PCU shall restart after an over or under frequency shutdown when the utility grid voltage has returned to the within limits for minimum of two minutes. 39
ii.
iii.
iv. v.
vi. vii.
viii.
ix.
x.
The PCU generated harmonics measures at the point of connection to the utility services when operating at the rated power shall not exceed a total harmonic current distortion of 4 percent, a single frequency current distortion of 4 percent and single frequency voltage distortion of 1 percent when the first through the fiftieth integer harmonics of 50 Hz are considered. The PCU Power factor at the point of utility service connection shall be 0.95 lagging or leading when operating at above 25 percent of the rated output, but may be less than 0.95 lagging below 25 percent of the rated output. The high voltage and power circuits of the PCU shall be separated from the low-voltage and control circuits. The internal copper wiring of the PCU shall have flame resistant insulation. Use of PVC is not acceptable. All conductors shall be made of standard copper. The PCU shall withstand a high voltage test of 2000 V rms, between either the input or the output terminals and the cabinet (chassis). Full protection against accidental open circuit and reverse polarity at the input shall be provided. The PCU shall not produce Electromagnetic interference (EMI) which may cause malfunctioning of electronic and electrical instruments including communication equipment, which are located within the facility in which the PCU is housed. The PCU shall have an appropriate display on the front panel to display the instantaneous AC power output and the DC voltage, current and power input. Each of these measurement displays shall have an accuracy of 1 percent of full scale or better. The display shall be visible from outside the PCU enclosure. Operational status of the PCU, alarms, trouble indicators and AC and DC disconnect switch positions shall also be communicated by appropriate messages or indicator lights on the front of the PCU enclosure. Communication Modbus protocol with LAN/WAN options along with remote access facility and SCADA package with latest monitoring systems
xi.
xii.
xiii.
xiv.
xv.
xvi.
Electrical safety, earthing and protection: Internal Faults : In built protection for internal faults including excess temperature, commutation failure, overload and cooling fan failure (if fitted) is obligatory. Galvanic Isolation: Galvanic Isolation is required to avoid any DC component being injected into the grid and the potential for AC components appearing at the array. Over Voltage Protection: Over Voltage Protection against atmospheric lightning discharge to the PV array is required. Protection is to be provided against voltage fluctuations in the grid itself and internal faults in the power conditioner, operational errors and switching transients. Earth fault supervision: An integrated earth fault device shall have to be provided to detect eventual earth fault on DC side and shall send message to the supervisory system.
iv.
40
v.
vi.
Cabling practice: Cable connections must be made using PVC Cu cables, as per BIS standards. All cable connections must be made using suitable terminations for effective contact. The PVC Cu cables must be run in GL trays with covers for protection. Other safety requirements: a) Fast acting semiconductor type current limiting fuses at the main bus-bar to protect from the grid short circuit contribution. b) The PCU shall include an easily accessible emergency OFF button located at an appropriate position on the unit. c) The PCU shall include ground lugs for equipment and PV array grounding. d) All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and painted or otherwise suitably protected to survive a nominal 30 years design life of the unit. e) The PCU enclosure shall be weatherproof and capable of surviving climatic changes and should keep the PCU intact under all conditions in the room where it will be housed. The INVERTER shall be located indoor and should be either wall / pad mounted. Moisture condensation and entry of rodents and insects shall be prevented in the PCU enclosure. f) Components and circuit boards mounted inside the enclosures shall be clearly identified with appropriate permanent designations, which shall also serve to identify the items on the supplied drawings. g) All doors, covers, panels and cable exits shall be gasketed or otherwise designed to limit the entry of dust and moisture. All doors shall be equipped with locks. All openings shall be provided with grills or screens with openings no larger than 0.95 cm. (about 3x8 inch). h) In the design and fabrication of the PCU the site temperature ( 5 to 55C), incident sunlight and the effect of ambient temperature on component life shall be considered carefully. Similar consideration shall be given to the heat sinking and thermal for blocking diodes and similar components.
4.6 a.
Factory Testing requirements: The PCU shall be tested to demonstrate operation of its control system and the ability to be automatically synchronized and connected in parallel with a utility service, prior to its shipment. Operation of all controls, protective and instrumentation circuits shall be demonstrated by direct test if feasible or by simulation operation conditions for all parameters that can not be directly tested. Special attention shall be given to demonstration of utility service interface protection circuits and functions, including calibration and functional trip tests of faults and isolation protection equipment. Operation of start up, disconnect and shutdown controls shall also be tested and demonstrate. Stable operation of the PCU and response to control signals shall also be tested and demonstrated. 41
b.
c.
d.
e.
f. g.
Factory testing shall not only be limited to measurement of phase currents, efficiencies, harmonic content and power factor, but shall also include all other necessary tests/simulation required and requested by the Purchasers Engineers. Tests may be performed at 25,50,75 and 100 percent of the rated nominal power. A factory Test Report (FTR) shall be supplied with the unit after all tests. The FTR shall include detailed description of ali parameters tested qualified and warranted.' Factory testing of the PCU/PCU,s should be carried out and witnessed by the Purchaser's Engineers at the manufacturers premises.
4.6 Compliance with provision of Central Electricity Authority (Measures relating to Safety and Electric supply) Regulations,2010. All electrical components and works of the PUC shall be in conformity with the requirement of the Central Electricity Authority (Measures relating to Safety and Electric supply) Regulations,2010. 4.7 Power Plant Metering/Data Logging i. PV array energy production : Digital Meters to log the actual value of AC/DC Voltage, Current & Energy generated by the PV system shall have to be provided. Two way LT 415V energy meter (Import - Export metering) shall be incorporated in the system on the main LT AC Grid supply. Solar Irradiance :An integrating pyranometer (Class II or better) should be provided with the sensor mounted in the plane of the array. Readout should be integrated with data logging system. Wind Speed : An integrated wind speed measurement unit be provided. Temperature Sensor: Integrated temp, sensors for measuring the module surface temp., invertor inside enclosure temp, and ambient temp to be provided complete with readouts integrated with the data logging system. A data logging system (Hardware and software) for plant control and monitoring shall be provided with the following features : 1no. suitable Computer : 2.7 GHz Pentium with 80GB HDD, 1GB RAM, 2 Parallel & 2 Serial Port, Wi-Fi Lan Card, DVD RW Drive , 20" LCD, USB Scroll Mouse, along with 1 KVA UPS . GSM Modem / Wi Fi modem in case GSM connectivity is used or Wireless Router + modem in case Ethernet connection is being used for remote access must be provided. Remote Supervisory Control and data acquisition through SCADA software at the service location with latest software/hardware configuration and service connectivity for online / real time data monitoring/control complete to be supplied and operation and maintenance/control to be ensured by the supplier. All major parameters should be available on the digital bus and logging facility for energy auditing through the internal microprocessor and can be read on the digital front 42
ii.
iii. iv.
v.
vi.
vii.
viii.
panel at any time the current values, previous values for up to a month and the average values. The following parameters should be accessible via the operating interface display. AC Voltage AC Output current Output Power DC Input Voltage DC Input Current Time Active Time disabled Time Idle Temperatures (C) Invertor Status Protective function limits (Viz AC overload voltage, AC under voltage, Over frequency. Under frequency, ground fault. PV starting voltage, PV stopping voltage, Over voltage delay, Under voltage delay, over frequency, Ground fault delay, PV starting delay, PV stopping delay). 4.8 Operational requirements: 4.8.1 Maximum Power Point Tracker (MPPT) Maximum power point tracker shall be integrated in the PCU to maximize energy drawn from the array. The MPPT should be micro processor based to minimize power losses. The details of working mechanism of MPPT shall be mentioned. The MPPT must have provision (.manual setting) for constant voltage operation.
4.8.2 Disconnection and Islanding Disconnection of the PV generator in the event of loss of the main grid supply is to be achieved by in built protection within the power conditioner. this may be achieved through rate of change of current, phase angle, unbalanced voltage or reactive load variants. Operation outside the limits of power quality as described in the technical data sheet should cause the power conditioner to disconnect the grid. Additional parameters requiring automatic disconnection are: Neutral voltage displacement Over current Earth fault And reverse power In case of the above, cases, tripping time should be less than (15 seconds. Response time in case of grid failure due to switch off or failure based shut down should be well within 5 seconds. In case of use of two PCUs capacity .suitable equipment for synchronising the AC out put of both the PCUs to the ACDB/Grid should be provided. 4.8.3 Automatic reconnection after the grid failure is restored PCU shall have the facility to reconnect the PCU automatically to the grid following restoration of grid subsequent to grid failure condition.
43
5. POWER AND CONTROL CABLES: a) Power cables i. Power Cables of adequate rating shall be required for interconnection of : - Modules/panels within array - Array and PUC -PUC and AC dstribution panel ii. The cable shall be 1.1 grade, heavy duty, stranded copper/ aluminum conductor, PVC type A insulated, galvanized steel wire/strip armoured, flame retardant low smoke (FRLS) extruded PVC type ST-1 outer sheathed. The cables shall, in general conform to IS-1554 P+I & other relevant standards. iii. Power cables size for 415 V systems shall be chosen taking into account the full load current & voltage drop. The allowable voltage drop at terminal of the connected equipment shall be max. 2.5% at full load. The derating factors viz. group duration of temp. duration shall also be considered while choosing the conductor size. iv. The permissible voltage drop from the SPV Generator to the Charge controller shall not be more than 2% of peak power voltage of the SPV power source (generating system). In the light of this fact the cross-sectional area of the cable chosen is such that the voltage drop introduced by it shall be within 2% of the system voltage at peak power. vi. All connections should be properly terminated, soldered and/or sealed from outdoor and indoor elements. Relevant codes and operating manuals must be followed. Extensive wiring and terminations (connection points) for all PV components is needed along with electrical connection to lighting loads. b) Control Cables The cable shall be 1.1 grades, heavy duty, stranded copper conductor, PVC type A insulated, galvanized steel wire/strip armoured, flame retardant low smoke (FRLS) extruded PVC type ST-1 outer sheathed. The cables shall, in general conform to IS-1554 P+I & other relevant standards. 6. DISTRIBUTION BOARDS AND PANELS : A DC distribution panel should be provided to receive the DC output from the array field with analog measurement panel for voltage, current from different MJBs so as to check any failure in the array field. It shall have MCCBs of suitable rating for connection and disconnection of array sections. DCDB shall have sheet iron enclosure of dust & vermin proof. Common AC Distribution Panel Board (DPB) shall control the AC power from PUC TO THE AC Panel . There shall arrangement for measuring all electrical quantities such as Voltage, Current, Frequency, of different feeder line & energy supplied to the different feeder. DPB shall have the provision of visual indication of existence of power input & output through MIMIC diagram. The DBs shall have sheet iron enclosure of dust & vermin proof & shall have adequate cooling arrangement. The bus-bars are to be made of copper of desired size. Design & Drawing is to be submitted before manufacturer assembly on installation for obtaining necessary approval from purchaser.
44
7. LIGHTNING PROTECTION AND EARTHING: Required numbers of suitable lightning arrestors should be installed in the array area. Lightning protection shall be provided by the use of suitable earthling conductors and electrodes so that any lightning strike may find an alternate route to earth. Protection shall meet requirements of Indian Electricity Rules 1956 and IS 2309:1969( Protection of Buildings and allied structures from lighting). Each array structure of the PV system should be grounded properly as per IS:3043-1987. Provision should be kept for shorting and grounding of the PV array at the time of maintenance work. All metal casing/shielding of the plant should be thoroughly grounded in accordance with Indian Electricity Rules 1956. Details of lighting protection and earthing arrangement incorporated belowProviding and fixing lightening conductor finial, made of 25 mm dia. 300mm long copper tube, having single prong at top, with 85 mm dia 3mm thick copper base plate including holes etc. complete as required ii) Riveting, sweating and soldering copper (with another copper / GI tape, base of the finial, or any other metallic object) as required iii) Providing and fixing copper tape 20mmx3mm thick connecting the highest points of the array structure complete as required for horizontal run. iv) Providing & fixing copper tape 20mmx3mm thick on parapet or surface of wall for lighting conductor complete as required for vertical run. v) Providing & fixing testing joints, made of 20mm x 3mm thick copper strip, 125mm long, with 4 nos. of tinned brass bolts, nuts, check nuts and spring washers etc. complete as required vi) Providing and laying copper tape 32mm x 6mm from earth electrode directly in ground and required for lightning conductor vii) Earthing with copper earth plate 600mm x 600mm x 3mm thick including accessories & providing masonry enclosure with cover plate having locking arrangement and watering pipe etc. including charcoal and salt) complete as required Earth resistance should be tested in a dry weather in presence of the representative of purchaser, after earthling work is complete, by a calibrated earth tester and should have a value not more than the value specified in the relevant Code/Rules 8. TOOLS & TACKLES AND SPARES: After completion of installation & commissioning of the power plant, necessary tools & tackles are to be provided free of cost by the contractor for maintenance purpose. A list of requisite spares in case of PCU comprising of a set of control logic cards, IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc. along with spare set of PV modules be indicated, which shall be supplied along with the equipment. A minimum set of spares shall be maintained in the plant itself for the entire period of warranty and comprehensive Operation & Maintenance contract which upon its use shall be replenished. 9. METERING: All metering shall be as per CEA Regulations on Installation and Operation of Meters: 2006 and in conformity with IS 13779 or IS 14679 i)
45
The aero generator shall be designed for the use located in low to moderate wind speed averages. It shall have an optimized rotor diameter and swept area that provides greater output at low wind speed averages. Power output (W) > 6000 (Single or combined) @11m/s Voltage (V) 48/96 Frequency (Hz) 50 Cut in wind speed (m/s) 2.7 Survival wind speed (m/s) 55 Generator Permanent magnet type Generator control Automatic Body and components Ruggedised body frame and SS components Propeller diameter: Optimum Material of rotor blades High impact Carbon fiber reinforced Max. Speed (rpm) 450 Speed control (kmph) 40 Drive system Gearless Braking mechanism Automatic / Manual Corrigendum 2. WIND CHARGE CONTROLLER : The charge controller shall prevent the battery bank from overcharging and other discharge. The charge controller will have a DC supply for the wind generator as also and AC supply from the grid solar PV system. Controller for Wind Mill should have the following capabilities and facilities: 1. Circuit breaker switches 2. Should display frequency / RPM of turbine (digital) 3. Battery level indicator 4. Ah generation from wind 5. Record the flow of energy from wind generator and grid system within a specified time ( say 1 month)
3. BATTERY BANK : The batteries should be of flooded electrolyte type, positive tubular plate, low maintenance, lead acid batteries. The batteries shall use 2V cells and battery capacity is to be designed at C10 rate with end cell cut off voltage of 1.80V / cell. The Battery terminals should be provided with covers and should be provided with micro porous vent plugs with floats. Charging instructions should be provided along with the batteries. Suitable carrying handle should be provided. A suitable Battery rack with interconnections & end connector shall be provided to properly house the batteries in the bank.
46
The battery bank specification are furnished below: 1. Voltage / cell (V) 2 2. Battery bank voltage (V) 48/96 3. Capacity of battery bank (Ah) 500/250 4. Maximum allowable depth of discharge 80% 4. TOWER FOR WIND GENERATOR: Aero generator shall be mounted on a suitable tower designed for site conditions. Bidder is to specify the tower height and details of the foundation with drawing. The tower must be hot dip galvanized to IS 1477 part 1 with thickness of 70 microns as per IS 5905.
47
GROUP-B WORKS Design, Supply, Installation, Testing & Commissioning of 20 Nos. AC LED 5W Garden Lights and 15 Nos. AC LED 20W Street Lights complete with poles, supporting structure, controls, cables and connections with the essential power supply system at the Rajbhawan.
48
49
1.
2.
TECHNICAL BIDS
6. FINANCIAL BID
50
Particulars
Name of Tenderer/Firm
Details
Postal Address
3 4 5
8 9
10 11
12
13
14
E-mail address for communication Telephone, Fax No. Name, designation & contact number of the representative of the tenderer to whom all references shall be made. Nature of the firm (Individual/ Partnership/Consortium/ Pvt. Ltd /Public Ltd. Co. /Public Sector etc.) Attach attested copy of Registration & Partnership deed/Memorandum of Association Does the tenderer fulfill the pre-qualification requirements as specified in item 2.2 below ? If Yes furnish details in a statement form item wise, with supporting documents . Amount and particulars of the earnest money deposited. a. Annual Turnover for last three years (Attach balance sheets from CA in this regard) b. Income tax returns of last three years and to be attached by the bidders. Name and address of the Indian/foreign collaboration if any. Income Tax/CST/VAT/Sales Tax Registration documents and latest clearance certificate of each (Certified copies to be furnished ) Has the tenderer/firm ever been debarred by any institution for undertaking any work? Any other information attached by the tenderer (Details and Annexure / page no. where its enclosed) Does tenderer have any relative working in AEDA? If yes state the name and designation.
51
2.2.3 The tenderer should have experience in supplying and installation of LED Lighting System of value not less than Rs. 40 lakhs during the last 3 years . Details may be submitted in Format B under Item 2.9.3 below with supporting work orders and certificates. 2.2.4 The tenderer should have adequate financial stability and status to meet the financial obligations pursuant to the scope of work. The firm must have annual turnover of minimum 30 lakhs during last three years. Document in this regard shall be submitted as given in Sl. No. 9 under item 2.1 above. 2.2.5 The tenderer should have adequate local service setup to provide dependable and quick after sale services including necessary repair and maintenance of the system to be installed and submit necessary documents regarding such setup. 2.2.6 The above stated requirements need be fulfilled by the tenderer as pre qualification requirement, AEDA may also ask for any additional information as may be deemed necessary. 2.3 RESPONSIBILITY INFORMATION: OF TENDERER TO STUDY SITE AND OBTAIN
2.3.1 The tenderer must obtain for himself on his own responsibility and at his own expense all the information which may be necessary for the purpose of filling this tender and for entering into contract for the execution of the same .He must inspects the site of the work. The visit to the site may be undertaken with prior intimation to AEDA or concerned Department as may be advised by AEDA. The tenderer shall be deemed to have carefully examined the works and site conditions, the general and the special conditions, specifications and schedules and shall be deemed to have visited the sites of the work and to have fully informed himself regarding local conditions and carried out his own investigations to arrive at rates quoted in the tenderer.
2.3.2 If tenderer shall have any doubt regarding this project in any matter regarding the general conditions or the special conditions, or the scope of the work or the specifications, or any other matter concerning the contract, he shall attend the Pre-Bid meeting. Once the Tender is submitted, the matter will be decided according to the Tender conditions in the absence of such authentic pre-clarification. 52
addition to the invitation of tender, the tender document includes the various other documents as given in the table of particulars of tender (item2.1). 2.4.1.2 The tenderer is expected to examine all instructions, terms and conditions, specifications, forms and formats etc as mentioned/ enclosed in the tender document. Failure to furnish all information required in the tender document or submission of a tender not substantially responsive to the tender document in every respect will be at the tenderers risk and is likely to result in out-right rejection of the tender.
2.4.2 INFORMATION REQUIRED WITH THE TECHNICAL BID OF THE TENDER 2.4.2.1 The tender shall clearly indicate the name of the manufacturer, type and model of each principal item or equipment proposed to be supplied. The tender may also contain details of specifications and other comprehensive descriptive materials in support of technical specifications. 2.4.2.2The above information may be provided by the tenderer in separate sheets, specifications, catalogues etc. 2.4.2.3 Any tender not containing sufficient descriptive material to describe the proposed equipment may be treated as incomplete and hence may be rejected. Such descriptive materials and specifications submitted by the tenderer will be retained by AEDA. Any deviations from these will not be permitted during the execution of contract, without specific written permission of AEDA. 2.4.3 CLARIFICATION ON TENDER DOCUMENT 2.4.3.1 Any prospective tenderer requiring any clarification on the tender document regarding various provisions / requirements/ preparation/ submission of the tender, may contact AEDA in writing by letter or fax/ email within one week (7 days) from the date of publication/up-loading of tender at Website. Queries received later shall not be entertained. 2.4.3.2 Verbal clarifications and informations shall not be entertained in any way.
2.4.4 AMENDMENTS IN TENDER DOCUMENT 2.4.4.1 At any time prior to the due date for submission of the tender or even prior to the opening of the financial bid, AEDA may for any reason, whether at its own initiative or as a result of a request for clarification/ suggestion by a prospective tenderer, amend the tender document by issuing a notice. 53
2.4.4.2 The amendments will be notified on the website at least 3 days before the proposed date of submission of the tender. AEDA will bear no responsibility or liability arising out of non receipt of the information in time or otherwise. If any amendment is required to be notified within 3 days of the proposed date of submission of the tender, the last date of submission shall be extended for a suitable period of time. 2.4.4.3 In case amendments is notified by AEDA after received of the tender (prior to the opening of financial bids), all the tenders received by AEDA shall be returned in sealed condition to the concerned tenderer through registered post or courier, for getting their offer revised according to the amended terms and conditions.
The tender prepared by the tenderer along with all the related documents shall be in English. Unit measurements shall be metric in accordance with International System. All correspondence between the tenderer and AEDA shall also be in English. The original copy of the tender should be clean computer print out. The tender shall contain no interlink actions, erasers or overwriting except as necessary to correct the errors made by the tenderer in the preparation of tender. The person or persons signing the tender shall sign at all such corrections.
2.8.3
SIGNING OF TENDER
The tender must contain the name and places of business of the firm/person/persons participating in the tender and must be signed with the legal name of the corporation/ company by the President/ Managing Director/ Secretary of the firm or a person duly authorized to bid. In case of authorized person the letter of authorization supported by power-of-attorney should be enclosed with the tender. The person or persons signing the tender shall initial all pages of the tender document. Tender by a partnership firm must be supported by a partnership deed. 2.8.4 EARNEST MONEY
2.5.3.1 The tenderer shall furnish earnest money as mentioned in the Particulars of Tender in the form of demand draft from any nationalized bank pledged in favour of Director, Assam Energy Development Agency, Guwahati, with his tender. Tenders without EMD shall be rejected by AEDA as being non-responsive. No interest shall be paid by AEDA on the amount of earnest money deposit. The format for submitting earnest money is incorporated under item 2.9.4 as Format C. 2.5.3.2 The earnest money may be forfeited:c) If a tenderer withdraws his tender during the specified period of validity of offer. d) If the successful tenderer fails to sign the contract agreement within stipulated period.
54
2.5.3.3 The earnest money of the successful tenderer shall be released at the time of signing of the agreement with AEDA. At this time, the tenderer shall have to deposit security money amounting to 10% of the value of the work in the form of demand draft from any nationalized bank in favour of Director, Assam Energy Development Agency, Guwahati. No interest shall be paid by AEDA on the amount of security money deposit. .
2.9.3
The tenderer shall submit a tender under cover of a letter in the Format I provided under item 2.9.1 2.11.2 DECLARATION BY THE TENDERER The tenderer shall incorporate a declarations as an Affidavit with the tender in the Format D under item 2.9.5. 2.8.3 SEALING AND MARKING OF TENDER 2.8.3.1 The tender must be complete in all technical and commercial respect and should contain requisite certificates, drawings, informative literature etc. as required in the tender document. 2.8.3.2 First sealed envelope (Part-I) should contain cost of the tender document (In case its downloaded from website), requisite earnest money, brochures, literature and other documents regarding technical specifications. It should be subscribed with TENDER NO. AEDA/319/2010/45 date: 2.9.2013 'Group-B Earnest Money and Technical Bid'. 2.8.3.3 The complete tender document in original (excluding financial bid) issued by AEDA or downloaded from the website should be submitted by the tenderer in the first envelope (Part- I) after furnishing all the required information on relevant pages. Each page of the tender document should be signed & stamped. Tenders with any type of change or modification in any of the terms/ conditions of this document shall be rejected. If necessary, additional papers may be
55
attached by the tenderer to furnish/ submit the required information. Any modification /change proposed may be incorporated in the Deviation Statement at Sl. 5.3 . 2.8.3.4 Second sealed envelope (Part-II) should contain financial bid only. It should be subscribed with TENDER NO AEDA/319/2010/45 Date: 2.9.2013 and Group-B Financial bid. The tenderer should submit his duly signed and stamped financial bid on the financial bid format attached with this tender document, after writing the price only. 2.8.3.5 Any term/condition proposed by the tenderer in his technical bid which is not in accordance with the terms and conditions of the tender document or any financial conditions, payment terms, rebates etc. mentioned in financial bid shall be considered as a conditional tender and will make the tender invalid. 2.8.3.6 Both the above sealed envelopes i.e. Part-I and Part-II will be sealed in another one envelope, subscribed with TENDER NO. AEDA/319/2010/45 Date: 2.9.2013 Group-B and Name of Work................................ This envelope shall be addressed to the Director, Assam Energy Development Agency, Bigyan Bhawan, G.S. Road, Guwahati 781005. 2.8.4 DEADLINE FOR SUBMISSION OF TENDER 2.8.4.1 Tender must be received by AEDA within the date & time of submission as specified in tender document. 2.8.4.2 Any tender received after the specified date & time of submission will be rejected and returned unopened to the tenderer.
56
FROM :- (Full name and address of the tenderer) M/s. . .. To, The Director Assam Energy Development Agency Bigyan Bhawan, G.S. Road, Guwahati 781005 Subject: - Offer in response to Tender Notice No. Sir, We hereby submit our offer in full compliance with terms & conditions of the attached tender. The tender is being submitted in two separate and sealed envelopes marked Part-I & Part-II.
57
DECLARATION (To be submitted on Rs. 100/- stamp paper) We are a established manufacturer of LED based Lighting System having factory at. Document (certified copy) in respect of our recognition/authorization of Ministry of New
and Renewable Energy (with validity upto ) is enclosed herewith.
Hereby authorize M/s._______________________________ (name & address of distributor / agent) to bid, negotiate and conclude the order with you as our authorized agent. We shall remain responsible for the tender/ Agreement negotiated by M/s ___________________________, jointly and severely. No company or firm or individual other than M/s ______________________________ are authorized to bid, negotiate and conclude the order in regard to this business against this specific tender as for all business in the entire territory of India. In case duties of the agent/distributor are changed or agent/ distributor is changed it shall be obligatory on us to automatically transfer all the duties and obligations to the new Indian Agent failing which we will ipso-facto become liable for all acts of commission or omission on the part of new Indian Agent/ distributor.
[Name & Signature] for and on behalf of M/s. ___________________ [Name of Principal Organisation]
Date:
Place:
58
2.9.3 FORMAT FOR WORK EXPERIENCE( Reference item no-2.2.3) FORMAT B Name of the Organisation LED based Lighting System in last 3 years Sr. Name Name & Contact Major Value Start Date of Present No of the Address telephone items of of date completion functional Project of the Number works works status with Client of the in Rs client size/rating
Note : Attach relevant Work Order and completion certificates from the implementing Agency/ Owner for works in previous 3 years.
Date: Place:
59
2.9.5 FORMAT OF DECLARATION BY THE TENDERER AS AN AFFIDAVIT WITH THE TENDER (Reference Item no 2.8.2) FORMAT D (Declaration by the Tenderer)
I/We . (Hereinafter referred to as Tenderer) being desirous of tendering for the work, under this tender and having fully understood the nature of the work and having carefully noted all the terms and conditions, specifications etc. as mentioned in the tender document do hereby declare that1. The tenderer is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document and accepts all risks, responsibilities and obligations directly or indirectly connected with the performance of the tender. 2. The tenderer is fully aware of all the relevant information for proper execution of the proposed work, with respect to the proposed place of works/ site, its local environment, approach road and connectivity etc. and is well acquainted with actual and other prevailing working conditions, availability of required materials and labour etc. at site. 3. The tenderer is capable of executing and completing the work as required in the tender and is financially solvent and sound to execute the tendered work. The tenderer is sufficiently experienced and competent to perform the contract to the satisfaction of AEDA. The tenderer gives the assurance to execute the tendered work as per specifications, terms and conditions of the tender on award of work. 4. The tenderer has no collusion with other tenderers, any employee of AEDA or with any other person or firm in the preparation of the tender. 5. The tenderer has not been influenced by any statement or promises by AEDA or any of its employees but only by the tender document. 6. The tenderer is familiar with all general and special laws, acts, ordinances, rules and regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein. 7. The tenderer has never been debarred from similar type of work by any Government undertaking /Department. (An undertaking on Stamp paper in this regard shall be submitted) 8. The tenderer accepts that the earnest money may be absolutely forfeited by AEDA if the tenderer fails to sign the contract or to undertake the work within stipulated time. 9. This offer shall remain valid for acceptance for 6 (Six) months from the proposed date of opening of the Technical Bid. 10. All the information and the statements submitted with the tender are true.
(Signature of Tenderer)
Seal
60
61
The procedure of opening of the tender shall be as under: 2.11.1 First envelop (Part-I) bearing TENDER NO. TENDER NO. AEDA/319/2010/45 Date:2.9.2013 and subscribed ' Group-B Earnest Money and Technical Bid' shall be opened by AEDAs representatives at the time and date mentioned in the Particulars of Tender, in the presence of tenderer who choose to be present. The financial and technical suitability of offers will be examined by AEDA in detail. If required, clarifications regarding the suitability of the offers will be obtained. 2.11.2 Second envelope (Part-II) bearing TENDER NO. AEDA/319/2010/45 Date:2.9.2013 and subscribed "Group-B Financial bid" of only those tenderer shall be opened whose technical bid is found responsive, suitable and in accordance with the various requirements of the tender. 2.11.3 In case it is not possible to open second envelop (part-II) on the same date, then a suitable date for this purpose shall be announced or shall be communicated to tenderers by letter/ fax/ email ( either mode). To avoid postponement of opening of financial bid, it is in the interest of the tenderers to send their authorized representatives who are well conversant with the tender and competent enough to take decisions on technical and financial matters at the time of opening of bids.
tenderer for a clarification of his tender. The request for clarification and the response shall be in writing. 2.12.2 Any query regarding any clarification required by AEDA on the information submitted by the tenderer, must be replied by the tenderer within the following time schedule. Email/ fax query should be replied by Email/ fax within 3 days. Query by letter must be replied by letter within 7 days of receipt of the letter.
62
2.13.2 NOTIFICATION OF AWARD Prior to the expiry of validity period of offer, AEDA will notify the successful tenderer by registered Letter/Email/ Fax that his tender has been accepted. 2.13.3 AWARD OF WORK CONTRACT Before placement of supply orders, an agreement shall be signed between AEDA and the successful tenderer. Complete work shall ordinarily be awarded to the lowest tenderer only. The denial of the lowest bidder to undertake the whole work shall be treated as breach of contract and AEDA may forfeit EMD/ Security amount submitted by him.
63
security deposit or in other law full manner. The amount of losses/penalty shall be decided by Director, AEDA and will be binding on the contractor. 3.6.2 WARRANTY It is an essential part of the contract that the tenderer shall provide warranty of the system as a whole for 2 years . The 2 yr warranty shall cover the following:. 7) Monthly checking up and replacement of the any defective component or subcomponents of the system as per requirement, for proper operation of the system. 8) The scope of work includes repairing/replacement to make the system functional within warranty period whenever a complaint is lodged by the user. The contractor shall attend the same within a reasonable period of time and in any case a breakdown shall be rectified within a period not exceeding 3 days. 9) In case of any damage or breakage of the component due to negligence or fault of beneficiary or theft etc, the same shall be replaced at users cost. 10) If the system or any component of it, is found damaged/defective due to non maintenance and repaired by the contractor, the cost for correcting the breakdown system (including component/material cost) will be deducted from contractors payment/security deposit. 11) The safety and security of the system shall be sole responsibility of the user and any loss or damage of any component /material should be brought to the notice of AEDA by the contractor by a written intimation, immediately on such event coming to his knowledge.
3.6.3 COMPREHENSIVE MAINTENANCE CONTRACT(CMC)
1 After the expiry of the warranty period, it will be mandatory on the part of the contractor to enter into a Comprehensive maintenance contract with AEDA for 05 years. The period of C.M.C shall start from the next day of the end of the Warranty period. The acts under Comprehensive maintenance shall be same as those of covered under warranty under clause 3.6.2 above. 2 It is mandatory for the contractor to submit a quarterly performance/ maintenance report for each system to the concerned project officer AEDA. 3 The CMC shall be executed by the firm himself or the authorized dealer/ service center of the firm in the concerned district. The CMC will include the total system including the Battery bank .
66
3.7.2 The goods supplied and works executed under this contract shall conform to the standards mentioned in the technical specification and where no applicable standard is mentioned, the latest version of Indian Standard Institution or Bureau of Indian Specification shall be applicable. 3.7.3 While in the installation the provisions of National Electric Code 2011 in general need be complied with, in particular the provision under Part 8( Solar PV power supply system) of the above mentioned Code should be strictly adhered to. 3.7.4. Safety provisions of the Central Electricity Authoritys Measure Relating to Safety and Electric Supply Regulation 2010 need be duly complied with. 3.7.5 Electrical installation works including addition, alteration and adjustment to existing installation at voltage above 250 shall be carried out by the contractor only through a licensed electrical contractor, as required under Regulation 29(1) of the above mentioned Regulations and in consultation with the Engineer-in-charge (electrical works of the Rajbhawan ) of Assam PWD.
67
such a manner as to protect them from deterioration and damage during transportation. The contractor shall be responsible for all damage due to improper packing. 3.10.2 The contractor shall inform the Director, AEDA and Project site officer regarding the probable date of each shipment of materials from his works.
3.12 INSURANCE
3.12.1 The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition; transportation and the expenses shall be borne by the contractor. 3. 12.2 The contractor shall arrange security & storage of their materials to avoid any theft or losses during execution of work. AEDA will, in no case, shall be responsible for providing any security/storage for the materials & equipments lying at site during execution of work. Under the contract contractor shall be responsible for any loss or damage until the systems/ supplies are taken over. 3.13 LIABILITY FOR ACCIDENTS AND DAMAGES During the Warrantee period, the contractor shall assume all responsibilities for direct damages covering all type of accident, injury or property damage caused by manufacturing defects or faulty installation on the systems.
any time for its convenience. The notice of termination shall specify that termination is for the purchasers convenience in the interest of AEDA.
69
3.27. NOTICES
3.27.1 Any notice to be given by one party to the other, pursuant to the contract shall be sent in writing. A notice shall be effective when delivered or from the effective date mentioned in the notice, whichever is later. 3.27.2 Notices, statements and other communications sent by AEDA to the contractor at his specified addresses through registered post/ email/ fax shall be deemed to be delivered to the contractor.
3.28. APPLICATION
These general conditions shall apply to the extent that provisions in other parts of the contract do not supersede them.
3.30.3. Any discrepancy of conditions specified by MNRE / AEDA ,observed during the period of installation and commissioning, and duly recorded by AEDA ,shall be final & binding. 3.30.4. AEDA will not pay any interest on any amount due from AEDA. 3.30.5 No price escalation due to any reason (including any change in the applicable taxes, duties, surcharge etc.) shall be considered by AEDA during the validity/ extended validity of the contract agreement 3.30.6. In the event of dispute arise during installation & commissioning of the systems related to the work and documents, decision of the Director, AEDA shall be final. 3.30.7. At the time of placing work order and during the implementation AEDA can revise the technical terms and conditions if revised by MNRE, which will be binding on the tenderers.
72
4.TECHNICAL CONTRACT
PARAMETERS
AND
SCOPE
OF
THE
5.TECHNICAL BIDS:
5.1 GENERAL
The tenderer has to execute the work as per technical requirements and scope of work specified under item 4 above and as per the technical specification of different items are provided in the Annexure I. Any deviation proposed shall be clearly indicated and described in the format provided under item 5.3 below for each item separately.
Total Harmonic Distortion Working Temperature Working Humidity Index of Protection Level Lamp Casing Life Output Luminous Lux
LED Type and make
LUMINARY TYPE Colour Temperature Colour Rendering Junction Temperature Energy Consumption Watt/ Lamp Expected Life of components Moisture , water , dust protection in case of casing damage Control Circuit Dimension Weight Photometric Curve ( should be enclosed ) Drawing / Photographs of System (should be enclosed ) Constant Voltage & Constant Current
Length Size Material Thickness of material Drawing of the pole showing all components and dimensions ( to be attached) 5.2.2 LED GARDEN LIGHTS PARAMETER Lamp rated wattage Input voltage 74 GUARANTEED SPECIFIED PARTICULARS
Input Frequency Power Factor Power Efficiency LED efficiency Total Harmonic Distortion Working Temperature Working Humidity Index of Protection Level Lamp Casing and support Life Output Luminous Lux
LED Type and make
LUMINARY TYPE Colour Temperature Colour Rendering Junction Temperature Energy Consumption Watt/ Lamp Expected Life of components Moisture , water , dust protection in case of casing damage Control Circuit Uniformity (Min / Avg) Uniformity (Min / Max ) 5.2.3 CABLES, EARTHING AND ACCESSORIES : A list of materials to be used with ratings and specification should be submitted .
Provision
Deviation proposed
75
6. PRICE BID:
Bidding Schedule Sr. Name of work No Cost (Rs.) 5years CMC (Rs.) Total Cost (including 5 yrs. CMC) (Rs.)
Design, manufacture, Supply, Installation, Testing & Commission of 20 Nos.AC LED 5W Garden Lights and 15 Nos AC. LED 20W Street Lights complete with poles ,cables and other accessories
N.B. Rate should be quoted inclusive of all applicable taxes including service tax etc.
76
PARAMETER Lamp rated wattage Input voltage Power Factor Power Efficiency LED efficiency Dispersion Angle Total Harmonic Distortion Working Temperature Working Humidity
Life
> 24 lux and > 40% uniformity High Power high quality LEDs made by reputed companies like Nichia /Cree / Osram / Samsung / Philips Lumileds / Luxeon or of equivalent quality which generates minimum heat should be used. 5500 K - 6500 K (Use of LED which emits ultraviolet light is not permitted)
Colour Temperature
77
>75 < 60 C Passive electronics components life greater than >100,000 hours (circuit diagram) The casing shall be so designed and constructed that there is no water stagnation anywhere. The entire housing shall be dust and water proof having IP 65 protection as per IEC 60529 Constant Voltage & Constant Current 40 % 33%
ii) POLES FOR STREET LIGHTING : (a) 7 Meter ISI marked Swaged Steel Tubular Pole as per IS-2713/1983 (Part-II) as amended from time to time along with cap welded on top and base plate of designation 410SP- 3 alonng with arm for the Lighting Fixture Fitting. (b) Erection: Erection of pole including digging of pit to the depth of 1/6 of the pole length, muffing of pole with CC: 1:2:4 from bottom to 450 mm above from ground level as per standard practice ( REC Specification). iii) LED GARDEN LIGHTS : PARAMETER Lamp rated wattage Input voltage Expected Input Frequency Power Factor Power Efficiency LED efficiency Total Harmonic Distortion Working Temperature GUARANTEED SPECIFIED PARTICULARS 5 Watt. 170-260 V 50 HZ +/-allowable tolerance 0.95 (Minimum) >96% 100 lumens per watt < 15 % (EMI / EMC Certification) -5 to +50 C 78
Working Humidity
10% - 90% RH (Preferably Hermetically sealed unit.) Minimum IP 65 Fitting suitable for outdoor use of a design which may add to the aesthetic of the garden.
LUMINARY TYPE
Philips, Bajaj, Wipro, Crompton Greaves, or Equivalent 5500 K - 6500 K (Use of LED which emits ultraviolet light is not permitted) >75 < 60 C < 1.2 W Per LED (Preference shall be given to minimum Watts per LED) Passive electronics components life greater than >100,000 hours (circuit diagram)
The casing shall be so designed and constructed that there is no water stagnation anywhere. The entire housing shall be dust and water proof having IP 65 protection as per IEC 60529
Colour Temperature
79
iv) CABLES: a) Specification : Supply, installation, storing, laying, fixing, jointing / Termination testing and commission of medium voltage, PVC insulated, PVC sheathed copper conductor Cables laid in built up digging directly to structures. Cables of minimum 2.5 Sq mm size shall be used. All cables laid underground shall be steel armored. Conductors shall be insulated with high quality PVC / XLPE Base Compound Insulation and outer Sheathing compounds shall confirm IS-7098 in all respect & up to date. b) Installation : Cables shall be so laid that the maximum bending radius is 12 times the overall diameter. Cables shall be laid in a system of Trenches / Digging. Soldered jointing/termination shall be totally avoided. The armoured cable passing through the masonry chamber in which junction box is fixed shall be neatly cut. Incoming and outgoing cable ends shall be taken in the box through water proof cable glands. The cable conductors shall be provided with suitable lugs duly crimped and the lugs shall be connected in the terminal boxes in a proper manner. Wiring to the pole shall be taken by means of copper conductor wires in PVC conduit in the foundation portion and thence in the pole. v) EARTHING : All the lighting structure and metallic parts shall be suitably bonded and earthed with earthing conductors. Adequate numbers of earth electrodes should be provided. All earthing work shall be as per IS 3043-1987 .
80
GROUP C WORKS
Supply, installation and commissioning of FPC based 14 Solar Hot Water Systems, out of which 13 are 200 LPD ( 4 Sq.m) and one 100 LPD ( 2 Sq.m) aggregate capacity being 2700LPD (54 sq. m. ) . 12 systems are without electric back up and 2 systems of Governors residence are with electric backup..
81
INDEX 2. GENERAL GUIDELINES TO TENDERERS 2.1 GENERAL PARTICULARS OF TENDERER 2.2 ELIGIBILITY:PRE-QUALIFICATION REQUIREMENTS OF TENDERER 2.3 RESPONSIBILITY OF TENDERER TO STUDY SITE AND OBTAIN INFORMATION 2.4 THE TENDER DOCUMENT 2.5. PREPARATION OF TENDER 2.8 PERIOD 2.9 PRICE AND CURRENCIES 2.8 SUBMISSION OF TENDER 2.9 FORMATS OF SUBMITTING DOCUMENTS WITH THE TENDER 2.10 CHECK LIST 2.11 TENDER OPENING AND EVALUATION 2.12 CLARIFICATIONS REGARDING THE SUBMITTED TENDERS 2.13 AWARD OF CONTRACT 2.14 RIGHT TO VARY QUANTITIES 2.15 RIGHT TO ACCEPT/REJECT ANY OR ALL TENDERS 2.16 EXPENSES OF AGREEMENT 3.GENERAL CONDITIONS OF CONTRACT 3.1. PARTIES TO THE CONTRACT AND THE CONTRACT 3.2. COMPLETION PERIOD 3.3 LIQUIDATED DAMAGES 3.4. PERFORMANCE SECURITY 3.5. FORCE MAJEURE 3.6. QUALITY, WARRANTY /GUARANTEE AND ANNUAL MAINTENANCE 3.7 SAFETY, STANDARDS AND REGULATORY REQUIREMENTS 3.8 INSPECTION AND TESTS 3.9 SPARE PARTS 3.10 PACKING FORWARDING 3.11. DEMURRAGE WHARFAGE, ETC 3.12 INSURANCE 3.13 LIABILITY FOR ACCIDENTS AND DAMAGES 3.14 DUTIES AND TAXES 3.15. PATENT RIGHT AND ROYALTIES: 3.16 RIGHT TO VARY QUANTITIES 3.17 LOCAL CONDITIONS 3.18 TOOLS & TACKLES 3.19 TERMINATION FOR DEFAULT 3.20. TERMINATION FOR INSOLVENCY 3.21 . TERMINATION FOR CONVENIENCE 3.22. COMPLETION OF WORK 3.23. OTHERS CONDITIONS 3.24. STATUTORY ACTS 3.25. APPLICABLE LAW 3.26. RESOLUTION OF DISPUTES / ARBITRATION 3.27. NOTICES 3.28. APPLICATION 3.29. PAYMENT TERMS 3.30 OTHER TERMS AND CONDITIONS 3. TECHNICAL PARAMETERS AND SCOPE OF THE CONTRACT 4.3 SYSTEM DESCRIPTION: 4.4 SCOPE OF WORK 4. TECHNICAL BIDS 5.1 GENERAL 5.2 SPECIFIC INFORMATION 5.3 DEVIATION STATEMENT 6. FINANCIAL BID
82
Particulars
Name osf Tenderer/Firm
Details
Postal Address
3 4 5
8 9
10 11
12
13
14
E-mail address for communication Telephone, Fax No. Name, designation & contact number of the representative of the tenderer to whom all references shall be made. Nature of the firm (Individual/ Partnership/Consortium/ Pvt. Ltd /Public Ltd. Co. /Public Sector etc.) Attach attested copy of Registration & Partnership deed/Memorandum of Association Does the tenderer fulfill the pre-qualification requirements as specified in item 2.2 below ? If Yes furnish details in a statement form item wise, with supporting documents . Amount and particulars of the earnest money deposited. a. Annual Turnover for last three years (Attach balance sheets from CA in this regard) b. Income tax returns of last three years and to be attached by the bidders. Name and address of the Indian/foreign collaboration if any. Income Tax/CST/VAT/Sales Tax Registration documents and latest clearance certificate of each (Certified copies to be furnished ) Has the tenderer/firm ever been debarred by any institution for undertaking any work? Any other information attached by the tenderer (Details and Annexure / page no. where its enclosed) Does tenderer have any relative working in AEDA? If yes state the name and designation.
83
2.2.4 The tenderer should have adequate financial stability and status to meet the financial obligations pursuant to the scope of work. The firm must have annual turnover of minimum 30 Lacs during last three years. Document in this regard shall be submitted as given in Sl. No. 9 under item 2.1 above. 2.2.5 Has adequate local service setup to provide dependable and quick after sale services including necessary repair and maintenance of the system to be installed and submit necessary documents regarding such setup. 2.2.6 The above stated requirements need be fulfilled by the tenderer as pre qualification requirement, AEDA may also ask for any additional information as may be deemed necessary. 2.3 RESPONSIBILITY INFORMATION: OF TENDERER TO STUDY SITE AND OBTAIN
2.3.1 The tenderer must obtain for himself on his own responsibility and at his own expense all the information which may be necessary for the purpose of filling this tender and for entering into contract for the execution of the same .He must inspects the site of the work. The visit to the site may be undertaken with prior intimation to AEDA or concerned Department as may be advised by AEDA. The tenderer shall be deemed to have carefully examined the works and site conditions, the general and the special conditions, specifications and schedules and shall be deemed to have visited the sites of the work and to have fully informed himself regarding local conditions and carried out his own investigations to arrive at rates quoted in the tenderer.
2.3.2 If tenderer shall have any doubt regarding this project in any matter regarding the general conditions or the special conditions, or the scope of the work or the specifications, or any other matter concerning the contract, he shall attend the Pre-Bid meeting. Once the Tender is submitted, the matter will be decided according to the Tender conditions in the absence of such authentic pre-clarification.
84
addition to the invitation of tender, the tender document includes the various other documents as given in the table of particulars of tender (item2.1). 2.4.1.2 The tenderer is expected to examine all instructions, terms and conditions, specifications, forms and formats etc as mentioned/ enclosed in the tender document. Failure to furnish all information required in the tender document or submission of a tender not substantially responsive to the tender document in every respect will be at the tenderers risk and is likely to result in out-right rejection of the tender.
2.4.2 INFORMATION REQUIRED WITH THE TECHNICAL BID OF THE TENDER 2.4.2.1 The tender shall clearly indicate the name of the manufacturer, type and model of each principal item or equipment proposed to be supplied. The tender may also contain details of specifications and other comprehensive descriptive materials in support of technical specifications. 2.4.2.2The above information may be provided by the tenderer in separate sheets, specifications, catalogues etc. 2.4.2.3 Any tender not containing sufficient descriptive material to describe the proposed equipment may be treated as incomplete and hence may be rejected. Such descriptive materials and specifications submitted by the tenderer will be retained by AEDA. Any deviations from these will not be permitted during the execution of contract, without specific written permission of AEDA.
2.4.3 CLARIFICATION ON TENDER DOCUMENT 2.4.3.1 Any prospective tenderer requiring any clarification on the tender document regarding various provisions / requirements/ preparation/ submission of the tender, may contact AEDA in writing by letter or fax/ email within one week (7 days) from the date of publication/up-loading of tender at Website. Queries received later shall not be entertained. 2.4.3.2 Verbal clarifications and informations shall not be entertained in any way.
2.4.4 AMENDMENTS IN TENDER DOCUMENT 2.4.4.1 At any time prior to the due date for submission of the tender or even prior to the opening of the financial bid, AEDA may for any reason, whether at its own initiative or as a result of a request for clarification/ suggestion by a prospective tenderer, amend the tender document by issuing a notice.
85
2.4.4.2 The amendments will be notified on the website at least 3 days before the proposed date of submission of the tender. AEDA will bear no responsibility or liability arising out of non receipt of the information in time or otherwise. If any amendment is required to be notified within 3 days of the proposed date of submission of the tender, the last date of submission shall be extended for a suitable period of time. 2.4.4.3 In case amendments is notified by AEDA after received of the tender (prior to the opening of financial bids), all the tenders received by AEDA shall be returned in sealed condition to the concerned tenderer through registered post or courier, for getting their offer revised according to the amended terms and conditions.
The tender prepared by the tenderer along with all the related documents shall be in English. Unit measurements shall be metric in accordance with International System. All correspondence between the tenderer and AEDA shall also be in English. The original copy of the tender should be clean computer print out. The tender shall contain no interlink actions, erasers or overwriting except as necessary to correct the errors made by the tenderer in the preparation of tender. The person or persons signing the tender shall sign at all such corrections.
2.11.3 SIGNING OF TENDER The tender must contain the name and places of business of the firm/person/persons participating in the tender and must be signed with the legal name of the corporation/ company by the President/ Managing Director/ Secretary of the firm or a person duly authorized to bid. In case of authorized person the letter of authorization supported by power-of-attorney should be enclosed with the tender. The person or persons signing the tender shall initial all pages of the tender document. Tender by a partnership firm must be supported by a partnership deed. 2.11.4 EARNEST MONEY 2.5.3.1 The tenderer shall furnish earnest money as mentioned in the Particulars of Tender in the form of demand draft from any bank in favour of Director, Assam Energy Development Agency, Guwahati, with his tender. Tenders without EMD shall be rejected by AEDA as being non-responsive. No interest shall be paid by AEDA on the amount of earnest money deposit. The format for submitting earnest money is incorporated under item 2.9.4 as Format C. 2.5.3.2 The earnest money may be forfeited:e) If a tenderer withdraws his tender during the specified period of validity of offer. f) If the successful tenderer fails to sign the contract agreement within stipulated period. 2.5.3.3 The earnest money of the successful tenderer shall be released at the time of signing of the agreement with AEDA. At this time, the tenderer shall have to deposit security money amounting to 10% of the value of the work in the form of demand draft from any bank in favour of Director, Assam Energy Development Agency, Guwahati. No interest shall be paid by AEDA on the amount of security money deposit. 86
2.12
2.12.2 Validity of the offer should be Six (06) months from the date of opening of the Technical bid , without which the tender will not be accepted. 2.12.3 In exceptional circumstances, AEDA may solicit the consent of the tenderer to an extension of the period of validity of offer. The request and the response there of shall be recorded in writing.
The tenderer shall submit a tender under cover of a letter in the Format I provided under item 2.9.1 2.14.2 DECLARATION BY THE TENDERER The tenderer shall incorporate a declarations as an Affidavit with the tender in the Format D under item 2.9.5. 2.8.3 SEALING AND MARKING OF TENDER 2.8.3.1 The tender must be complete in all technical and commercial respect and should contain requisite certificates, drawings, informative literature etc. as required in the tender document. 2.8.3.2 First sealed envelope (Part-I) should contain cost of the tender document (In case its downloaded from website), requisite earnest money, brochures, literature and other documents regarding technical specifications. It should be subscribed with TENDER NO. AEDA/319/2010/45 Dtd.2.9.2013 'Earnest Money and Technical Bid Group-C'. 2.8.3.3 The complete tender document in original (excluding financial bid) issued by AEDA or downloaded from the website should be submitted by the tenderer in the first envelope (Part- I) after furnishing all the required information on relevant pages. Each page of the tender document should be signed & stamped. Tenders with any type of change or modification in any of the terms/ conditions of this document shall be rejected. If necessary, additional papers may be attached by the tenderer to furnish/ submit the required information. Any modification /change proposed may be incorporated in the Deviation Statement at Sl. 5.3 .
87
2.8.3.4 Second sealed envelope (Part-II) should contain financial bid only. It should be subscribed with TENDER NO. AEDA/319/2010/45 Dtd.2.9.2013 and Financial bid Group-C. The tenderer should submit his duly signed and stamped financial bid on the financial bid format attached with this tender document, after writing the price only. 2.8.3.5 Any term/condition proposed by the tenderer in his technical bid which is not in accordance with the terms and conditions of the tender document or any financial conditions, payment terms, rebates etc. mentioned in financial bid shall be considered as a conditional tender and will make the tender invalid. 2.8.3.6 Both the above sealed envelopes i.e. Part-I and Part-II will be sealed in another one envelope, subscribed with TENDER NO. AEDA/319/2010/45 Dtd.2.9.2013 and Name of Work................................ This envelope shall be addressed to the Director, Assam Energy Development Agency, Bigyan Bhawan, G.S. Road, Guwahati 781005. 2.8.4 DEADLINE FOR SUBMISSION OF TENDER 2.8.4.1 Tender must be received by AEDA within the date & time of submission as specified in tender document. 2.8.4.2 Any tender received after the specified date & time of submission will be rejected and returned unopened to the tenderer.
88
FROM :- (Full name and address of the tenderer) M/s. . .. To, The Director Assam Energy Development Agency Bigyan Bhawan, G.S. Road, Guwahati 781005 Subject: - Offer in response to Tender Notice No. Sir, We hereby submit our offer in full compliance with terms & conditions of the attached tender. The tender is being submitted in two separate and sealed envelopes marked Part-I & Part-II.
89
DECLARATION (To be submitted on Rs. 100/- stamp paper) We are a established manufacturer of Solar Hot Water System having factory at.
Document (certified copy) in respect of our recognition/authorization of Ministry of New and Renewable Energy (with validity upto ) is enclosed herewith.
Hereby authorize M/s._______________________________ (name & address of distributor / agent) to bid, negotiate and conclude the order with you as our authorized agent. We shall remain responsible for the tender/ Agreement negotiated by M/s ___________________________, jointly and severely. No company or firm or individual other than M/s ______________________________ are authorized to bid, negotiate and conclude the order in regard to this business against this specific tender as for all business in the entire territory of India. In case duties of the agent/distributor are changed or agent/ distributor is changed it shall be obligatory on us to automatically transfer all the duties and obligations to the new Indian Agent failing which we will ipso-facto become liable for all acts of commission or omission on the part of new Indian Agent/ distributor.
[Name & Signature] for and on behalf of M/s. ___________________ [Name of Principal Organisation]
Date:
Place:
90
2.9.3 FORMAT FOR WORK EXPERIENCE( Reference item no-2.2.3) FORMAT B Name of the Organisation Solar Hot Water System installed during last 3 years Sr. Name Name & Contact Size of Value Start Date of Present of date completion functional No of the Address telephone System Project of the Number (size of works status Client of the collectors in Rs client in SqM)
Note : Attach relevant Work Order and completion certificates from the implementing Agency/ Owner for works in previous 3 years.
91
2.9.5 FORMAT OF DECLARATION BY THE TENDERER AS AN AFFIDAVIT WITH THE TENDER (Reference Item no 2.8.2) FORMAT D (Declaration by the Tenderer) I/We . (Hereinafter referred to as Tenderer) being desirous of tendering for the work, under this tender and having fully understood the nature of the work and having carefully noted all the terms and conditions, specifications etc. as mentioned in the tender document do hereby declare that1. The tenderer is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document and accepts all risks, responsibilities and obligations directly or indirectly connected with the performance of the tender. 2. The tenderer is fully aware of all the relevant information for proper execution of the proposed work, with respect to the proposed place of works/ site, its local environment, approach road and connectivity etc. and is well acquainted with actual and other prevailing working conditions, availability of required materials and labour etc. at site. 3. The tenderer is capable of executing and completing the work as required in the tender and is financially solvent and sound to execute the tendered work. The tenderer is sufficiently experienced and competent to perform the contract to the satisfaction of AEDA. The tenderer gives the assurance to execute the tendered work as per specifications, terms and conditions of the tender on award of work. 4. The tenderer has no collusion with other tenderers, any employee of AEDA or with any other person or firm in the preparation of the tender. 5. The tenderer has not been influenced by any statement or promises by AEDA or any of its employees but only by the tender document. 6. The tenderer is familiar with all general and special laws, acts, ordinances, rules and regulations of the Municipal, District, State and Central Government that may affect the work, its performance or personnel employed therein. 7. The tenderer has never been debarred from similar type of work by any Government undertaking /Department. (An undertaking on Stamp paper in this regard shall be submitted) 8. The tenderer accepts that the earnest money may be absolutely forfeited by AEDA if the tenderer fails to sign the contract or to undertake the work within stipulated time. 9. This offer shall remain valid for acceptance for 6 (Six) months from the proposed date of opening of the Technical Bid. 10. All the information and the statements submitted with the tender are true. (Signature of Tenderer)
Seal 92
7. Forwarding Letter in Format I . 8. oc!ment to "e #!"mitted in En$e%ope I i) IPO of Rs. 20 /- in favour of Director, AEDA. ii) en!er fee "a#$ent !ocu$ent if en!er !o%n &oa!e! fro$ internet iii) 'enera& "articu&ars of t(e ten!er in )or$at un!er ite$ 2.* %it( t(e fo&&o%in+ !ocu$ents in reference to ite$s of t(is )or$at a. Atteste! co"# of !ocu$ent re+ar!in+ status of )ir$, Re+istration ,ertificate, -OA etc. .. Detai&s re+ar!in+ fu&fi&&$ent of "re/ua&ification re/uire$ent in state$ent %it( su""ortin+ !ocu$ents . c. Detai&s of annua& turnover for &ast t(ree #ears %it( su""ortin+ !ocu$ents . !. Detai&s of Inco$e a0/,1 /2A / 1a&es a0 Re+istration !ocu$ents an! &atest ,&earance certificate 3P(otoco"ies to .e su.$itte!). iv) )or$at of Aut(orisation fro$ Princi"a& Or+anisation in )or$at A . v) 4or5 e0"erience in )or$at 6. vi) 7etter of aut(ori8ation su""orte! .# "o%er-of-attorne#3in case of aut(ori8e! "erson). vii) ,o"# of "artners(i" !ee! in case of ten!er .# a "artners(i" fir$. viii) Dec&aration of ten!erer in t(e )or$at D . i0) An# ot(er infor$ation an! !ocu$ent 36roc(ures , 7iteratures etc. ) to .e se"arate&# &iste!. 0) Tec&nica% 'id a# detai%ed in item ( 9. Docu$ent to .e su.$itte! in Enve&o"e II iii) )inancia& 6i! as !etai&e! in ite$ :
93
94
95
price of the un-performed work/ services for each week of delay until actual completion of work, up to a maximum deduction of 10%. Once the maximum is reached, AEDA may consider termination of the contract.
3.6.1.4 Repeated and unjustified delays in rectifying defects may lead to cancellation of the contract, recovery of losses and imposing of additional penalty. In such circumstance AEDA shall have the full liberty to recover the losses/penalty from the contractor pending claims, security deposit or in other law full manner. The amount of losses/penalty shall be decided by Director, AEDA and will be binding on the contractor. 3.6.2 WARRANTY It is an essential part of the contract that the tenderer shall provide warranty of the system as a whole for 2 years . The 2 yr warranty shall cover the following:. 12) Monthly checking up and replacement of the any defective component or subcomponents of the system as per requirement, for proper operation of the system. 13) The scope of work includes repairing/replacement to make the system functional within warranty period whenever a complaint is lodged by the user. The contractor shall attend the same within a reasonable period of time and in any case a breakdown shall be rectified within a period not exceeding 3 days. 14) In case of any damage or breakage of the component due to negligence or fault of beneficiary or theft etc, the same shall be replaced at users cost. 15) If the system or any component of it, is found damaged/defective due to non maintenance and repaired by the contractor, the cost for correcting the breakdown system (including component/material cost) will be deducted from contractors payment/security deposit. 16) The safety and security of the system shall be sole responsibility of the user and any loss or damage of any component /material should be brought to the notice of AEDA by the contractor by a written intimation, immediately on such event coming to his knowledge.
3.6.3 COMPREHENSIVE MAINTENANCE CONTRACT (CMC)
1 After the expiry of the warranty period, it will be mandatory on the part of the contractor to enter into a Comprehensive maintenance contract with AEDA for 05 years. The period of C.M.C shall start from the next day of the end of the Warranty period. The acts under Comprehensive maintenance shall be same as those of covered under warranty under clause 3.6.2 above. 2 It is mandatory for the contractor to submit a quarterly performance/ maintenance report for each system to the concerned project officer AEDA. 3 The CMC shall be executed by the firm himself or the authorized dealer/ service center of the firm in the concerned district. The CMC will include the total system including the Battery bank .
98
such a manner as to protect them from deterioration and damage during transportation. The contractor shall be responsible for all damage due to improper packing. 3.10.2 The contractor shall inform the Director, AEDA and Project site officer regarding the probable date of each shipment of materials from his works. 99
3.12 INSURANCE
3.12.1 The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition; transportation and the expenses shall be borne by the contractor. 3. 12.2 The contractor shall arrange security & storage of their materials to avoid any theft or losses during execution of work. AEDA will, in no case, shall be responsible for providing any security/storage for the materials & equipments lying at site during execution of work. Under the contract contractor shall be responsible for any loss or damage until the systems/ supplies are taken over. 3.13 LIABILITY FOR ACCIDENTS AND DAMAGES During the Warrantee period, the contractor shall assume all responsibilities for direct damages covering all type of accident, injury or property damage caused by manufacturing defects or faulty installation on the systems.
100
any time for its convenience. The notice of termination shall specify that termination is for the purchasers convenience in the interest of AEDA.
profit which he might have made if he had been allowed to complete all the work awarded to him. 3.23.3 Fulfillment of various requirements, not particularly mentioned in the specifications or drawings but necessary for satisfactory and proper completion of the work shall be the contractor's responsibility within the prices offered by him. But additional works beyond the scope and essence of this contract shall be carried out by the contractor as extra items. For such works the rates shall be decided by AEDA and shall be binding on the contractor. 3.23.4 Work carried out without AEDAs approval shall not be accepted and AEDA shall have rights to get it removed and to recover the cost so incurred from the contractor. 3.23.5 The contractor shall not display the photographs of the work and not take advantage through publicity of the work without written permission of AEDA. 3.23.6 The contractor shall not make any other use of any of the documents or information of this contract, except for the purposes of performing the contract. 3.23.7 AEDA will not be bound by any Power of Attorney granted/ issued by the contractor or by any change in the composition of the firm made during or subsequent to the execution of the contract. However recognition to such Power of Attorney and change (if any) may be given by AEDA after obtaining proper legal advice, the cost of which will be chargeable to the contractor concerned.
102
3.27. NOTICES
3.27.1 Any notice to be given by one party to the other, pursuant to the contract shall be sent in writing. A notice shall be effective when delivered or from the effective date mentioned in the notice, whichever is later. 3.27.2 Notices, statements and other communications sent by AEDA to the contractor at his specified addresses through registered post/ email/ fax shall be deemed to be delivered to the contractor.
3.28. APPLICATION
These general conditions shall apply to the extent that provisions in other parts of the contract do not supersede them.
3.30.5 No price escalation due to any reason (including any change in the applicable taxes, duties, surcharge etc.) shall be considered by AEDA during the validity/ extended validity of the contract agreement 3.30.6. In the event of dispute arise during installation & commissioning of the systems related to the work and documents, decision of the Director, AEDA shall be final. 3.30.7. At the time of placing work order and during the implementation AEDA can revise the technical terms and conditions if revised by MNRE, which will be binding on the tenderers.
104
5.TECHNICAL BID:
5.1 GENERAL The tenderer has to execute the work as per technical requirements and scope of work specified under item 4 above and as per the technical specification of different items are provided in the Annexure I. Any deviation proposed shall be clearly indicated and described in the format provided under item 5.3 below for each item separately.
1. Solar Flat Plate Collector a) Cover plate: b) Collector Box c) Absorber: d) Sheet for absorber e) Collector box insulation: f) Gaskets and Grommets: 2. Insulated hot water storage tank a) Inner tank material b) Inner tank thickness c) Inner tank welding d) Storage tank capacity e) Thermal insulation of tanks: f) Outer cladding & Frames : 3. System inter connecting piping 4. Support structure (for Collectors, piping, tanks etc) 5. Other components i) Electrical heaters ii)Valves iii)Any other component(s)
Note: An undertaking will be given by the manufacturer/supplier confirming the above specifications.
105
6. FINANCIAL BID:
Bidding Schedule Sr. Name of work No Cost (Rs.) 5years CMC (Rs.) Total Cost (including 5 yrs. CMC) (Rs.)
N.B. Rates should be quoted inclusive of all applicable taxes & duties, octroi, entry tax, transportation etc. Under no circumstance, Director, AEDA is responsible for providing road permit. Necessary road permit has to be obtained by the selected bidder at their own cost.
106
Annexure I
107
e) Collector box insulation: Insulation shall be provided at back and sides. Thermal Resistance (R) of insulation material shall be minimum 0.96 m square degree C/W for back insulation and minimum 0.48 m square degree C/W for side insulation. This shall be derived after determining thermal conductivity (K)value at 100 degree C mean temperature in accordance with IS:3346.Collector box insulation shall conform to sec.4 of IS: 12933(pt-2)/2003 f) Gaskets and Grommets: Gaskets and Grommets shall conform to sec.5 of IS: 12933 (pt-2)/2003. 2. Insulated hot water storage tank : a) Inner tank material : SS 304 or 316 grade min/ MS or any other material with anticorrosive coating for hard water with chlorine contents. b) Inner tank thickness : For SS minimum thickness will be 0.5 mm when using argon arc or metal inert gas for welding and 0.8 mm when using other type of welding. For MS minimum thickness will be 1.5 mm. No leakage under any kind of negative or positive pressure of water will be ensured. c) Inner tank welding : TIG / Seam/ pressurized weld (Open arc weld not permitted ) d) Storage tank capacity : Not less than system capacity. In case of ETC based system, volume of tubes & manifold not to be included in tank capacity. e) Thermal insulation of tanks: Minimum 50mm thick with CFC free PUF having density of 28-32 kg per Cu.mtr. f) Outer cladding & Frames : Al/SS/FRP or GI powder coated. MS may also be used with special anti-corrosive protective coatings 3. System inter connecting piping inch (12mm) to 2 inch (50mm) dia Polypropylene pipes conforming to latest BIS specification for use as drinking water supplying pipes and also suitable for carrying hot water up to the temperature of 120 degree centigrade without any considerable loss of temperature of hot water up to the end use point, shall be used for the hot water piping. For building water pipe the insulation shall be 50mm thick with CFC free PUF having density of 28-32 kg per Cu.mtr. 4. Support structure for Collectors, pipng, tanks etc.: Of non corrosive material or have corrosion resistant protective coating. They will be strong enough to sustain their pressure during the lifetime of system. 5. Other components: i) Electrical heaters: Electrical heater shall be ISI marked. Electrical heater backup shall be 1 nos. each of rating 2 KW for both 100 LPD and 1 no each of rating 3 KW for 200 LPD,. 108
ii)Valves Suppliers shall furnish 2 valves, one for inlet and one for outlet . The valves shall be full valves , ISI marked. iii) Any other component(s) : Other components essential for completion of the system shall be of ISI marked or as far as practicable. AEDA may approved non-ISI marked material ascertain quality .
109