As per LM80 report LM80 LM 80 test report to be of chip submitted

advertisement
TECHNICAL SPECIFICATIONS - SELF-BALLASTED 7W LED LAMP FOR DOMESTIC
USE
1. Bidder to give 3 years free replacement warranty Certificate for each Batch of bulbs
supplied.
2. Bidder to submit Test Certificate for the parameters given below from a NABL certified
Lab as per the testing protocol mentioned in the tender document below.
Parameters
Cool White LED
bulb requirements
Applicable IS
Light Source
SMD LED Chip
LM80/ 16106
LED Make
LED
Efficacy
reputed
Major
manufacturers subject to
technical due diligence
by EESL (Maximum of 3
LED Chip Suppliers are
accepted).
LED Chip Package
supplier should have
an active marketing
office in India for
last
2
atleast
years.Proof should be
the
for
provided
chip
same.The
manufacturer should
also hold the patent for
the Chip offered or
written
hold
Crosspermission/
License from the
original manufacturer/
designer of the Chip
for manufacturing the
offered design.
EESL Reserves the
right to reject any Chip
proposed by Bidders.
Minimum 120Lm/W.
Chip
Lumen maintenance
@ 85°C for LED chip
As per LM80 report
of chip
Junction As per manufacturer's
Max.
test report at maximum
temperature .
ambient temperature but
exceed
not
should
maximum rated Junction
temperature of chip used
Minimum 25,000
Lamp Life Hrs
Documents to be submitted by
Bidder
all
of
**(Submission
documents are mandatory)**
LED technical datasheet including
packaging details to be submitted.
LED Chip manufacturer to provide
an authorization letter in favor of
bidder stating their supply support
for execution of project.
LM-80 test reports should have an
of
accreditation
I LAC/MRA/KO LAS/EPA
International Certifying Agencies
Bidder to submit LED chip
manufacturer's credentials viz.
proof of supplies made to Indian
and
companies
lighting
recommendations from other
Lighting manufacturers along with
the technical bid.
Efficacy at actual
driving
LED
condition.
LM80
LED Technical Datasheet for
the LED light source
intended for supply for the
project to be submitted.
LM 80 test report to be
submitted.
Manufacturer test report to
be submitted.
16102-2
16106
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
and
TM-21 test results to be
submitted.
SECTION - 4 (Technical
& SCC)
Pagel 5 of 32
1.Bidders has to compulsorily submit the Third Party NABL Accredited Lab Test Reports conforming
following technical specifications and consolidated LAB report for the offered LED Bulb has to be
structured in the same sequence.
2. Following parameters to be checked as compliance check by TPL NABL accredited lab.
'Working humidity' ,'Working temperature'
'LED chip wattage' Operating voltage range', 'Voltage range for lamp on and safety. Above parameters
compliance.
its
check
RfP
parameters
to
construing
shall
be
tested
Driver efficiency > 85% - As per IS 15885.
3. For parameters which are not covered under LM-79 i.e., non-time bound test parameters, a
compulsory in-house test reports to be submitted, which will indicate compliance with all
technical parameters as per EESL technical specification at the time of bid and also TPL NABL
accredited lab test reports for the same parameters before commencement of supply.
(Incase bidders intends to source different LED light source for LED Bulbs manufacturing, then bidders
shall submit separate NABL test reports for each such LED Bulb samples AT THE TIME OF BID)
3. Bidder to clearly state the actual driving forward current, forward voltage and wattage of the
Chip and also give an undertaking that the Chip supplied in the Bulb is not being overdriven. The
bidder to also produce the LM80 report data with TM-21 at the declared driven current at 55, 85
and 105 °C.
I amp 'Nattage
7W (Suitable to 16102-1 and 16102-2
NABL Test Report
replace 60 W ICL
NABL Test Report
CCT
Cool white (5700K, 16102-2 CCT range as
'er standard or ANSI.
6500K)
at
NABL Test Report
< 1w ±10
Recommended
LED
Chip
driving
actual
Wattage
condition. Bidder to
clearly state the drive
current and voltage to
establish the actual
chip wattage. The
drive current should be
the
less
than
lmaxiumum
rated
forward current for the
Chip and the Bidder to
separately declare the
drive current, voltage,
wattage and also
produce the LM80
data with TM-21 at this
drive current at 55, 85
& 105 C. If it is found
that the bidder intends
to or has over-driven
the Chip in the
supplies made, strict
penal action shall be
taken including but not
limited to rejection of
bid, cancelling order
nd invoking the BG.
NABL Test Report
16102-1
B22d
Base Cap
(Bayonet Cap)
NABL Test Report
IP20
Ingress
Protection
NABL Test Report
16102-2 and 16106
600 Lumens
Rated Luminous
flux
Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page16 of 32
a
CRI (Typical)
Beam angle
Total Harmonics
Distortion
Driver Efficiency
Minimum 80
> 120°
Maximum 20%
16102-2 and 16106
16102-2
16102-2
NABL Test Report
NABL Test Report
NABL Test Report
>85%
IS 15885
NABL Test Report
16102-2 and 6873 part
5
Minimum 80% after 6000 16102-2 and 16105.
Lumen
Maintenance @ hrs.(Indoor application).
ambient Intermittent test results
25°C
at every 1000hrs to be
(±2°C)
reported.
EMC
PF
Operating
Voltage Range
Voltage Range
for Lamp "ON"
and Safety
Rated Voltage for
Performance and
Life Time
Surge Voltage
Working Temp
Temperature for
Performance
Measurement
Temperature for
Safe Operations
Working
Humidity
Marking
Safety
Requirement
Temperature
Cycling test and
supply voltage
switching test
Table 6 and 7
Minimum 0.9
100 V — 300 V
16102-2
16102-2
NABL Test Report
NABL ( Lab may certify that, if the
samples are still under testing or
else intermittent test results at
every 1000hrs to be reported, if
sample has crossed such testing
intervals)
NABL Test Report
NABL Test Report
100 V — 300 V
NABL Test Report
220 V — 240 V
NABL Test Report
Withstand 2.5 kV
-10 to 45 deg C
25°C (±2°C)
NABL Test Report
NABL Test Report
NABL Test Report
-10 to 45 deg C
NABL Test Report
10% - 90% RH
NABL Test Report
Table 1
All Test
(1) Product shall be
subjected to - 10 °C for 1
hrs, then switch to 50 °C
for 1 hrs.Total 5 cycles
(2)30 Sec On and 30 sec
Off. For 12500 cycles At
the end of test as per (1)
and (2) , no visual
be
shall
damage
observed and lamp shall
alight for more than 15
min after test.
be
shall
Product
Accelerated
operational life operated continuous for
6000hours. Test has to
test.
conduct at 45°C At the
end of test , no visual
be
shall
damage
observed and lamp shall
alight for more than 15
min after test.
16102-2
16102-1
NABL Test Report
NABL Test Report
IS 16102 (Part 2)
NABL Test Report
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
NABL Test Report ( Lab may
certify that, if the samples are still
under testing or else intermittent
test results at every 1000hrs to
be reported, if sample has
crossed such testing intervals)
SECTION - 4 (Technical
& SCC)
Pagel 7 of 32
Adequate
electric
protection
di- (Isolation-minimum 1.5
KV di-electric resistance)
to be provided in the
bulb design to prevent
any possibility of electric
shocks to user from
or
short
leakage
circuiting from lamp
body.
NABL Test Report
Please provide the all above-mentioned test results in table format which is given below.
But all the supporting documents such as laboratories reports have to be submitted with
bid.
S.No.
Test Name
Test
Results Test Date
(Value/Complie
s/Satisfactory)
Name of Laboratory
5. GENERAL REQUIREMENT
a. The Lamp housing or heat sink shall be made up of stainless steel or aluminium or
any other material made from either extruded or pressure die casted or any
manufacturing process to withstand lifetime performance and having high thermal
conductivity material.
b. Suitable diffuser may also be provided to increase the illumination, uniformity and
distribution.
c. Design of the thermal management shall be done in such a way that it shall not affect
the properties of the diffuser and ensure adequate temperature control of bulb body
so as not to adversely impact the warranty period of 3 years.
d. The connecting wires used inside the system, shall be low smoke halogen free, fire
retardant PTFE cable and fuse protection shall be provided in input side.
e. The LED Chip array and the driver electronics should be on independent PCB
Cards.
1. REFERRED STANDARDS
IS: 513
Cold-rolled low carbon steel sheets and strips
IS 12063
Classification of degree of protections provided by enclosures.
IS 6873(Part 5)
Limits
and
methodsofmeasurementof
radio
disturbancecharacteristicofelectricallighting and similarequipment.
16102(part 1)
SelfBallasted LED lamp for General lighting Services Part-1
Safetyrequirement
IS 16102(part 2)
SelfBallasted LED lamp for General lighting Servises Part-1
Performancerequirement
General
IS 6873 (Part 5)
Equipment
for
lightingpurposes
—
EMC
immunityrequirement.
IS 13021 (Part 2)
Performance,AC
suppliedelectronics
ballast
for
tubularflourescentlamps performance requirement.
IS 10322 (Part 5/sec
Fixed general purpose luminaries
1)
Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page18 of 32
IS 10322 (Part 1)
Luminaires -General requirement and tests
IS
14700
(Part Electro Magnetic compatibility (EMC) -Limits for Harmonic current
3/sec2)
emission —THD < 15% (equipment input current 5 16 Amps. per
_phase.
Environmental Testing :Test Z- AD: composite temperature/
IS 9000 (Part 6)
humidity cyclic test
Lamp control gear: particular requirements for DC or AC supplied
IS 15885 (Part
2/Secl 3)
electronic control gear for LED modules.
IS 16104— 1 and 2
Specification for the luminaries
IS 10322
Method for random sampling
IS 4905
LED luminaire photometry measurement.
IS 16106
IS 16005/LM-80.
Lumen Maintenance >90% @ 105 degree C. as per LM-80
measurement.
IS 16108/IEC62471
Photo biological safety
2. TESTING PLAN:
Tests are classified as:
■
■
■
•
Type test
Acceptance test
Routine rest
Verification test
1) Type Test
Type tests shall be carried out to prove confirmation with the requirement of specification
and general quality/design features of the unit. In case of any change in Material or design of
unit, complete type test shall be repeated. If any sample fails in any of the type tests, fresh
samples shall be taken and tested.
IS: 16102-2
IS: 16102-1
a) Marking (see 5)
a. Marking (see 5)
b) Dimension (see 6)
b. Interchangeability (see 6)
c. Protection against electric Shock (see c) Wattage (see 8)
7)
d) Luminous Flux
d. Insulation resistance and electric e) Centre beam intensity (see 10)
strength after humidity treatment (see f) Beam angle (see 11)
8)
and
colour
g) Colour
Chromaticity
e. Mechanical Strength (see 9)
rendering index (CRI) ( see 12)
f. Cap Temperature rise (see 10)
h) Life (see 13)
g. Resistance to heat ( see 11)
i) Harmonics (see 15), and
h. Resistance to flame and ignition (see j) Emission (radiated and conducted ) of
12)
radio frequency disturbances (see 16)
i. Fault Condition (see 13)
j. Creepage distance and clearances
(see 14)
2) Acceptance Tests:
These tests are carried out by an inspecting authority at the supplier's premises on sample
taken from a lot for the purpose of acceptance of a lot. Acceptance tests shall not be carried
out from particular size from the lot on which type tests have already been conducted.
Recommended sampling plan is given below.
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page19 of 32
•
•
Sample size and criteria for conformity
The luminaries shall be selected from the lot at random. In order to ensure
randomness of selection, procedures given in IS 2500 part 1 may be followed.
IS: 16102-1
IS: 16102-2
Acceptance Test
Acceptance test
a) Marking (see 5)
a. Marking (see 5)
b) Dimension (see 6)
b. Interchangeability (see 6)
c. Protection against electric Shock (see 7)
d. Insulation resistance and electric strength
after humidity treatment (see 8)
e. Mechanical Strength (see 9)
f. Cap Temperature rise (see 10)
g- Creepage distance and clearances (see 14)
d)
d)
e)
f)
g)
Wattage (see 8)
Luminous Flux
Centre beam intensity (see 10)
Beam angle (see 11)
Colour Chromaticity and colour rendering
index (CRI) ( see 12)
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page20 of 32
3) Routine Tests:
These tests shall be performed by the manufacturer on each complete unit of the same type
and the results shall be submitted to the inspecting agency, prior to offering the lot for
acceptance test. The firm shall maintain the records with traceability.
IS: 16102-2
IS: 16102-1
Inspection Test Quantities (ITQ)
Test for Inspection Test Quality
a) Marking (see 5)
The Sampling Criteria condition of compliance
b) Interchangeability (see 6)
and tests to be carried out for ITQ shall be
c) Protection against electric Shock (see 7)
d) Insulation resistance and electric strength given in 16 and 17 of IS 16102 (part-I)
after humidity treatment (see 8)
e) Mechanical Strength (see 9)
a)
4) Verification:
LED bulb shall be verified for important design parameters as discussed above. There are
various specification in place for qualification in India and globally. In India, Bureau of Indian
Standards (BIS) has published series of 12 standards for LED based lighting products and
following two are applicable for the LED bulb.
Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page21 of 32
3. TEST SCHEDULE:
Description Test
Type Test
SL
No.
Y
Proof of procurement of LEDs
1
Safety Tests ( IS:16102-1)
2
Y
a) Marking
Y
b) Interchangeability ,
c) Protection against electric shock
d) , IR and HV test after Humidity ,
Y
e) Mechanical Strength
Y
f) Cap temperature Rise Test
g)Resistance to Heat
Y
Y
h) Resistance to Flame and Ignition
Y
i) Fault Condition
Y
j) Creepage distance and Clearance
Performance and reliability tests (IS:16102-2)
3
Y
Marking
Y
Dimension
Y
Lamp Power
Luminous flux.
Centre Beam Intensity
Y
Y
Beam Angle
CCT, Chromaticity Coordinates and CRI
Y
Lamp Life, Lumen Maintenance and Endurance
Y
test for Built-in Electronic Ballast.
Harmonics and Power Factor.
Y
Test for Emission ( Radiated and Conducted)
Y
Acceptance
Test
Y
Routine
Test
Y
Y
Y
Y
Y
Y
Y
Y
----Y
Y
Y
Y
-Y
-—
-—
—Y
-YY—
—
—
--
—
—
4. Test Procedure:
a. Visual and Dimensional Check:
The unit shall be checked visually for all dimensions as per approved design and drawing.
All the components properly secured and sharp edges shall be rounded off. Marking & rating
should be legible. Workmanship should be of good quality.
b. Proof of procurement of LEDs:
Check Document like Purchase order & invoice for the proof of Procurement of LEDs.
5. ELIGIBILITY CRITERIA:
The manufacturer shall have all the requisite testing facilities for the tests mentioned above,
preferably at their works. However, all the requisite tests may be carried out in any NABL
approved labs.
6. WARRANTY:
The system shall have warranty for satisfactory performance and manufacturing defects for
a period of 3years. The period of 3 years will start after 6 months from the date of first bulb
delivery at project site.
Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page22 of 32
]
61321
7. APPROVAL:
While seeking approval, the manufacturer shall submit the sample along-with the following:
a. Technical Catalogue of Product
b. Type Test reports of system.
c. Lumen Depreciation Curve of LEDs used (supplied by LED manufacturer)
After submission of the above, the system shall be considered for approval.
Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page23 of 32
SPECIAL CONDITIONS OF CONTRACT
1.0 TERMS OF PAYMENT: Payment towards Cost of LED Lamps delivered
A. For Supply Part Including transportation, handling and insurance etc.
Period of Payment
Implementation
phase
Payment Terms
100 % of invoice value* for
quantity supplied within 30 days
after receipt of original invoice at
Office
with
receipt
EESL
and
signed
acknowledged,
stamped by EESL authorized
designated
at
representative
stores location.
Conditions
1. Acceptance of LoA and signing of
contract agreement.
2. The successful bidder will provide
contact performance guarantee (CPG)
equivalent to 50 % of order value
(based on quantities that the bidder
indicated during the bid) to EESL
before start of supplies for five months.
3. After the supply period concludes, the
bidder's contact performance
guarantee (CPG) is reduced to 30 % of
order value as detailed below'
Note: The CPG value will be progressively
reduced in equal proportion on yearly basis
by 33 % of CPG value as project
progresses.
Illustrative Example:
If order value is Rs.100 than CPG amount
for three years will be:
Beginning of First Year: Rs 30= 30% of
Order Value
Beginning of Second Year: Rs 20= 2/3
*30% of Order Value
Beginning of Third Year: Rs 10= 1/3 * 30%
of Order Value
Note:*Cost of LED Bulb discovered through Competitive Bidding process including
transportation, loading, unloading, insurance etc. F.O.R. Project site (PAN India).
Test Certificate: Before commencing the supply, bidder must submit the final test certificate
(not more than 1 year old). Please refer the list of test certificates indicated in the technical
specifications document.
Warranty: 03 years starting after 5 months from date of delivery consignment / as defined in
the document . Warranty starts form the end of five months from the date of receipt of first lot
of bulbs at the project area till the end of project duration of 3 years. However the warranty
will also cover the initial period of five months for the bulbs receipt being considered as the
Implementation period of the project .
Price Basis
Prices to be quoted F.O.R to Destination Basis i.e. PAN India.
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page24 of 32
LIM
2.0
Liquidated Damages:
Liquidated damages applicable limited to 10 % of Total Order value in case of delay
and applicable at 0.5 % per week or part thereof of the value of stores not delivered
beyond the total delivery period of 150 days from date of LOA. However the LD will
not be applicable for the period if delay is not on bidder's part.
Price Basis
3.0
To be quoted as Firm at FOR Destination Basis i.e. F.O.R. PAN India.
4.0 Evaluation Criterion:
Tender will be evaluated for per bulb basic price. Techno-commercially suitable
bidder having the lowest basic price shall be L-1.
•
•
Bidder has to quote for Min. 7000000 (seventy lacs) and Max. 21000000 (two Crores
ten lacs) LED bulbs i.e. bidder has to supply/ quote for minimum 70 Lacs LED bulbs
and at the maximum for 2.10 Crores LED Bulbs. L1 shall be awarded with maximum
quantity mention by him from the band provided (70 Lacs - 2.10 Crores LED Bulbs).
Subsequently suitable nos. of bidders and as per the maximum quantity declared to
supply in their bid may be asked to match the price of L-1
It will be the sole discretion of EESL to award the quantity irrespective of the quantity
mentioned by the bidder and the band provided above.
5.0
Adjudicator:
Adjudicator under the contract shall be appointed by the Appointing Authority i.e. MD
(EESL). If the bidder does not accept the Adjudicator proposed by EESL, it should so
state in its bid form and make a counter proposal of an adjudicator. If on the day the
contract agreement is signed, the EESL and contractor have not agreed on the
appointment of adjudicator, the adjudicator shall be appointed, at the request of
either party, by the appointing authority specified.
6.0
Arbitration:
Arbitration shall be carried out as per Arbitration Act 1996 and its subsequent
amendment.
The Contract shall be governed by and interpreted in accordance with the laws in
force in India. The courts of DELHI shall have exclusive jurisdiction in all matters
arising under the contract.
7.0
Completion Time:
Entire material to be delivered tested and commissioned as per the delivery schedule
from the date of issue of Purchase Order/Letter of award and as per the Annexure A
of the section 4.
Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page25 of 32
8.0
Contract Performance Guarantee:
Within twenty eight (28) days of the receipt of notification of award(P.O./L.O.A.) from
EESL. the successful bidder shall furnish the Performance Security in the form of
Demand Draft/ Pay Order or Bank Guarantee for 50% of the total contract value
before start of supplies for five months. Thereafter, the bidder's contact performance
guarantee (CPG) is reduced to 30 `)/0 of the order value for three years. However, the
CPG value will be progressively reduced on yearly basis by 33 % of CPG value as
project progresses.
Illustrative Example:
If order value is Rs.100 than CPG amount for three years will be:
First Year: Rs.30.00 (30% of Rs.100)
Second Year: Rs.20.00 (Rs.30 — 33% of Rs.30)
Third Year: Rs.10.00 (Rs.20 — 33% of Rs.30)
The Bank Guarantee must be valid to cover Delivery Period + Warrantee Period +
Three Months Claim Period.
Bank guarantee shall be from any Nationalized Banks/other scheduled private banks.
EESL shall at his discretion have recourse to the said Bank Guarantee for the
recovery of any or all amount due from the bidder in connection with the contract
including of guarantee obligations.
Failure of the Successful Bidder to comply with the requirements of IFB/RfP/NIT shall
constitute sufficient grounds for the annulment of the award and forfeiture of the
Contract Performance Guarantee.
9.0
Pre-bid conference
9.1
The official representative of the Bidders (Only one per bidder) may attend the prebid conference on 13.05.2015 at 11:30 Hrs, which will take place at the following
address:
Energy Efficiency Services Limited,
4th Floor, A-13, IWAI Building, Sector-1,
Noida — 201301 (U.P.)
(Only one person from the bidder company is allowed to participate in the meeting.
Bidders are requested to send their queries at least 3 days before the schedule date
of meeting in the format attached)
9.2
The purpose of the meeting will be to clarify any issues regarding the bid process.
9.3
Record notes of the meeting including the text of the questions raised and responses
given will be transmitted to all the bidders who were present at the meeting. Based
on that, amendment can be issued in the tender documents. The clarifications that
could not be furnished during pre-bid conference will be separately communicated to
all the bidders.
9.4
Non-attendance at the pre-bid meeting will not be a cause for rejection of a Bidder.
9.5
Based on the discussion in pre bid meeting, EESL reserved the right for modification
in RFP.
Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page26 of 32
11.11.Lia
9.6
WARRANTY: 03 years starting after 5 months from date of delivery of first
consignment /As defined in the document.
10.0 The Bidder shall be deemed to have examined the Bid document, to have obtained
his own information in all matters whatsoever that might affect carrying out the Works
in line with the Technical specifications and Scope of Work specified in the document
at the offered rates and to have satisfied himself to the sufficiency of his Bid. The
bidder shall be deemed to know the scope. nature and magnitude of the work and
requirement of materials, equipment, tools and labour involved, wage structures and
as to what all works he has to complete in accordance with the Bid documents
irrespective of any defects, omissions or errors that may be found in the Bid
documents.
11.0 EESL reserve the right for quantity variation up to +/-20%. Further EESL reserve the
right to place a repeat order in case of urgency for part quantity in the Letter of Award
for similar work on same prices, terms and conditions. Also, EESL reserve the right
to ask the successful bidder to deceiver the part quantity placed on them anywhere in
territory of India on same prices, terms and conditions.
12.0
Insurance: The Goods supplied under the Contract shall be fully insured in Indian
Rupees against loss or damage incidental to manufacture or acquisition,
transportation. storage and delivery. For delivery of goods at site, the insurance shall
be obtained by the Contractor, for an amount not less than the Contract Price of the
goods from "warehouse to warehouse" (final destinations) on "All Risks" basis
including War risks and strikes.
13.0 Transportation, Demurrage Wharfage, Etc.:
Contractor is required under the Contract to transport the Goods to place of
destination defined as Site. Transport to such place of destination in India including
insurance, as shall be specified in the Contract, shall be arranged by the Contractor,
and the related cost shall be included in the Contract Price.
Successful bidder, on whom letter of award is placed, is to ensure all safety
guidelines, rules and regulations, labour laws etc. Successful bidder indemnify EESL
for any accident, injury met by its labour, employee or any other person working for
him. Any compensation sought by its labour. employee or any other person working
for him shall be paid by successful bidder as per settlement solely. EESL has no role
to play in this matter.
14.0
Successful bidder is to submit interchangeability certificate for its product supplied for
replacement during warranty and maintenance period and even when it is purchased
from open market. In case due to change in technology , the supplied product is not
available during warranty/ maintenance period than the improved version of product
can be used in warranty/ maintenance period with same or improved technical
parameters or the combination thereof after written communication of Engineer in
Charge at same cost& terms and conditions. Successful Bidder. on whom letter of
award has been placed, has also to confirm that the prices of improved version of
product is not lesser than the original product or its parts in comparison.
15.0 Subsequent to an order being placed against your quotation, received in response to
this 'enquiry', if it is found that the materials supplied are not of the right quality or not
in accordance with our specifications (required by us) or received in damaged or
broken conditions, not satisfactory owing to any reason of which we shall be the sole
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
l',i,2c27 of 32
ECM
judge, we shall be entitled to reject the materials, cancel the contract and buy our
requirement from the open market / other sources and recover the loss, if any, from
the supplier reserving to ourselves the right to forfeit the security deposit, furnished
by the supplier against the contract. The supplier will make his own arrangements to
remove the rejected material within a fortnight of instruction to do so. Thereafter
material will lie entirely at the supplier's risk and responsibility and storage charges,
along with any other charges applicable, will be recoverable from the supplier.
16.0 We reserve the right to accept or reject any quotation in full or in part without
assigning any reason thereof. We also reserve the right to split and place order on
more than one suppliers.
17.0 The bidder should not have been black-listed by Central Government or Central
Public Sector Undertakings. If at any stage of tendering process or during the
currency of the contract, any suppression / falsification of such information is brought
to the knowledge, EESL shall have the right to reject the proposal or terminate the
contract, as the case may be, without any compensation to the tenderer & forfeiture
of bid security/EMD/CPG.
18.0 Cost of tender Documents:
Interested bidders may view the tender documents at https://eesl.eproc.in or could be viewed
after following the link of he-Tendering' on EESL home page, i.e. http://eeslindia.org from
where the registered vendors [registration process is explained at EESL home page in
"E-tendering" section] with EESL will be able to download the tender documents and
submit their bids online.
The cost of tender documents is Rs. 25,000/- (Rupees Twenty Five Thousand only-Non
refundable and Non Adjustable)-which shall be payable in the form of DD/Pay order or
Banker's Cheque in favour of Energy Efficiency Services Limited issued by any
scheduled/nationalized bank payable in Noida/New Delhi (under this option the details of
DD No. & Date, amount, bankers name etc has to be submitted in relevant field/column of
online module). Tenders without this cost are liable to be rejected. It should be ensured by the
vendor that the original DD is received by EESL before opening time of techno-commercial
bids for verification of the details of DD given online by the vendors.
The tender submission, tender closing and opening will be done electronically and online.
EESL will not be responsible for any delay, loss or non-receipt of Tender Document Cost
sent by post/courier. The instrument should reach in original to EESL office before the Bid
Opening date. Bids not accompanied with the requisite tender document cost may not be
opened.
19.0 Bid Security/Earnest Money Deposit (EMD):
Amount of Bid Security: Rs. 3,40,00,000/- (Rupees Three Crores Forty Lakhs only).
The bidder shall furnish, as part of its bid, a bid security in a separate envelope. The bid
security shall, at the bidder's option, be in the form of a Banker's cheque, Demand Draft in
favour of "Energy Efficiency Services Limited- or a bank guarantee as per format at
attachment 1. Bid security/EMD shall remain valid for a period of 45 days beyond the
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page28 of 32
4
•
OEM
original bid validity period of 90 days, i.e. 135 days from date of bid opening. If there is any
extension in bid validity period, then EESL may ask the bidder to extend the validity of bid
security.
The details of EMD instrument has to be submitted in relevant field/column of online
module. Tenders without Earnest Money Deposit is liable to be rejected. It should be ensured
by the vendor that the original DD/ BG is received by EESL before opening time of technocommercial bids for verification of the details of DD given online by the vendors.
The tender submission, tender closing and opening will be done electronically and online.
EESL will not be responsible for any delay, loss or non-receipt of Tender Document Cost
sent by post/courier. The instrument should reach in original to EESL office before the Bid
Opening date. Bids not accompanied with the requisite tender document cost may not be
opened.
The bid securities of unsuccessful bidders will be returned as promptly as possible after the
award is made to lowest evaluated technically acceptable bidder.
The bid security of the successful bidder will be returned when the bidder has signed the
contract agreement, and has furnished the required performance security.
The bid security may be forfeited if:
a. If the bidder withdraws its bid during the period of bid validity as specified in
the bid.
b. If the bidder does not accept computational/arithmetical error correction made
by EESL and as explained in "Financial Evaluation" section of the Bid/ RfP
document.
c. If the bidder does not accept assumptions, estimations etc. used for evaluation
of bids as specified by EESL in tender documents and revision of his bid
accordingly, in case other assumptions are used. If the bidder does not accept
the sharing as specified in the bid.
d. If the Bidder refuses to withdraw, without any cost to the EESL, any deviation
not listed in Attachment 5 but found elsewhere in the bid; or
e. In the case of successful bidder, if the bidder fails within the specified time
limit:
•
•
To sign the contract agreement within 15 days of placement of Lol/Award
letter.
To furnish the required performance guarantee, in accordance with the tender
document.
On beh of EESL
Kumar Saurabh
Sr. Manager (Tech. & Contracts)
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page29 of 32
Format for Queries for Bidders for Pre-Bid Meeting
(Bidders are requested to send the queries 3 days in advance from the date of pre bid to the
contact points mentioned in section 1)
Name of Tender
Tender No.
Tender ID (in case of e-tender)
Bid Opening Date
Bidder's Name
Contact person from Bidder with
address, e-mail and Contact No.
Section No.
Sr. No.
Page No.
Para No/ Clause No.
Description as
Per RIP
Queries/ Clarification of
the bidder
_
Section No.
1.
Page No.
Para No/ Clause No.
2.
Page No.
Remarks
Section No.
Para No/ Clause No.
3.
Section No.
Page No.
Para No/ Clause No.
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page30 of 32
•
CCM
PRICE BID: TABLE
NAME OF WORK: Supply of 7 W LED bulbs for PAN India including cost of
manufacturing, packaging, transportation, transit insurance, loading, unloading,
testing and 3 year warranty .
NIT/Bid Document No.: EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015
SI.
No
Description of Work
A
1
Base Price per Unit
Quantity Inclusive Total Price for
proposed
of Cost of
Quantity of LED
quantity
Transportation,
Bulbs that bidder
loading/unloading, (Exclusive of all
can supply in 5
Transit Insurance, taxes and duties)
months
Handling in all over
(Nos.)
India (Exclusive of
all taxes and duties)
(In Rs.)
(In Rs.)
4= 2*3
3
2
Design, Supply, Commissioning
and Warranty Maintenance of
self-ballasted 7W LED Lamp for
domestic use [as per Technical
Specifications defined in Scope
of Work] with 3 year
standard
1 Manufacturer's
warranty.
[Quantity
Minimum
Maximum
Bulbs]
range is
7000000
21000000
from
to
LED
Total Cost as per technical specification and scope of work on F.O.R. PAN
India Basis (Rs.)
Rupees (In Words):
Note:
1. The Bidder shall indicate in the Price Bid, the unit prices in Rs. (INR) and total Bid prices of the Goods &
Services in the prescribed format only. Bidders shall quote for the complete requirement of Goods and
Services specified under the Contract on a single responsibility basis, failing which such Bids will not be
taken into account for evaluation and will not be considered for award.
2. Prices to be quoted F.O.R to FOR Destination Basis i.e.PAN India
3.
The bidder should quote for all heads in the price-bid format for which separate analysis/ reasonable
estimation of all heads should be done by the bidder before quoting the rates in the financial bid. Any
contravention may leads to rejection of offer submitted. Bidder is to arrange on its own to deliver the
material at site. No road permit is provided by EESL. No concessional sales tax form is issued by EESL.
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page31 of 32
•
ECM
4.
The taxes will be paid on actual basis as per the locations of delivery on submission of
documentary evidence.
5.
EESL does not issue any concessional sales tax form C or D or any other form.
6 EESL does not issue any Road Permit.
Deposit of statuary taxes, duties, levies etc. to government authorities shall be sole responsibility of the
bidder. However, income tax, TDS etc. will be deducted at source by EESL as per government policies.
8.
The bidder shall submit PAN and Service Tax Registration Certificate in support ofclaim of service tax.
9.
If there is a discrepancy between words and figures, the amount written in words will prevail.
10. Prices will remain firm till the execution of the contract.
I/VVe have read all the terms and conditions of the Rfp/IFB and the Annexure(s) thereto and agree to accept and
abide by the same in toto. The above quotation has been prepared after taking into account all the terms and
conditions and scope of work of the Rfp/IFB
(SEAL)
Signature of Tenderer or
Their Authorized Representative:
Dated
Name & Address of Tenderer:
Phone No:
Fax no
E-Mail.
Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015
SECTION - 4 (Technical
& SCC)
Page32 of 32
Download