TENDER DOCUMENT - Central Bank of India

advertisement
Tender no.: ZO/GAD/2015-16/
TENDER DOCUMENT
(Open Tender)
For “Supply, Installation and commissioning of 15 KW Solar
Power Plant with 05 year AMC”
Project:
CENTRAL BANK OF INDIA
Plot no. 4, Block no. 54, Desh Bandhu Gupta road,
Karol Bagh, New Delhi - 110005
1
CONTENTS
1.
NOTICE INVITING TENDER .................................................................................................................... 3
2.
SCOPE OF WORK .................................................................................................................................. 4
3.
PREQUALIFICATION CRITERIA .............................................................................................................. 5
4.
GENERAL RULES AND INSTRUCTIONS .................................................................................................. 6
5.
INSPECTION OF MATERIAL ................................................................................................................... 9
6.
WARRANTY ......................................................................................................................................... 10
7.
TOTAL SECURITY DEPOSIT .................................................................................................................. 11
8.
TECHNICAL SPECIFICATION OF 15 KWP SOLAR POWER PLANT ......................................................... 13
9.
CODES AND STANDARDS .................................................................................................................... 16
10.
SCHEDULE OF WORK ....................................................................................................................... 18
11.
SPECIAL CONDITIONS OF CONTRACT FOR GRIHA RATING ............................................................. 19
12.
ANNEXURE - I .................................................................................................................................. 21
13.
ANNEXURE - II ................................................................................................................................. 22
14.
ANNEXURE - III ................................................................................................................................ 23
15.
ANNEXURE – IV ............................................................................................................................... 24
16.
ANNEXURE – V ................................................................................................................................ 25
17.
ANNEXURE - VII ............................................................................................................................... 26
18.
ANNEXURE - VII ............................................................................................................................... 27
19.
ANNEXURE - VIII .............................................................................................................................. 28
20.
ANNEXURE – IX ............................................................................................................................... 29
21.
ANNEXURE - X: BILL OF QUANTITY.................................................................................................. 31
22.
LIST OF APPROVED MAKES/MAFACTURERS OF MATERIALS .......................................................... 34
2
1. NOTICE INVITING TENDER
Description
EMD
Cost of Bid
Document
Supply,
Installation and
Commissioning
of 15 KWP Solar
Power Plant
with 05 year
AMC.
Rs 30,000/-
Rs 200/-
Start date for
Last date and time
downloading of
for submission of
BOQ from website
Quotation
05.01.2016
05.02.16
DD detail: “Central Bank of India” payable at New Delhi.
The Bidders can download the tender documents from Bank’s website:
www.centralbankofindia.co.in
Deputy Zonal Manager
Central Bank of India
Zonal Office, Patriot house
3, Bahadur Shah Zafar Marg
New Delhi -110002
3
2. SCOPE OF WORK
The job is to supply, installation and commissioning of 15 KWP solar power plant
(without battery) at bank’s Karolbagh building with 05 year five years warrantee of
complete system and 25 years warrantee of PV modules. The power plant must be
warranted for their output peak watt capacity, which should not be less than 90% at the
end of 10 years and not be less than 80% at the end of 25 years.
05 years of AMC
Work includes testing if and where required and handing over with work completed and
in serviceable condition and functioning. Where necessary, shop drawings and samples
shall be provided by the contractor for approval by the Architect and work shall be
executed and completed in compliance with written approvals accorded.
The Bidder shall be responsible for providing all materials, equipment and spares,
services, temporary storage sheds, temporary accommodation and toilet facilities for
labour, temporary site office for self, machinery, electrical power, water, D. G. sets, fuel
supply, transportation and all incidental items not shown in the drawings / BOQ which
may otherwise be required to fulfill the intent of ensuring completion, operability,
maintainability and the liability of the complete work etc. in strict accordance with the
specifications.
Work should be done within GRIHA guidelines.
The bidder shall be responsible to acquire all the approvals from competent authorities,
if required any.
OTHER FEATURES
Any minor equipment and material may not be specifically mentioned in this
specifications but are required to make the system complete in a every respect in
accordance with technical specification shall be deemed to have been covered under
the scope of this specification and shall be provided by the tenderer / supplier within
the quoted price.
4
3. PREQUALIFICATION CRITERIA
The bidder should be:
i) A Registered Manufacturing Company/Firm/Corporation in India of SPV Cells/
Modules or PV System Electronics (Conforming to relevant National /
International Standards).
or
A PV system integrator should have experience for installation and commissioning of
1000 solar photovoltaic lighting systems.
ii) The bidder should have valid test report of SPV modules as per MNRE, GOI
latest guidelines “minimal technical requirements / standards for SPV systems /
plants to be deployed” (Test Certificate are necessary and should have been issued
on or after 1st April 2013)
iii) The Bidder should have power conditioning unit (PCU) of MNRE (GOI) empaneled
manufacturer and should have valid tests reports as per MNRE, GOI latest guidelines
“minimal technical requirements/standards (Test Certificate are necessary and
should have been issued on or after 1st April, 2015).
iv) The bidder should have valid CST/ State VAT/TIN registration certificate. A copy of
which should be enclosed.
v) The bidder shall submit a certificate that their firm has never been debarred
by any Government agencies/departments/PSUs. The bids of the debarred firm will
be rejected out rightly.
vi) The past performance of the firms shall be considered while evaluating the technical
bids. If the bidder has poor record for providing after sales services to the CBI during
last five year than their bid may be rejected out rightly.
vii) In case of system integrator, if not a manufacture of any major part solar panel and
PCU, must submit the tie-up certificate with the manufacture with assurance to
supply the offered quantity.
5
viii) Only indigenous crystalline solar PV modules are allowed.
ix) Average Annual financial turnover during the last 3 years, ending 31 March of the
previous financial year, should be of Rs 4,50,000/-.
x) Experience of having successfully completed similar works during last 7 years ending
last day of month previous to the one in which applications are invited should be
either of the following:
a. Three similar completed works costing not less than Rs 6,00,000/-.
or
b. Two similar completed works costing not less than Rs 7,50,000/-.
or
c. One similar completed work costing not less than Rs 12,00,000/-.
4. GENERAL RULES AND INSTRUCTIONS
(i) The offer shall be submitted on original tender form issued by this office, conditional
tender and tender not accompanied by EMD shall not be accepted and will be
outright rejected.
(ii) The price quoted should include all taxes and duties, custom duty, excise duty,
service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax, Surcharge on
income tax etc. if any. A supplier/ contractor shall be entirely responsible for all
taxes, duties, license fees, etc. All taxes payable as per Government income tax
& service tax norms will be payable by the contractor. If any new tax/duty is
levied during the contract period the same will be borne by the contractor
exclusively. TDS will be deducted from the payment of the contractor as per the
prevalent laws and rules of Government of India.
(iii) In the event of bid being submitted for a firm, it must be signed separately by each
member thereof, or in the event of the absence of any partner, it must be signed on
his behalf by a person holding a Power of Attorney authorized him to do so. In case
of a company, the quotation should be executed in the manner laid down in the said
6
Companies Article of Association. The signature on the quotation should be deemed
to be authorized signatures.
(iv) All columns of the technical and financial bid shall be duly filled in and there
shall be page numbering of bid document, the rates shall not be overwritten and be
both in figures and words.
(v) All corrections must be signed by the tenderers.
(vi) Material shall be strictly as per specifications. If there is anything left out
specification, prior permission is required from CBI for the same.
(vii) All disputes relating to this work shall be subject to the jurisdiction of CBI. CBI shall
be the sole arbitrator.
(viii) The entire system should be strictly as per the make mentioned in the technical
form detail and test reports submitted along with the offer. For variation of any
make, test report of the same is to be provided with prior approval of CBI.
(ix) The Dy. Zonal Manager, CBI will have the right of rejecting all or any of the
quotation without assigning reason thereof.
(x) In case of any ambiguity in interpretation of any of the clauses/ provision of
the said contract, the decision of the Dy. Zonal Manager, CBI shall be final and
binding.
(xi) It shall be the sole responsibility of the contractor to get verified the quality &
quantity of the supplied material at the site of delivery.
(xii) The Contractor shall indemnify the CBI against all third party claims of Infringement
of patent, royalty's trademark or industrial design rights arising from use to the
goods or any part thereof.
(xiii) Contractors, wherever applicable, shall after proper painting, pack and crate all the
equipment in such manner as to protect them from deterioration and
7
damage during rail and road transportation to the site and storage at the site
till time of installation. Contractor shall be held responsible for all damage due to
in proper packing.
(xiv) The contractor shall inform CBI the date of each shipment from his works, and
the expected date of arrival at the site for the information of the concerned
project offices at least 7 days in advance.
(xv) All demurrage, wharf age and other expenses incurred due to delayed clearance of
the material or any other reason shall be to the account of the contractor.
(xvi) The goods supplied under the contract shall be fully insured against loss or damage
incidental to manufacture or acquisition, transportation, shall be included in the
bid price.
(xvii) CBI may at any time terminate the contract by giving written notice to the
contractor without compensation to the contractor, if it becomes bankrupt
or otherwise insolvent, provided that such termination will not prejudice or
affect any right of action or remedy, which has accrued or will accrue thereafter to
the CBI.
(xviii)CBI, may by written notice sent to the supplier, terminate the contract, in whole or
in part at any time for its convenience. The notice of termination shall specify that
termination is for the purchaser’s convenience in the interest of CBI.
(xix) To assist in the examination, evaluation and comparison of bids the CBI may
at its discretion ask the bidder for a clarification of its bid. The request for
clarification and the response shall be in writing.
(xx) At any time prior to the submission of the tender or prior to the opening of
the financial bid the CBI may, for any reason, whether at its own initiative
or in response to a clarification requested by the Bidder, modify the Tender
documents by amendments.
(xxi) The quantity of supply mentioned in the contract is tentative which can be
increased or decreased.
8
5. INSPECTION OF MATERIAL
The material will be dispatched by the supplier after inspection by the Dy. Zonal
Manager CBI or his/ her representative at his office/at site and acceptance of the same.
The supplier shall give pre-dispatch inspection notice before or at least 15 days prior to
the last date of supply of material. The material shall be supplied within 14 days from
the date of inspection/ acceptance of material and shall be governed with CPWD
guidelines. The supplier shall provide without any extra charge, all materials, tools,
testing equipment’s, labour and assistance of every kind which the inspecting officer
may consider necessary for any test or examination. CBI can also get the systems tested
from any Govt. approved test center/ laboratory and the expenses shall be borne by the
supplier. Rejected material (if any) will have to replace by the supplier at its cost within
a week time.
In case the material offered for inspection fails to meet the specifications stipulated in
Contract and the samples are rejected by the Inspecting Committee, the Indenting
Department will have the right to levy a penalty at 0.1% of the order value. In case the
material offered for inspection fails during the 2nd inspection also, the Indenting
Department will have the right to increase the penalty to 0.25% of the order value. In
case, the material offered fails during the 3rd and final inspection also, the firm will be
liable for penal action including forfeiture of EMD, risk purchase, debarring/blacklisting
in future, and no further opportunity for inspection will be provided to the supplier firm.
The supplier shall provide the details of serial nos. of Modules and BOS at the time of
inspection to the inspection committee.
9
6. WARRANTY
(i) The supplier shall warrant as per standards for quality that anything to be
furnished shall be new, free from all defects and faults in material, workmanship and
manufacture, shall be of the highest grade and consistent with established and
generally accepted standards for material of the type ordered, shall be in full
conformity with the specifications, drawing or samples, if any and shall if operable,
operate properly.
(ii) Performance of Equipment: In addition to the warranty as already provided, the
supplier shall guarantee satisfactory performance of the equipment and shall be
responsible for the period of 05 years such defects shall be removed at his own cost
when called upon to do so by the CBI.
(iii) The contractor/supplier shall continue to provide spare parts after the expiry of
warranty period at the users cost. If the contractor fails to continue to supply spare
parts and services to users then CBI shall take appropriate action against the firm.
(iv) The warranty period shall be 25 Years for the PV modules and 5 years for
complete system from the date of supply of the systems. The contractor shall
rectify defects developed in the system within Warranty period promptly. During
the warrantee period, the firm shall ensure proper functioning of the systems and
complaint, if any, forwarded to the supplier against the system, will have to be attended
within 15 days.
10
7. TOTAL SECURITY DEPOSIT
The total security deposit shall comprise of:
a) Earnest Money Deposit
b) Initial Security Deposit
c) Retention Money
(a) EARNEST MONEY DEPOSIT
The EMD shall be for the amount of Rs 30,000/- and shall:
a) at the bidder’s option, be in the form of either a demand draft/ pay order, or a
bank guarantee from a banking institution;
b) be issued by a scheduled bank in India.
c) if a bank guarantee is submitted, be substantially in accordance with the format
prescribed by the Employer in the tender document;
d) be payable promptly upon written demand by the Employer in case the
conditions listed in the tender document are invoked;
e) be submitted in its original form; copies shall not be accepted;
f) remain valid for a period of 30 days beyond the validity period of the bids, as
extended, if applicable.
Any tender not accompanied by EMD in accordance with the tender document, shall be
rejected by the Employer as non-responsive.
The EMD of unsuccessful Bidders shall be returned as promptly as possible upon the
successful Bidder’s furnishing of the security deposit.
The EMD will be forfeited:
a) if a Bidder withdraws its tender during the period of tender validity specified by
the Bidder; or
b) if the Bidder does not accept the correction of its Tender Price; or
c) if the successful Bidder fails within the specified time to:
 sign the Contract; or
 furnish the required security deposit.
11
The EMD of a JV must be in the name of the JV that submits the tender. If the JV has not
been legally constituted at the time of bidding, the EMD shall be in the names of all
future partners as named in the letter of intent.
(b) INITIAL SECURITY DEPOSIT
2% of total accepted value of the work including EMD. It should be deposited within one
week of issuance of work order.
(c) RETENTION MONEY
The Employer shall retain 8% from each payment due to the Contractor.
On completion of the whole of the Works, half the total amount retained shall be repaid
to the Contractor and half when the Defects Liability Period has passed and the Project
Manager has certified that all Defects notified by the Project Manager to the Contractor
before the end of this period have been corrected.
On completion of the whole Works, the Contractor may substitute retention money
with an “on demand” Bank guarantee.
12
8. TECHNICAL SPECIFICATION OF 15 KWP SOLAR POWER PLANT
Sr. Item
Description
1 SPV Module The photovoltaic modules should be Crystalline Silicon with a
total array capacity of 15 KWP SPV power plant.
•The Photovoltaic modules must be qualified as per IEC
61215 (revised) / IS 14286 standards and in addition, the
modules must conform to IEC 61730-1 requirements for
construction, testing, safety qualification.
•The PV modules must be tested and approved from any of
the NABL/IEC/ MNRE Accredited Testing Calibration Laboratories.
•The supplier shall provide performance guarantee for the PV
modules used in the power plant must be warranted for their
output peak watt capacity, which should not be less than 90% at
the end of 10 years and 80% at the end of 25 years.
•The efficiency of the PV modules should be minimum 14%. The
fill factor should be more than 70%.
•Indigenously manufactured PV modules should be used.
2 Grid-Tie of
Grid Tie unit of capacity 15 KWP should convert DC power in to
15 KW
AC power must confirm to standards IEC 61683 with following
capacities.
DC input and AC output voltages.
For 15 KW solar power plant
- Output voltage requirement
should be 430 Volt (III Phase) +- 2%
The PCU will have following features:
• MOSFET/ IGBT based MPPT / PWM charging
• Wide input voltage range
• Output voltage 220 + 2% of modified/ pure sine wave .
• Output frequency: 50 Hz+0.5 Hz
• Capacity of PCU/ Inverter is specified at 0.8 lagging power
factor.
• THD: less than 3%
• Efficiency > 80% at full load
• Ambient Temp 50 degree Celsius (max)
• Operating humidity 95% maximum
• Protections:
- Over voltage (automatic shut down)
- Under voltage (automatic shut down)
- Overload
- Short circuit (circuit breaker & electronics protection against
13
sustained fault).
- Over Temperature
• Indications:
- Array on
- MPPT/ PWM charger on
- Inverter ON
- Load on solar
- Grid charger on
- Load on Grid
- Grid on
- DC generation (Volt/Amp.)
- Grid/DG set supply (Volt/Hz.)
- Daily/Monthly/Yearly power generation
- Fault indication (DC Array or AC Grid side)
3
Junction
boxes
• Display parameters
- Charging current
- Charging voltage
- Voltage of PV panels
- Output voltage
Grid voltage
- Inverter loading
- Output frequency
• Cooling: Air cooled
Junction Boxes:
 IP 65 configuration
 With MNRE approved DC disconnects only
 With MNRE approved SPD’s
The junction boxes shall be dust and water proof and made of
thermoplastic the terminals will be connected to copper lugs
or bus-bar of proper sizes. The junction boxes will have
suitable cable entry points fitted with the cables.
Suitable markings shall be provided on the lugs or busbars for easy identification at cable ferrules will be fitted at the
cable terminations points for identification. Each main junction
box shall be fitted with appropriate rating reverse blocking diode.
The junction boxes shall be of reputed make.
•The junction boxes shall have suitable arrangement for the
following:
a) Combine groups of modules into independent charging sub14
4
5
6
7
8
9
arrays that will be wired into the controller.
b) Provide arrangement for disconnection for each of the groups.
c) Provide a test point for each sub group for quick fault location.
d) To provide group array isolation.
e) The rating of the JBS shall be suitable with adequate safety
factor to inter connect the Solar PV array.
Structure
Modules shall be mounted on supporting structure made out of
for module galvanized MS angle of required structural strength galvanized
frame
either on the roof top or at ground as per the site
requirement
Structure:
1. The size of M.S. (Galvanized) angle should be 50 x 50 x 5 mm.
The structures are to be fitted either on the roof top or at ground
properly and south faced. It should withstand wind speed up to
120 Km/hour.
Connecting Approved Solar DC wires as per IS 694 (as approved by SECI cables
Solar Energy Corporation of India, under MNRE)
For 15 KW solar power plant;PVC insulated copper cables (ISI marked) for :
•Module interconnections (4.0 mm2 copper single core multi
strand)
•Module parallel interconnection (6 mm2 copper single core
multi strand)
• Array or AJB to PCU (10 mm2 copper two cores).
•PCU to load / change over switch (Single core copper cable 4.0
mm2 multi strand) and for further distribution points (Single core
copper cable 4.0.
AC LT panel Approved AC LT panels should be provided.
Lighting
Suitable nos. of lighting arrestors shall be provided in the array
protection
field for the protection.
Earthling
Each array structure and all metal casings of the plant etc. shall
protection
be earthed properly.
Tool
Kit One necessary tools kit and spares will have to be provided by
and
the supplier
Spares
Energy
Supplier shall provide energy meter to measure the DC power in
meter
KWp hrs being fed to the plant.
#Earthing Protections for Lighting Arrestors, SPD, & AC LT panel - each with 3 meter
chemical earthling.
15
9. CODES AND STANDARDS
The BoS items / components of the SPV power plant must conform to the latest edition
of IEC/equivalent BIS Standards as specified below:
Sr.
1
2
3
4
5
BoS item / component
Standard Description
Power Conditioning Unit Efficiency Measurements
Inverter
Environmental Testing
Standard Number
IEC61683/IS 61683
IEC60068 2 (1, 2, 14,
30)/
equivalent BIS standard
Charge
controller/ Environmental Testing
IEC60068 2 (1, 2, 14,
MPPT units*
30)/
equivalent BIS standard
Cables
General
Test
and IEC 60227
Measuring Methods PVC
insulated
cables for
working voltages upto IS 694 / IS 1554 (Pt I and
and including 1100 V- II)
Do-, UV resistant for
outdoor installation
Switches / Circuit
General Requirements
IEC 60947 part I, II &
Breakers / Connectors
III/ IS
60947 part I, II & III
Connectors-safety
EN 50521
Junction
Boxes/ General Requirements
IP54 ( for outdoor) /
Enclosures for inverters/
IP/21 (for indoor) as per
charge controller
IEC 529
**In case if the Charge controller is in-built in the inverter, no separate IEC 62093 test is
required and must additionally conform to the relevant national/international Electrical
Safety Standards wherever applicable
16
IDENTIFICATION AND TRACEABILITY
PV modules used must use a RF identification tag (RFID), which must contain the
following information. The RFID can be inside the module laminate, but must be able to
withstand harsh environmental conditions:
i) Name of the Manufacturer of PV Modules.
ii) Name of the Manufacturer of Solar Cells.
iii) Month and year of the manufacturer (separately for solar cells and module).
iv) Country of origin (separately for solar cells and module).
v) I-V curve for the module
vi) Peak Wattage, lm, Vm and FF for the module.
vii) Unique Serial No and Model No of the module
viii) Date and year of obtaining IEC PV module qualification certificate
ix) Name of the test lab issuing IEC certificate.
x) Other relevant information on traceability of solar cells and module as per ISO
9000 series.
OPERATION AND MAINTENANCE MANUAL
An Operation, Instruction and Maintenance Manual, in simple & easy to understand
language (English and Hindi both) with connection diagram, should be provided with the
Solar Office Lighting System. The following minimum details must be provided in the
Manual:
• Basic principles of Photovoltaics.
• A small write-up (with a block diagram) on SPV Power Plants – its components, PV
module, electronics and luminaire and expected performance.
• Significance of indicators.
• Type, Model number, voltage.
• DO's and DONT's.
• Name and address of the contact person for repair and maintenance.
17
10. SCHEDULE OF WORK
1
7
8
Within 2 days from date of issue of work
order.
Period of Completion of work. Within 01 (one) month of issue of Work Order.
Mobilization Advance
10% of accepted contract amount against
bank guarantee. The mobilization advance
shall be recovered from all bills at the rate of
15% of the value of each bill in such a manner
that the total advance is recovered when
approximately 67% of the Contract value gets
paid.
Liquidated damages for non- 0.5% of value of contract per week of delay of
completion of work in time.
work or part thereof, upto maximum 7.5% of
the value of contract.
Cost of Tender document
Rs 200/- the fee shall be required to be paid
by the bidders in the form of a Bank Draft
along with the tender documents inside
technical envelope.
Total Security Deposit (TSD) 10% (eight percent) of total awarded value of
(Sum of EMD, ISD &RM)
contract/work.
Earnest Money Deposit (EMD) Rs 30,000/- (Rupees Thirty Thousand)
Initial Security Deposit (ISD)
2% of total accepted value including EMD
9
Retention Money (RM)
2
3
4
5
6
Date of Commencement
8% (eight percent) of value of running bills
upto max TSD.
10 Period of submitting Final work Within one month of virtual completion of
bill
works.
11 Defects Liability Period (DLP)
12 (twelve) months from the date of
acceptance of installation by the employer i.e.
virtual completion of total installation.
12 Insurance to be availed by the Workmen compensation, third party liability
Contractor
till handing over of installation. Contractor
shall have all insurance in place before any
payments are billed for. The Contractor shall
take upon himself the whole risk of executing
18
13
14
15
16
17
18
19
20
the work until final certificate of completion
has been issued by the employer.
Period of honoring certificate Four weeks from the receipt of certificate by
of Final bill.
the Owner, after being certified by the EIC /
Architect / Consultants.
Delayed Start
No claims shall be admissible for delay in start
of the project due to unavailability of clear site
for upto one month from the scheduled
starting date.
Electricity during construction Contractor shall provide at own cost.
Water during construction
Contractor shall provide at own cost.
Stages of payment
 50% on delivery of material.
 25% on installation.
 25% on handover including submission of
warranty certificates and certificates for
GRIHA compliance, if required any.
Price Variation Adjustment
No PVA will be paid by bank in case any delay
(PVA)
due to any reason.
Validity of Tender
The bids shall be valid for a period of 6 months
from the date of opening of tender. CBI may
ask to the bidder(s) to extend the validity, if
necessary.
Warranty period
25 Years for the PV modules
5 years for complete system
11. SPECIAL CONDITIONS OF CONTRACT FOR GRIHA RATING
The Contractor is strongly advised to read and understand GRIHA conditions from
GRIHA manual carefully as loss of points under the GRIHA evaluation due to noncompliance shall result in liquidated damages of Rs.1,50,000/- (Rupees One Lakh Fifty
Thousand only) for loss of each point.
GRIHA conditions are available on GRIHA’s website and manuals.
19
List of Annexures:
Sr.
1
2
3
Annexure
Annexure – I
Annexure – II
Annexure – III
4
Annexure – IV
5
Annexure – V
6
Annexure – VI
7
Annexure – VII
8
9
Annexure – VIII
Annexure – IX
Information required
Format for forwarding/covering letter.
Information in support of PV System Integrator.
Information in support of meeting others eligibility conditions
regarding Cumulative Experience in Solar PV lighting Systems in
numbers.
Information in support of meeting essential eligibility
conditions regarding annual turnover of the bidder in three
financial year i.e. 2012-13, 2013-14, 2014-15.
General particulars of bidder.
Technical detail of modules & PCU offered as per the test
reports attached.
Financial Bid for Supply, Installation and Commissioning of 15
KWP Solar Power Plant at Central Bank of India, Plot No. 4, Block
No. 54, Desh Bandhu Gupta Road, Karol Bagh, New Delhi –
110005.
Bill of material of 15 kWP solar power plant.
Declaration by the bidder.
20
12. ANNEXURE - I
Format for forwarding/covering letter
(To be submitted by tenderers on the official letterhead of the company)
Date: _____________
To,
Deputy Zonal Manager
Central Bank of India
Zonal Office, Patriot house
3, Bahadur Shah Zafar Marg
New Delhi -110002
Sub.: Offer in response to Notice Inviting Tender no. ________________ for the supply,
installation & commissioning of 15 Kw solar power plants (without battery) at
Central Bank of India, Plot no. 4, Block no. 54, Desh Bandhu Gupta road, Karol
Bagh, New Delhi – 110005.
Sir,
We hereby submit our offer in full compliance with terms & conditions of the
above tender. A copy of the tender document, duly signed on each page is also
submitted as a proof of our acceptance of all specifications as well as terms/ Conditions.
We confirm that, we have the capability to complete the job in reference within the
stipulated time.
(Signature of Bidder with seal)
21
13. ANNEXURE - II
Information in support of PV System Integrator
Details of orders received and executed by manufacturer/ supplier for supply of
solar power plants to different govt. organizations/state nodal agencies/others
Sr.
Name of agency/ P.O.
Nos./capacity of Year in which the
organization
NO./date Solar
Systems plants
were
/power
plants commissioned
supplied
1
2
3
4
5
Total
Note:
(1) Attach photocopies of Purchase orders
(2) Attach photocopies of certificate of Satisfactory performance of the plant issued
byConcerned Agency/Organization.
Signature of Authorized Signatory Name
Designation
Company seal
Note: The said proforma shall be filled by PV System Integrator only. There is no
need to fill said proforma by Manufacturer as defined in said bid.
22
14. ANNEXURE - III
Information in support of meeting others eligibility conditions regarding
Cumulative Experience in Solar PV lighting Systems in numbers.
Details of orders received and executed by manufacturer/ supplier for supply of
solar lightings system to different govt. organizations/state nodal agencies/PSU in
the past 10 years:
Sr.
Name of agency/
P.O.
Nos of Solar PV Year in which the
organization
NO./date lighting
systems plants
were
supplied
commissioned
1
2
3
4
5
Total (nos.)
Note: (1) Attach photocopies of Purchase orders
(2) Attach photocopies of certificate of satisfactory performance of the plant issued
by Concerned Agency/Organization.
Signature of Authorized Signatory
Name:
Designation:
Company seal
23
15. ANNEXURE – IV
INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY
CONDITIONS REGARDING ANNUAL TURNOVER OF THE BIDDER IN THREE
FINANCIAL YEAR i.e. 2012-13, 2013-14, 2014-15.
Name of the Firm:
Address:
Contact Number:
Sr.
Financial Year
1.
2012-13
2.
2013-14
3
2014-15
Turn Over
( Rs. in lacs)
TOTAL
Signature of Charted Accountant with seal
Name:
M.No.
24
16. ANNEXURE – V
GENERAL PARTICULARS OF BIDDER
1
2
3
4
5
6
7
Name of firm
Postal Address
Telegraphic address
Telephone, Telex, Fax No
E-mail
Web site
Name &designation of the authorized signatory to
whom reference shall be made
8
Present activities/business of the firm
i.Module Manufacturer ii.PCU manufacturer iii)PV
System Integrator.
9 Type of organization
- Private Ltd. Company
- Public Ltd. Company
- Other category
10 Sale tax registration number
TIN No & State of billing
11 EMD of Rs. 30,000
Attached/ not attached DD
No. dated Bank Payable
at…………
12 Tender fee of Rs. 200/Attached DD No.
...................
Dated___________ Bank
Payable at
______________.
13 Have the firm ever been debarred by any Govt.
Deptt./undertaking for undertaking any work?
14 Details of offer (please mention number of
pages and number of Drawings)
15 Reference of any other information attached
by the tender (please Mention no. of pages & no.
of drawings)
(Signatures of the authorized signatory) Name:
Designation and company seal:
17. ANNEXURE - VII
Technical Details of Modules and PCU as per the Test reports attached
Sr.
1
1.1
1.2
1.3
1.4
2
2.1
2.2
2.3
3
3.1
3.2
3.3
3.4
Item
SOLAR PHOTOVOLTAIC MODULES
Make
Type
Capacity of Modules
Testing and qualifying standards
POWER CONDITIONING UNIT
Make
MNRE empanelled or not
Testing and qualifying standards
Other parts
(Signatures of the authorized signatory) Name:
Designation and company seal:
Technical Detail
18. ANNEXURE - VII
Financial Bid for Supply, Installation and Commissioning of
15 Kw Solar Power Plant at Central Bank of India, Plot No. 4, Block No. 54, Desh Bandhu
Gupta Road, Karol Bagh, New Delhi – 110005.
Description
Cost of 15 KWP system having five years warrantee of complete
systems and 25 years warranty of SPV modules. System should be
warranted for its peak output 90% at the end of 10 years and 80%
at the end of 25 years including transportation, packaging,
installation, VAT/CST, Octrai etc.
15 KW Solar
Power plant
Rs.
Rupees in words
Place of billing-
(Signatures of the authorized signatory)
Name:
Designation:
Company seal
19. ANNEXURE - VIII
BILL OF MATERIAL OF 15 KWP SOLAR POWER PLANT
Name of the firm:
Description SPV
Module
s (in Rs.)
PCU
(in
Rs.)
Module
stand,
junction
boxes
Connecting
cables and
hardware
(in Rs.)
Any
other
(in
Rs.)
Total
(in
Rs.)
VAT/CST
@ ----% (in
Rs.)
Surchar
ge @ --%
(in
Rs.)
Total
composi
te price
per
system
(in Rs.)
15 Kwp
Solar
Power
plant
(Signatures of the authorized signatory)
Name:
Designation:
Company seal
28
20. ANNEXURE – IX
DECLARATION BY THE BIDDER
I/We (hereinafter referred to as the Bidder) being desirous of tendering for the
work under the tender no. ________________and having fully understood the
nature of the work and having carefully noted all the terms and conditions,
specifications etc. mentioned in the tender document, DO HEREBY DECLARE THAT
1. The Bidder is fully aware of all the requirements of the tender document and
agrees with all provisions of the tender document.
2. The Bidder is capable of executing and completing the work as required in the
tender.
3. The Bidder accepts all risks and responsibilities
connected with the performance of the tender.
directly or indirectly
4. The Bidder has no collusion with other Bidder, any employee of CBI or with any
other person or firm in the preparation of the bid.
5. The Bidder has not been influenced by any statement or promises of CBI or any of
its employees, but only by the tender document.
6. The Bidder is financially solvent and sound to execute the work.
7. The Bidder is sufficiently experienced
contract to the satisfaction of CBI.
and
competent
to perform
the
8. The information and the statements submitted with the tender are true.
9. The Bidder 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.
10. The Bidder has never been debarred from similar type of work by CBI and
or Government undertaking/ Department.
11. This offer shall remain valid for acceptance for 12 Months from the date of
opening of the tender.
29
12. The Bidder gives the assurance to execute the tendered work as per
specifications terms and conditions.
13. The quote to supply the goods and materials specified in the underwritten
schedule in the manner in which and within the time specified as set forth in the
conditions of contract at the rates given in the financial bid.
(Signature of Bidder with seal)
30
21. ANNEXURE - X: BILL OF QUANTITY
Sr. Item
1 Transportation of material to respective site
2 Supply of display board of size 4 ft x 3 ft made of MS
40mmx40mm square pipe and flexes is to be erected
at the plant site indicating; Capacity of Solar Power
Plant : 15KWp
Owner: Central Bank of India
Name of the Supplier : M/S...............................
Contact no. : ...................
3 Supply & Installation of the following PVC Heavy duty
conduits bearing, with all accessories such as junction
boxes, bends, tees, hanging support etc. wherever
required.
1" conduit
2" conduit
3 Supply and installation of 1"Inch Casing-capping for
routing of Load cable from ACDB to LDB and load
points
4 Supply and installation of 4sq. mm Cu. Flex. Cable
wiring (PVC Insulated) Green.
5 Supply and installation of Danger Notice Plates of
200mm X 150 mm. minimum 2mm thick, the
inscription shall be in English and local language.
6 Supply and installation of Cable tags of 2mm thick
Aluminum strap to contain cable no, equipment no,
etc.
7 Construction of P.C.C. Pedestals over & around the
MMS Column after chipping the roof top tiles/Ground
and fixing the pedestal with 2 coats of chemical
resin/cement bonding agent (Qty. as per Dwg.)
8mm thick water proofing plaster over the pedestals.
Grouting of Foundation Bolts on pedestals for
installation of MMS
Installation of MMS Structure over grouted J-Bolts (As
per Drawings).
i) 10 MMS Structure
ii) 12 MMS Structure
Alignment of MMS Structure
Alignment of Modules
Unit
LS
Nos.
Qty.
1
1
RM
RM
RM
100
100
70
RM
20
Nos.
1
RM
40
Nos
24
Rate
Amount
31
Painting of Foundations with oil bound distemper (As
per the Qty. of Foundations)
Grade of RCC will be M15 (1:2:4)
Size of Foundation is 400 mm X 400 mm X 450 mm
*Please Note any Civil Material Supply will be in
scope of contractor.
8 Installation and proper alignment of Modules on
Module mounting Structure with interconnection
(Series Parallel Combination) with the help of MC4
Connectors.
Note: Supply of MC4 Connector will be inclusive in
the Scope.
9 Testing, Installation & Commissioning of ON-GRID
Solar Inverters with Inverter Stand: 15 KVA PCU (Solar
Inverter).
10 Testing, Installation & commissioning of ACDB, DCDB
with Energy Meter.
11 Testing, Installation of AJB's.
12 Testing, Laying, proper dressing & Termination with
the help of cable ties of Cables as per Technical
Specification
Attached-Annexure-1
on
Cable
Tray/Conduit/Trench
as
required.
Note: Supply of Gland, CU Lugs, Ferruls, Tape, Cable
Ties etc. as required.
a
1C X 4 sq.mm. , Red and Black, Cu conductor PVC
insulated, PVC sheathed, flexible Multi strand,
unarmoured Cable for Series interconnections of
modules, modules to AJB using copper lugs with
proper wire dressing using Nylon cable tie & Ferrule
marking/Cable
Tags
as
per
drawings
Note: Supply of Gland, CU Lugs, Ferruls, Tape, Cable
Ties etc. as required will be inclusive in the Scope
b 2C X 16 sq.mm. ,Cu conductor PVC insulated, PVC
sheathed, flexible Multi strand Cable for connection
from AJB to DCDB, DCDB to PCU and PCU toACDB and
ACDB to PCU, using copper lugs with proper wire
dressing using Nylon cable tie & Ferrule
marking/Cable
Tags
as
per
drawings
Note: Supply of Gland, CU Lugs, Ferruls, Tape, Cable
Ties etc. as required will be inclusive in the Scope
Nos.
45
Nos.
1
Nos.
1
Nos.
2
RM
150
RM
80
32
c
d
13
14
15
16
17
Laying & Routing of 1C X 35 sq.mm. ,Red & Black Cu
conductor PVC insulated, PVC sheathed, flexible Multi
strand Cable for connection from AJB to DCDB, DCDB
to PCU, using copper lugs with proper wire dressing
using Nylon cable tie & Ferrule marking/Cable Tags as
per drawings. Note: Supply of Gland, CU Lugs, Ferruls,
Tape, Cable Ties etc. as required will be inclusive in
the Scope.
1X4 Sqmm CU Cable (For Earthing of ACDB, PCU,
AJBs) Note: Supply of CU Lugs, Ferruls, Tape, Cable
Ties etc. as required will be inclusive in the Scope
Testing & Installation of earthing System
(Maintenance Free) with compound along with
Making of Earth Pit with concrete chamber & cover
for Earthing Kit for MMS Structures, Modules,
Inverters, JB's & Control Room equipment Earthing,
Lightning Arrestor. Earthing Protection shall be
confirming IS: IS:3043-1987 and Technical
Specification attached (Any Civil work and supply is
included and will be scope of vendor). Vendor has to
submit the site earthing test report after installation.
Laying and Fixing of Earth Strip 25X3 mm with the
help of Shaddel/25 mm DMC Insulator on
wall/roof/Structure (Nut, Bolts, Welding is included).
Testing & Installation of Lightning arrestors (Any civil
Padestal work, Mechanical Fixing and welding work
& Supply is included and will be the scope of
contractor).
Cable tags of 2mm thick Aluminium strap of suitable
length to contain cable no, equipment no, etc
Installation of Danger Boards, Fire Fighting System,
Sign Board Fire Buckets at Suitable Location
RM
20
RM
20
Nos.
4
RM
60
Set
1
Nos.
20
Set
1
TOTAL
33
22. LIST OF APPROVED MAKES/MAFACTURERS OF MATERIALS
Sr.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
ITEM
Cable and accessories
Casing/Caping
PVC Pipes
MCCB/MCB/DB
Circuit Breaker
Cable tags
Energy Meters
Switch Gears
Modules
Switches/sockets
Paint and distemper
Connectors
LED lights and panels
Solar Inverter
Cable Tray
Cable Glands
Cu Lugs
Ferruls
Tape
Cable Ties
Terminals
Power Capacitors
Change over switches
HRC Fuse Base & HRC Fuses
External lights
Finolex
Berlia
Polycon
MDS
L&T
Schneider
Legrand
GE
BRAND NAMES
RR
Polypack
Prakash
Schneider
Alsthom
Legrand
Siemens
Merlin Gerin
Greentek
TATA BP
Waeeri
MK
Nerolac
Elmex
Enertech
Legrand
Asian
Lupco
Phillips
Schneider
Pilco
Pilco
Cabtree
Berger
Phoenix
Osram
Manav steel
Manav steel
-
-
Schneider
Schneider
Schneider
-
Elmex
Technoplast
-
Crompton
HH Elecon
L&T
Bajaj
Siemens
HP
GE
Philips
Apcos
Schneider
Decon
Delta
Slotco
Slotco
Dowell
Legrand
Legrand
Legrand
Plycab
Pestoplast
Polypack
Legrand
Legrand
-
Siemens
SMA
-
34
Download