Home
PO : Udayan Vihar , Guwahati
Contents
1. Tender No SG 9878P14 Page 9 Method of Testing 1 Visual Inspection Each module shall be carefully inspected under an illumination of not less thanl000 lux for the following conditions a Cracked bent misaligned or torn external surfaces b broken cracked cells c faulty interconnections or joints d e cells touching one another or the frame failure of adhesive bonds bubbles or de laminations forming a continuous path f between a cell amp edge of the module g faulty terminations exposed live electrical parts h Junction box should have common terminals with suitable bypass diode for preventing hot spot problem 2 Performance at STC As per IEC 61215 2005 amp IEC61646 The current voltage characteristics of the module shall be determined in accordance with IEC 60904 1 at a specific set of irradiance amp temp conditions Performance of PV Module shall be generally evaluated at Standard Test Conditions STC as defined in IEC 60904 standards cell temp of 25 C incident solar irradiance of 1000W m2 spectral distribution of light spectrum with an air mass AM 1 5 3 Dry Heat test As per IEC at 85 2 C for 16 hours 4 Cold Test As per IEC 40 3 C for 16 hours 5 Rapid change of temperature As per IEC Module shall be exposed alternately for 30 minutes to hot chamber at 80 C 2 C amp t
2. 25 0 Handing over 25 1 On completion of the work all rubbish kilns vats tanks materials and temporary structure of any sort or kind used for the purpose or connected with the construction erection work shall be removed by the Contractor and all pits and excavations filled up and the site handed over in a tidy and workmanlike condition and no final payment in settlement of the account for the said work shall be held to be due or shall be made to the Contractor until such Site clearance and restoration shall have been effected by him and such clearance and restoration may be made by OIL at the expenses of the Contractor in the event of his failure to comply with this provision within seven 7 days after receiving notice in writing from OIL to that effect If it becomes necessary for OIL to have the site cleared as indicated above at the expense of the Contractor OIL shall under no circumstances be held liable for any losses or damages to such of Contractor s property as may be on such site due to such removal there from which removal may be effected by means of public sale of such materials and property or in such a way as seems fit and most convenient to the OIL 25 2 For the purpose of removing surplus materials in its original form the Contractor shall submit the documents records evidencing the entry of materials inside the Plant by producing the Gate Entry Permits and consumption statements based on approved drawings to establi
3. Parameters Required Offered e Over under frequency protection e Anti islanding protection Alarm Signals Via system fault relay voltage free contact Front Panel Display 40x4 LCD panel with membrane e Solar radiation e Inverter import amp export kWh summation e Solar kWh e System set points and event logs Front Panel Controls To be mentioned via keypad Front Panel To be mentioned Indicators Circuit Breakers Solar Input REI Designed to minimize both conducted and radiated RFI emissions Earthing Provisions AC bypassing to earth on inverter and DC inputs ENVIRONMENTAL Operating 4 50 degrees Celsius Temperature Range Humidity 0 903 non condensing Enclosure Rated FOK IP30 indoor application ENCLOSURE Dimensions To be mentioned Weight To be mentioned Typical voltage toleranc 15 and 90 for any two of the 3 phases 15 and 20 for the remaining phase Tender No SG 9878P14 Page 14 Parameters Required Offered Typical frequency tolerance 3Hz DATA LOGGING Communication RS232 RS485 Interface Modbus Profibus Telephone Modem System Features je Adjustable logging repetition from 1 sec to 900 seconds e Storage capacity of up to 3 year with 10 min logs e Time and date stamped log entries e Time and date annotated fault log holding the fault description and operating
4. Further the bidders shall be allowed a notice period of 10 days to rectify the discrepancy failing which a penalty of Rs 5000 per day shall be levied till rectification is done LZ Power Conditioning Unit PCU PCU shall have a minimum warrantee period of 5 vears from the date of commissioning The SGI9878P 14 Page 6 Bidder s detailed Warranty Guarantee clause shall be furnished Efficiency of the PCU shall not be less than 97 EU In case of any deviation observed during operations from the warranty cited the Contractor shall be informed in writing by the OIL The Contractor shall be responsible to rectify the same within 10 days of notification without any extra cost to OIL Successful Bidder shall provide a bank guarantee for the first 5 years for settlement of claims as mentioned in clause 4 1 2 1 b against the Performance Guarantee Parameters stipulated above The guarantees shall be irrevocable and unconditional as per the prescribed formats in order to safeguard the interests of OIL and to ensure continued delivery of performance parameters as stipulated above Tea The mechanical structures electrical works and overall workmanship of the grid solar power plants must be warranted for a minimum of 5 years 8 Insurance 8 1 The Contractor shall take Comprehensive Marine cum Erection Insurance policy for the complete Project and for the insurance to be arranged by the Contractor th
5. Price with Conditions Go to this Tab Notes and s Attachments for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced Bid files Created C Created E Last Processed C Last Processed E Details Send EMail Call Gear Function Number Name Valid fr E The table dees not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above RFx Response Number 60006452 RFx Number TEST2 Status Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner VWIPRO_TEST1 Total Value 0 00 INR dia ji _ RFX Information tems Commercial Unpriced Bid Area for uploading Priced Bid Sign Attachment Add Attachment Bdil Description Wersioning Delete Create Qualification Profil Assigned To Category Description Fie Hame Version GJ The table does not contain any data Processor Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices Page 3 of 5 The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be create
6. Degree of protection should not be less than IP 21 It shall have protection features such as over voltage hort circuit over temperature etc 4 8 The inverter shall be efficient based on MPPT with IGBT reliable power based design 4 9 The system should be capable of providing all the data including that of meter and PCU to the Master Control at Pipeline Headquarters OIL Guwahati through existing OFC Infrastructure and wireless link on relevant BIS IEC protocol All the equipments hardware software for complying to the same will be in the bidder s scope The PCU shall be capable of complete automatic operation including wake up synchronization amp shut down It must be capable of initiating DG set START command in existing sequence when SPV system unable to meet the load demand and initiate DG Set STOP command when SPV system ready able to take the load Suitable manual control both from local control desk and Remote Master Control desk shall be incorporated in the system YAN OB 4 4 4 s 4 10 PCU shall have facility to display basic parameters of the system 4 Built in with data logging to remotely monitor plant performance through external PC shall be provided 4 12 PCU shall be DSP control and shall operate in Sleeping mode when there will no power connected 4 13 PCU shall operate seamlessly without being effected on any power cut to the load 4 14 PCU shall off grid in nat
7. OIL INDIA LIMITED A Government of India Enterprises E PO Udayan Vihar Guwahati 781171 Assam India TELEPHONE NO 91 361 2594287 FAX NO 91 361 2643686 Email aparajita oilindia in erp_mm oilindia in INVITATION TO e BID UNDER SINGLE STAGE TWO BID SYSTEM Tender No amp Date SGI9878P14 of 18 05 2013 Tender Fee Rs 1 000 00 Bid Security Amount Rs 85 000 00 Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the Basic Data of e portal Bid Opening on do Performance Guarantee Applicable Integrity Pact Applicable OIL invites Bids for Solar Photovoltaic Power Plant through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders and Amendment No 1 to General Terms and Conditions for Indigenous E Tender b Technical specifications and Quantity as per Annexure 1A c The prescribed Bid Forms for submission of bids are availab
8. 20 4 Within 15 days after the ffectiv date of Contract the Contractor shall submit a detailed Quality Assurance Plan QAP covering all activities under scope of supply of the Contractor and all stages of inspection for OIL to comment approve the same and indicate OIL s hold points 20 5 The Contractor shall give OIL a minimum of ten days 10 days clear notice of any work being ready for inspection and tests specifying the period likely to be required for such inspection and tests Thereafter OIL or his inspector shall attend at the OEM s premises such inspection and tests within seven 7 days of the date on which the equipment is notified as being ready for inspection and test 20 6 The Contractor shall furnish to the OIL 2 two copies of unpriced purchase orders including detailed technical specification and drawings placed on his sub contractors sub suppliers as soon as such orders are placed by the Contractor but in any case not later SGI9878P 14 Page 12 than one 1 month befor the xpected date of the equipment getting ready for inspection 20 7 In cases where OIL have to conduct the inspection whether at the premises or works of the Contractor the Contractor shall provide free of charge to OIL such labour materials electricity fuel water stores apparatus and instrument and or facilities as may reasonably b deemed required to carry out efficiently
9. and 10 4 15 Typical failure analysis report of PCUs and recommended list of critical components shall be provided by the bidder while submitting their offer 4 16 Provision shall be available in the PCU for remote monitoring through suitable wireless mode of following parameters DC power input DC input voltage DC current AC power output AC voltage all the 3 phases and line AC current all the 3 phases and line Power factor Tender No SG9878P14 Page6 Se HEHE HEHEHE SHE In addition to the above energy values to be displayed The number of PCUs is indicative only The bidder may design the system to extract maximum efficiency with inbuilt redundancy 5 Batteries The batteries shall be capable of providing minimum Two 2 days autonomy The batteries should qualify IEC 61427 IS 1651 IS 13369 or IS 15549 whichever is applicable 6 DC distribution board DCDB DC distribution board shall be provided in between solar array and PCU It shall have MCCB of suitable rating for connection and disconnection of array section It shall have meters for measuring the array voltage and array current DCDB can also be integrated into PCU for space saving 7 AC Distribution Power conditioning unit installed in a control room converts DC energy produced by the solar array to AC energy The AC power output of the inverter shall be fed to the AC Distri
10. as given in the Bidding Document in toto failing which offer will be rejected Performance Bank Guarantee clause Force Majeure clause Tax liabilities clause Arbitration clause Applicable Law Liquidated Damage clause AQQ CC v xvii Integritv Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OILfs competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same Signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid C GENERAL i Annexure 3 amp 4 The Compliance statement must be filled up by bidders and to be submitted uploaded along with their bids In case bidder takes exception to any clause of the bidding document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw modify the deviation when as advised by Company The loading so done by the company w
11. NON REMARKS COMPLIANCE PAGE NO SUB CLAUSE NO Signature Seal Full Name Address NOTE OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid document However should the bidders still envisage some exceptions deviations to the terms and conditions of the bid document the same should be indicated as per above format and submit along with their technical bids If the proforma is left blank Page 3 of 5 or not submitted then it would be construed that the bidder has not taken any exception deviation to the terms and conditions of the bid document Annexure 4 Compliance Statement for Technical Specifications Write YES If agreed and accepted otherwise write NO and enclose deviations with Clause No SECTION NO CLAUSE NO COMPLIANCE NON REMARKS COMPLIANCE PAGE NO SUB CLAUSE NO Signature Seal Full Name Address NOTE OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid document However should the bidders still envisage some exceptions deviations to the terms and conditions of the bid document the same should be indicated as per above format and submit along with their technical bids If the proforma is left blank or not submitted then it would be construed that the bidder has not taken any exception deviation to the terms and conditions of the bid document Page 4 of 5 Annexure 5 PRICE B
12. in the Contract 17 5 Brand names mentioned in the Contract documents are for the purpose of establishing the type and quality of products to be used The Contractor shall not change the brand name and qualities of the bought out items without the prior written approval of the OIL All such products and equipment shall be used or installed in strict accordance with original manufacturer s recommendations unless otherwise directed by the OIL 18 0 Validity The validity of the Contract shall not be affected should one or more of its stipulations be or become legally invalid and such stipulation is severable from and not fundamental to the obligations of either party to this Contract In such a case the parties shall negotiate in good faith to replace the invalid clause by an agreed stipulation which is in accordance with the applicable law and which shall be as close as possible to the Contract s original intent 19 PARTICIPATION OF OIL S ENGINEERS 19 1 For basic design and detail engineering of Plant and Equipment carried out by Contractor Subcontractors OIL reserves th right SGI9878P 14 Page 11 to depute his Consultants engineers hereafter called OIL s Engineers to participate in this work 19 2 The participation assignment number of OIL S engineers their technical disciplines and the period of participation s
13. key personnel shall not be removed from this Project without the permission of OIL unless the reason is resignation 14 5 In the interest of the timely completion of the Project OIL may request that the Contractor alter or modify the area of monitoring The Contractor shall furnish adequate information in the monthly progress reports in the format to be mutually agreed SGI9878P 14 Page 8 upon between OIL and Contractor The Contractor shall submit the requisite number of progress reports 14 6 OIL may call for weekly fortnightly or more frequent meetings at OIL s premises to review the progress of each activity In case the PM is not able to attend the meeting the Contractor shall depute some other authorized representative 14 7 The Contractor shall submit program of execution both in the form of activities in Network as well as quantitative program in terms of month wise physical targets for various disciplines of work These shall be periodically updated considering the progress of the Project 14 8 On the first day of each calendar month following effectiveness of the Contract two copies of a monthly progress report with exception report showing current status of various activities including status of ordered yet to be ordered items shall be submitted by the Contractor to the OIL 14 9 The monthly progress report to be submitted by the Contractor shall indicate progress of a
14. operations to be done by the contractor and how it is to be managed 4 The contractor shall provide a copy of the SOP to the person designated by the mine owner who shall be supervising the contractor s work Da Keep an up to date SOP and provide a copv of changes to a person designated by the Mine Owner Agent Manager 6 Contractor has to ensure that all work is carried out in accordance with the Statute and SOP and for the purpose he may deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner For work of a specified Tender No SG9878P14 Page 16 scope nature he should develop and provide to the mine owner a site specific code of practice in line 7 All persons deployed by the contractor for working in a mine must undergo Mines Vocational Training initial medical examination PME They should be issued cards stating the name of the contractor and the work and its validity period indicating status of MVT IME amp PME 8 The contractor shall submit to DGMS returns indicating Name of his firm Registration number Name and address of person heading the firm Nature of work type of deployment of work persons Number of work persons deployed how many work persons hold VT Certificate how many work persons undergone IME and type of medical coverage given to the work persons 9 The return shall be submitted quarterly by 10th of April July Oct
15. shall be responsible for proper fencing lighting guarding and watching of all works at site until handing over and further arrange proper provisions for like period of temporary drainage roadways foot wavs guards and fences as far as may be rendered necessary by reason of works for accommodation and protection of the OIL s adjacent property and that of the public and others 24 3 3 The Contractor must take sufficient care in moving his construction plants and equipment from one place to another so that they may not cause any damage to the property of the OIL particularly to the existing structures and overhead and underground services and in the event of Contractor s failure to do so the cost of such damages shall be borne by the Contractor 24 3 4 The Contractor shall take all precautions during execution especially while excavating to avoid interference with or damage to underground works such as cables pipe lines drains etc and provide all possible protection to these works and in case they are damaged rebuild divert them at his own cost 24 3 5 All operations necessary for the execution of the works and for the construction of any temporary works shall so far as compliance with the requirements of the Contract permits be carried on so as not to interfere unnecessarily or improperly with the public convenience or the access to use and occupation of public or private roads and footpaths or of properties whether in the possession of O
16. statistics e View and change system setpoint configurations remotely e Bulk log download for data importation into a spreadsheet where applicable Logging Attributes A summary of the data logging abilities to be supplied with the control system for instantaneous viewing and periodic logging are listed below SYSTEM SUMMATIONS e Inverter import and export kWh e Solar kWh e Hours run SYSTEM PARAMETERS e Inverter volts amps kW kVA frequency System volts and frequency e Solar panel temperature Ambient temperature e PV panel voltage Solar charge current Heat sink amp cabinet temperatures e Solar radiation with external pyranometer REMOTE MONITORING amp CONTROL Tender No SG9878P14 Page 15 Details of Remote Network amp Monitoring Control Devices Software etc Details of Desktop amp Laptop PCs ANNEXURE X SAFETY GUIDELINES GENERAL HSE POINTS TO BE INCORPORATED IN THE CONTRACT Le It will be solely the Contractor s responsibility to fulfill all the legal formalities with respect to the Health Safety and Environmental aspects of the entire job namely the person employed by him the equipment the environment etc under the jurisdiction of the district of that state where it is operating All sub contractors hired by him must comply with the same requirement as the contractor himself and shall be liable for ensuring compli
17. to meet the power requirements on 24 hours x 365 days basis On failure of duty set other set starts automatically amp sequentially and takes the load The load consist of lighting communication telemetering amp other laser equipments SGI9878P 14 Page 1 CP Transformer Rectifier Unit battery charger and 2X 1 5 ton split 5 star Air conditioners Average normal load 3 5 KW depending on climatic condition The System Voltage 400 V A C All the local operating amp process parameters are integrated with Mainline SCADA of the pipelines through OIL s optical fibre infrastructure 2 Scope of Work 2 1 The scope of work includes prepar Detailed Project Report DPR Verification of site and DNI data Design Manufacture Supply Installation erection Testing and Commissioning and maintenance of Off grid Solar Photovoltaic Power Plant of 20 KWp with remote monitoring and Controls facilities AS WELL AS AUTOMATIC STARTING STOPPING OF STANDBY DG SETS AS AND WHEN REQUIRED DEPENDING UPON POWER LOAD CONDITIONS SEQUENTIALLY The scope also includes preparation of documents and co ordinate to get MNRE subsidy 2 2 The system comprising of equipments modules interfacing devices battery banks and related items for Off grid Solar Photovoltaic Power Plant of 20 KWp with at least average generation of 27000 kwh annually at system out
18. Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected 7 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 8 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 9 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 10 0 a The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rej
19. ID FORMAT BIDDING FORMAT DESIGN MANUFACTURE SUPPLY ERECTION TESTING AND COMMISSIONING OF GRID CONNECTED 20 KWp OFF GRID SOLAR PV POWER PLANT AT REPEATER STATI JAG TROAD MARIGAON ASSAM ON No 5 THE BIDDER SHALL READ THESE PRICE SCHEDULE SCHEDULE OF RATES SOR S IN CONJUNCTION WITH THE SCOPE OF WORK ITEM NO DESCRIPTION UOM QTY UNIT PRICE TOTAL PRICE IN INR IN INR 1 DETAILED PROJECT REPORT DPR DESIGN MANUFACTURE SUPPLY PACKING amp FORWARDING TRANSPORTATION TO SITE OF GRID CONNECTED SOLAR PHOTOVOLTAIC POWER PLANT LUM PSUM UNLOADING AT SITE ERECTION TESTING AND COM MISSIONING OF 100KWP SPV POWER PLANT LUM PSUM COM PREHENSIVE ANNUAL M AINTENANCE CONTRACT FOR A PERIOD OF FIVE YEARS LUM PSUM Page 5 of 5 Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder L hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SGI9878P 14 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned inte
20. IL or any other person and the Contractor shall save harmless and indemnify OIL in respect of all claims demands proceedings damages costs charges and expenses whatsoever arising out of or in relation to any such matters 24 3 6 Due to any emergency any protective or remedial work is necessary within the Contractor s battery limit the Contractor shall immediately carry out such work If the Contractor is unable to or unwilling to do the work OIL shall carry out such work and all costs incurred due to this shall be deducted from Contractor s payments 24 4 Boarding lodging amp transport The Contractor shall take care of the boarding lodging all travel between Contractor s office and site etc of his direct and indirect employees 24 5 Construction Water and Power The Contractor needs to make suitable arrangement for Construction Water and Power based on site conditions To the extent possible OIL shall facilitate the same Non availability of Power from OIL should not be an excuse for delay in completion of the project SGI9878P 14 Page 17 24 6 Site grading Excavation All fossils coins articles of value of antiquity and structures and other remains or things of geological or archaeological interest discovered on the site of the works shall be deemed to be the absolute property of OIL and the Contractor shall take reasonable precaution to prevent his workme
21. ITH AMC OF 20 KWp OFF GRID SOLAR PV POWER PLANT FOR REPEATER STATION No 5 AT JAGIROAD MARIGAON ASSAM OF OIL S NAHARKATIA BARAUNI TRUNK PIPELINE WITH REMOTE MONITORINGS AND CONTROLS AS WELL AS AUTOMATIC STARTING STOPPING OF STANDBY DG SET AS AND WHEN REQUIRED DEPENDING UPON POWER LOAD CONDITIONS Location and other related data The site is located at Jagiroad Town in Marigaon District of Assam adjacent to the National Highway No 37 at a distance of about 60 KM from Guwahati Jagiroad is connected by railway and NH 37 with Guwahati and other major cities in north east Hotels restaurants and other facilities available at Jagiroad The proposed project site is protected area and manned by security personnel For details of existing layouts of OIL installation Drawing No OI PL 0741 may be referred to Latitude 26degree 07 55 N Longitude 92degree 12 23 E Humidity Max 100 and Min 70 Average 75 Ambient Temperature 4 degree Min 40 degree Max amp Reference Temp 25 degree Celsius Elevation 54 1 MASL Maximum Total Rainfall 353 6 mm July Earthquake Zone 5 IS 1893 Existing Power amp related Set Up at Site The station is unmanned and there are thr 20 KW DG sets and one of the thr set is run
22. Performance Guarantees and achiev the results as agreed in the Contract the Contractor undertakes to rectify the Plant and Equipment and continue to demonstrate and prove the Performance Guarantees till the rated output and other parameters are achieved In case the rated output and other parameters are not achieved even SGI9878P 14 Page 14 after repeated Performance Guarantee Tests within 15 days of first test the Contractor shall be liable for Liquidated Damages due to non performance as per Special terms amp Conditions 23 1 6 In case either the performance parameters achieved during the performance guarantee tests are not within the acceptable limits as per Technical Specifications or the total liquidated damages due to shortfall in performance has exceeded the ceiling OIL shall have the right to reject the plant as per Rejection of Defective Plant clause mentioned elsewhere in the Contract 23 2 Availability 235221 The Equipments under this Contract shall be designed for maximum reliabilitv availabilitv and maintainabilitv and as specified herein 23 2 2 The Contractor shall design the plant to maximize the availability and the value shall be as per Technical Specifications Any shortfall in the guaranteed availability factor of any of the Unit will be subject to Liquidated Damages The Liquidated Damages for shortfall in guaranteed availability factor shall be as per Special Terms am
23. Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hier
24. RATORIES CENTERS 1 The PV modules must be tested and approved by one of the IEC authorized test centers Test certificates can be from any of the National Accreditation Board for Testing and Calibration Laboratories NABL BIS Accredited Testing Calibration Laboratories 11 2 The inverters must be tested and approved by one of the IEC authorized test centers Test certificates can be from any of the authorized laboratories viz Electronics Regional Test Laboratory ERTL East CPRI Bangalore ERTL West and ERTL North 11 3 The batteries must be tested and approved by one of the IEC authorized test centers Test certificates can be from any of the authorized laboratory viz ERTL East Semi Lab Kolkata CECRI Chennai CPRI Bangalore ERTL North and SEC 11 4 Test certificates for the BoS items components can be from any of the NABL BIS Accredited Testing Calibration Laboratories MNRE approved test centers 2 Civil Work Specification 12 1 Concreting f Concrete mix shall be of M 20 M 25 grade for pedestal and earth pit chambers f Pedestal base shall be provided with tapered gola using water proofing compound of IS 2649 f CC work shall be done over th ntire Arrav area f Curing of all concrete work shall be carried out continuously E for minimum of 7days 12 2 Array layout Contractor shall design the array layout by incorporating following di
25. The array structure shall be so designed that it will occupy minimum space without sacrificing the output from SPV panels aad Design drawings with material selected shall be submitted for prior approval of OIL 2 3 The structure shall be designed to allow easy replacement of any module amp shall be in line with the site requirements 2 4 The array structure shall be made of hot dipped galvanized MS angles of suitable size 2 5 The support structure design amp foundation shall be designed to withstand wind speed upto 200 kmph using relevant Indian wind load codes 2 6 The module alignment amp tilt angle shall be calculated to provide the maximum annual energy output This shall be decided based on the location of array installation 2 7 All fasteners shall be of stainless steel of grade SS 304 2 8 The array structure shall be grounded properly using maintenance fr arthing kit 2 9 Galvanized Steel Structural must be considered for all type of structural steel proposed for the power plant 10 The mounting of solar modules shall be done on rooftop and ntire Fabrication of elevated structure and the structure atop loping roofs shall be done by the Bidder a DN 3 JUNCTION BOXES 3 1 The array junction boxes shall be dust vermin amp waterproof amp made of FRP ABS plastic oer The Array Junction Box will also have suitable surge protection The Junction Boxes s
26. Yours Faithfully Sd MS A GOGOI SENIOR MANAGER MATERIALS FOR GENERAL MANAGER PLS Page 5 of 5 ANNEXURE 1A TECHNICAL SPECIFICATIONS L A Solar Photo Voltaic Module Crvstalline zali The Solar PV module will be minimum of 200 Wp nominal rating ne Solar modules offered shall be certified as per latest edition of IEC 61215 The modules shall also qualify for IEC 61730 for safety qualification testing For modules to be used in a highly corrosive environment throughout their lifetime they must qualify for IEC 6170 153 SPV module shall contain mono polv crvstalline high power Silicon solar cells The solar cell shall have surface anti reflective coating to help to absorb more light in all weather conditions 1 4 The module frame shall be made of aluminium or corrosion resistant material which shall be electrolvtic allv compatible with the structural material used for mounting the modules a0 Photo electrical conversion efficiency of SPV module shall not be less than 14 6 Fill factor of the module shall not be less than 0 70 ad Each module shall have low iron tempered glass front for strength amp superior light transmission It shall also have tough multi layered polymer back sheet for environmental protection against moisture amp provide high voltage electrical insulation 8 Solar PV module shall be highly reliable light weight and shall have a service life of more than 25 years 9 The rated output of a
27. aanssecocsandoes Date 18 05 2013 WINESS lik jist wk Page 5 of 5
28. actor shall be responsible for all tools tackles and test equipment required for commissioning and carrying out tests p Contractor shall be arranging boarding amp lodging for his engineers and transportation of men and materials to site at his own expense q Location of site is at Jagiroad Town in Marigaon District of Assam adjacent to the National Highway No 37 at a distance of about 60 KM from Guwahati r The Comprehensive AMC of the plant for 5 years after warranty period shall be the part of the contract s Supply and installation of 6 Numbers energy efficient LED lights Reputed Make of suitable wattage in place of existing Security Light Fittings for equivalent illumination shall also be in contractor s scope 3 Design of system SGI9878P 14 Page 3 The bidder to ensure proper system designing that would include his own independent studies on peak sunshine data resulting in the correct sizing of equipment for the solar energy system and Battery Bank with optimum Capacity for full back up for at least two rainy cloudy days It is therefore very important to form proper design procedures and component sizing before any actual implementation The design procedures and all the equipment shall comply MNRE specifications 4 Terms of Payment 4 1 Payment Schedule 4 1 1 Payment Schedule for Design Manufacture Supply Packing amp Forwarding Transportation to s
29. alify from the tender process all bidders who do not sign this Pact or violate its provisions Page 3 of 5 Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentatio
30. ance all HSE laws by the sub or sub sub contractors Za Every person deployed by the contractor in a mine must wear safety gadgets to be provided by the contractor The Contractor shall provide proper Personnel Protective Equipment as per the hazard identified and risk assessed for the job and conforming to statutory requirement and company PPE schedule Safety appliances like protective footwear Safety Helmet and Full Body harness has to be DGMS approved Necessary supportive document shall have to be submitted as proof If the Contractor fails to provide the safety items as mentioned above to the working personnel the Contractor may apply to the Company OIL for providing the same OIL will provide the safety items if available But in turn OIL will recover the actual cost of the items by deducting from Contractor s Bill However it will be the Contractor s sole responsibility to ensure that the persons engaged by him in the mines use the proper PPE while at work All the safety gears mentioned above are to be provided to the working personnel before commencement of the work Sa The Contractor shall prepare written Safe Operating Procedure SOP for the work to be carried out including an assessment of risk wherever possible and safe methods to deal with it them The SOP should clearly state the risk arising to men machineries amp material from the mining operation
31. ara 4 2 below b Submission of a Bank Guarantee equivalent to 10 of the total Contract Price valid for a period of first 5 years after commissioning for settlement of claims against the Performance Guarantee Parameters stipulated at clause no 7 0 SGI9878P14 Page 4 4 1 2 2 90 of the total price for Erection Testing and Commissioning of equipment and materials upon completion of Erection at site and completion of acceptance tests at site 4 1 2 3 10 of the total price for Erection Testing and Commissioning of equipment and materials upon successful handing over of the Plant to OIL 4 1 3 Payment Schedule for 5 years Comprehensive AMC 4 1 3 1 90 on pro rata towards the Annual Maintenance Contract shall be paid against submission of duly certified invoice on quarterly basis 4 1 3 2 The last 10 payment upon completion of successful completion of Annual Maintenance Contract Bidder s to furnish the Annual Maintenance Schedule as part of the Offer 4 2 Security Deposit Before the Contractor is entitled for any payment under this Contract he shall submit a Bank Guarantee towards Security Deposit for 10 of the total Contract Price valid in full valid up to end of 2 months after warranty period All BGs towards Advance and Performance Guarantees in the format as per our tender shall be from the Nationalized Public Sector banks or other banks as approved by the OIL 5 Completion Time T
32. archy of the Bidder and the amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including Page 2 of 5 the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equiva
33. bution Board metering panel amp isolation panel which also houses energy meter 8 Cables and Hardwares Cables of appropriate size to be used in the system shall have the following characteristics Will meet IS 694 1554 standards Temp Range 100C to 800C Voltage rating 660 1000V excellent resistance to Heat Fire oil cold water abrasion UV radiation Flexible Cabling on DC side of the system shall be as short as possible to minimize the voltage drop in the wiring Components and hardware shal be vandal and theft resistant All parts shall be corrosion resistant The system description general technical requirements etc are given for general guidance only The supplier manufacturer shall submit the detail design of the complete solar generating system by using their software to optimize the combination of modules considering the specific location isolation nature of load etc 9 ENERGY METER 9 1 A smart Energy Meter shall be provided as approved by the OIL to measure the delivered quantum of energy 9 2 Meter must be provided with the necessary data cables 9 3 Energy Meter should be import export type ABT compliant 0 5 Class of accuracy Tender No SG 9878P14 Page 7 10 0 The Balance of System BoS items components of the SPV power plants must conform to MNRE specification for off grid solar project 0 AUTHORIZED TESTING LABO
34. city and quantity must always be available at site SGI9878P 14 Page 15 and kept ready for immediate use Sufficient number of workmen must be fully trained in the use of such equipment and must be available for immediate intervention at all times 24 2 3 For storage of materials and equipment for the construction and erection work storage must be subdivided into storage units and the distance between such storage units shall be as acceptable to the insurance company which issued the policy All inflammable materials and especially all inflammable liquids and gases must be stored at a sufficient large distance from the property under construction or erection and from any hot work 24 2 4 Welding soldering or the use of an open flame in the vicinity of combustible material is only permitted if at least one workman suitably equipped with extinguishers and well trained in fire fighting is present 24 2 5 At the beginning of work all fire fighting facilities must be checked thoroughly 24 2 6 Explosives shall not be used at the site by the Contractor without the permission in writing of OIL and only in the manner and to the extent to which he has prescribed Where explosives are used by the Contractor the same shall be transported to the site in explosive proof van and stored in a special magazine to be provided by and at the cost of the Contractor who shall be liable for all damages loss or injury to any person or pro
35. ct To be mentioned Annexure 10C Power Conditioning Unit PCU Parameters Required Offered Make Reputed Manufacturers like SMA ABB etc Nominal Output 230 415 volts 1 three phase 4 Voltage Wire output Nominal voltage shall be adjusted by 10 via system set points Output Frequency 50Hz 0 5 Inverter to follow grid frequency up to 3Hz of the nominal output frequency during normal operation Continuous Rating Lal To be mentioned Max DC Link Voltage Range mm To be mentioned MPPT Range mm To be mentioned Control Type Voltage source microprocessor assisted output regulation Waveform DSP Microcontroller generated PWM for low THD sinewave output Parallel Operation Phase Controlled Pulse Width Power Control Modulation PWM THD Less than 3 Efficiency 94 Internal Protection Inverter continuous overload System protection using electronic Inverter peak current short detection circuit protection e Heatsink over temperature protection e Over under voltage AC voltage protection Tender No SG9878P14 Page 13 LCD keypad displaying the following e Inverter per phase voltage current kW kVA and frequency e System voltage and frequency e Inverter on line status e PV panel voltage e Solar charge current and ambient temperature e Individual power stage heat sink and cabinet temperature
36. ctivities against targeted dates and targeted quantities in Performa as per the requirement of the Contract for maintaining consistency of reporting and for maintaining database by the OIL Reasons for shortfalls if any shall be clearly brought out and proposed remedial measures to arrest the delays shall be indicated by the Contractor in the progress report wherever applicable 14 10 The progress report shall also highlight inspection status The Contractor shall submit one copy of the inspection certificate duly signed by representatives authorized agencies after inspection along with each progress report 14 11 In case of site work manpower schedules area wise skill wise for subsequent month and status of the same for the previous month shall be submitted 15 0 Performance of Contract 15 1 The Contractor shall be responsible for the due and faithful performance of the Contract in all respects according to the drawings specifications particulars and all other documents referred to in this Contract Any approval which OIL may have given in respect of the stores materials supplies or other particulars and the work or the workmanship involved in the Contract whether with or without test carried out by the Contractor or the OIL shall not relieve the Contractor from his obligations and notwithstanding any approval or acceptance given by the OIL it shall be lawful for OIL to reject the
37. d Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 5 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 6 0 All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name e commerce application as per Indian IT Act obtained from the licensed Certifying
38. e monitoring and controls facilities g Transportation of equipment from works to site h Unloading loading in of all supplied equipments on foundations at the selected place i Pre Commissioning amp commissioning of all supplied equipments j Test running of the Solar Plant as well as load trials at site k l however facilitate to ensure that the same is obtained successfully 1 The system should be capable of providing all the data including that of meters and PCU to the Remote Monitoring Control Facilities to be installed at Pipeline Headquarters OIL Guwahati with relevant IEC protocol All the equipment hardware software along with a latest version of branded laptop and necessary software for mobile monitoring for complying with the same will be in the bidder s scope m UPS Battery Battery charger system to be considered as part of the scope so as to keep the system live throughout year The battery should be of sufficient capacity to provide continuous back up for two days with normal average power only even during rainy low sunshine days without any interruption depending the daily solar radiation and climatic parameters n Contractor shall be responsible for all civil jobs such as construction erection installation etc as required depending upon designed system and the site conditions including all material supply labour etc related to construction erection installation amp commissioning o Contr
39. e Contractor shall be responsible for settlement of claims with the underwriters The Contractor shall be the loss payee under the policy and the Contractor will arrange replacements rectification expeditiously without waiting for settlement by insurance claim at Contractor s own cost 9 Spares 9 1 Bidders to provide Commissioning Spares required for smooth commissioning of the plant Bidder shall submit a list of such commissioning spares along with the bid All such spares shall be supplied along with the main equipment This will be considered during evaluation of the Bid The Contractor shall return to OIL all unused and left over commissioning spares after successful commissioning of the plant 9 2 Bidder shall in addition provide a list of recommended spares along with prices quantity and sources The prices of these recommended spares will not be considered while evaluating the main Bid However the prices shall remain firm for a period of three years after successful commissioning and handing over of the entire plant 9 3 Bidder has to provide all spares required for the plant during the AMC period SGI9878P 14 Page 7 10 Drawings Documents The Contractor shall submit all initial documents in 6 copies final documents in 6 copies along with one soft copy and as built documents in 6 copies along with 1 soft copy amp 1 reproducible 11 Price The bidder shall quote pr
40. e the tender documents before the last date of sale of tender document mentioned in the tender 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response Page 2 of 5 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions 3 3 A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Zest mmmn y Testnsanes Response Cosel macy Vi RFx Response Number 60006452 RFx Number TEST2 Status Submit RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Vi Event Parameters Service and Delive Currency Indian Rupee f Incoter Detailed Price Information
41. ecord meeting Technical Criteria as stated vide Para 2 1 3 1 amp 3 2 The certification by the bidder for his her own Solar PV power plant will not be acceptable a The bidder shall enclose documentary evidence along with the offer in support of 2 1 b Copy of Work Order Contract agreement and completion certificate that the bidder has experience as per 3 1 c Performance Certificate from th user regarding successful operation of the Solar PV power plant Project for at least one 01 year as per Para 3 2 above 4 0 Average Annual Financial Turnover as per Audited Annual Reports for the last three accounting years as on the bid closing date should be at least Rs 85 00 lakhs Rupees Eighty five Lakhs only For proof of Annual turnover attested copies of the following documents should be submitted along with the bid i A certificate issued bv a practicing Chartered Cost Accountants Firm certifving the Annual Turnover and nature of business and ii Audited Balance Sheet and Profit and Loss account 4 1 Bidder must quote for the AMC The bidder shall submit an undertaking in support of their concurrence of doing the AMC for five years B COMMERCIAL 1 Bids are invited under Single Stage Two Bid System Bidders have to submit both the Unpriced Bids and Priced Bids through electronic form in the OIL s e Tender portal within the Bid closing date and SGI9878P 14 Page 2 time stipulated in the e Tender T
42. ected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under Page 4 of 5 i SHRI N GOPLASWAMI I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com 11 0The tender shall be governed by the Bid Rejection amp Bid Rejection Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 12 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected OOO NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions
43. ed Annual Maintenance schedule to OIL within 15 days of the placement of the purchase order contract for AMC and on or before 15th January every year thereafter The contractor shall also submit a detailed report every quarter to OIL about the maintenance carried out in the concerned period For ongoing cleaning and maintenance the contractor shall provide man power to carry out routine maintenance in line with OEM s recommendation 29 2 Unscheduled Break Down maintenance The contractor shall have to rectify any functional failure in the system The contractor shall be allowed a notice period of 10 days from the date Break Down to rectify the same failing which a penalty as per clause 21 shall be levied 29 3 Spares required during AMC The contractor shall supply all spares required during the AMC period This includes spares for scheduled as well as unscheduled maintenance 30 Warranty The Contractor shall be liable to replace any parts that may fail or show signs of defects in the works done by the Contractor under this Contract or from any act or omission of the contractors for a period of 12 months from the date of Commissioning of the complete Power Plant or 24 months from the date of last major dispatch whichever is earlier 31 General Conditions of Contract All other terms and conditions shall be as per General Conditions of Contract enclosed However in case of any discrepancy between t
44. elated to BRC must be submitted along with the Techno Commercial Bid A TECHNICAL 1 0 General 1 1 The offered Solar PV plant shall be rated for a minimum of 20 KWP 1 2 The 20 KWp Solar PV Plant shall be a complete svstem and meet the specifications as per Technical Specifications of the NIT and conforming to MNRE specifications 1 3 Any offer which does not include all the jobs services mentioned in the Scope of Work will be considered as incomplete and rejected 2 0 Bidder s Qualification 2 1 Bidder shall be an Original Equipment Manufacturer OEM of Solar PV module or Bidders shall be Channel partner with valid accreditation of MNRE under JNNSM 3 0 Experience SGI9878P 14 Page 1 3 1 A bidder should have experience of setting up of minimum two numbers of not less than 10 KWP Solar PV power plant each from concept to commissioning including operation and maintenance O amp M in India one of which should be in a Central State Govt public sector undertaking PSU Public limited company during the last seven 07 years 3 2 The SPV Power Generation Projects as quoted in 3 1 above which the party has commissioned should be working successfully for at least six months from the date of commissioning Supporting documentary evidences to be provided The Bidder shall furnish documentary evidences as mentioned below along with the bid to establish his qualification experience track r
45. ever such rejection replacement by OIL shall not absolve the Contractor of any of his responsibilities under this Contract 16 2 In the event of such rejection OIL shall be entitled to the use of the plant in a reasonable and proper manner for a time reasonably sufficient to enable him to obtain other replacement plant 17 0 Type Quality of Materials and Workmanship 17 1 The Contractor shall be deemed to have carefully examined and to have knowledge of the equipment the general and other conditions specifications schedules drawings etc forming part of the Contract and also to have satisfied himself as to the nature and character of the work to be executed and the type of the equipment and duties required including wherever necessarv of the site conditions and relevant matters and details Anv information thus procured or otherwise obtained from OIL shall not in any way relieve th Contractor from his responsibility and executing the works in accordance with the terms of contract 17 2 The items works under the scope of the Contractor shall be of the best quality and workmanship according to the latest engineering practice and shall be manufactured from materials of best quality considering strength and durability for their best performance and in any case in accordance with the specifications set forth in this Contract All material shall be new Substitution of specified material or variation from the met
46. ffence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Page 4of5 Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 If the Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions Ms A Gogoi Sr Manger Materials For the Principal For the Bidder Contractor Place Guwahati Witness 1 cectceeriapsr
47. h as cement aggregates concrete cubes soil and other consumables 24 10 5 Any special measures or techniques which may be necessary for construction of structures such as dewatering sheet piling diaphragm walls well sinking well point system and continuous pouring of concrete shall be deemed to have been taken into account by the Contractor and no extra claim whatsoever shall be entertained 24 10 6 The Contractor shall carry out structural load test on each part of the building structure at his own cost if such structural load test is warranted due to unsatisfactory test results of concrete cubes and if so directed by the OIL SGI9878P 14 Page 19 24 10 7 OIL may during the progress of Work order the removal an re erection of part or whole of the work executed that is foun not in accordance with the approved drawings specification written instructions OIL shall not be responsible for any cost incurred in connection with any such removal and re erection th Contractor shall indemnify OIL for any costs and expenses that OI may have incurred in connection with such removal and re erection Re inspection retest shall be carried out only after necessary rectification work replacement by the Contractor 24 10 8 The inspection examination or testing carried out by OIL shall not relieve the Contractor from any of his obligations under this Contract FoununaaA
48. hall be mutually agreed 19 3 The Contractor shall provide all opportunities and information to OIL s engineers to get acquainted with the technical know how and the methods and practices adopted by the Contractor in basic and detail engineering The Contractor shall provide documents drawings calculations etc as may be required by OIL s Engineers 19 4 OIL shall bear all costs relating to airfares local travel residential accommodation and subsistence in respect of OIL s engineers 20 NSPECTION AND TESTING 20 1 OIL shall have the right of inspection and testing the contract work or any part thereof at any stage during the manufacture at the Original Equipment Manufacturer s premises Should the Contractor himself not be in a position to carry out the tests he shall within five 5 days of receipt of the OIL s demand prepare specimen and samples and send them at his own cost to such testing stations as OIL may specify and the cost of the test so effected shall be to the Contractor s account However cost pertaining to the OIL s inspection personnel shall be borne by the OIL 20 2 The Contractor shall bear all costs of any and all inspections and tests 20 3 Should a part of the plant be manufactured not on Contractor s own premises but on other premises the Contractor shall likewise obtain permission for OIL to inspect and test the work as if the said plant were being manufactured on the Contractor s premises
49. hall have suitable arrangement for the followings a Combine groups of modules into independent charging sub arrays 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 current carrying rating of the Junction Boxes shall be suitable with adequate safety factor to inter connect the Solar PV array Tender No SGI9878P14 Page 4 3 3 The junction boxes shall have suitable cable entry points fitted with cable glands of appropriate sizes for both incoming amp outgoing cables 3 4 Suitable markings shall be provided on the bus bar for easy identification amp cable ferrules shall be fitted at the cable termination points for identification 4 POWER CONDITIONING UNIT PCU PCU shall supply the DC energy produced by array to DC bus for inverting to AC voltage using its MPPT Maximum Power Point Control control to extract maximum energy from solar array and produce 400 V AC 3 phase 50 Hz to feed the LT panels 4 1 MPPT controller inverter and associated control and protection devices etc all shall be integrated into PCU 4 2 The rating of PCU shall be suitable to the capacity offered 4 3 PCU shall provide 3 phase 400 5 V 50 1 5 Hz supply on AC side with THD lt 3 DC voltage ripple content shall not be more than 3 Efficiency of PCU shall not be less than 97
50. he Completion and handing over of the Off Grid SPV projects shall be done within 3 months from date of issue of LOI PO However we request to quote your best possible Commissioning Schedule but not later than the above mentioned requirement The Bidder shall submit Ll 12 schedule along with the offer 6 Liquidated Damages 6 1 OIL shall levy Liquidated Damages at the rate of 0 5 of the Contract Price per week of delav in completion time subject to a o ceiling of 7 5 of the total contract value For this purpose a delav of one dav also shall be considered as a delav of one week 6 2 The Liquidated damages for Performance Guarantee parameters shall be as Specified in Clause 7 below 6 3 The liquidated damages on account of delay as well as performance parameters during warranty shall be limited to a maximum of 7 5 of the Contract price There shall be no cap on liquidated damages on account of performance parameters related to guaranteed generation mentioned in clause 7 0 below 6 4 Further the Contractor will have to satisfy the requirement of Technical Specifications If the required parameters are not achieved then the Contractor will have to rectify the same within SGI9878P 14 Page 5 a period of one month failing which the equipment will be rejected and all damages shall be recovered from the Contractor 6 5 After erection commissioning the System supplied under this Contract
51. he Special Terms and Conditions and General Conditions of Contract Special Terms and Conditions shall prevail SGI9878P 14 Page 22 ANNEXURE CCC BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie b rejected Bid evaluation will be done only for those bids that passed through the BID REJECTION CRITERIA BRC as stipulated in this documents Other terms and conditions of the enquiry shall be as per general terms and conditions vide MM LOCAL E 01 2005 for E procurement LCB tenders However if any of the clauses of the BRC BEC contradict the clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in the Tender Document Bids will be rejected in case services offered do not conform to the required parameters stipulated in the Scope of Work Not withstanding the general conformity of the bid to the stipulated specifications the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected All documents r
52. he unpriced bid is to be submitted as per scope of work and technical specification of the tender and the price bid as per the online commercial bid format For details of submission procedure please refer relevant para of general terms and conditions vide MM LOCAL E 01 2005 for E procurement LCB tenders Any offer not complying with the above shall be rejected straightway ii Bid security Bid security of Rs 85 000 00 shall be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Chief Manager PL Pipeline Headquarters Oil India Limited Guwahati 781171 Assam on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned amount is not received within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bid Security shall be valid for 10 months from the date of bid opening i e upto 24 05 2014 In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date iii Perfor
53. hod of fabrication SGI9878P 14 Page 10 may be permitted but only with the prior written approval of the OIL 17 3 The Contractor shall procure and or fabricate all materials and equipment in accordance with all requirements of Central and State enactment rules and regulations governing such work in India and at site This shall not be construed as relieving the Contractor from complying with any requirement of OIL as enumerated in the Contract which may be more rigid than and not contrary to the above mentioned rules nor providing such construction as may be required by the above mentioned rules and regulations In case of variance of the Technical Specification from the laws ordinance rules and regulations governing the work the Contractor shall immediately notify the same to the OIL t is the sole responsibility of the Contractor however to determine that such variance exists Wherever required by rules and regulations the Contractor shall also obtain the statutory authorities approval for the plant machinery and equipment to be supplied by the Contractor 17 4 The Contractor shall follow all codes and standards referred in the Contract and the documents related thereto Codes and standards of other countries may be followed by the Contractor with the prior written approval of OIL provided materials supplies and equipment according to the standard are equal to or better than the corresponding standards specified
54. ices FOR Narangi Guwahati Site which shall remain firm till the contract execution and inclusive of all taxes duties etc as well as site supervision for successful commissioning performance 12 Approval of System Design 12 1 The design of each subsystem and bill of material intended to be used shall be submitted to respective authority for approval 12 2 Quality Assurance Plan should include design control process control quality control testing of sub system 13 Arbitration The venue of arbitration shall be Guwahati 14 Progress Monitoring 14 1 The Contractor shall appoint a Project Manager PM on or before the effective date of Contract for overall co ordination The Bio data of the PM shall be furnished to the OIL OIL shall inform the Contractor within 7 days of receipt of Bio data objections if any and shall demand for a change in PM assigning valid reasons 14 2 In case of site activities a Site Manager SM shall be appointed All provisions as per 14 1 are applicable for this clause also 14 3 Within 3 days of the ffectiv date of Contract the Contractor shall submit to OIL a detailed organization chart showing the proposed organization structure for the project along with details of key personnel both at office and at site OIL shall inform the Contractor within 7 days of receipt these details objections if any and shall demand for alteration assigning valid reasons 14 4 These PM SM and other
55. ifications fulfilling the BRC clauses in toto must be received on or before the dead line given by the company failing which the offer will be summarily rejected iii Price bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the price bid AOKK KK K K SGI9878P14 Page 6 Annexure 1 Project Experience Kindly provide relevant Project Experience of the bidders relevant past experience SI No Project Year Year Location of Size of Client project project Award Completion Please provide proof of completed assignments Signature Seal Full Name Address Page 1 of 5 Annexure 2 Company Information Kindly provide the following details for the Firm 1 Name of the Firm 2 Turnover in the last three audited financial years in INR FY 2010 2011 FY 2011 2012 FY 2012 2013 Please provide Published Annual Account for Balance Sheet and Profit and Loss statements as Proof Signature Seal Full Name Address Page 2 of 5 Annexure 3 Compliance Statement for General Terms and Conditions and Special Terms and Conditions Write YES If agreed and accepted otherwise write NO and enclose deviations with Clause No SECTION NO CLAUSE NO COMPLIANCE
56. ill be final and binding on the bidders No deviation will however be accepted in the clauses covered under BRC ii If any of the clauses in the BRC contradicts with other clauses of bidding document elsewhere then the clauses in the BRC shall prevail 2 0 BID EVALUATION CRITERIA BEC A TECHNICAL SGI9878P 14 Page 5 The bids conforming to the technical specifications terms and conditions stipulated in the bidding document and considered to be responsive after subjecting to Bid Rejection Criteria BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below i In the event of computational error between unit rate and total price the unit rate as quoted by the bidder shall prevail ii Similarly in the event of discrepancy between words and quoted figure words will prevail iii Evaluation will be done on total contract cost basis to ascertain the lowest bid Annexure 5 B COMMERCIAL 1 To evaluate the inter se ranking of the offers Assam entry tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clar
57. ing the contractor to take action to comply with the requirements and for further non compliance the contractor will be penalized prevailing relevant Acts Rules Regulations 24 When there is a significant risk to health environment or safety of a person or place arising because of a non compliance of HSE Measures Company will have the right to direct the contractor to cease work until the non compliance is corrected 25 The contractor should prevent the frequent change of his contractual employees as far as practicable 26 The contractor should frame a mutually agreed bridging document between OIL amp the contractor with roles and responsibilities clearly defined 27 For any HSE matters not specified in the contract document the contractor will abide the relevant and prevailing Acts rules regulations pertaining to Health Safety and Environment KaKKKK KK KK Tender No SG9878P14 Page 18 ANNEXURE BBB SPECIAL TERMS AND CONDITIONS The following clauses shall be read in conjunction with General Conditions of Contract as well as Technical Specifications to the extent applicable In case of any discrepancies between the stipulations in these documents the General Conditions of Contract shall stand superseded 1 Objective The main objective of this project is to prepare DETAILED PROJECT REPORT DPR DESIGN MANUFACTURE SUPPLY INSTALLATION ERECTION TESTING AND COMMISSIONING W
58. ite The Contractor shall ensure that proper documentation is followed at entry gate of OIL s premises for such items which shall be carried back by Contractor after completion of work 24 9 Erection installation and construction 24 9 1 For completing the work within the time schedule the Contractor shall carry out the work round the clock by providing adequate manpower however without violating any labour laws and safety guidelines 24 9 2 The Contractor shall unpack and do visual checking against physical damages to the equipment cases clean equipment befor start of erection Damage if any will be reported to the OIL Consultant and shall be rectified replaced expeditiously in case of materials not supplied by the Contractor so as not to upset the erection and commissioning schedule Delay on account of SGI9878P 14 Page 18 settlement of insurance claims shall not be considered an excuse for delay in Completion 24 9 3 The Plant and equipment will be installed on the civil foundation structures including power control room and battery room to be constructed by the Contractor However if any minor deficiency is noticed in the dimensions centerlines levels locations etc of the foundation or anchor bolts or other embedment s the Contractor shall make arrangement for rectification of the same at his own cost Chipping dressing of the foundation with air or air and water jet prio
59. ite of Off Grid Solar Photovoltaic Power Plant with REMOTE MONITORINGS AND CONTROLS 4 1 1 1 Before the contractor becomes eligible for any payment under the contract he shall fulfill the following a Submission of Bank Guarantee towards security deposit as per para 4 2 below D Submission of a Bank Guarantee equivalent to 10 of the total Contract Price valid for a period of first 5 years after commissioning for settlement of claims against the Performance Guarantee Parameters stipulated at clause no 7 0 4 1 1 2 10 of the total price for Design supply of equipment materials maintenance tools and tackles amp spares shall be paid against preparation of DPR Verification of site amp DNI data and Design of the plant 4 1 1 3 60 of the total price for Design supply of equipment materials maintenance tools and tackles amp spares shall be paid against supplies on receipt of total supplies under the Contract at site 4 1 1 4 30 of the total price for Design supply of equipment materials maintenance tools and tackles amp spares shall be paid on successful completion of installation and commissioning 4 1 2 Payment Schedule for Unloading at Site Erection Testing and commissioning of 20KWp SPV power plant 4 1 2 1 Before the contractor becomes eligible for any payment under the contract he shall fulfill the following a Submission of another Bank Guarantee towards security deposit as per p
60. l be deducted per day 21 2 More than 10 days to 20 days 1 of the annual maintenance contract amount will be deducted per day 21 3 More than 20 days 3 of the annual maintenance contract amount will be deducted per day 21 4 After 20 days OIL may take up the maintenance works on its own and deduct all expenses from the contractor 22 TRAINING 22 61 Contractor shall arrange for training OIL s personnel for working procedures and systems covering working norms and quality SGI9878P 14 Page 13 standards Such training will include training in Contractor s design and engineering department and or in the manufacturers shop and for operation and maintenance in working plants at no cost to OIL 22 2 The Contractor shall furnish detailed training program for OIL s personnel not later than 2 months from the effective date of the Contract The training program shall be imparted to ensure the readiness of OIL sS personnel before the commencement of operation of the plant The travelling and living expenses of the OIL s trainees shall be borne by the OIL OIL shall also arrange necessary travel documents for his trainees The Contractor shall however assist in arranging visa and medical insurance of trainees wherever necessary 23 0 Performance Guarantee Availability amp Reliability Requirement and Tests 23 1 Performance Guarantees amp Tests 23 1 1 The guarantee for perfo
61. lar power project must use a RF identification tag The following information must be mentioned in the RFID used on each module This can be inside or outside the laminate but must be able to withstand harsh environmental conditions and also in clear and indelible markings Name monogram or symbol of manufacturer of PV module Name monogram or symbol of manufacturer of Solar cells Type or model number Unique Serial number and model number of the module Polarity of terminals or leads colour coding is permissible Maximum system voltage for which the module is suitable Date amp place country of origin of manufacture separately for PV module and solar cell I V Curve for the module Wattage Im Vm amp FF for the module Name of the test lab issuing IEC certificate Other relevant information on traceability of solar cells and module as per ISO 9000 Tender No SG9878P14 Page3 The 20 KWP solar PV power plants shall have necessary equipment to continuously measure solar radiation ambient temperature wind speed and other weather parameters and simultaneously measure the generation of DC power as well as AC power generated from the plant Module shall have type approval certificate as per Annexure 9 Bidder shall provide the data sheet as per Annexure 10 B 2 Module Mounting Structure 2 1
62. le in the Technical RFx gt External Area gt Tender Documents d In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation Page 1 of 5 e Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited f Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documen
63. lent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors The Principal will disqu
64. line Copper Indium Gallium Diselenide CIGS No of PV cells per Module matrix Solar module frame material Frameless Module dimensions To be mentioned Module weight To be mentioned Output cables Polarized weatherproof DC rated multicontact Connectors Junction Box Weather resistant HDPE IP65 Construction Front High transmission tempered glass Back Polvester Encapsulant EVA ax Temperature rise of To be mentioned solar cells under severe working conditions over ax Ambient Temp Nominal voltage To be mentioned Nominal Wattage To be mentioned Power Tolerance 3 Peak power voltage Vmp To be mentioned Peak Power current Imp To be mentioned Open circuit voltage Voc To be mentioned Short circuit current Isc To be mentioned Weight of each module To be mentioned Fill Factor Atleast 0 6 higher shall be preferred Temperature coefficient of 0 09 C Isc Temperature coefficient of 0 33 mV C Tender No SG9878P14 Page 12 Temperature coefficient of 0 2 C power Maximum system voltage 600 1000V Maximum series fuse rating 15 A NOCT Air 20 oC Sun 4742 C 0 8kW m2 Wind 1m s Standards Approvals from IEC 61646 IEC 61730 TUV International Agencies UL Temperature cvcling range 40 C to 485 C Humidity 85 RH Static load front and 2400 pascals back Hailstone impa
65. mance Bank Guarantee Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value For exemption for submission of Performance Bank Guarantee please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Performance Bank Guarantee for capital nature items like plant and machinery etc shall be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier However for consumables like chemicals cement tubular etc the Performance Bank Guarantee shall be valid for 12 months from the date of despatch iv The Bank Guarantee should be allowed to be encashed at all branches within India SGI9878P 14 Page 3 v Validity of the bid shall be minimum 120 days from the Bid Closing Date vi The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected vii Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered viii All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Auth
66. material if it is found that the materials supplied and or erection and or construction work carried out by the Contractor are not in conformity with the terms and conditions of the Contract SGI9878P 14 Page 9 LBs 2 The Contractor shall cooperate with the OIL s other contractors if any for any associated plant and freely exchange all relevant technical information with them to obtain the most efficient and economical design and to avoid unnecessary duplication of equipment The Contractor shall also co ordinate with other contractors for any interface activity at his battery limits No remuneration shall be claimed from OIL for such technical co operation 16 Rejection of Defective Plant 16 1 If the completed Plant or anv portion thereof before Final Take Over is found to b defective or fails to fulfill the requirements of the Contract OIL shall give the Contractor notice setting forth particular of such defects or failure and the Contractor shall forthwith make the defective plant good or alter the same to make it complv with the requirements of the Contract Should he fail to do so within a period of time as deemed reasonable by OIL and stated in the said notice OIL may reject and replace at the risk and cost of the Contractor the whole or any portion of the plant as the case may be which is defective or fails to fulfill the requirements of the Contract How
67. mensions Minimum 750mm space around the periphery wall of rooftop Minimum 900mm space near the rain water exhaust pipe water tank and rooftop entrance 12 3 Stair case Contractor shall provide a GI stair case for grid rooftop of following specifications Base channel 110X50mm Hand rail pipe 50mm dia Distance between Steps 300mm Steps angle 110X110mm A Structural design TS 800 2007 shall be followed for structural design Contractor shall submit the DBR and STADD calculations along with the structural design 12 5 Control Room aaow Tender No SG9878P14 Page8 The contractor shall design the control room as per the relevant IS CEA amp manufacturer s recommendations standards Accommodation of following equipments facilities shall be considered while designing the control room Electrical Panel Battery Bank Sitting area for operators if required 13 0 Plant Protections 3 1 Lightning amp Over Voltage Protection SPV Power Plants will be provided with Lightning and over voltage Protection connected to proper earth mats The Lightning conductors shall be provided as per Indian Standards IS in order to protect the entire Solar Array yard from Lightning strikes Necessary concrete foundation for holding the lighting conductor in position will be made after giving due consideration to maximum wind speed f Lighting conductors shall be ear
68. n The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings Di As soon as the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Bevond this the Monitor has no right to demand from the parties that thev act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him bv the Principal and should the occasion arise submit proposals for correcting problematic situations 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such o
69. n or any other person from removing or damaging any such article or thing and shall immediately upon discovery thereof and before removal acquaint OIL of such discovery and carry out at the expense of the OIL as to the disposal removal or otherwise of the same 24 7 Unloading The RR Challans duly endorsed will be handed over to the Contractor for taking delivery of materials from railway trucks ships unloading the same from wagons trucks ships and subsequent handling transportation and storage at the Site after submission of custody cum indemnity bond in OIL s approved Performa The demurrage charges if any will be payable by the Contractor for the reasons attributable to the Contractor 24 8 Supply of erection construction materials and consumables The Contractor shall provide all necessary erection equipment and tools and tackles including material handling equipment crane service will be provided by OIL compressors and other equipment and instruments and consumables all commissioning equipment and instruments welding equipment winches alignment tools precision levels etc which may be required for carrying out the erection and commissioning work as applicable efficiently Unless otherwise specified the above erection equipment materials shall be the property of the Contractor However OIL S prior written permission shall be required for removal of these erection equipment materials from the S
70. ncipal will inform its Vigilance Office and in addition can initiate disciplinary actions Page lof5 1 2 Section 2 Commitments of the Bidder Contractor The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which he she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not enter with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the
71. ng 16 The health check up of contractor s personnel is to be done by the contractor in authorized Health Centres as per OIL s requirement amp proof of such test s is to be submitted to OIL The frequency of periodic medical examinations should be every five years for the employees below 45 years of age and every three years for employees of 45 years of age and above 17 To arrange dailv tool box meeting and regular site safetv meetings and maintain records Tender No 5G19878P14 Page 17 18 Records of daily attendance accident report etc are to be maintained in Form B E J as per Mines Rules 1955 by the contractor 19 A contractor employee must while at work take reasonable care for the health and safety of people who are at the emplovee s place of work and who may be affected by the employee s act or omissions at work 20 A contractor employee must while at work cooperate with his or her employer or other persons so far as is necessary to enable compliance with any requirement under the act or the regulations that is imposed in the interest of health safety and welfare of the emplovee or anv other person 22 Contractor s arrangements for health and safetv management shall be consistent with those for the mine owner 23 In case Contractor is found non compliant of HSE laws as required company will have the right for direct
72. ny supplied module shall not vary by more than 3 from the average power rating of all ratings Each module therefore has to be tested and rating displayed 10 It shall perform satisfactorily in relative humidity up to 95 and temperature between 4 0 C and 85 C It shall be able to withstand wind gusts up to 150 Km hr The solar modules should have suitable encapsulation amp sealing arrangements to protect the silicon cells from the environment The encapsulation arrangement shall ensure complete moisture proofing for th ntire life of solar modules 2 Bidder must consider Shading Losses as per the relevant Industry Standard amp Practice while designing the proposed power plant Guarantee on power output of solar module will be as follows Tender No 5G19878P14 Pagel Guarantee on power output of solar module will be as follows End of Year Guaranteed Output 1 98 5 2 97 5 3 97 6 95 9 6 8 94 5 10 93 5 15 91 20 88 5 25 86 1 14 Marking Each module shall carry the following clear and indelible markings name monogram or symbol of manufacturer type or model number serial number polarity of terminals or leads colour coding is permissible maximum system voltage for which the module is
73. o cold chamber at 40 C Ten such cycles shall be carried out 6 Composite temp humidity test As per IEC Test shall be carried out as mentioned in IEC specification 7 Acceptance Criteria The Module is deemed to have passed the tests if the sample meets the following criteria a There is no evidence of a major visual defect such as a cracked or broken window bubbles or de lamination in the encapsulant etc b There are no cell breakages amp no water infiltration into terminal boxes c No sample exhibits any open circuit or ground fault d No visible evidence of major defects that may affect the performance of the module Tender No SG9878P14 Page 10 e Insulation Resistance not less than 50M ohm at 500 V DC f Degradation of performance may not exceed 5 after each single test or 8 after the whole s quenc Annexure 10 A Solar Module Data Sheet Crystalline PV Parameters Required Offered PV Module Manufacturer To be mentioned name amp Country PV Module type Multi Mono crystalline No of PV cells per Module Solar module frame Anodized Aluminum material Module dimensions To be mentioned Module weight To be mentioned Output cables Polarized weatherproof DC rated multicontact Connec
74. ober amp January for contracts of more than one year However for contracts of less than one year returns shall be submitted monthly 10 It will be entirely the responsibility of the Contractor his Supervisor representative to ensure strict adherence to all HSE measures and statutory rules during operation in OIL s installations and safety of workers engaged by him The crew members will not refuse to follow any instruction given by company s Installation Manager Safety Officer Engineer Official Supervisor Junior Engineer for safe operation Any compensation arising out of the job carried out by the Contractor whether related to pollution Safety or Health will be paid by the contractor only 12 Any compensation arising due to accident of the Contractor s personnel while carrying out the job will be payable by the contractor 13 The contractor shall have to report all incidents including near miss to Installation Manager departmental representative of the concerned department of OIL 14 The contractor has to keep a register of the persons employed by him her The contractor s supervisor shall take and maintain attendance of his men every day for the work punctually 15 If the company arranges any safety class training for the working personnel at site company employee contractor worker etc the contractor will not have any objection to any such traini
75. ority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected ix C folder is meant for Technical bid only Therefore No price should be given in C folder otherwise the offer will be rejected x Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered xi The User ID amp Password are not transferable Bids submitted by parties to whom the User ID amp Password was not issued by the Company will be rejected xii Conditional offers will be rejected xiii Bids received in any form or media other than through OIL s e Procurement portal will not be accepted xiv Bid documents uploaded in the e Procurement Portal shall be tvped written and scanned clearly and contain no inter lineation erasures or overwriting except as necessary to correct errors made by bidder Any bid not meeting this requirement shall be rejected XV Bidders must quote clearly and strictly in accordance with the price schedule outlined in Price Schedule Format Annexure 5 of bidding documents otherwis th bid will be summarilv rejected The Bids in which the rates for anv part of the work are not quoted shall be rejected SGI9878P14 Page 4 xvi Bidder must accept and complv with the following clauses
76. p Conditions 24 ERECTION INSTALLATION amp CIVIL WORKS The Contractor shall strictly adhere to the following as applicable as per scope of work 24 1 Mobilization and access to site 24 1 1 Communication facilities if required shall be arranged by the Contractor 24 1 2 While execution of work no person other than the Contractor Sub Contractor and his or their employees shall be allowed on the Site during working hours except with the written permission of the OIL Facilities to inspect the works at all times shall be afforded by the Contractor to OIL and his representatives and other authorized officials The labour camps shall not be established by the Contractor inside the site premises Nothing extra shall be payable by OIL on this account 24 1 3 The access to the Site shall be exclusive to the Contractor but only to enable him to execute the works The Contractor shall afford to OIL and to other Contractors whose names shall have been previously communicated in writing to the Contractor by the OIL reasonable facilities for the execution of the work concurrently with his own 24 2 Safety 24 2 1 Upon arrival of Plant and Equipment Material at the Site the Contractor shall assume custody thereof and remain responsible thereafter for safe custody until the whole plant is handed over 24 2 2 Adequate firefighting equipment and extinguishing agents of sufficient capa
77. perty and shall be responsible for complying with all statutory obligations in these respects The contractor shall employ only licensed blasters 24 2 7 The contractor shall for the duration of the contract maintain in good order and condition all such protective apparel and equipment such as safety helmets safety belts gloves etc for all their workmen and staff engaged for contract work as may be required to be used by Law and by the OIL The contractor shall ensure that such protective apparel equipment are worn and used by their workmen and staff without fail In case OIL notices any non compliance thereto OIL will not only be entitled to make alternative arrangements for the same but recover cost and damages plus OIL s own charges 20 or as deemed fit by the company on his account 24 2 8 The contractor shall follow the safety instructions as mentioned in Annexure X 24 3 Care of works and security 24 3 1 From the commencement to the completion of work the Contractor shall take full responsibility for the care of Works and for all temporary Works from damages loss or theft by making suitable security arrangement In case any damage or loss shall happen to the Works or to any part thereof or to any temporary Works from any cause whatsoever the Contractor shall at his own cost replace or repair and make good the same SGI9878P 14 Page 16 24 3 2 The Contractor
78. put voltage of 400 volts a c shall include the following but not limited to the supply erection testing commissioning and integration into the OIL s Mainline SCADA to facilitate control amp monitoring from Master control Room at Pipeline Headquarters Noonmati Guwahati Assam suitably a Solar PV modules of composite capacity as mentioned above including mounting frames structure array foundation and module inter connection Array Junction boxes b Power Conditioning Units that are communicable on with remote sensing DSP and sleeping mode operation System shall initiate DG set START command in existing sequence when SPV system unable to meet the load demand and initiate DG Set STOP command when SPV system ready able to take the load Suitable manual control both from local control desk and Remote Master Control desk shall be incorporated in the system c AC power evacuation panel with bus bars and circuit breakers with proper interfacing with the existing distribution panels d Metering and protection Isolation systems Meters to be communicable on remote sensing e LV Power and Control Cables including end terminations and other required accessories for both AC amp DC power f Earthling system for PV Array DC power system lightning protection system AC power system for LT equipment etc for SGI9878P 14 Page 2 control room building PCU Data acquisition system with remot
79. r to placing the equipment on foundation will also be carried out by the Contractor However the procedure for rectification will be finalized by the Contractor with the written approval of OIL 24 9 4 CC mattress shall be done on the Solar Panel array area 24 10 Inspection amp Testing during erection amp commissioning 24 10 1 OIL or his authorized agent shall have the right of inspection and testing the materials brought to site by the Contractor and erection installation construction work at any stage and the Contractor on demand from OIL shall carry out such tests in an appropriate manner in the presence and free of charge to QTIL 24 10 2 Within 15 days after th ffective date of Contract the Contractor shall submit a detailed Quality Assurance Plan QAP covering all activities under scope of supply of the Contractor and all stages of inspection for OIL to comment approve the same and indicate OILfs 24 10 3 No work shall be covered up or put out of view without the approval of the OIL n the event of failure to do so the Contractor shall uncover any part of the work or make openings in or through the works as OIL may direct and they shall be made good with materials approved by OIL and should match with workmanship of the surrounding work 24 10 4 The Contractor shall at his cost arrange for construction laboratory equipment testing materials consumables etc at site for testing of construction materials suc
80. ransmission It shall also have back glass sheet for environmental protection against moisture amp provide high voltage electrical insulation Tender No SG 9878P14 Page 2 1 23 Solar PV module shall be highly reliable light weight and shall have a service life of more than 25 years 24 The rated output of anv supplied module shall not varv bv more than 3 from the average power rating of all ratings Each module therefore has to be tested and rating displaved 125 It shall perform satisfactorily in relative humidity upto 95 and temperature between 4 C and 85 C It shall be able to withstand wind gusts of upto 150 Km hr L26 The solar modules should have suitable encapsulation amp sealing arrangements to protect the it from the environment The encapsulation arrangement shall ensure complete moisture proofing for th ntire life of solar modules L 23 Bidder must consider Shading Losses as per the relevant Industry Standard amp Practice while designing the proposed power plant Guarantee on power output of solar module will be as follows of Year Guaranteed Output 98 5 97 5 97 95 5 94 5 93 5 91 88 5 Hs nB VO 4N eR 86 1 29 Marking Each PV module used in any so
81. rmance includes ratings output for the individual items systems and electrics as well as Technical Specifications for the integrated operation of the Plant The Contractor s responsibility under this guarantee shall not in any way be reduced diminished or absolved for any reason whatsoever in respect of supplies materials and equipment not manufactured by the Contractor Details of Performance Guarantee tests and method of computation of performance values shall be as per Technical specifications and Special Conditions of Contract 23 1 2 The Contractor undertakes to demonstrate to the satisfaction of OIL the Performance Guarantee PG Tests and achieve all the parameters as specified in Technical Specifications of the Contract within 15 days from the date of notice to Contractor regarding readiness of plant equipment for PG tests 23 1 3 The Contractor shall provide and install all measuring instruments required for checking the guaranteed performance which e e are not included among the permanent measuring instruments of th unit sub unit Such instruments shall be furnished by th Contractor on a temporary basis for the duration of the Performance Guarantee Tests 23 1 4 During performance tests OIL shall make available necessary Operating and Maintenance personnel However the charges for consumable etc and other such items shall be borne by the Contractor 23 1 5 In case the Contractor fails to demonstrate and prove the
82. rms and conditions of the Contract shall be deemed waived or amended by either party unless such waiver or amendment is executed in writing by the duly authorized agents or representatives of such party The failure of either party to execute any right of termination shall not act as a waiver or amendment of any right of such party provided hereunder 28 After Sales Service The details of service centers in India shall be provided along with the offer All essential materials amp manpower shall be placed at the servic centers to ensure quick amp efficient after sales service 29 Comprehensive Annual Maintenance Contract This shall cover two parts a Scheduled Preventive maintenance b Unscheduled Break Down maintenance 29 1 Scheduled Preventive maintenance The contractor shall have to quote the rates for Annual Maintenance Contract for 5 years after the warranty period which includes bi monthly visits mutually agreed interval and supply of essential spares During the visit cleaning of the panels amp tightening of the connections shall be carried out The AMC shall include overall supervision of maintenance activities that are required to ensure optimum performance of the Solar system as per the performance guarantee parameters indicated above and Guaranteed Generation figures for 25 years submitted by the contractor SGI9878P 14 Page 21 The contractor shall submit a Detail
83. rnational Non Governmental Organisation Transparency International Tl Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard the Pri
84. sh the surplus quantity of the materials belonging to the Contractor OIL shall allow the Contractor to remove such materials if it is satisfied in its sole and absolute discretion only after completion of the entire Work 25 3 No imported Material shall be allowed to be taken out other than imported tools and tackles and instruments brought by the Contractor on draw back basis and provided he has carried out necessary documentation at the time of taking such items inside the Plant 25 4 The Contractor shall return to OIL all unused and left over commissioning spares after successful commissioning of the plant SGI9878P 14 Page 20 25 5 OIL shall have the right to take possession or use any completed or partially completed Work Such possession or use shall not be deemed to be an acceptance of any work done not in accordance with the Contract However any damage to such work solely due to such provision or use shall be to the OILs account 26 0 USE OF COMPANY S EQUIPMENT 26 1 Contractor shall assume the risk of and shall be solely responsible for damage to and loss or destruction of materials and equipment or supplies furnished by Company In case there is a loss or damage to the company s equipment for causes attributable to contractor the contractor shall compensate the company 27 0 WAIVERS AND AMENDMENTS It is fully understood and agreed that none of the te
85. shall have to pass the site tests as stipulated in the Technical Specification without any deviations thereof otherwise OIL shall have the right to reject the entire equipment amp recover the amounts paid together with compensation in relation thereto or levy liquidated damages as deemed fit by OIL at his sole discretion Teg Performance Guarantee Parameter TeL Solar PV Module Module shall be having a minimum guarantee for a period of 25 years In case of any deviation observed during operations from the performance guarantee parameters cited the Contractor shall be informed in writing by OIL The Contractor shall be responsible to rectify the same within 10 days of notification without any extra cost to OIL Performance guarantee parameters on output of solar module shall be as follows End of Year Guaranteed Output 98 5 97 5 97 95 5 94 5 10 93 5 15 91 20 88 5 25 86 OA G N The above shall be guaranteed at the consumer end and that shall be treated as the measuring point The bidders should provide a quarterly guaranteed generation in MUs Million Unit along with the offers over the next 25 years considering the degradation in output based on clause above Penalty shall be levied on an annual basis in terms of revenue lost to the utility for the deviation in output Penalty 2 Tariff MUs guaranteed MUs supplied Tariff shall be as per prevailing ASEB rates for Guwahati
86. such tests of the plant in accordance with the contract and shall give all such facilities to OIL or his authorised representative to accomplish such tests 20 8 When the inspection tests have been satisfactorily completed at the contractor s or his sub contractor s premises OIL shall issue a certificate to that effect to the extent such certificate is required to be delivered by OIL pursuant to this Contract 20 9 In case any Equipment fails in inspection tests or the test reports are not satisfactory OIL shall reject or demand rectification re inspection Re inspection retest shall e carried out only after necessary rectification work replacement by the Contractor 20 10 No Plant Equipment and Material shall be shipped before th inspection certificate waiver certificate and dispatch clearance have been issued by the OIL 20w11 In the case of commissioning spares operating and maintenance spares and insurance spares the same shall be offered for inspection along with the main equipment 20 12 The inspection examination or testing carried out by OIL shall not relieve the Contractor from any of his obligations under this Contract 21 0 Penalty For any delay in attending breakdown report delay in completing breakdown report of the plant penalty will be imposed as under 21 1 More than 5 days to 10 days 0 5 of the annual maintenance contract amount wil
87. suitable Date amp place of manufacture I V Curve for the module Wattage Im Vm amp FF for the module Module shall have type approval certificate as per Annexure 9 Bidder shall provide the data sheet as per Annexure 10 A 1B Solar Photo Voltaic Module Thin Film 5 The Solar PV module will be minimum 30Wp nominal rating 16 Thin Film Solar modules offered shall be certified as per latest edition of IEC 61646 7 The modules shall also qualify for IEC 61730 for safety qualification testing For modules to be used in a highly corrosive environment throughout their lifetime they must qualify for IEC 61701 The safety class shall be UL 1703 8 SPV module shall contain amorphous silicon microcrystalline solar thin film or shall be of Copper Indium Gallium Diselenide CIGS The thin film modules shall have surface coating to help to absorb more light in all weather conditions The modules shall be able to perform well under weak light conditions diffuse amp reflective light 9 The module frame shall be made of aluminium or corrosion resistant material which shall be electrolytic ally compatible with the structural material used for mounting the modules 1 20 Photo electrical conversion efficiency of Thin Film module shall not be less than 6 5 of Fill factor of the module shall not be less than 0 6 L 22 Each module shall have low iron tempered glass front for strength amp superior light t
88. thed through flats and connected to earth mats as per applicable IS with earth pits The pits are provided with Masonry enclosure with cast iron cover plate having locking arrangement watering pipe using Charcoal and salt as per IS 13 2 Grounding The complete Solar PV power Plant with all its accessories will be grounded so that in the event of a lightning strike or utility over voltage current will find a safe path to earth Note that a separate grounding would be provided for this purpose separate from the one used for lightning conductor Each Solar PV array structure shall be grounded properly as per IS standard The earth conduction shall run through appropriate pipes partly buried and partly on the surface of the control room building The complete earthing system shall be mechanically amp electrically connected to provide independent return path to earth Annexure 9 Quality Testing of PV Module Quality Testing of PV Module Modules used in crystalline PV solar panels shall have IEC 61215 compliance certificate The qualification testing procedure is defined in IEC 61215 to examine the impact of mechanical thermal amp electrical stress on power output The bidder shall submit appropriate type approval certificate for the offered solar modules from IEC approved laboratory Similarly Thin Film Solar panels shall be IEC 61646 compliant
89. tors Junction Box Weather resistant HDPE IP65 Construction Front High transmission tempered glass Back Polyester Encapsulant EVA ax Temperature rise of To be mentioned solar cells under severe working conditions over Max Ambient Temp Nominal voltage To be mentioned Nominal Wattage To be mentioned Power Tolerance 3 Peak power voltage Vmp To be mentioned Peak Power current Imp To be mentioned Open circuit voltage Voc To be mentioned Short Cl roure current To be mentioned Isc Weight of each module To be mentioned Fill Factor 0 7 Temperatur coefficient of 0 065 0 015 C Isc Temperatur coefficient of 160 420 mv C Voc Temperature coefficient of 0 5 0 05 C power Maximum system voltage 600 1000V Maximum series fuse rating NOCT Air 20 OC Sun 4742 C 0 8kW m2 Wind 1m s Standards Approvals from IEC 61215 IEC 61730 TUV International Agencies UL Tender No SG9878P14 Page 11 Temperature cycling range 40 C to 85 C Humidity 85 RH Static load front and 2400 pascals back Hailstone impact 25mm at 23m s Annexure 10 B Solar Module Data Sheet Thin Film PV Voc Parameters Required Offered PV Module Manufacturer To be mentioned name amp Country PV Module type Thin Film Amorphous Silicon micro crystal
90. ts as on the Bid Closing Date i Successful execution of a single order of value not less than 42 50 Lakhs for supply of similar items during last three years ii Annual turnover of the firm in any of the last three financial years or current financial year should be more than 85 00 Lakhs 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Guwahati is to be sent to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 Application shall be accepted only upto one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issu
91. ure but capable of initiating DG set START command in existing sequence when SPV system unable to meet the load demand and initiate DG Set STOP command when SPV system ready able to take the load Suitable manual control both Tender No SG9878P14 Page5 from local control desk and Remote Master Control desk shall be incorporated in the svstem 4 15 PCU to be communicable on remote sensing Indications through LEDs amp LCD display Inverter ON LOAD ON Inverter under voltage over voltage Inverter over load Inverter over temperature Protections Over voltage both at input amp output j i i i B Over current both at input amp output Over under frequency Over temperature Short circuit Protection against lightening Surge voltage induced at output due to external source idder shall provide the data sheet as per Annexure 10C Typical Technical Features shall be as follows Parameters Value Continuous Output Power To suit the Capacity of the Rating proposed Plant AC voltage 3phase 400V 5 Frequency 50Hz Waveform Sine wave PV entries 2 Minimum Efficiency 97 Ambient temperature range 0 45 C Total Harmonic Distortion lt 3 Degree of protection IP21 Nominal Voltage and 400 V 3 Phase 50 Hz Frequency Frequency Tolerance 3 Voltage Tolerance 15
Download Pdf Manuals
Related Search
Related Contents
Owner`s Manual - Weather Radio Store CB-Funkgerät SIPLUS CMS4000 X-Tools 1440 - VISION Zebra G105910-050 Modèle de BAIL PROFESSIONNEL Manuel d`instructions VAMO V5 - Vapo Copyright © All rights reserved.
Failed to retrieve file