Home

(D.S.I.T.C) With Five years of Operation & Maintenance Contract of 2

image

Contents

1.
2. SI No Name of the Staff Qualification Designation Total Experienc e 38 WORK EXPERIENCE Name of the Organization List of works completed in last 3 years SI No Name of the Project Name and address of Contact Major Items Value of the Start Date Due Date of Actual the Client telephone no s of the Work work in Rs Completion completion of the Client Date Note 1 If Actual completion date is beyond the Schedule completion Date please give reasons for the delay Note 2 Attach relevant completion certificates document for works in previous 3 years Authorized Signatory Company Seal Date Place 39 ANNEXURE V TECHNICAL BID NAME OF WORK Design Supply Installation Testing and Commissioning of Two numbers of each 25 kWp Solar Photovoltaic Power Plants with aggregated capacity of 50 kWp with Five Years of Operation amp Maintenance Contract We confirm the following technical specification SI No Item Description Item Description 1 SPV modules for a total capacity of 25 KWp as per specifications a Capacity b Make c Module d No of SPV Modules 2 SPV module roof top mounting structure suitable for accommodating 25 KW capacity SPV modules including
3. agreement by way of demand draft drawn in nationalized bank in favour of Executive Director Regional Centre for Biotechnology E M D would be forfeited in case of non compliance of the purchase order by the successful bidder SECURITY DEPOSIT SD PERFORMANCE GUARANTEE FEES S D of 5 96 of the total contract value of the bill shall be deducted at the time of final settlement of the bill Failure to comply with the terms of security deposit shall result into cancellation of work order without any further reference to the tenderer and the EMD shall be forfeited The security deposit shall be liable to be forfeited wholly or partly at the sole discretion of the RCB if the tenderer either fails to execute the work of above projects or fails to fulfill the contractual obligations or fails to settle in full his dues to the RCB 22 6 4 4 6 4 5 6 4 6 6 5 6 5 1 6 5 2 6 5 3 6 5 4 6 6 In case of premature termination of the contract the SD will be forfeited and the RCB will be at liberty to recover the loss suffered by it amp if additional cost is to be paid the same shall be recovered from the tenderer The RCB is empowered to recover from the SD for any sum due and for any other sum that may be fixed by the RCB as being the amount or loss or losses or damages suffered by it due to delay in performance and or non performance and or partial performance of any of the conditions of the contract and or non
4. Dealers and their address Address for Correspondence Contact Person Telephone Telefax E mail B Business Organization Please tick wherever applicable amp attach all supporting documents Sole proprietorship Private Limited Public Sector Undertaking Limited Company Joint Venture C Business Management Attach Corporate Organization Chart with Name D Total Number of Employees Employed 1 At Head Office 2 At Branch Office 3 At Site E Is Your Organization a Subsidiary of Another Company Yes No If Yes of whom F Financial Capability Annual Turnover Last 3 Years Attach Balance sheets of last 3 years Rs Projected this year Last year One year before last year Two year before last year Three year before last year Four year before last year Name and address of the bankers with Contact person and contact numbers G Whether your company hold following certificates Yes No ISO 9001 2000 OHSAS 18001 1999 If No do you substantiate a need to have them Yes No H Are there any Litigations Court cases against your company Yes No If yes give details I Any other information that you want to give may attach separate 37 STAFF DETAILS Name of the Organization List of staff having relevant work experience
5. Fig System Schematic The multi crystalline solar modules used shall be grouped in an optimum number of strings with module to module cable connections The modules shall be held 13 fixed on structures made of galvanized steel structures The modules shall be inclined at optimum horizontal tilt angle facing due south depending on the site location The DC output from the modules shall be fed to Array junction box and the strings are to be paralleled at Sub Main amp Main Junction Boxes The output of the main junction box shall be fed to DC distribution board DCDB The DC power output from the DCDB is fed to the Power Conditioning Unit PCU The Power conditioning unit shall be installed ina 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 Distribution Board metering panel amp isolation panel which also houses energy meter The 415V AC output of the isolation panel is fed to the local bus bar it could be stepped up to the required voltage level through power transformer and fed to the grid AC energy is then synchronised with the grid and power is exported to the grid 14 3 5 1 SYSTEM BILL OF MATERIALS 3 6 3 7 3 8 Major components of solar power plant shall consist of Multi crystalline solar modules 25 KVA Power Conditioning Units Central Inverter Array Sub main Main Junction Boxes Support Structures A
6. foundation as per specifications on rooftop 3 PCUs as per specifications 4 Array Junction Boxes 5 Main Junction Boxes 6 Data Logging system with remote monitoring as per specification 7 DC Distribution units as per specifications 8 AC Distribution units as per specifications 9 Fire extinguisher in accordance with BIS codes for electrical short circuit fires along with sand buckets 10 Lightning arrester complete set as per specification 11 Earthing complete set as per specification 12 Spares tools and plant for 5 years operation and maintenance 13 Fuses Transfer switches Printed Circuit boards required for power plant 14 Providing training to engineers and site staff for operating Maintenance and trouble shooting skills 15 Operation and Maintenance of Solar Power Plant for a period of 5 years from date of commissioning of the power plant 16 Any other equipment required to complete the installation 17 Solar Charge Controller 40 19 Power Conditioning Unit As per design specification given in tender which includes charge controller inverter amp Grid charger The output power should be on 3 Phase 20 Cabling with casing capping 21 Transmission Distribution amp point writing 22 Monitoring Control amp protection device 23 Energy meter tested by authorized Institute 24 Metering at generation site 25 Metering
7. EMD for the Tender No Respected Sir I We hereinafter referred to as the Tenderer being desirous of Biding for the work under the above mentioned Tender document and having fully understood the nature of the work and having carefully noted all the terms and conditions specifications etc as mentioned in the Tender document I We feel an immense pleasure to quote our most competitive rates herewith duly signed by me us I We have quoted separately for the systems and the Earnest Money Deposit s has been submitted separately in Envelop 1 EMD details Amount Rs Instrument Number Date of issuance Name of the Bank Place Signature of Tenderer Name Designation Date Seal 34 ANNEXURE II TENDERER S GENERAL INFORMATION To be typed separately amp submitted in Envelope No 1 To Executive Director Regional center for Biotechnology Faridabad 121004 Subject Tender No RCB BSC F 146 SPV 2015 16 01 1 Name of Tenderer 2 Status of Firm 3 Number of Years in Operation 4 Registered Address 5 Operating Address If different from above 6 Telephone Number Area Code Number 7 E mail Address amp Web Site 8 Tele fax Number Area Code Number 9 PAN Number Enclosed Copy of PAN CARD 10 Service Tax Number Enclosed copy of Service Tax Registration Certificate Signature of Tenderer Date Name Designation Place Seal 35 ANNEXURE III DECLARATION To
8. at consumption site 26 Control Room 27 Spares List of minimum essential spares to be stored by the Vendor to ensure timely service to RCB units 28 29 Signature of the Bidder with seal 41 FINANCIAL BID ANNEXURE VI NAME OF WORK Design Supply Installation Testing and Commissioning of Two numbers of each 25 kWp Solar Photovoltaic Power Plants with aggregated capacity of 125 kWp with Five Years of Operation amp Maintenance Contract The cost of SPV power plant shall includes SPV Power Plant including complete set up in the control room cost wiring switches MCBs fuse etc as per their respective technical specification The cost details for Two SPV power plants with aggregate capacity of 50 kWp should be submitted as follows Sl No Name of the Work Capacity Cost of SPV Power Plant including complete set up in the control room A Cost of Material Cost of installation and commissioning testing at the site Cost of CMC with 5 yrs B Cost of providing manpower for same C 1 Design Supply Installation quote separately as Testing and Commissioning of A B C Two numbers of each 25 kWp Solar Photovoltaic Power Plants with aggregated capacity of 50 kWp with Five Years of Operation amp Maintenance Contract as per site conditions As per tender Document i RCB Building 25 kW ii THSTI Building 25 kW Total cost 50 kW R
9. control room 30 The installation of Fire Extinguishers should confirm to TAC regulations and BIS standards The fire extinguishers shall be provided in the control room and PCUs as well as on the roof top where the PV arrays have been installed gt 7 5 MINIMAL TECHNICAL REQUIREMENTS STANDARDS FOR SPV SYSTEMS PLANTS TO BE DEPLOYED DURING F Y 2013 14 UNDER THE PROGRAMMES OF MINISTRY OF NEW AND RENEWABLE ENERGY 7 5 4 PV MODULES gt The PV modules must conform to the latest edition of any of the following IEC equivalent BIS Standards for PV module design qualification and type approval Crystalline Silicon Terrestrial PV Modules IEC 61215 IS14286 Thin Film Terrestrial PV Modules IEC 61646 Equivalent IS Under Dev Concentrator PV Modules amp Assemblies IEC 62108 In addition the modules must conform to IEC 61730 Part 1 requirements for construction amp Part 2 requirements for testing for safety qualification or Equivalent IS Under Dev IDENTIFICATION AND TRACEABILITY Each PV module must use a RF identification tag RFID which must contain the following information Name of the manufacturer of PV Module Name of the Manufacturer of Solar cells Month and year of the manufacture separately for solar cells and module Country of origin separately for solar cells and module I V curve for the module Peak Wattage Im Vm and FF for the module Unique Serial No and Model No of the module Date and year of obtaining I
10. kVA NABL up to 6 kW NABL 61730 NABL Accredited NABL Accredited NABL Accredited Pt II and IEC 61701 Accredited Accredited Accredited up to 400 Wp NABL Accredited 43 TUV Yes No Yes Yes Yes Yes Yes Rhineland IEC61215 amp IEC NABL up to 10 kVA NABL up to 10 kW NABL 61730 Accredited NABL Accredited NABL Accredited Pt II Accredited Accredited up to 400 Wp NABL Accredited Inter Tek No Only Electronics Yes Yes Yes Yes Yes amp luminaire NABL NABL up to 5 kVA NABL up to 5 kW NABL Accredited Accredited NABL Accredited NABL Accredited Accredited Accredited 44 CHECK LIST Documents to be submitted in Envelope No 1 1 PV module test certifications IEC 61215 IEC 61730 IEC 61731 IEC 61732 2 Chanel partner certification 3 Experience proof of MNRE allocation of 250 kWp amp above 4 Proof of business certificate of minimum 7 years 5 A grade electrical license certification 6 ISO 9001 2008 or 14001 2004 certification 7 Govt experience if any If any of the documents is not submitted in envelope 1 the tender will be rejected Documents to be submitted in Envelope No 2 1 2 D MW e w Di 10 11 12 13 14 15 Original tender document duly signed and stamped on each page Details of Earnest Money Deposit as format given in tender documentat Earnest Money Deposit EMD refer page 4 Annexure I Name of authorized
11. power plant 17 Engineering electrical drawings 1 Set and installations and O amp M manuals 18 Any other equipment required to 1 Set complete the installation 19 Lighting arresters 1 Set All the items against which no make has been mentioned must confirm to ISI standards 7 2 7 3 7 4 Lightning protection There shall be the required number of suitable lightning arrestors installed in the array field Lightning protection shall be provided by the use of metal oxide resistors and suitable earthing such that induced transients find an alternate route to earth Protection shall meet the safety rules as per Indian Electricity Act Earthing protection Each array structure of the PV yard should be grounded properly In addition the lighting arrester masts should also be provided inside the array field Provision should be kept for shorting and grounding of the PV array at the time of maintenance work All metal casing shielding of the plant should be thoroughly grounded in accordance with Indian electricity Act IE Rules Earth resistance should be tested in presence of the representative of RCB after earthing by calibrated earth tester PCU ACDB amp DCDB should be earthed properly Fire extinguishers The fire fighting system for the proposed power plant for fire protection shall be consisting of Portable fire extinguishers in the control room for fire caused by electrical short circuits Sand buckets in the
12. second and third envelopes shall be communicated subsequently Second envelope COVER 2 TECHNICAL BID shall be opened at the time amp date informed by RCB in the presence representative of bidders who choose to be present Only qualified bidders from the technical bid are eligible for opening COVER 3 PRICE BID Third envelope COVER 3 PRICE BID containing Price bid shall be opened after evaluation of technical suitability of the offer Third envelope of only those bidders shall be opened who qualify in the technical bid If necessary the firms may be called for Technical Presentation of their product as per the time amp date informed by RCB Any clarification on the technical specification and commercial terms and conditions may be clarified in writing from RCB Deviation of any commercial terms and condition and technical specification shall not be entertained under any circumstances Bidders may in their own interest visit the sites and undertake site visit before submitting bids RCB will not be responsible for any incidental or consequential losses of the firms while execution and till expiry of the period of maintenance The supplied materials should strictly comply with the specifications as mentioned in the bid otherwise the material would be liable for rejection In case of supply of any defective material or substandard material the materials will be rejected amp it is the responsibility of the tenderer for taking back
13. 0 Lacs by D D F D in favour of Executive Director Regional Center for Biotechnology payable at Gurgaon from any Nationalized bank Security Deposit by the Successful 1096 of total contract value by D D F D in favour Bidder of Executive Director Regional Centre for Biotechnology payable at Gurgaon from nationalized bank only Period of Completion Four months One Similar completed work contract Rs 40 00 Lacs Two Similar completed work contract Rs 25 00 Lacs Three Similar completed work Rs 21 00 Lacs contract Turnover per Year Min Rs 10 00 Crore annum Year of Experience Min seven Years Pre Bid meeting 224 April 2015 at 2 30 PM Last Date of Submission 13th May 2015 by 2 30 PM Date of Opening 13t May 2015 at 3 00 PM The Executive Director Regional Centre for Biotechnology reserves the right to accept reject any or all the tenders without assigning any reason therefore Sr Manager A amp F RCB TO BE SUBMITTED ALONG WITH TECHNICAL BID TENDER DOCUMENT NO RCB BSC F 146 SPV 2015 16 01 UNDERTAKING The Executive Director Regional center for Biotechnology NCR Biotech Science Cluster 3rd Milestone towards Gurgaon Gurgaon Faridabad Expressway Village Bhankri Faridabad 121001 Haryana We the undersigned herein after called as Contractor Vendors Suppliers hereby offer to execute supply of items as per specification against which w
14. C pu oa o gt REGIONAL CENTRE FOR BIOTECHNOLOGY an institution of education training and research United Nations gt Established by the Dept of Biotechnology Govt of India Educational Scientific and Under the Auspices of UNESCO Cultural Organization 180 Udyog Vihar Phase 1 Gurgaon 122016 India TENDER DOCUMENT NO RCB BSC F 146 SPV 2015 16 01 Three Bid system NAME OF WORK DESIGN SUPPLY INSTALLATION TESTING COMMISSIONING D S I T C WITH FIVE YEARS OF OPERATION amp MAINTENANCE CONTRACT OF 2 x 25 kWp On line Grid Tied SOLAR PHOTOVOLTAIC POWER PLANTS AT NCR BIOTECH SCIENCE CLUSTER GURGAON FARIDABAD EXPRESSWAY VILLAGE BHANKRI FARIDABAD 121004 HARYANA CLIENT EXECUTIVE DIRECTOR RCB FARIDABAD FLOATING TENDER ON BEHALF OF RCB amp THSTI COST OF TENDER DOCUMENT Rs 1 500 INDEX Sl No Description Page No 1 Index 2 2 Tender notice 3 4 3 Detailed tender notice 6 10 I Eligibility criteria amp Cover System 6 II Scope of the work 13 III Instructions to bidders 16 18 IV Procedure for opening the bids 19 V Bid Evaluation Criteria 20 21 VI General terms amp conditions 22 28 VII Technical specifications 29 38 4 Annexure I Details of earnest money deposit 34 5 Annexure II Tenderer s general information 35 6 Annexure III Declaration 36 7 Annexure IV Company profile with staff details amp W
15. C Distribution Board Metering panel isolator panel Bidder shall submit details of make Quantity Relevant Standards Technical Catalogues etc complete for all the equipments included in its offer to meet the overall technical and operational requirements of the system CONTROL ROOM The required control room shall be constructed at suitable site in campus and necessary drawings for the same are to be submitted by the Bidder for the approval of RCB THSTI SPARE PARTS One set of essential spares for the system being offered shall be included in the offer and details of the offered spares are to be included with the technical bid DOCUMENTATION Four sets of installation manual user manual shall be supplied along with the each power plant The manual shall include complete system details such as array lay out schematic of the system inverter details working principle etc Step by step maintenance and trouble shooting procedures shall be given in the manuals 15 3 10 3 11 3 12 3 13 3 14 3 15 3 16 3 17 3 18 3 19 3 20 3 21 3 22 3 23 Instruction to the Bidders The Tenderer shall sign and put firm s stamp on each page of the tender The original tender document shall be submitted with all Annexure as per procedure for submission of tender on due date and time The conditional tenders will be rejected out rightly Executive Director RCB reserves the right to reject accept any or all tende
16. EC PV module qualification certificate Name of the test lab issuing IEC certificate Other relevant information on traceability of solar cells and module as per ISO 9000 series RFID shall be mandatorily placed inside the module laminate Validity The validity of the existing Certificates Reports procedure shall be for five years 31 7 5 2 Authorized testing laboratories centers PV modules must qualify enclose test reports certificate from IEC NABL accredited laboratory as per relevant IEC standard Additionally the performance of PV modules at STC conditions must be tested and approved by one of the IEC NABL Accredited Testing Laboratories including Solar Energy Centre For small capacity PV modules up to 50Wp capacity STC performance as above will be sufficient However qualification certificate from IEC NABL accredited laboratory as per relevant standard for any of the higher wattage regular module should be accompanied with the STC report certificate Details of Test Labs are given in Annexure VII Any other Test Lab that has set up for testing and wants to get included may contact Director MNRE While applying for Testing the Manufacturer has to give the following details A copy of registration of the company particularly for the relevant product component PV system to be tested An adequate proof from the manufacturer actually showing that they are manufacturing product by way production testing and
17. II Switches Circuit Breakers Connectors General Requirements Connectors safety A C D C IEC 60947 part LII III IS 60947 Part LH EN 50521 Junction Boxes Enclosures for Inverters Charge Controllers Luminaries General Requirements IP 54 for outdoor IP 21 for indoor as per IEC 529 In case if the Charge controller is in built in the inverter no separate IEC 62093 test is required and must additionally conform to the relevant national international Electrical Safety Standards wherever applicable Authorized testing laboratories centers Test certificates reports for the BoS items components can be from any of the NABL IEC Accredited Testing Laboratories or MNRE approved test centers Warranty The mechanical structures electrical works including power conditioners inverters charge controllers maximum power point tracker units distribution boards digital meters switchgear etc and overall workmanship of the SPV power plants systems must be warranted against any manufacturing design installation defects for a minimum period of 5 years 33 ANNEXURE I DETAILS OF EARNEST MONEY DEPOSIT Separately typed on Tenderer Letter head is preferable amp submitted in Envelope No 1 TENDER DOCUMENT NO RCB BSC F 146 SPV 2015 16 01 Date To Executive Director Regional center for Biotechnology 180 Udyog Vihar Phase I Gurgaon 122016 Subject Earnest Money Deposit
18. XURE VI Price bid should include a separate section on details of post warranty period AMC charges and details of terms and conditions for CMC and warranty Price bid should include all Taxes as may be applicable B Following documents are required to be sent to the address mentioned in the stipulated time The bid criteria as mentioned in table must be fulfilled and supported by relevant document as indicated below No Eligibility Bid Criteria Document 1 Annexure I Properly filled and duly signed and stamped 2 Bid Security EMD of DD Pay Order Bankers Cheque Bank guarantee in Rs 2 00 000 00 only favour of Executive Director Regional Centre for Biotechnology payable at Gurgaon along with properly filled signed and stamped Annexure II 3 Annexure III Copy of IT return and acknowledgment of the Income Tax Department for the any three consecutive financial years 2011 12 2012 13 2013 14 and photocopy of PAN card Annexure III 4 Undertaking by Bidder On official letter head of Bidder Agency duly signed and Agency as mentioned in stamped by Bidder Agency Annexure IV 5 Undertaking by Bidder As explained above Agency as mentioned in Annexure V 6 Financial Standing Solvency Signed certificate from Bank manager authorized official Certificate of Rs 1 0 crore or more froma scheduled bank 7 List of Major Clients List of at least three major clients with annual contract value
19. amp replacing the rejected materials at their own cost In case of non lifting of such rejected materials within a reasonable time offered by the office it will have the right to suitably dispose off the same and forfeit the amount During the warranty period MNRE State Agencies Users reserve the right to cross check the performance of the systems with the minimum performance levels as specified in the MNRE specifications 19 V BID EVALUATION CRITERIA Installation Testing and Commissioning with maintenance of on line Grid Tied SOLAR PHOTOVOLTAIC POWER system with minimum A The bids shall be ranked on the basis of combined weighted score for quality and cost The tender shall be awarded to the bidder obtaining the highest total combined score in evaluation of Technical bid and Price financial bid B The bids shall be ranked keeping in view the marks obtained on a scale of 100 marks during evaluation of bids The technical and Price financial bids shall enjoy weight age in the proportion of 60 40 i e 60 for the technical bid and 40 for the financial bid The financial bids of only those successful bidders who obtain minimum 70 point i e 70 100 in Technical evaluation will be opened for financial evaluation C Combined scores of respective bidders shall be obtained by sum of their respective technical bid scores out of 60 and their respective Price financial bid scores out of 40 D i C
20. awn from grid and prevent the voltage drop which is generally experienced at the time of switching on of large inductive loads The system shall also supply power close to unity power factor there by improving the grid quality and increasing its capacity II SOCIAL BENEFITS By realization of the untapped Solar energy carbon dioxide and other toxic gas emission can be lowered by significant quantity and there by saving our environment through mitigation of carbon emission and subsequently combat climate change LOCATION OF SITE Location New campus of RCB THSTI in NCR Biotech Science Cluster 374 Milestone towards Gurgaon Vill Bhankri Gurgaon Faridabad Expressway Faridabad Haryana Site Access By Road Latitude amp 28 39 Latitude amp 77 27 Longitude Longitude The height of support structures shall be such that the there shall be sufficient clearance for solar PV array to remain shadow free prevent shadow of front structures to fall onto the one installed behind The row space would also allow easy access to array for cleaning and repair Solar Insolation level Temperature Modules alignment and tilt angle shall have to be calculated to provide the maximum annual energy output Average solar insolation Daily mean Global Horizontal and ambient temperature Maximum averaged over month at site may be assumed to be 11 3 4 0 Month Averag
21. be submitted on Rs 100 stamp paper I We hereby declare that I We have made myself ourselves thoroughly conversant with the sub soil conditions local conditions regarding all materials and Labor of which I we have based my our rates of this work The specifications conditions and lead of materials on this work have been carefully studied and understood by me us before submitting this Tender I We undertake to use only the best materials defined approved by the Ministry of New and Renewable Energy MNRE Gol The systems will be provided as per the specifications and guidelines issued by the Ministry of New and Renewable Energy RCB We are bound to adhere the guidelines issued by the Ministry of New and Renewable Energy RCB from time to time We also hereby committed that if in future MNRE make any changes in the specifications of the systems the same will be incorporated in the present Tender projects We hereby agree that the work will be executed within the cost of Tender mentioned in the financial bid and there will be no escalation in cost for any reason thereof We also agree that if we fail to complete the work and drop the work in middle Regional Center for Biotechnology Gurgaon shall have right to recover the full amount from us I We shall accept any amendments made by RCB from time to time during total project completion period including 5 years Operation amp maintenance contract CMC I We am are also commi
22. compensation for the number of units not supplied against the guaranteed generation The tenderer shall provide sealed amp tested energy meter at consumption side of SPV Power Plant Tenderer should quote the guaranteed generation in the offer Daily reports of installed system duly certified by concerned authorized RCB officer such as Coordinator of the Project Concerned in charge of the project will be submitted by the tenderer 6 8 PENALTY AND TERMINATION OF CONTRACT The systems shall be supplied installed and commissioned within the scheduled time If the supplier fails to adhere to the schedule RCB shall without prejudice to its other remedies under the contract deduct from the contract price as liquidated damages a sum equivalent to 25 1 of the delivery price of the delayed goods or unperformed services for each week of delay until actual delivery or installation commissioning up to a maximum deduction of 10 of the contract price for delayed goods or installation and commissioning Once the maximum is reached i e 14 weeks of delay RCB may consider termination of the contract and forfeit the security deposit without prejudice to the other remedies of the contract However Competent Authority of Regional Centre of Biotechnology may at his own discretion allow reasonable time extension upon written application of the supplying firm If the delay is considered intentional or due to negligence of the vendor time extension can be al
23. d from the website the bank draft towards cost of bid document should be submitted in a separate envelop super scribed cost of bid document and kept in the main envelop Third sealed envelope COVER 3 should contain Price bid as per Annexure VI in a separate sealed envelope It should be super scribed with COVER 3 FINANCIAL BID Any condition in regard to financial aspects payments terms of rebate etc beyond the prescribed financial terms of RCB will make the bid invalid Therefore it is in the interest of the bidders not to write anything extra in the Price Bid in Annexure VI except price The tenders may enclose the detailed item wise work wise break up including battery backup time separately with the price bid However the bids will be evaluated on the basis of consolidated price bid as per ANNEXURE VI Price bid should include a separate section on details of post warranty period Operation amp maintenance charges and details of terms and conditions for CMC and warranty Price bid should include all Taxes as may be applicable 18 4 1 4 2 4 3 4 4 4 5 4 6 4 7 4 8 IV PROCEDURE FOR OPENING THE BIDS The procedure of opening of the bid shall be as under First envelope COVER 1 PRE QUALIFICATION shall be opened at the time amp date informed by RCB Only qualified bidders from the pre qualification criteria are eligible for opening COVER 2 TECHNICAL BID and COVER 3 PRICE BID The date for opening of
24. e Ambient Horiz Radiation Temperature deg C kWh m2 day Jan 22 40 3 63 Feb 24 30 4 67 Mar 24 90 5 88 Apr 26 90 6 73 May 28 70 7 02 Jun 29 90 6 58 Jul 29 10 5 83 Aug 27 50 5 46 Sep 27 10 5 30 Oct 27 40 5 30 Nov 28 30 4 34 Dec 27 50 3 56 Note Average solar radiation for Faridabad 28 39 N 77 27 E has been mentioned above Depending on the actual site location modules alignment and tilt angle shall have to be calculated to provide the maximum annual energy output SCOPE OF WORK The following section of the document describes the scope of work for 2x 25 0 Kwp Grid connect Photovoltaic system at NCR Biotech Science Cluster Buildings Faridabad This job involves by means of enclosed specification Design Supply Installation Testing amp Commissioning of the Solar PV Power Plant with Five years of Operation amp Maintenance The Scope of Work shall include the following Design manufacture supply of Solar PV Power Plant Detailed planning of smooth execution of the project Performance testing of the complete system Warranty of the system for one year faultless operation After sales service directly or through local contractual arrangement Risk liability of all personnel associated with implementation and realization of the project Training of at least Four persons to be nominated by RCB THSTI on the various aspects of operation and maintenance of the offered systems The module layout as consid
25. e have quoted our rates and for which this tender may be accepted at the rates stated there in and subject to the terms amp conditions set forth for such items as may be ordered by the Executive Director RCB or officer acting on his behalf Date this Day of Signature of Contractor Address Seal of the Tenderer DETAILED TENDER NOTICE NAME OF WORK Design Supply Installation Testing and Commissioning of Two numbers of each 25 kWp On Line Grid Tied Solar Photovoltaic Power Plants with aggregated capacity of 50 kWp with Five Years of Operation amp Maintenance Contract I ELIGIBILITY CRITERIA amp COVER SYSTEM Cover 1 Pre Qualification Before opening the Technical bid Cover 2 Technical Bid Cover 3 Financial Bid 1 1 PRE QUALIFICATION COVER I 1 The Company should be Original Manufacturer of PV Modules with IEC 61215 61730 1 amp 2 certifications in India proof to be submitted 2 The Company should be a Channel Partner of MNRE SPV with a validity period of 2016 or as per the norms of MNRE proof to be submitted 3 The Channel partner should have allocation from the MNRE at least 250 kWp amp above for claiming the subsidy proof to be submitted 4 Channel partner s company must be in business for the last 7 years minimum proof to be submitted 5 The firm sub contractor or technical agent has to produce valid Electrical A grade license proof to be submitted 6 The Compa
26. eligibility iii In between pro rata Local office service center in NCR with minimum 10 marks two Service Engineer i 60 marks for minimum eligibility criteria of works ii 100 marks for twice or more the eligibility iii In between pro rata Nil if min criteria is not met 5 1 5 2 5 3 5 4 Performance of works Quality Based on 15 marks report visit presentation i Very Good 15 ii Good 10 iii Fair 05 iv Poor 0 Total 100 marks D ii Financial bid evaluation The bidder quoting to lowest rate will be awarded full points out of 40 Other will be awarded pro rata The bid of any bidder who has not complied with one or more of the conditions will be summarily rejected Conditional bids will also be summarily rejected Subsequently the technical bids will be evaluated by the expert technical committee of the Institutes on the basis of technical bid and technical specifications The authority for the acceptance of the tender rests with the RCB The tenders received will be evaluated by RCB Committee to ascertain the best acceptable tender in the interest of RCB Financial bids of only the pre qualification and technically qualified bidders will be opened for evaluation in the presence of qualified bidders However RCB shall not be bound to accept the lowest or any other tender or to assign any reason for non acceptance or rejection of a tender RCB reserves the righ
27. ered by the Bidder should be on the basis of clear open shadow free available on the roof of the RCB THSTI buildings The Power Conditioning Unit Central inverter DCDB Metering panel Isolation panel are housed inside the proposed control room to be housed in the 12 3 5 suitable place in the campus buildings The requirement of conditioned air if any for these units is to considered by the Bidder in terms of providing suitable enclosures and air conditioning the same e All cabling work external amp internal inclidung connection with the existing distrubution system in the building s amp construction of control room including drawing e The tenderer is required to visit the site and quote as per actual site conditions Any additional works not covered above but necessary for the functioning of the system and required as per specification are to be incorporated The items of minor nature which are not mentioned shall be incorporated by the Tenderer SYSTEM DESCRIPTION The Photovoltaic PV Grid connect system consists mainly of 3 components The PV array Module Mounting Structure and the Power conditioning Unit PCU The PV module converts sunlight to direct current DC power The Module mounting structure is used to hold the module in position The DC power is converted to alternating AC by the PCU and utilized for requirement within the Building and excess power can be exported to utility power grid
28. evail Since timely execution of works is of paramount importance requests for extension of time shall not be ordinarily entertained Canvassing in any manner shall not be entertained and will be viewed seriously leading to rejection of the bid 16 3 24 3 25 3 26 3 27 3 28 3 29 3 30 3 31 Certificate to the effect that the systems to be supplied are indigenous amp not fully imported must be furnished Power of attorney to sign the agreement on behalf of bidders if any should be enclosed along with original bid documents Notice inviting tender bid documents prescribed technical bid price bid terms amp conditions will form the part of the tender All pages of the bid documents must be signed amp sealed by the authorized person on behalf of the bidders Bids will be accepted amp will be opened as per information mentioned in the notice inviting tender No receipt against submission of bid shall be issued by RCB Sealed tenders may only be dropped in the specified tender box kept in the office of The Senior Manager RCB Faridabad Bids received after due date amp time will not be considered The bids of such firms shall only be considered who have purchased the bid documents from the RCB by depositing the prescribed fee of the bid document Non refundable downloaded from the website and submitted along with cost of the tender document The bid document should be submitted in three parts as de
29. for not less than Rupees 21 00 Lacs P A in each Organization 8 License under Only those who hold valid registration with the Labour Department electrical other departments required for carrying out such works valid in Haryana shall be eligible to bid in response to NIT and if found successful the workmen shall need to get registered with the labour department Photocopy of license duly signed and stamped by Bidder Agency 9 Experience of providing A certificate from the authorized official of the concerned similar Services in at least organization two Government organization Annexure IV 10 Validity period The Tender shall remain valid for the period of six months from the date of submission of Tender document C Even though the applicants meet the above criteria they are subject to be disqualified if they have i Made misleading or false representation in the form statement and attachments submitted in and or ii Record of poor performance such as abandoning the work not properly completing the contract inordinate delays in completion litigation history or financial failures etc iii Found to have been black listed in any other works Z GENERAL 1 Regional Center for Biotechnology RCB under the Department of Biotechnology Ministry of Science amp Technology Govt of India is setting up its new campus at NCR Biotech Science Cluster Faridabad with the State of Art Research amp De
30. ications suitable for accommodating 25 kWp capacity SPV modules including foundation as per specifications on the rooftops of the various Departments 3 PCUs 240 V 25 kVA as per 1 Set PPS OPS Power specifications Electronics or any reputed MNRE approved 4 Array Junction Boxes 1 Set Tyco Hensel spelberg 5 Main Junction Boxes 1 Set Tyco Hensel spelberg Data Logging system with remote 1 Set System as per monitoring as per specification specifications 7 DC Distribution units as per 1 Set Siemens ABB Schnieder 8 AC Distribution units as per 1 Set Siemens ABB Schnieder specifications Electric L amp T Havells HPL 9 Cables requirement as per design Mtrs As Finolex Polycab Havells required at HPL of reputed make as site for full per IS standards plants commissioning 10 Lightning arrester complete set as 1 Set CPWD Specifications per specification 11 Earthing complete set as per 1 Set CPWD Specifications specification 13 Spares tools and plant for 5 years 1 Set operation and maintenance 29 14 Fuses Transfer switches Printed 1 Set Circuit boards required for power plant 15 Providing training to engineers Required and site staff for operating members as Maintenance and trouble shooting decided by skills RCB 16 Operation and maintenance of the I Item SPV Power Plant for a period of 5 years from date of commissioning of the
31. in an approved manner as outlined in the technical specification or where not outlined in accordance with relevant Indian Standard Specification to the reasonable satisfaction of the Authorized RCB Officer 6 13 LIMITATION OF LIABILITY RCB will in no case be responsible for any accident fatal or non fatal caused to any worker or outsider in course of transport or execution of work All the expenditure including treatment or compensation will be entirely borne by the Executants The Executants shall also be responsible for any claims of the workers including PF Gratuity ESI amp other legal obligations 6 14 DISPUTE For adjudication of any dispute between RCB and the bidders arising in this case reference can be made to any Law courts under the jurisdiction of Delhi only The Executive Director Regional Centre of Biotechnology reserves the right to accept or reject any or all bids without assigning any reason thereof 27 6 15 RISK PURCHASE CLAUSE In case the successful tenderer fails to execute the project as mentioned above RCB reserves the right to procure the similar service from the alternative source at the risk cost and responsibility of the successful tenderer 6 16 INDEMNITY Successful tenderer shall indemnity protect and save RCB all claims losses costs damages expenses action suits and other proceedings resulting from infringement of any patent trade mark copy right etc or such other statutory infringeme
32. lowed with imposition of penalty If the delay is considered to be genuine time extension can be allowed without imposition of penalty 6 9 FORCE MAJEURE The supplier of the SPV system shall not be charged with liquidated damages nor shall his security for performance be forfeited when failure of the supplier in making delivery is due to any event beyond the control of the supplier and could not have been foreseen prevented or avoided by a prudent person These include but are not restricted to acts of God acts of public enemy acts of Government fires floods epidemics strikes freights embargoes and unusually severe weather 6 10 INSPECTION 6 10 1 Pre delivery inspection of solar PV modules and other major components will be carried out by a team of designated officials of RCB and any other department as may be considered appropriate at the factory site of the vendor 6 10 2 RCB has the right to have the tests carried out at its own cost by an independent agency at any point of time 6 10 3 Tenderer shall inform Regional Centre of Biotechnology in writing when any portion of the work is ready for inspection giving sufficient notice to enable RCB to send representative to inspect the same without affecting the further progress of the work The work shall not be considered in accordance with the terms of the contract until the competent person from RCB certifies in writing to that effect 6 10 4 Approval of material or workmanship o
33. manufacturing defect or bad workmanship at least for a period of 5 five years from the date of commissioning of the systems Major system subcomponent SPV modules must be warranted against any manufacturing defect of bad workmanship for a period of 20 years Warranty certificate to the above effect must be furnished along with the commissioning reports Any defect noticed during warranty period should be rectified replaced by the supplier with free of cost upon due intimation by RCB Bidder shall without prejudice to any other clauses of the order repair replace the defective parts and restore the system to satisfactory working performance within three days of intimation of fault without any additional cost to the department within the period of CMC CMC will be valid for five years from the date of satisfactory installation commissioning operation of the plants In case the supplier fails to rectify replace the defective damage equipment including transit damages shortage within 7 days from the date of intimation of such shortage damages they shall have to pay penalty to the Department beneficiary as per details given in break down corrective maintenance The maintenance service provided shall ensure proper functioning of the system as a whole All preventive routine maintenance and breakdown corrective maintenance required for ensuring maximum uptime shall have to be provided by the Bidder Accordingly this shall have two dis
34. nts in respect of all the equipment software supplied by him CLARIFICATION OF OFFERS To assist in the scrutiny evaluation and comparison of offers the RCB may at its discretion ask some or all tenderer for clarification of their offer The request for such clarification and the response will necessarily be in writing All prospective tenderer who have purchased the document shall be intimated of any amendment in writing by e mail post uploading on the websites of RCB and they shall be binding on them I we have carefully read amp understood the above terms amp conditions of the bid amp agree to abide by them Signature of Bidder with Seal 28 vil TECHNICAL SPECIFICATIONS The general scope under this contract includes to design manufacture testing inspection packing and forwarding transportation up to project site loading amp unloading storage in safe custody erection carrying out preliminary tests at site commissioning performance testing operation and maintenance for 5 years amp handing over to the purchaser all the equipment installed 25 kWp SPV Power plants at NCR BSC Faridabad 7 1 System Details for one power generator for installation of 25 KW SPV Power plants 2 two to be installed Sl No Brief Description Units Make 1 PV modules for a total capacity of 1 Set TATA BHEL CEL Aditi a 25 kWp as per specifications ny MNRE approved 2 SPV module mounting structure 1 Set CPWD specif
35. ny should be an ISO 9001 2008 amp 14001 2004 Certified proof to be submitted 7 The firm who has set up at least Two solar power plant of minimum 25 kWp or above capacity in the premises of reputed Government building and State or Central Universities and such other government buildings of national importance is preferred proof to be submitted 1 2 Important The firms who only qualify all the pre qualification criteria will be considered for further evaluation Hence the tenderer should ensure before quoting that they qualify the pre bid criteria TECHNICAL BID COVER 2 EMD should be put in separate envelope with EMD super subscribed over it and should be put in envelope cover II Tenders received without requite EMD will be out right rejected and Technical bid will not be opened in that case 1 The channel Partner should have installed commissioned at least 2 X 25 kWp On line Grid Solar PV Power Plant in India which are in useful operation before tender due date proof to be submitted The Channel partner should have installed commissioned and maintenance after sale services in the field of Off Grid Solar PV systems of more than 1 Mw cumulative capacities in India before tender due date proof to be submitted The Annual turnover of the Company in the last financial year should be at least Rs 10 Crore from similar works Group of Companies turnover not acceptable proof to be submitted Net worth of company sh
36. ompetent parties are advised to visit the site and acquaint themselves with the area where the job included in this tender is to be executed INTRODUCTION RCB amp THSTI proposes to set up a 2 X 25 0 Kwp grid connect Solar Photovoltaic power plant with protective guards at their New Campus buildings at village Bhankri Faridabad with the objective of power generation from Solar Photovoltaics Typical Bill of Materials per 25 0 Kwp Power Plant shall consist of Solar Array capacity 25 0 kWp Solar Modules Mounting Structure 1 Set Power Conditioning Unit 25 kVA 1 Nos Data Logging System 1 No Junction Boxes 1 Set Cables amp Earthing materials 1 Set Distribution Panels 1 set Others Requirements Control Room Installation and commissioning Operation and Maintenance for five years 10 3 1 3 2 3 3 Note 3 3 1 e Protective Guard design fabrication and errection using 2 x 3 of 4mm wire mesh with 1 5 MS angle frame The design of the same will be got approved from the Engineer in charge Project The OBJECTIVE Main Objective of setting up the power plant is to support peak electrical load during day time The solar power plant shall operate on the principle of direct conversion of sunlight to electrical energy by employing photovoltaic technology BENEFITS The solar photovoltaic system should provide the following benefits I VOLTAGE SUPPORT The PV system will reduce the power dr
37. ork experience 37 8 Annexure V Technical bid 40 9 Annexure VI Financial bid 42 10 Annexure VII Accredited Test centers 43 11 Check list 45 TENDER NOTICE TENDER DOCUMENT NO RCB BSC F 146 SPV 2015 16 01 Dt 09 04 2015 Sealed tenders are invited under three bid system Pre Qualification Technical amp Financial from Manufacturers Suppliers of Solar PV Systems who must be channel partners of MNRE in India having valid test certificates from MNRE authorized test centers for their products for Design Supply Installation Testing and Commissioning of Two numbers of each 25 kWp On Line Grid Tied Solar Photovoltaic Power Plants with aggregated capacity of 50 kWp with Five Years of Operation amp Maintenance Contract for RCB amp THSTI buildings at NCR Biotech Science Cluster Gurgaon Faridabad Expressway Village Bhankri Faridabad Haryana Period of issue of Tender Document 13 April 2015 to 12 May 2015 during working days and office hours only during 11 00 AM to The tender document can be 16 00 PM downloaded from RCB THSTI website www reb res in amp Wwww thsti res in during sale period Cost of Tender Document Rs 1500 Rupees One thousand Five hundred only in the form of a demand draft pay order in favour of Executive Director Regional Centre for Biotechnology payable at Gurgaon from nationalized bank only Estimated Cost Rs 50 28 Lacs Earnest Money Deposit Rs 2 0
38. other facilities Certification as per JNNSM standards for other bought out items used in the system Without above proof test centers are advised not to accept the samples Warranty PV modules used in solar power plants systems must be warranted for their output peak watt capacity which should not be less than 9096 at the end of 12 years and 8096 at the end of 25 years Balance of system BOS items components The BOS items components of the SPV power plants systems deployed under the Mission must conform to the latest edition of IEC Equivalent BIS Standards MNRE specifications as specified below BOS Item System Applicable BIS Equivalent IEC Standard Or MNRE Specifications Standard Description Standard Number Solar PV Lighting Systems Solar PV Home Lighting System As per MNRE Solar PV Lantern latest Solar PV street Lighting System Specifications dated 09 09 2011 Charge Controller MPPT units Environmental Testing IEC 60068 2 1 2 14 30 Equivalent BIS Std 32 Power conditioners Inverters including MPPT Protections and Efficiency Measurements Environmental Testing IEC 61683 IS 61683 IEC 60068 2 1 2 14 30 Equivalent BIS Std Cables General Test and Measuring Method PVC insulated cables for working voltage up to and including 1100 V and UV resistant for outdoor installation IEC 60227 IS 694 IEC 60502 IS 1554 Pt 1 amp
39. ould be at least One crore proof to be submitted The bidder should produce valid PAN TIN amp TAN VAT clearance Certificate and latest copy of IT Returns FY 11 12 FY 12 13 FY 13 14 proof to be submitted The proof of documents should be attested by Gazetted officer Notary The Tenderer should have at least a One similar completed work contract of Rs 40 0 lacs or more OR b Two similar completed work contracts of Rs 25 0 lacs or more OR c Three similar completed work contracts of Rs 21 0 lacs or more The bidder will be required to make a short presentation on the scheduled date to the expert committee on the salient features of its product and methodology for providing the product with in stipulated time frame and its up keep post sales to NCR Biotech Science Cluster Village Bhankri Faridabad 121004 Haryana 1 3 FINANCIAL BID COVER 3 Sealed envelope Cover 3 should contain Price bid as per Annexure VI in a separate sealed envelope It should be super scribed with ENVELOPE 3 PRICE BID Any condition in regard to financial aspects payments terms of rebate etc beyond the prescribed financial terms of RCB will make the bid invalid Therefore it is in the interest of the bidders not to write anything extra in the Price Bid in Annexure VI except price The tenders may enclose the detailed item wise work wise break up with the price bid However the bids will be evaluated on the basis of consolidated price bid as per ANNE
40. performance of guarantee obligations The security deposit shall be released to the tenderer only after contract is completed to the satisfaction of t