Home

SDI6894P16 - Oil India Limited

image

Contents

1. ics 2 Electronics should have temperature compensation for proper charging of the battery throughout the year The Bidder to specify The idle current of system 3 The voltage drop from module terminals to the battery terminals should not exceed 0 6 volts including the drop across the diode and the cable when measured at maximum charging current 4 The bidder should provide along with the offer the following data i Type of offered charge controller ii Make and Model of the offered charge controller Gii The detailed calculation for the selection of the offered charge controller wrt the designed PV Module Light Source output Battery s rating Duty cycle and Days of Autonomy should be forwarded along with the offer for evaluation at our end 5 The PCB containing the electronics should be capable of solder free installation and replacement 6 Necessary lengths of wires cables switches suitable for DC use and fuses should be provided 7 There should be suitable arrangement for switching ON OFF the individual lights f Electron 1 Adequate protection is to be incorporated under No Load conditions e g when the lamp is removed and the ic system is switched ON Protecti 2 The system should have protection against battery overcharge and deep discharge conditions ons 3 Load reconnect should be provided at 80 of the battery capacity status 4 Adequate protection s
2. NOTE Bidders should fill up sign and upload the price breakup of all the items as per Annexure HHH under Notes amp Attachments gt Attachments only The filled up price breakup of all the items should not be uploaded in Technical RFx Response folder Page 1 of 1 Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank pae E O Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Ps a ee Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder a a l ETT SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations
3. Area for uploading price breakup No cotaboration nas yet been created NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 16 of 16 Price Breakup ANNEXURE HHH Tender No amp Date SDI6894P16 dated 13 04 15 A B C AXB Qty Unit Price Total Rate of In Rs Price In Tax In Rs Item No 1 Supply and Installation of Solar 20 Nos Powered Area Lighting System of for OIL s Water supply Pontoons at Tipling Duliajan consisting of White LED W LED Based Solar Street Lighting Systems Dusk to dawn auto cut operation Item No 2 Supply and Installation of Solar 63 Nos Powered Area Lighting Systems of OIL s 4MGD Water Treatment Plant Duliajan consisting of the following i White LED W LED Based Solar Street Lighting Systems Dusk to dawn auto cut operation Quantity 30 Nos ii WHITE LED W LED Based Solar Home Indoor Lighting Systems Quantity 33 Nos Item No 3 AMC of Item 1 Solar Powered 1 AU Area Lighting System for OIL s Water supply Pontoons at Tipling Duliajan Item No 4 AMC of Item 2 Solar Powered 1 AU Area Lighting Systems for OIL s 4MGD Water Treatment Plant Duliajan Total Freight Charge In Rs Insurance Charge In Rs Any Other Charges In Rs Total FOR Duliajan Price In Rs
4. mounting of PV module s and lamp housing assembly on the pole Clear instructions on regular maintenance and trouble shooting of the Solar Street Lighting System DO s and DONT s Name and address of the contact person for repair and maintenance in case of non functionality of the solar street lighting system Page 5 of 16 Item No 2 Supply and Installation of Solar Powered Area Lighting Systems of OIL s 4MGD Water Treatment Plant Duliajan consisting of the following i White LED W LED Based Solar Street Lighting Systems Dusk to dawn auto cut operation Quantity 30 Nos ii WHITE LED W LED Based Solar Home Indoor Lighting Systems Quantity 33 Nos i SPECIFICATIONS FOR WHITE LED W LED BASED SOLAR STREET LIGHTING SYSTEMS Quantity 30 nos OIL s Specification Bidder s Offer a General A stand alone solar photovoltaic street lighting system SLS is an outdoor lighting unit used for illuminating a street Descript or an open area The Solar Street Lighting System consists of solar photovoltaic SPV module a luminaire storage ion battery control electronics inter connecting wires cables module mounting pole including hardware and battery box The luminaire is based on White Light Emitting Diode W LED a solid state device which emits light when electric current passes through it The luminaire is mounted on the pole at a suitable angle to
5. to the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable E nn ae opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe terms condiions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your B
6. to the eyes Higher output would be preferred Mounting Wall or ceiling The positions and mounting fixtures to be approved by OIL s representative Electronics Efficiency Minimum 85 total Average duty cycle Minimum 12 Hours per day Autonomy 03 three days or Minimum 36 operating hours per permissible discharge cl ial Pe ba Pd b PV The PV modules up to 12 Wp capacity should have crystalline silicon solar cells and should have humidity freeze Modules and damp heat tests certificate conforming to IEC 61215 Edition II BIS 14286 from an NABL or IECQ accredited Laboratory 2 The PV modules more than 12 Wp capacity should be made up of crystalline silicon solar cells and must have a certificate of testing conforming to IEC 61215 Edition II BIS 14286 from an NABL or IECQ accredited Laboratory 3 Bidder to specify the followings i Power output Wp of the module s under STC The detailed calculation for the selection of the Power output Wp rating of the selected PV Module wrt the designed Light Source output Battery Rating Duty cycle and Days of Autonomy should be forwarded along with the offer for evaluation at our end NB The power output of the module s under STC should be a minimum of 12 Wp ii The open circuit voltage of the PV module s under STC 4 The module efficiency should not be less than 10 5 The terminal box on the module should have a provision for opening for re
7. write up with a block diagram on Solar Home Lighting System its components PV module battery electronics and luminaire and expected performance gt Significance of indicators gt Type Model number voltage amp capacity of the battery used in the system gt The make model number country of origin and technical characteristics including IESNA LM 80 report of W LEDs used in the lighting system must be indicated in the manual gt Clear instructions about mounting of PV module s gt Clear instructions on regular maintenance and trouble shooting of the Solar Home Lighting System gt DO s and DONT s gt Name and address of the contact person for repair and maintenance Item No 3 AMC of Item 1 Solar Powered Area Lighting System for OIL s Water supply Pontoons at Tipling Duliajan QTY 1 AU Item No 4 AMC of Item 2 Solar Powered Area Lighting Systems for OIL s 4MGD Water Treatment Plant Duliajan QTY 1 AU ANNUAL MAINTENANCE CONTRACT CLAUSES After successful Commissioning of the systems OIL intent to enter into separate comprehensive Annual Maintenance Contract AMC with the supplier for a period of 05 five years However OIL reserves the right to enter in to the same at its sole discretion Comprehensive Annual Maintenance Contract AMC charges shall be considered for Bid evaluation Therefore the bidder has to mandatorily quote the AMC charges separately for including all spares and mat
8. Annexure I OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India E mail material oilindia in INVITATION FOR BID LOCAL COMPETITIVE BID OIL INDIA LIMITED invites Local Competitive Bid LCB through its e procurement portal https etender srm oilindia in irj portal for the following items Tender No BidClosing Item amp Qty Opening Date SDI6894P16 11 06 2015 SOLAR POWERED AREA LIGHTING SYSTEMS Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Period of sale of documents 23 04 2015 to one week prior to bid closing date The complete bid documents and details for purchasing bid documents participation in E tenders are available on OIL s e procurement portal https etender srm oilindia in irj portal as well as OIL s website www oil india com NOTE All addenda Corrigenda time extension etc to the tenders will be hosted on above website and e portal only and no separate notification shall be issued in the press Bidders should regularly visit above website and e portal to keep themselves updated OIL INDIA LIMITED a A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email tuhin_roy oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI6894P16 dated 13 04 15 Tender Fee Rs 1 000 00 Bid Security Amoun
9. ST 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 Page 2 of 4 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 a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal b 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 issue the tender documents before the last date of sale of tender document mentioned in the tender 3 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 Head Materials Materials Department Oil India Limited Duliajan 786602 Assam 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
10. ank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
11. be mounted should be 4 metres above the ground level after grouting and final installation 5 The colour temperature of white LED used in the system should be in the range of 5500 K 6500 K 6 W LEDs should not emit ultraviolet light 7 The light output from the white LED light source should be constant throughout the duty cycle 8 The lamps should be housed in a weatherproof assembly suitable for outdoor use 9 The temperature of heat sink should not increase more than 20 C above ambient temperature during the dusk to dawn operation f Electronics The total electronic efficiency should be at least 85 Y Electronics should operate at 12 V and should have temperature compensation for proper charging of the battery throughout the year 3 No Load current consumption should be less than 20 mA 4 The PV module itself should be used to sense the ambient light level for switching ON and OFF the lamp 5 The PCB containing the electronics should be capable of solder free installation and replacement 6 Necessary lengths of wires cables switches suitable for DC use and fuses should be provided 7 The bidder should provide along with the offer the following data i Type of offered charge controller ii Make and Model of the offered charge controller iii The detailed calculation for the selection of the offered charge controller wrt the designed PV Module Light Source output Battery s rati
12. ch powers the luminaire from dusk to dawn The system lights at dusk and switches off at dawn automatically b Broad 1 PV Module Mono Polycrystalline Performance 2 Battery Lead acid Tubular Flooded or Tubular GEL VRLA The battery rating and type to be specified by Specifications the bidder wrt the design of the whole product 3 Light Source White Light Emitting Diode W LED 12 W Minimum 4 Light Out put Minimum 15 Lux when measured at the periphery of 4 meter diameter from a height of 4 meter The illumination should be uniform without dark bands or abrupt variations and soothing to the eye Higher light output will be preferred Mounting of light Minimum 4 metre pole mounted Electronics Efficiency Minimum 85 total Duty Cycle Dusk to dawn Autonomy 03 three days or Minimum 42 operating hours per permissible discharge The PV module should have crystalline silicon solar cells and must have a certificate of testing conforming to IEC 61215 Edition II BIS 14286 from an NABL or IECQ accredited Laboratory 2 The modules must conform to IEC 61730 Part 1 requirements for construction amp Part 2 requirements for testing for safety qualification or Equivalent IS Standard 3 The power output of the module s under STC should be a minimum of 40 Wp at a load voltage of 16 4 0 2 V ea biel Pad ba Bd c PV Module Page 2 of 16 The open circuit voltage of th
13. e amp capacity of the battery used in the system The make model number country of origin and technical characteristics including IESNA LM 80 report of W LEDs used in the lighting system About Charging and Significance of indicators Clear instructions about erection of pole and mounting of PV module s and lamp housing assembly on the pole Clear instructions on regular maintenance and trouble shooting of the Solar Street Lighting System DO s and DONT s Name and address of the contact person for repair and maintenance in case of non functionality of the solar street lighting system YYYY VV VV Page 9 of 16 ii SPECIFICATIONS FOR WHITE LED W LED BASED SOLAR HOME INDOOR LIGHTING SYSTEMS Quantity 33 nos a Broad 1 PV Module Mono Polycrystalline The peak power output to be specified by the bidder wrt the design of the Perform whole product ance 2 Battery Lead acid Tubular Flooded or Tubular GEL VRLA The battery rating and type to be specified by the Specific bidder wrt the design of the whole product ations 3 Light Source White Light Emitting Diode W LED 4 Light Out put Minimum 15 Lux when measured at the periphery of 2 5 meter diameter from a height of 2 5 meter At any point within area of 2 5mtr diameter periphery the light level should not be more than three limes of the periphery value The illumination should be uniform without Dark Bands or abrupt variations and soothing
14. e those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC A TECHNICAL 1 The bids must conform to the specifications terms and conditions given in the NIT Bids shall be rejected in case the items offered do not conform to the required minimum maximum parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements shall have to be particularly met by the bidder s without which the offer will be considered as non responsive and rejected 2 Bidder s Qualification a Bidder should be an Original Equipment Manufacturer OEM of SPV Based Solar Street Home Lighting Systems OR b Bidder should be an authorized dealer of OEM for SPV Based Solar Street Home Lighting Systems OR c Bidder should be an OEM approved assembler of SPV Based Solar Street Home Lighting Systems Note In all the above scenarios under b amp c documentary evidence authorization letter from OEM supporting the claim must be furnished along with the offer Failing which the offer shall be rejected B COMMERCIAL i Validity of the bid shall be minimum 120 days from the Bid Closing Date Page 1 of 4 ii iii Bid security The bid mus
15. e PV modules under STC should be at least 21 0 Volts The module efficiency should not be less than 12 The terminal box on the module should have a provision for opening it for replacing the cable if required YD Each PV module must use a RF identification tag RFID which must contain the following information i Name of the manufacturer of PV Module ii Name of the Manufacturer of Solar cells iii Month and year of the manufacture separately for solar cells and module iv Country of origin separately for solar cells and module v I V curve for the module vi Peak Wattage Im Vm and FF for the module vii Unique Serial No and Model No of the module viii Date and year of obtaining IEC PV module qualification certificate ix Name of the test lab issuing IEC certificate x Other relevant information on traceability of solar cells and module as per ISO 9000 series The RFID shall be mandatorily placed inside the module laminate 8 There should be a Name Plate fixed inside the module which will give a Name of the Manufacturer or Distinctive Logo b Model Number c Serial Number d Year of manufacture 9 A distinctive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module d Battery 1 Type Lead Acid tubular positive plate flooded electrolyte or Gel VRLA Type The type of the offered battery
16. e after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL i Cost of Materials including Installation amp Commissioning and Annual Maintenance Contract charges shall be considered together for evaluation of the offers Page 3 of 4 B COMMERCIAL i 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 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 NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 4 of 4 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI6894P16 dated 13 04 15 A BROAD DESCRIPTION Item No 1 Solar Powered Area Lighting System of for OIL s Water supply P
17. erials required for carrying out Annual Maintenance AMC of the Solar Lighting Systems as detailed below 1 The annual Maintenance shall consist of atleast 04 four visit of qualified and competent personnel from equipment manufacturer or their authorized agent at an interval of 03 three months for overall inspection of the system s 2 During such quarterly visits the following jobs shall have to be taken up i External Cleaning of the PV Modules ii Checking of the electrolyte level of the Battery s If applicable iii Topping up replenishment of Distilled Water to the Battery s as and when necessary The requisite Distilled water shall have to provided by the supplier If applicable iv Checking Rectification of all mountings etc of the lights Any defect observed in the mechanical civil components to be rectified v Checking Rectification of all electronics of the system s 3 Annual Maintenance Contract charges should be quoted separately which shall be considered for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging and other expenses of the Service Engineers Page 13 of 16 during their stay at Duliajan Assam India 4 It may be noted that OIL shall place order for Supply and Installation amp Commissioning of the Solar Lighting Systems only However the Annual Maintenance Contract charges quoted by the bidder shall be considered for evaluation pur
18. erves 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 9 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Page 3 of 4 Sd T ROY DEPUTY MANAGER MATERIALS IP FOR HEAD MATERIALS Page 4 of 4 Annexure CCC Tender No amp Date SDI6894P16 dated 13 04 15 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 be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document 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 Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewher
19. ffer The detailed calculation for the selection of the Battery s rating wrt the designed PV Module Light Source output Duty cycle and Days of Autonomy should be forwarded along with the offer for evaluation at our end NB battery should have a minimum rating of 12V 20 Ah at C 20 rate of discharge 75 of the rated capacity of the battery should be between fully charged and load cut off conditions gt Battery should conform to the latest BIS International standards The system should have protection against battery overcharge and deep discharge conditions The details of the charge controller to be provided along with the offer for review at our end A vented acid proof and corrosion resistant wooden box with a locking arrangement should be provided for housing the battery s d Light Source The light source will be of white LED type The colour temperature of W LEDs used in the system should be in the range of 5500 K 6500 K LEDs should not emit ultraviolet light The light output from the W LED light source should be constant throughout the duty cycle Gy Go bore The lamps should be housed in an assembly suitable for indoor use with proper arrangement for ceiling or wall mounting The positions and mounting fixtures to be approved by OIL s competent representative e Electron The total electronic efficiency should be at least 85 Page 11 of 16
20. he extended period of the bid closing date Performance Security a The successful Bidder will have to provide 1 Performance Security 10 of total cost of Equipment Installation amp Commissioning The Performance Security must be valid for 5 years from the date of successful commissioning of the equipment b In case OIL enters into separate comprehensive Annual Maintenance Contract AMC with the supplier for a period of 5 years Then the successful Bidder will have to provide 2 Performance Security 10 of total cost of AMC for 5 years prior to expiry of the Ist Performance Security The Performance Security must be valid for 5 years The validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Page 2 of 4 Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders iv The Bank Guarantee should be allowed to be encashed at all branches within India v 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
21. hould be provided against battery reverse polarity 5 Fuses should be provided to protect against short circuit conditions 6 Protection for reverse flow of current through the PV module s should be provided g Mechani 1 Corrosion resistant metallic frame structure should be provided to hold the SPV module with proper arrangement cal for mounting Compon 2 The frame structure should have provision to adjust its angle of inclination to the horizontal so that it can be ents installed at the specified tilt angle 3 Light source should be either for wall mounted or ceiling mounted or can be hung from the ceiling in a stable manner as per site requirements 4 A vented plastic wooden metallic box with acid proof corrosion resistant paint for housing the storage battery indoors should be provided h Indicato 1 The system should have two indicators green and red rs 2 The green indicator should indicate the charging under progress and should glow only when the charging is taking place It should stop glowing when the battery is fully charged 3 Red indicator should indicate the battery Load Cut Off condition i Operatio An Operation Instruction and Maintenance Manual in English and the local language should be provided with the nand Solar Home Lighting System The following minimum details must be provided in the Manual Mainten gt Basic principles of Photovoltaics Page 12 of 16 ance Manual gt A small
22. hould have provision to adjust its angle of inclination to the horizontal between 0 and 45 so that the module can be oriented at the specified tilt angle The pole should be made of Galvanised Iron GD pipe The height of the pole should be 4 metres above the ground level after grouting and final installation The pole should have the provision to hold the luminaire The lamp housing should be water proof and should be painted with a corrosion resistant paint Ye ees pee A vented acid proof and corrosion resistant metallic box with a locking arrangement for outdoor use should be provided for housing the battery i Indicato rs 1 The system should have two indicators green and red 2 The green indicator should indicate the charging under progress and should glow only when the charging is taking place It should stop glowing when the battery is fully charged 3 Red indicator should indicate the battery Load Cut Off condition j Operation and Maintenanc e Manual An Operation Instruction and Maintenance Manual in English and the local language should be provided with the Solar Street Lighting System The following minimum details must be provided in the Manual Basic principles of Photovoltaics A small write up with a block diagram on Solar Street Lighting System its components PV module battery electronics and luminaire and expected performance Type Model number Voltag
23. irements standards for SPV systems and Ministry of New and Renewable Energy Jawaharlal Nehru National solar Mission Technical specifications for white LED W LED based solar photovoltaic lighting systems Page 1 of 16 D TECHNICAL SPECIFICATIONS Item No 1 Supply and Installation of Solar Powered Area Lighting System of for OIL s Water supply Pontoons at Tipling Duliajan consisting of White LED W LED Based Solar Street Lighting Systems Dusk to dawn auto cut operation Quantity 20 Nos OIL s Specification Bidder s Offer a General A stand alone solar photovoltaic street lighting system SLS is an outdoor lighting unit used for illuminating Description a street or an open area The Solar Street Lighting System consists of solar photovoltaic SPV module a luminaire storage battery control electronics inter connecting wires cables module mounting pole including hardware and battery box The luminaire is based on White Light Emitting Diode W LED a solid state device which emits light when electric current passes through it The luminaire is mounted on the pole at a suitable angle to maximize illumination on the ground The PV module is placed at the top of the pole at an angle facing south so that it receives solar radiation throughout the day without any shadow falling on it A battery is placed in a box attached to the pole Electricity generated by the PV module charges the battery during the day time whi
24. ive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module d Battery Type Lead Acid tubular positive plate flooded electrolyte or Gel VRLA Type The type of the offered battery should clearly be mentioned in the offer Rating The rating of offered battery s wrt the Selected PV Module s duty cycle and days of autonomy should be provided in the offer The detailed calculation for the selection of the Battery s rating wrt the designed PV Module Light Source output Duty cycle and Days of Autonomy should be forwarded along with the offer for evaluation at our end NB The battery will have a minimum rating of 12V 60 Ah at C 10 discharge rate as 75 of the rated capacity of the battery should be between fully charged and load cut off conditions ha Battery should conform to the latest BIS International standards The system should have protection against battery overcharge and deep discharge conditions The details of the charge controller to be provided along with the offer for review at our end A vented acid proof and corrosion resistant metallic box with a locking arrangement suitable for outdoor use Page 7 of 16 should be provided for housing the battery s e Light Source Power 12 W minimum Type The light source will be a white LED type Light Out put Minimum 15 Lux whe
25. maximize illumination on the ground The PV module is placed at the top of the pole at an angle facing south so that it receives solar radiation throughout the day without any shadow falling on it A battery is placed in a box attached to the pole Electricity generated by the PV module charges the battery during the day time which powers the luminaire from dusk to dawn The system lights at dusk and switches off at dawn automatically b Broad 1 PV Module Mono Polycrystalline Perform 2 Battery Lead acid Tubular Flooded or Tubular GEL VRLA The battery rating and type to be specified by the ance bidder wrt the design of the whole product Specific 3 Light Source White Light Emitting Diode W LED 12 W Minimum ations 4 Light Output Minimum 15 Lux when measured at the periphery of 4 meter diameter from a height of 4 meter The illumination should be uniform without dark bands or abrupt variations and soothing to the eye Higher light output will be preferred 5 Mounting of light Minimum 4 metre pole mounted 6 Electronics Efficiency Minimum 85 total 7 Duty Cycle Dusk to dawn 8 Autonomy 03 three days or Minimum 42 operating hours per permissible discharge c PV 1 The PV module should have crystalline silicon solar cells and must have a certificate of testing conforming to IEC Module 61215 Edition II BIS 14286 from an NABL or IECQ accredited Laboratory 2 The modules must conform to IEC 61730 Part 1 requirements for const
26. n measured at the periphery of 04 meter diameter from a height of 04 meter The illumination should be uniform without dark bands or abrupt variations and soothing to the eye Higher light output will be preferred Mounting The height of the pole where the Light shall be mounted should be 4 metres above the ground level after grouting and final installation The colour temperature of white LED used in the system should be in the range of 5500 K 6500 K W LEDs should not emit ultraviolet light The light output from the white LED light source should be constant throughout the duty cycle The lamps should be housed in a weatherproof assembly suitable for outdoor use SO NI on The temperature of heat sink should not increase more than 20 C above ambient temperature during the dusk to dawn operation f Electron ics j The total electronic efficiency should be at least 85 NS Electronics should operate at 12 V and should have temperature compensation for proper charging of the battery throughout the year No Load current consumption should be less than 20 mA The PV module itself should be used to sense the ambient light level for switching ON and OFF the lamp The PCB containing the electronics should be capable of solder free installation and replacement ON Go Necessary lengths of wires cables switches suitable for DC use and fuses should be provided 7 The bidde
27. nce of successfully executing atleast one similar order of Solar Powered Area Lighting Systems valuing Rs 10 76 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 35 89 Lakhs Note Documentary evidence in respect of the above should be submitted in the form of copies of relevant Purchase Orders along with copies of any of the documents in respect of satisfactory execution of each of those Purchase Orders such as i Satisfactory Inspection Report OR ii Satisfactory Supply Completion Installation Report OR iii Consignee Receipted Delivery Challans OR iv Central Excise Gate Pass Tax Invoices issued under relevant rules of Central Excise VAT OR v any other documentary evidence that can substantiate the satisfactory execution of each of the purchase orders cited above For Annual financial turnover Enclose the audited Annual Reports or balance sheet certified by a chartered accountant 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 Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only ne week prior to Bid Closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUE
28. ng Duty cycle and Days of Autonomy should be forwarded along with the offer for evaluation at our end 8 All the electrical and electronics item should be suitable housed in weatherproof housings capable of withstanding severe weather conditions g Electronic Protections 1 Adequate protection is to be incorporated under No Load conditions e g when the lamp is removed and the system is switched ON The system should have protection against battery overcharge and deep discharge conditions Fuse should be provided to protect against short circuit conditions Protection for reverse flow of current through the PV module s should be provided VY RWS Electronics should have temperature compensation for proper charging of the battery throughout the year Page 4 of 16 Adequate protection should be provided against battery reverse polarity Load reconnect should be provided at 80 of the battery capacity status h Mechanical Components A corrosion resistant metallic frame structure should be fixed on the pole to hold the SPV module edi same Ps The frame structure should have provision to adjust its angle of inclination to the horizontal between 0 and 45 so that the module can be oriented at the specified tilt angle The pole should be made of Galvanised Iron GD pipe The height of the pole should be 4 metres above the ground level after grouting and final i
29. nstallation The pole should have the provision to hold the luminaire The lamp housing should be water proof and should be painted with a corrosion resistant paint SON OR Ge A vented acid proof and corrosion resistant metallic box with a locking arrangement for outdoor use should be provided for housing the battery i Indicators The system should have two indicators green and red 2 The green indicator should indicate the charging under progress and should glow only when the charging is taking place It should stop glowing when the battery is fully charged 3 Red indicator should indicate the battery Load Cut Off condition j Operation and Maintenance Manual An Operation Instruction and Maintenance Manual in English and the local language should be provided with the Solar Street Lighting System The following minimum details must be provided in the Manual VV VV VV VV Basic principles of Photovoltaics A small write up with a block diagram on Solar Street Lighting System its components PV module battery electronics and luminaire and expected performance Type Model number Voltage amp capacity of the battery used in the system The make model number country of origin and technical characteristics including IESNA LM 80 report of W LEDs used in the lighting system About Charging and Significance of indicators Clear instructions about erection of pole and
30. ontoons at Tipling Duliajan consisting of White LED W LED Based Solar Street Lighting Systems Dusk to dawn auto cut operation Quantity 20 Nos Item No 2 Solar Powered Area Lighting Systems of for OIL s 4MGD Water Treatment Plant Duliajan consisting of the followings a White LED W LED Based Solar Street Lighting Systems Dusk to dawn auto cut operation Quantity 30 Nos WHITE LED W LED Based Solar Home Indoor Lighting Systems Quantity 33 Nos B NOTE TO BIDDERS a The Bidders shall have to furnish their bid by filling up the Bidder s Offer column in the offer sheet No other form of furnishing bids shall be accepted b The bidders may use separate sheet if required in addition to filling up the Bidder s Offer column in the offer sheet In such cases bidder should clearly indicate the Attachment by providing Attachment Annexure number in the relevant Bidder s Offer column in the offer sheet C SYSTEM DATA The following data are to be considered for system design of the White LED W LED Based Solar Street Lighting Systems and WHITE LED W LED Based Solar Home Indoor Lighting Systems as detailed in S1 No D amp E below Geographical Location of Duliajan Assam India 27 3667 N latitude amp 95 3167 E longitude Annual Avg Solar irradiation in KWH m Day 3 92 Days of autonomy to be considered 03 days Conforming Standard Latest MNRE Publications minimal technical requ
31. 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 4 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 5 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 6 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 7 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation 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 8 0 To ascertain the substantial responsiveness of the bid OIL res
32. placing the cable if required 6 Each PV module must use a RF identification tag RFID which must contain the following information i Name of the manufacturer of PV Module ii Name of the Manufacturer of Solar cells iii Month and year of the manufacture separately for solar cells and module iv Country of origin separately for solar cells and module Page 10 of 16 v I V curve for the module vi Peak Wattage Im Vm and FF for the module vii Unique Serial No and Model No of the module viii Date and year of obtaining IEC PV module qualification certificate ix Name of the test lab issuing IEC certificate x Other relevant information on traceability of solar cells and module as per ISO 9000 series The RFID shall be mandatorily placed inside the module laminate There should be a Name Plate fixed inside the module which will give a Name of the Manufacturer or Distinctive Logo b Model Number c Serial Number d Year of manufacture A distinctive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module c Battery Type Lead Acid tubular positive plate flooded electrolyte or Gel VRLA Type The type of the offered battery should clearly be mentioned in the offer Rating The rating of offered battery s wrt the Selected PV Module s duty cycle and days of autonomy should be provided in the o
33. pose of the price bid The Annual Maintenance Contract may be finalized upon successful completion of Installation amp Commissioning of the Solar Lighting Systems However OIL reserves the right to enter in to the same at its sole discretion E WARRANTY 1 The Solar lighting system as detailed above will be warranted for a period of five years from the date of supply The warranty shall include the batteries incorporated in the system also 2 The PV module s will be warranted for a minimum period of 25 years from the date of supply PV modules used in Solar Lighting System must be warranted for their output peak watt capacity which should not be less than 90 at the end of Ten 10 years and 80 at the end of Twenty five 25 years 3 The Warranty Card to be supplied with the system must contain the details of the system The manufacturers can also provide additional information about the system and conditions of warranty as necessary F PACKING AND TRANSPORTATION 1 All the items shall have to be suitably packed for transfer Packing should done in a way to avoid water ingress damages breakage during transit Any item s found damaged during transit shall have to replaced free of cost by the supplier INSTALLATION AND COMMISSIONING Installation and Commissioning of the systems as detailed above to be done by the supplier at their own cost OIL shall provide transportation facility of the Installa
34. r should provide along with the offer the following data i Type of offered charge controller ii Make and Model of the offered charge controller iii The detailed calculation for the selection of the offered charge controller wrt the designed PV Module Light Source output Battery s rating Duty cycle and Days of Autonomy should be forwarded along with the offer for evaluation at our end 8 All the electrical and electronics item should be suitable housed in weatherproof housings capable of withstanding severe weather conditions g Electron ic Protecti ons 1 Adequate protection is to be incorporated under No Load conditions e g when the lamp is removed and the system is switched ON The system should have protection against battery overcharge and deep discharge conditions Fuse should be provided to protect against short circuit conditions Protection for reverse flow of current through the PV module s should be provided S Electronics should have temperature compensation for proper charging of the battery throughout the year Page 8 of 16 Adequate protection should be provided against battery reverse polarity Load reconnect should be provided at 80 of the battery capacity status h Mechani cal Compon ents A corrosion resistant metallic frame structure should be fixed on the pole to hold the SPV module NOES ES The frame structure s
35. rejected vi 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 vii 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 Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected viii Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered ix A bid shall be rejected straightway if it does not conform to any one of the following clauses a Validity of bid shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i Validity shorter than the validity indicated in Tender and or ii Bid Security amount lesser than the amount indicated in the Tender d Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsiv
36. ruction amp Part 2 requirements for testing for safety qualification or Equivalent IS Standard Page 6 of 16 The power output of the module s under STC should be a minimum of 40 Wp at a load voltage of 16 4 0 2 V The open circuit voltage of the PV modules under STC should be at least 21 0 Volts The module efficiency should not be less than 12 The terminal box on the module should have a provision for opening it for replacing the cable if required MY DIY BO Each PV module must use a RF identification tag RFID which must contain the following information i Name of the manufacturer of PV Module ii Name of the Manufacturer of Solar cells iii Month and year of the manufacture separately for solar cells and module iv Country of origin separately for solar cells and module v I V curve for the module vi Peak Wattage Im Vm and FF for the module vii Unique Serial No and Model No of the module viii Date and year of obtaining IEC PV module qualification certificate ix Name of the test lab issuing IEC certificate x Other relevant information on traceability of solar cells and module as per ISO 9000 series The RFID shall be mandatorily placed inside the module laminate There should be a Name Plate fixed inside the module which will give a Name of the Manufacturer or Distinctive Logo b Model Number c Serial Number d Year of manufacture A distinct
37. should clearly be mentioned in the offer 2 Rating The rating of offered battery s wrt the Selected PV Module s duty cycle and days of autonomy should be provided in the offer The detailed calculation for the selection of the Battery s rating wrt the designed PV Module Light Source output Duty cycle and Days of Autonomy should be forwarded along with the offer for evaluation at our end NB The battery will have a minimum rating of 12V 60 Ah at C 10 discharge rate 3 75 of the rated capacity of the battery should be between fully charged and load cut off conditions 4 Battery should conform to the latest BIS International standards 5 The system should have protection against battery overcharge and deep discharge conditions The details of the charge controller to be provided along with the offer for review at our end 6 A vented acid proof and corrosion resistant metallic box with a locking arrangement suitable for outdoor use Page 3 of 16 should be provided for housing the battery s e Light Source 1 Power 12 W minimum 2 Type The light source will be a white LED type 3 Light Out put Minimum 15 Lux when measured at the periphery of 04 meter diameter from a height of 04 meter The illumination should be uniform without dark bands or abrupt variations and soothing to the eye Higher light output will be preferred 4 Mounting The height of the pole where the Light shall
38. t Rs 36 000 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Not Applicable OIL invites Bids for Solar Powered Area Lighting Systems through its e Procurement site under SINGLE STAGE COMPOSITE 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 b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents 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 All corrigenda addenda amendments
39. t be accompanied by Bid Security of Rs 36 000 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto 11 04 2016 Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online 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 format of Bank Guarantee towards Bid Security Annexure VII has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only 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 t
40. the performance security of material value during the warranty period Whereas The penalty amount will be deducted from the AMC bills during the AMC period However maximum penalty will not exceed 15 of the performance security of material value during warranty period and 15 of AMC charges during AMC period 2 Any query clarification sought by OIL from the Bidder must be furnished within the stipulated time frame Failing which the offer shall be considered as non responsive and shall be rejected 3 All documents in the bid shall have to be furnished as detailed under S1 No B Note to Bidders of the NIT I PAYMENT TERMS 1 70 payment of the equipment cost will be paid against delivery of material Remaining 30 alongwith Installation amp Commissioning charges will be paid after completion of installation and commissioning 2 Payment of AMC charges will be made quarterly after completion of every quarter J Price Breakup Bidders should submit the price breakup of all the items as per Annexure HHH which has been uploaded under Notes amp Attachments gt Attachments as shown below The price breakup Annexure HHH should be filled up signed and uploaded under Notes amp Attachments gt Attachments only The filled up price breakup of all the items should not be uploaded in Technical RFx Response folder Page 15 of 16 N 1 Helory Back Forward E
41. time extension clarifications etc To the tender will be hoisted on OIL s website www oil indiacom and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued Page 1 of 4 in the press Prospective bidders are requested to regularly visit the website and e portal to keep themselves updated f 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 g 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 D as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Bidder should have experie
42. tion and Commissioning crew from Duliajan to site and welding cutting jobs involved if any The food amp lodging of the Installation and Commissioning crew should be arranged by the supplier at their own cost All Civil jobs required for erection installation shall have to be done by supplier Security for both men material and machines are to be arranged by the supplier during the Installation amp Commissioning process Supplier must adhere to all safety norms as laid by OIL during Installation and Commissioning process All work should be done only in OIL s normal working Hours alaja jei The system shall be considered Commissioned only after satisfactory TRIAL RUN of the entire systems as detailed above for a period of not less than 72 hours Page 14 of 16 SPECIAL NOTES H 1 Penalty clause During the AMC Warranty period any failed device shall have to be repaired replaced with a new standby device within 72 hrs of reporting the failure Necessary configuration of the replacement device for proper operation of the device will be the responsibility of the successful bidder In case of failure on the part of the bidder to rectify the problem within 72 hrs of reporting a penalty of Rs 1000 00 per day per device will be levied and the tenure of the AMC Warranty will be extended for the period on a pro rata basis at no extra cost to OIL The penalty amount will be deducted from

Download Pdf Manuals

image

Related Search

Related Contents

UK Clinical Product List - bioMérieux United Kingdom & Ireland  Ltl Acorn - OLDBOYS OUTDOORS  Consulter le document    Téléchargez ici    Leia o manual em PDF  Rupture conventionnelle du contrat de travail, mode d`emploi  STM32 M4 clicker User Manual  flÊL Ecole d`ingénieurs et d`architectes de Fribourg É.  

Copyright © All rights reserved.
Failed to retrieve file