mew.gov.afmew.gov.af/content/files/revised-design, engineering... · web viewbidders shall quote...

218
Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah وری ه م ج ان ت س ن ا غ ف ی ا م لا س اIslamic Republic of Afghanistan STANDARD BIDDING DOCUMENTS (SBD) TENDER For PROCUREMENT OF GOODS & SERVICES FOR Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, Grid tied Inverter, Hybrid Inverter, Battery, Wind Turbine and Diesel Generator at Farah pg. 1

Upload: lythu

Post on 11-May-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

اسالمی افغانستانجمهوریIslamic Republic of Afghanistan

STANDARD BIDDING DOCUMENTS (SBD)

TENDERFor

PROCUREMENT OF GOODS & SERVICES FOR Design, Engineering, Supply,

Construction, Erection, Testing, Commissioning of a 12 MW Hybrid

Solar Power Plant consisting Solar PV Panels, Grid tied Inverter, Hybrid

Inverter, Battery, Wind Turbine and Diesel Generator at Farah

Ministry of Energy and WaterKabul, Afghanistan

pg. 1

Page 2: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Ministry of Energy and Water

BIDDING DOCUMENTS FOR

PROCUREMENT OF GOODS & SERVICES

Design, Engineering, Supply, Construction, Testing, Commissioning of a 12 MW Hybrid Solar

Power Plant consisting of Solar PV Panels, grid tied inverters, hybrid inverter, Battery, Wind Turbine

and Diesel Generator at Farah

INVITATION FOR BID NO.: MEW/003-96/ICBISSUED ON: NOVEMBER/2016

INTERNATIONAL COMPETITIVE BIDDING

pg. 2

Page 3: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Ministry of Energy and Water (MEW), Islamic Republic of Afghanistan has sought funding towards the cost under the contract for Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverters, hybrid inverters, Battery, Wind Turbine and Diesel Generator at Farah. 1. The Ministry of Energy and Water (MEW), Islamic Republic of Afghanistan

(herein after referred as purchaser) now invites sealed bids from the eligible bidders for Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, Battery, Wind Turbine and Diesel Generator at Farah

Lot #1

Place/Places of Delivery

Description Bid Security (AFNs) or an equivalent amount in

a freely convertible currency

# 1 Exact delivery point TBD

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverters, hybrid inverters , Battery, Wind Turbine and Diesel Generator at Farah

$1,000,000.00 of Quoted Bid Amount for Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverters, hybrid inverters , Battery, Wind Turbine and Diesel Generator at Farah

2. Bidders shall quote for the full scope of works on a single responsibility basis, failing which such bids will be rejected and will not be considered for award.

3. Bidding will be conducted through the International Competitive (ICB) Bidding procedure specified in the Public Procurement Law and Circulars, and is open to all Bidders from Eligible Source Countries as defined in the Guidelines.

4. Interested eligible bidders may obtain further information from Procurement Department, MEW, and inspect the bidding documents at the address given below from 08:00 hrs to 16:00hrs on any working day from Saturday to Wednesday.

5. A complete set of Bidding Documents in English may be obtained by interested bidders by contacting at e-mail address given below.

6. Bids must be delivered to the address below at or before 10:00 Hrs (local time) on {30/january/2017}. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened immediately after the deadline of bid submission, at the same place of bid submission in the presence of the bidders’ representatives who choose to attend in person.

7. All bids must be accompanied by a Bid Security of the amount specified under Para 2 above, valid for 148 days.

pg. 3

Page 4: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

8. The address(es) referred to above is(are):Hizbullah StanikzaiContracts Management Specialist Procurement Directorate Ministry of Energy and Water (MEW)Darul -Amman RoadKabul, AfghanistanEmail: [email protected], [email protected] and [email protected] No. 0093(0)777238320

pg. 4

Page 5: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

9. TABLE OF CONTENTS

SECTION 1 INSTRUCTIONS TO BIDDERS (ITB)SECTION 2 BIDDING DATA SHEET (BDS)SECTION 3 EVALUATION AND QUALIFICATION CRITERIA

SECTION 4 BIDDING FORMS

SECTION 5 SCHEDULE OF REQUIREMENTS

SECTION 6 GENERAL CONDITIONS OF CONTRACT (GCC)SECTION 7 SPECIAL CONDITIONS OF CONTRACT (SCC)SECTION 8 CONTRACT FORMS

INVITATION FOR BIDS (IFB)

ACRONYMS

BDS Bidding Data SheetBRT Business Receipt TaxGCC General Conditions of ContractGoA Government of AfghanistanITB Instruction to BiddersJV Joint VentureMOF Ministry of FinanceNOT National Open TenderNOT/G National Open Tender for the procurement of GoodsMEW Ministry of Energy and WaterPPU Procurement Policy UnitSCC Special Conditions of ContractSBD Standard Bidding DocumentsSK Sukok TaxTIN Tax Identification NumberTS Technical Specifications

PART I BIDDING PROCEDURES

pg. 5

Page 6: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

SECTION 1 INSTRUCTION TO BIDDERS (ITB)SECTION 2 BIDDING DATA SHEET (BDS)SECTION 3 EVALUATION AND QUALIFICATION CRITERIASECTION 4 BIDDING FORMS

pg. 6

Page 7: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Section 1 Instruction to Bidders

A. GENERAL

1. Scope of the Bid

1.1 The Purchaser, as indicated in the Bidding Data Sheet (BDS), issues these Bidding Documents for the supply of Goods, and Related Services incidental thereto, as specified in Section 5 Schedule of Requirements. The name and identification number of this Tender are specified in the BDS. The name, identification, and number of lots are provided in the BDS.

1.2 Throughout these Bidding Documents:(a) the term “IN WRITING” means communicated in written form

(e.g. by email, fax, telex) with proof of receipt;(b) if the context so requires, “SINGULAR” means “PLURAL” and vice

versa; and(c) “DAY” means calendar day.

2. Source of Funds

2.1 The Purchaser guarantees that adequate public funds have been budgeted and allotted and are also available for managing the procurement proceedings toward the cost of the project. The Purchaser intends to apply a portion of the public funds to eligible payments under the contract for which this Bidding Documents are issued.

2.2 The Purchaser guarantees that the adequate public funds are available. For the purpose of this provision, “PUBLIC FUNDS” defines any monetary resources appropriated to procuring entities under Government budget, or revenues generated by statutory bodies and corporations or aid grants and credits put at the disposal of procuring entities by the development partners through the Government.

3. Fraud and Corruption

3.1 It is the Government’s policy to require that Purchasers, as well as Bidders, Suppliers, and Contractors and their subcontractors under Government-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts1. In pursuance of this policy, the Government:(a) Defines, for the purpose of this provision, the terms set forth as

follows:(i) “CORRUPT PRACTICE” is the offering, giving, receiving, or soliciting,

directly or indirectly, of anything of value to influence improperly the actions of another party2;

(ii) “FRAUDULENT PRACTICE” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party3 to obtain a financial or other benefit or to avoid an obligation;

1In this context, any action taken by a Bidder, Supplier, Contractor, or a sub-Contractor to influence the procurement process or contract execution for undue advantage is improper.2“ANOTHER PARTY” refers to a public official acting in relation to the procurement process or contract execution. In this context, “PUBLIC OFFICIAL” includes Government staff and employees of other organizations taking or reviewing procurement decisions.3A “PARTY” refers to a public official; the terms “BENEFIT” and “OBLIGATION” relate to the procurement process or contract execution; and the “ACT OR OMISSION” is intended to influence the procurement process contract execution.

pg. 7

Page 8: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

(iii) “COLLUSIVE PRACTICE” is an arrangement between two or more parties4 designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “COERCIVE PRACTICE” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party5 or the property of the party to influence improperly the actions of a party;

(v) “OBSTRUCTIVE PRACTICE” is Deliberately destroying, falsifying, altering or concealing of

evidence material to the investigation or making false statements to investigators in order to materially impede a Government investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

Acts intended to materially impede the exercise of the Government’s inspection and audit rights provided for under sub-clause 3.1(e) below.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question;

(c) Will sanction and prosecute any procurement official if it finds out that at any time that representative of the procuring entity engaged in corrupt, fraudulent, collusive ,coercive or obstructive practices during the procurement or the execution of the contract, without the procuring entity having taken timely and appropriate action satisfactory to the Government to address such practices when they occur;

(d) will sanction a firm or individual, including declaring ineligible, either indefinitely or for a stated period of time, to be awarded a GoA financed contract if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive orobstructive practices in competing for, or in executing, a GoA financed contract; and

(e) will have the right to require that a provision be included in bidding documents and in contracts financed by the GoA, requiring Bidders, suppliers, and contractors and their sub-contractors to permit the Government to inspect their accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Government.

4. Eligible Bidders

4.1 A Bidder, and all parties constituting the Bidder, may have the nationality of any country, subject to the restrictions specified in BDS. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the

4“PARTIES” refers to participants in the procurement process (including officials) attempting to establish Bid prices at artificial, non competitive levels.5a “PARTY” refers to a participant in the procurement process or contract execution.

pg. 8

Page 9: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Contract including Related Services.

4.2 A Bidder shall not have a conflict of interest. All Bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they:(a) are or have been affiliated in the past, with a firm or any of its

affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these Bidding Documents; or

(b) submit more than one Bid in this bidding process, except for alternative offers permitted under ITB Clause 13. However, this does not limit the participation of subcontractors in more than one Bid.

4.3 A Bidder that is under a declaration of ineligibility by the GoA in accordance with ITB Clause 3, at the date of contract award, shall not be eligible to be awarded a contract. The list of debarred firms is available at the electronic address specified in the BDS.

4.4 Government owned enterprises shall be eligible only if they can establish that they do not have conflict of interest.

4.5 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.

5. Eligible Goods and Related Services

5.1 All the Goods and Related Services to be supplied under the Contract may have their origin in any country in accordance with specifications made in BDS.

5.2 For purposes of this Clause, the term “GOODS” includes commodities, raw material, machinery, equipment, and industrial plants; and “RELATED SERVICES” includes services such as insurance, installation, training, and initial maintenance.

5.3 The term “ORIGIN” means the country where the goods have been mined, grown, cultivated, produced, manufactured or processed; or, through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

pg. 9

Page 10: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

B. CONTENTS OF BIDDING DOCUMENTS

6. Sections of Bidding Documents

6.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addendum issued in accordance with ITB Clause 8.PART 1 Bidding Procedures

Section 1 Instructions to Bidders (ITB)Section 2 Bidding Data Sheet (BDS)Section 3 Evaluation and Qualification CriteriaSection 4 Bidding Forms

PART 2 Supply RequirementsSection 5 Schedule of Requirements

PART 3 ContractSection 6 General Conditions of Contract (GCC)Section 7 Special Conditions of Contract (SCC)Section 8 Contract Forms

6.2 The Invitation for Bids issued by the Purchaser is not part of the Bidding Documents.

6.3 The Purchaser is not responsible for the completeness of the Bidding Documents and their addendum, if they were not obtained directly from the Purchaser or through its agent as stated in the BDS.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. Failure to furnish all information or documentation required by the Bidding Documents may result in the rejection of the Bid.

7. Clarification of Bidding Documents

7.1 A prospective Bidder requiring any clarification of the Bidding Documents shall contact the Purchaser in writing at the Purchaser’s address specified in theBDS.The Purchaser will respond in writing to any request for clarification, provided that such request is received at least fourteen (14) working days prior to the deadline for submission of Bids. The Purchaser shall publish on the official website of MEW and also forward copies of its response to all those who have acquired the Bidding Documents directly from it, including a description of the inquiry but without identifying its source. Should the Purchaser deem it necessary to amend the Bidding Documents as a result of a clarification, it shall do so following the procedure under ITB Clause 8 and ITB Sub-Clause 24.2.

7.2 To clarify issues and to answer questions on any matter arising in the Bidding Documents, the Purchaser may, if stated in the BDS, invite prospective Bidders to a Pre-Bid Meeting at the place, date and time as specified in the BDS. Bidders are encouraged to attend the meeting, if it is held.

pg. 10

Page 11: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

7.3 The Bidder is requested to submit any questions in writing so as to reach the Purchaser not later than five (5) days prior to the date of the meeting.

7.4 Minutes of the Pre-Bid meeting, including the text of the questions raised and the responses given, together with any responses prepared after the meeting, will be published in official website of MEW and also transmitted within seven (7) days to all those who obtained the Bidding Documents. Any modification to the Bidding Documents listed in ITB Sub-Clause 6.1 that may become necessary as a result of the Pre-Bid meeting shall be made by the Purchaser exclusivelythrough the issue of an Amendment pursuant to ITB Clause 10 and not through the minutes of the Pre- Bid Meeting.

7.5 Non-attendance at the Pre-Bid meeting will not be a cause for disqualification of a Bidder.

8. Amendment of Bidding Documents

8.1 At any time prior to the deadline for submission of Bids, the Purchaser may amend the Bidding Documents by issuing addendum.

8.2 Any addendum issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Documents directly from the Purchaser and also be published in the official website of MEW.

8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of Bids, pursuant to ITB Sub-Clause 24.2.

C. PREPARATION OF BIDS

9. Cost of Bidding

9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

10. Language of Bid

10.1 The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into the language specified in theBDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

11. Documents Comprising the Bid

11.1 The Bid shall comprise the following:(a) Bid Submission Form and the applicable Price Schedules, in

accordance with ITB Clauses 12, 14, and 15;(b) Bid Security or Bid-Securing Declaration, in accordance with

ITB Clause 21, if required;(c) written confirmation authorizing the signatory of the Bid to

commit the Bidder, in accordance with ITB Clause 22;(d) documentary evidence in accordance with ITB Clause 16

pg. 11

Page 12: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

establishing the Bidder’s eligibility to bid;(e) documentary evidence in accordance with ITB Clause 17, that

the Goods and Related Services to be supplied by the Bidder are of eligible origin;

(f) documentary evidence in accordance with ITB Clauses 18 and 30, that the Goods and Related Services conform to the Bidding Documents;

(g) documentary evidence in accordance with ITB Clause 19 establishing the Bidder’s qualifications to perform the contract if its Bid is accepted; and

(h) any other document required in theBDS.

12. Bid Submission Form and Price Schedules

12.1 The Bidder shall submit the Bid Submission Form using the form furnished in Section 4 Bidding Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested

12.2 The Bidder shall submit the Price Schedules for Goods and Related Services, according to their origin as appropriate, using the forms furnished in Section 4 Bidding Forms.

13. Alternative Bids

13.1 Unless otherwise specified in theBDS, alternative Bids shall not be considered.

14. Bid Prices and Discounts

14.1 The prices and discounts quoted by the Bidder in the Bid Submission Form and in the Price Schedules shall conform to the requirements specified below.

14.2 All lots and items must be listed and priced separately in the Price Schedules.

14.3 The price to be quoted in the Bid Submission Form shall be the total price of the Bid, excluding any discounts offered.

14.4 The Bidder shall quote any unconditional discounts and indicate the method for their application in the Bid Submission Form.

14.5 The terms EXW, CIP6, DAF or CIF in a neighboring country and other similar terms shall be governed by the rules prescribed in the current edition of Incoterms, published by the International Chamber of Commerce, Paris, as specified in the BDS.

14.6 Prices shall be quoted as specified in each Price Schedule included in Section 4 Bidding Forms. The dis-aggregation of price components is required solely for the purpose of facilitating the comparison of Bids by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered. In quoting prices, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible country. Prices shall be entered in the following manner:(a) For Goods manufactured in the Islamic Republic of Afghanistan:

6 The use of CIP requires that customs clearance takes place at the place of destination.

pg. 12

Page 13: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

(i) the price of the Goods quoted EXW (ex-works, ex-factory, ex-warehouse, ex-showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes including Business Receipt Tax (BRT) and Sukok Tax, already paid or payable on the components and raw material used in the manufacture or assembly of the Goods;

(ii) any Islamic Republic of Afghanistan sales tax and other taxes including Business Receipt Tax (BRT) and Sukok Tax, which will be payable on the Goods if the contract is awarded to the Bidder; and

(iii) the price for inland transportation, insurance, and other local services required to convey the Goods to their final destination specified in the BDS.

(b) For Goods manufactured outside the Islamic Republic of Afghanistan, to be imported:

(i) the price of the Goods, quoted CIP named place of destination, in the Islamic Republic of Afghanistan, or CIF named port of destination, as specified in the BDS;

(ii) the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final destination specified in the BDS;

(iii) in addition to the CIP prices specified in (b)(i) above, the price of the Goods to be imported may be quoted FCA (named place of destination) or CPT (named place of destination), if so specified in the BDS.

(c) For Goods manufactured outside the Islamic Republic of Afghanistan, already imported:

[For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been and/or have to be paid by the Purchaser. For clarity the Bidders are asked to quote the price including import duties, and additionally to provide the import duties and the price net of import duties which is the difference of those values.]

(i) the price of the Goods, including the original import value of the Goods; plus any mark-up (or rebate); plus any other related local cost, and custom duties and other import taxes already paid or to be paid on the Goods already imported;

(ii) the custom duties and other import taxes already paid (need to be supported with documentary evidence) or to be paid on the Goods already imported;

(iii) the price of the Goods, obtained as the difference between (i) and (ii) above;

(iv) any Islamic Republic of Afghanistan sales and other taxes including Business Receipt Tax (BRT) and Sukok Tax, which will be payable on the Goods if the contract is awarded to the Bidder; and

(v) the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final destination specified in the

pg. 13

Page 14: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

BDS.(d) for Related Services, other than inland transportation and other

services required to convey the Goods to their final destination, whenever such Related Services are specified in the Schedule of Requirements:

(i) the price of each item comprising the Related Services (inclusive of any applicable taxes including Business Receipt Tax (BRT) and Sukok Tax).

14.7 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected, pursuant to ITB Clause 30. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a Bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.

14.8 If so indicated in ITB Sub-Clause 1.1, Bids are being invited for individual contracts (lots) or for any combination of contracts (packages).Unless otherwise indicated in the BDS, prices quoted shall correspond to 100 % of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer any price reduction (discount) for the award of more than one Contract shall specify the applicable price reduction in accordance with ITB Sub-Clause 14.4 provided the Bids for all lots are submitted and opened at the same time.

14.9 Unless otherwise indicated in the BDS, Bidders are not required to provide quotations for all lots and may submit bids only for those lots that they wish to be considered for. However, the prices quoted shall correspond to 100% of the quantities specified for each lot for which the Bidder submits a quotation. Failure to bid on all lots will not result in a rejection of the bid, nor shall it result in a negative evaluation score.

15. Currencies of Bid

15.1 The Bidder shall quote in the currency of the Islamic Republic of Afghanistan the portion of the Bid price that corresponds to expenditures incurred in the currency of the Islamic Republic of Afghanistan, unless otherwise specified in theBDS.

15.2 The Bidder may express the Bid price in the currency of any country in accordance with Eligible countries specified in the BDS. If the Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but shall use no more than three currencies in addition to the currency of the Islamic Republic of Afghanistan.

16. Documents Establishing the Eligibility of the Bidder

16.1 To establish their eligibility in accordance with ITB Clause 4, Bidders shall complete the Bid Submission Form, included in Section 4 Bidding Forms.

17. Documents Establishing the Eligibility

17.1 To establish the eligibility of the Goods and Related Services in accordance with ITB Clause 5, Bidders shall complete the country of origin declarations in the Price Schedule Forms, included in

pg. 14

Page 15: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

of the Goods and Related Services

Section 4 Bidding Forms.

18. Documents Establishing the Conformity of the Goods and Related Services

18.1 To establish the conformity of the Goods and Related Services to the Bidding Documents, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section 5 Schedule of Requirements.

18.2 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item by item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to the technical specification, and if applicable, a statement of deviations and exceptions to the provisions of the Schedule of Requirements.

18.3 The Bidder shall also furnish a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the Goods during the period specified in theBDS following commencement of the use of the goods by the Purchaser.

18.4 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Schedule of Requirements, are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Schedule of Requirements.

19. Documents Establishing the Qualifications of the Bidder

19.1 The documentary evidence of the Bidder’s qualifications to perform the contract if its Bid is accepted shall establish to the Purchaser’s satisfaction:(a) that, if required in theBDS, a Bidder that does not manufacture

or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the form included in Section 4 Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Islamic Republic of Afghanistan;

(b) that, if required in theBDS, in case of a Bidder not doing business within the Islamic Republic of Afghanistan, the Bidder is or will be (if awarded the contract) represented by an Agent in the country equipped and able to carry out the Supplier’s maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications; and

(c) that the Bidder meets each of the qualification criterion specified in Section 3 Evaluation and Qualification Criteria.

20. Period of 20.1 Bids shall remain valid for the period specified in theBDS after

pg. 15

Page 16: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Validity of Bids

the Bid submission deadline date prescribed by the Purchaser. A Bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.

20.2 In exceptional circumstances, prior to the expiration of the Bid validity period, the Purchaser may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If a Bid Security is requested in accordance with ITB Clause 21, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its Bid, except as provided in ITB Sub-Clause 20.3.

20.3 In the case of fixed price contracts, if the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial Bid validity, the Contract price shall be adjusted as specified in the request for extension. Bid evaluation shall be based on the Bid Price without taking into consideration the above correction.

21. Bid Security 21.1 The Bidder shall furnish as part of its Bid, a Bid Security or a Bid-Securing Declaration, if required, as specified in theBDS.

21.2 The Bid Security shall be in the amount specified in the BDS and denominated in the currency of the Islamic Republic of Afghanistan or a freely convertible currency, and shall:(a) at the Bidder’s option, be in the form of either a letter of credit, or

a bank guarantee from a banking institution.;(b) be issued by a reputable institution selected by the Bidder and

located in any eligible country. If the institution issuing the bid security is located outside the Islamic Republic of Afghanistan, it shall have a correspondent financial institution located in the Islamic Republic of Afghanistan to make it enforceable;

(c) be substantially in accordance with one of the forms of Bid Security included in Section 4 Bidding Forms, or other form approved by the Purchaser prior to Bid submission;

(d) be payable promptly upon written demand by the Purchaser in case the conditions listed in ITB Clause 21.5 are invoked;

(e) be submitted in its original form; copies will not be accepted;(f) remain valid for a period of twenty-eight (28) days beyond the

validity period of the Bids, as extended, if applicable, in accordance with ITB Clause 20.2.

21.3 If a Bid Security or a Bid-Securing Declaration is required in accordance with ITB Sub-Clause 21.1, any Bid not accompanied by a substantially responsive Bid Security or Bid-Securing Declaration in accordance with ITB Sub-Clause 21.1, shall be rejected by the Purchaser as non-responsive.

21.4 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the Performance Security pursuant to ITB Clause 44.

21.5 The Bid Security may be forfeited or the Bid-Securing Declaration executed:

pg. 16

Page 17: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

(a) if a Bidder modifies or withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Submission Form, after the deadline for submission of bids, except as provided in ITB Sub-Clause 20.2; or

(b) if a Bidder refuses to accept a correction of an arithmetical error appearing on the face of the bid;

(c) if a Bidder had provided bogus information about his/her eligibility;

(d) if the successful Bidder fails to:(i) sign the Contract in accordance with ITB Clause

43;(ii) furnish a Performance Security in accordance with

ITB Clause 44.

21.6 The Bid Security or Bid-Securing Declaration of a JV must be in the name of the JV that submits the Bid. If the JV has not been legally constituted at the time of bidding, the Bid Security or Bid-Securing Declaration shall be in the names of all future partners as named in the letter of intent mentioned in Section 4 Bidding Forms.

21.7 If a Bid security is not required in the BDS, and(a) if a Bidder withdraws its Bid during the period of Bid validity

specified by the Bidder on the Letter of Bid Form, except as provided in ITB 20.2, or

(b) if the successful Bidder fails to sign the Contract in accordance with ITB 43; or furnish a performance security in accordance with ITB 44;

the GoA may, if provided for in the BDS, declare the Bidder disqualified to be awarded a contract by the Purchaser for a period of time as stated in the BDS.

22. Format and Signing of Bid

22.1 The Bidder shall prepare one original of the documents comprising the Bid as described in ITB Clause 11 and clearly mark it “ORIGINAL”. In addition, the Bidder shall submit copies of the Bid, in the number specified in theBDS and clearly mark them “COPY”. In the event of any discrepancy between the original and the copies, the original shall prevail.

22.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder.

22.3 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Bid.

D. SUBMISSION AND OPENING OF BIDS

23. Submission, Sealing and Marking of Bids

23.1 Bidders may always submit their Bids by mail or by hand. When so specified in the BDS, Bidders shall have the option of submitting their Bids electronically.(a) Bidders submitting Bids by mail or by hand, shall enclose the

original and each copy of the Bid, including alternative Bids, if permitted in accordance with ITB Clause 13, in separate sealed

pg. 17

Page 18: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB sub-Clauses 23.2 and 23.3.

(b) Bidders submitting Bids electronically shall follow the electronic Bid submission procedures specified in the BDS.

23.2 The inner and outer envelopes shall:(a) Bear the name and address of the Bidder;(b) be addressed to the Purchaser in accordance with ITB Sub-Clause

24.1;(c) bear the specific identification of this bidding process indicated in

ITB 1.1 and any additional identification marks as specified in theBDS; and

(d) bear a warning not to open before the time and date for Bid opening, in accordance with ITB Sub-Clause 27.1.

23.3 If all envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the misplacement or premature opening of the Bid.

24. Deadline for Submission of Bids

24.1 Bids must be received by the Purchaser at the address and no later than the date and time specifiedin theBDS.

24.2 The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Documents in accordance with ITB Clause 8, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

25. Late Bids 25.1 The Purchaser shall not consider any Bid that arrives after the deadline for submission of Bids, in accordance with ITB Clause 24. Any Bid received by the Purchaser after the deadline for submission of Bids shall be declared late, rejected, and returned unopened to the Bidder.

26. Withdrawal, Substitution, and Modification of Bids

26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written notice in accordance with ITB Clause 23, duly signed by an authorized representative, and shall include a copy of the authorization (the power of Attorney) in accordance with ITB Sub-Clause 22.2, (except that no copies of the withdrawal notice are required). The corresponding substitution or modification of the Bid must accompany the respective written notice. All notices must be:(a) submitted in accordance with ITB Clauses 22 and 23 (except that

withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” or “MODIFICATION;” and

(b) received by the Purchaser prior to the deadline prescribed for submission of Bids, in accordance with ITB Clause 24.

26.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause 26.1 shall be returned unopened to the Bidders.

pg. 18

Page 19: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

26.3 No Bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Submission Form or any extension thereof.

27. Bid Opening 27.1 The Purchaser shall conduct the Bid opening in public at the address, date and time specified in theBDS. Any specific electronic Bid opening procedures required if electronic bidding is permitted in accordance with ITB Sub-Clause 23.1, shall be as specified in theBDS.

27.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding Bid shall not be opened, but returned to the Bidder. If the withdrawal envelope does not contain a copy of the “power of Attorney” confirming the signature as a person duly authorized to sign on behalf of the Bidder, the corresponding Bid will be opened. No Bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at Bid opening. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding Bid being substituted, and the substituted Bid shall not be opened, but returned to the Bidder. No Bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at Bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding Bid. No Bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at Bid opening. Only envelopes that are opened and read out at Bid opening shall be considered further.

27.3 All other envelopes shall be opened one at a time, reading out: the name of the Bidder and whether there is a modification; the Bid Prices, including any discounts and alternative offers; the presence of a Bid Security or Bid-Securing Declaration, if required; and any other details as the Purchaser may consider appropriate. Only discounts and alternative offers read out at Bid opening shall be considered for evaluation. No Bid shall be rejected at Bid opening except for late Bids, in accordance with ITB Sub-Clause 25.1.

27.4 The Purchaser shall prepare a record of the Bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per lot if applicable, including any discounts, and alternative offers if they were permitted; and the presence or absence of a Bid Security or Bid-Securing Declaration, if one was required. The Bidders’ representatives who are present shall be requested to sign the attendance sheet. A copy of the record shall be distributed to all Bidders who submitted Bids in time, and posted online when electronic bidding is permitted.

E. EVALUATION AND COMPARISON OF BIDS

28. Confidentiality

28.1 Information relating to the examination, evaluation, comparison, and post-qualification of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until publication of the Contract

pg. 19

Page 20: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Award.

28.2 Any effort by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and post-qualification of the Bids or contract award decisions may result in the rejection of its Bid.

28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of Bid opening to the time of Contract Award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.

29. Clarification of Bids

29.1 To assist in the examination, evaluation, comparison and post-qualification of the Bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder in respect to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the Evaluation of the Bids, in accordance with ITB Clause 31.

30. Responsive-ness of Bids

30.1 The Purchaser’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself.

30.2 A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the Bidding Documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:(a) affects in any substantial way the scope, quality, or performance

of the Goods and Related Services specified in the Contract; or(b) limits in any substantial way, inconsistent with the Bidding

Documents, the Purchaser’s rights or the Bidder’s obligations under the Contract; or

(c) if rectified would unfairly affect the competitive position of other Bidders presenting substantially responsive Bids.

30.3 If a Bid is not substantially responsive to the Bidding Documents, it shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.

31. Non-conformities, Errors, and Omissions

31.1 Provided that a Bid is substantially responsive, the Purchaser may waive any non-conformities or omissions in the Bid that do not constitute a material deviation.

31.2 Provided that a Bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

31.3 Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:

pg. 20

Page 21: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

31.4 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be rejected and its Bid Security forfeited or Bid-Securing Declaration executed as provided for in Sub-Clause 21.5 (b).

32. Preliminary Examination of Bids

32.1 The Purchaser shall examine the Bids to confirm that all documents and technical documentation requested in ITB Clause 11 have been provided, and to determine the completeness of each document submitted.

32.2 The Purchaser shall confirm that the following documents and information have been provided in the Bid. The offer shall be rejected if any of these documents or information is missing:(a) Bid Submission Form, in accordance with ITB Sub-Clause 12.1;(b) Price Schedules, in accordance with ITB Sub-Clause 12.2;(c) Bid Security or Bid-Securing Declaration, in accordance with ITB

Clause 21, if applicable.

33. Examination of Terms and Conditions; Technical Evaluation

33.1 The Purchaser shall examine the Bid to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.

33.2 The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clause 18, to confirm that all requirements specified in Section 5 Schedule of Requirements of the Bidding Documents have been met without any material deviation or reservation.

33.3 If, after the examination of the terms and conditions and the technical evaluation, the Purchaser determines that the Bid is not substantially responsive in accordance with ITB Clause 30, it shall reject the Bid.

34. Conversion to Single Currency

34.1 For evaluation and comparison purposes, the Purchaser shall convert all Bid prices expressed in amounts in various currencies into an amount in a single currency specified in theBDS, using the selling exchange rates established by the source and on the date specified in theBDS.

35. Domestic 35.1 Domestic preference shall apply in accordance to Afghanistan

pg. 21

Page 22: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Preference Procurement Law, unless otherwise specified in theBDS.

36. Evaluation of Bids

36.1 The Purchaser shall evaluate each Bid that has been determined, up to this stage of the evaluation, to be substantially responsive.

36.2 To evaluate a Bid, the Purchaser shall only use all the factors, methodologies and criteria defined in ITB Clause 36. No other criteria or methodology shall be permitted.

36.3 To evaluate a Bid, the Purchaser shall consider the following:(a) evaluation will be done for Items or Lots, as specified in

theBDS; and the Bid Price as quoted in accordance with clause 14;

(b) price adjustment for correction of arithmetic errors in accordance with ITB Sub-Clause 31.3;

(c) price adjustment due to discounts offered in accordance with ITB Sub-Clause 14.4;

(d) adjustments due to the application of the evaluation criteria specified in theBDS from amongst those set out in Section 3 Evaluation and Qualification Criteria;

(e) adjustments due to the application of a margin of preference, in accordance with ITB Clause 35, if applicable.

36.4 The Purchaser’s evaluation of a Bid will exclude and not take into account:(a) In the case of Goods manufactured in the Islamic Republic of

Afghanistan, sales and any other tax, which will be payable on the goods if a contract is awarded to the Bidder;

(b) in the case of Goods manufactured outside the Islamic Republic of Afghanistan, already imported or to be imported, customs duties and other import taxes levied on the imported Good, sales and other similar taxes, which will be payable on the Goods if the contract is awarded to the Bidder;

(c) any allowance for price adjustment during the period of execution of the contract, if provided in the Bid.

36.5 The Purchaser’s evaluation of a Bid may require the consideration of other factors, in addition to the Bid Price quoted in accordance with ITB Clause 14. These factors may be related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services. The effect of the factors selected, if any, shall be expressed in monetary terms to facilitate comparison of Bids. The factors, methodologies and criteria to be used shall be as specified in ITB 36.3 (d).

36.6 If so specifiedin theBDS, these Bidding Documents shall allow Bidders to quote separate prices for one or more lots, and shall allow the Purchaser to award one or multiple lots to more than one Bidder. The methodology of evaluation to determine the lowest-evaluated lot combinations, is specified in Section 3 Evaluation and Qualification Criteria.

36.7 No negotiation shall be held with the lowest or any other Bidder.

pg. 22

Page 23: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

36.8 A Bidder shall not be required, as a condition for award, to undertake responsibilities not stipulated in the Bidding Documents, to change its price or otherwise to modify its Bid.

37. Comparison of Bids

37.1 The Purchaser shall compare all substantially responsive Bids to determine the lowest-evaluated Bid, in accordance with ITB Clause 36.

38. Post-qualification of the Bidder

38.1 The Purchaser shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive Bid is qualified to perform the Contract satisfactorily.

38.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 19.

38.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the Bid, in which event the Purchaser shall proceed to the next lowest evaluated Bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.

39. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids

39.1 The Purchaser reserves the right to accept or reject any Bid, and to reject all bids at any time prior to the acceptance of a bid, without thereby incurring any liability to Bidders.

39.2 The Purchaser may reject all bids and cancel the procurement proceedings if it is justified by national interest, without incurring any liability to Bidders.

F. AWARD OF CONTRACT

40. Award Criteria

40.1 The Purchaser shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated Bid and is substantially responsive to the Bidding Documents, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

41. Purchaser’s Right to Vary Quantities at Time of Award

41.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section 5 Schedule of Requirements, provided this does not exceed the percentages specified in the BDS, and without any change in the unit prices or other terms and conditions of the Bid and the Bidding Documents.

42. Notification of Award

42.1 Prior to the expiration of the period of Bid validity, the Purchaser shall notify the successful Bidder, in writing using the Notification of Award Form in Section 8, that its Bid has been accepted.

42.2 Until a formal Contract is prepared and executed, the notification of award shall constitute a binding Contract.

42.3 The Purchaser shall publish in the PPU website as well as in the

pg. 23

Page 24: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Procuring Entity website that is the official website of MEW, the results identifying the Bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) Bid prices as read out at Bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of Bidders whose Bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the description of Goods and delivery time offered. After publication of the award, unsuccessful Bidders may request in writing to the Purchaser for a debriefing seeking explanations for the failure of their Bids. The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after publication of contract award requests the Purchaser in writing to explain on which grounds its Bid was not selected.

43. Signing of Contract

43.1 Promptly after notification, the Purchaser shall send the successful Bidder the Agreement and the Special Conditions of Contract (SCC).

43.2 Within twenty-eight (28) days of receipt of the Agreement, the successful Bidder shall sign, date, and return it to the Purchaser.

43.3 Notwithstanding ITB 43.2 above, in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Purchaser, to the country of the Purchaser, or to the use of the products/goods, systems or services to be supplied, where such export restrictions arise from trade regulations from a country supplying those products/goods, systems or services, the Bidder shall not be bound by its Bid, always provided, however, that the Bidder can demonstrate to the satisfaction of the Purchaser and of the GoA that signing of the Contact Agreement has not been prevented by any lack of diligence on the part of the Bidder in completing any formalities, including applying for permits, authorizations and licenses necessary for the export of the products/goods, systems or services under the terms of the Contract.

44. Performance Security

44.1 Within twenty-eight (28) days of the receipt of notification of award from the Purchaser, the successful Bidder, if required, shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security Form included in Section 8 Contract Forms, or another Form acceptable to the Purchaser.

44.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security or execution of the Bid-Securing Declaration. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder, whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.

45. Advising Unsuccessful Bidders

45.1 Upon the successful Bidder furnishing Performance Security pursuant to ITB Clause 44, and signing the Contract pursuant to ITB Sub-Clause 43.2, the Purchaser shall promptly notify all other Bidders that their Bids have been unsuccessful, and shall discharge their Bid Securities pursuant to ITB Sub-Clause 21.4.

46. Bidder’s Right to

46.1 Any Bidder has the right to complain if it has suffered or may suffer loss or damage due to a breach of a duty imposed on the Purchaser

pg. 24

Page 25: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Complain by the Public Procurement Law and Circulars.

46.2 The Complaint shall be sent to the Administrative Review Committee established according to the Article 72(1) of the amended 2008 PPL. The place and address for the submission of complaints to the Administrative Authority is specified in the BDS.

pg. 25

Page 26: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Section 2 Bidding Data Sheet

Instructions for completing the Bidding Data Sheet are provided, as needed, in the notes in italics mentioned for the relevant ITB clauses.

ITB Clause Amendments of, and Supplements to, Clauses in the Instruction to Bidders

A. GENERAL

ITB 1.1 The Purchaser is Ministry of Energy and Water (MEW)

The Name and identification of this Tender Process are:Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, Battery, Wind Turbine and Diesel Generator at Farah,RFP# MEW/003-96/ICB.The number, identification and names of lots comprising this Tender are:Lot # 1:Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverters, hybrid inverters , Battery, Wind Turbine and Diesel Generator at Farah

ITB 4.1 Bidders from the following countries are not eligible:“NONE”

ITB 4.3 A list of firms debarred from participating in Government Procurement is available at:http://www.un.org/sc/committees/1267/consolist.shtml

ITB 5.1 Goods and Related Services from the following countries are not eligible: “NONE”

B. CONTENTS OF BIDDING DOCUMENTS

ITB 6.3 The following are authorized agents of the Purchaser for the purpose of providing the Bidding Documents:Director, Procurement Ministry of Energy and Water

pg. 26

Page 27: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

ITB 7.1 For clarification of Bid purposes only, the Purchaser’s address is:Hizbullah StanikzaiContracts Management Specialist Procurement Directorate Ministry of Energy and Water (MEW)Darul -Amman RoadKabul, AfghanistanEmail: [email protected], [email protected] and

[email protected] No. 0093(0)777238320

ITB 7.2 A Pre-Bid meeting shall be held on Wednesday, 11/January/2017, 10:00 am at the following addressProcurement Department Ministry of Energy and Water, DarulAman Road, Kabul, Afghanistan Contact Person : Director Procurement

C. PREPARATION OF BIDS

ITB 10.1 The language of the Bid is: English

ITB 11.1(h) The Bidder shall submit with its Bid the following additional documents:“NONE”

ITB 13.1 Alternative Bids shall not be permitted.

ITB 14.5 The Incoterms edition is: the 2010 edition

ITB 14.6 (b) (i) and (c) (v)

Place of Destination: DDP Farah, Afghanistan, Solar Power Plant Site

ITB 14.6 (a) (iii); (b) (ii) and (c) (v)

Final Destination: DDP Farah, Afghanistan, (Solar Power Plant Site)

ITB 14.6 (b) (iii)

Not applicable

ITB 14.7 The prices quoted by the bidder SHALL NOT be adjustable

pg. 27

Page 28: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

ITB 14.8 Prices quoted for each lot shall correspond at least to (100%) hundred percent of the items specified in each lot.Prices quoted for each item of a lot shall correspond at least to (100%) hundred percent of the quantities specified for this item of a lot.

ITB 14.9 Not applicable

ITB 15.1 The Bidder ISrequired to quote in the currency of the Islamic Republic of Afghanistan the portion of the Bid price that corresponds to expen-ditures incurred in that currency. The currency is: Afghani; USDand in any other currency up to a maximum number of 3 currencies in addi-tion to Afghani.

ITB 15.2 Non-Eligible Countries have been listed in ITB 4.1, above in this BDS.

ITB 18.3 Period of time the Goods are expected to be functioning: [Insert dura-tion]. Bidder need to specify.

ITB 19.1 (a) Manufacturer’s authorization is REQUIRED.

ITB 19.1 (b) After sales service is NOT REQUIRED.

ITB 20.1 The Bid validity period shall be 148 days.

ITB 21.1 Bid shall include a Bid security issued by bank included in Section 4 Bidding Forms.Bid shall include Bid-Securing Declaration using the Form included in Section 4 Bidding Forms.

ITB 21.2 The amount of the Bid Security shall be Lot# 1: $1,000,000.00 of quoted Bid Amount (For Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, Battery, grid tied inverters, hybrid inverters ,Wind Turbine and Diesel Generator at Farah)Bid Security shall be obtained from an Afghanistan Based or any bank affiliated with Afghanistan Based bank, the Afghanistan Based Bank shall be able to verify the authenticity of the foreign bank issued Bid Security and the Afghan Bank shall be able to honor the Bid Security issued by the foreign bank in case of the bidder’s failure to abide the terms and conditions set forth by theses bidding documents

ITB 21.7 If the Bidder incurs any of the actions prescribed in subparagraphs (a) or (b), the Government will declare the Bidder ineligible to be awarded contracts by the Purchaser for a period of 2 years.

ITB 22.1 In addition to the original of the Bid –3 additional copies of the original and a CD/DVD/Flash of the submitted bid are required.

pg. 28

Page 29: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

D. SUBMISSION AND OPENING OF BIDS

ITB 23.1 Bidders SHALL NOThave the option of submitting their Bids electronically.

ITB 23.1 (b) Not applicable

ITB 23.2 (c) The inner and outer envelopes shall bear the following additional identification marks:Name & Address of the buyer: Name & number of the project: Date and Time of bid opening: Name & Address of the bidder:

ITB 24.1 For Bid submission purposes only, the Purchaser’s address is:Hizbullah StanikzaiContracts Management Specialist Procurement Directorate Ministry of Energy and Water (MEW)Darul -Amman RoadKabul, AfghanistanEmail: [email protected], [email protected] and [email protected] No. 0093(0)777238320

Date:30/january/2017.Time:_10:00am

ITB 27.1 The Bid Opening shall take place at:Address: Ministry of Energy and WaterCity: KabulCountry: Afghanistan Date: 30/january/2017.Time:_10:00amimmediately after bid submission

Not Applicable

E. EVALUATION AND COMPARISON OF BIDS

ITB 34.1 Not Applicable

Not Applicable

ITB 35.1 Domestic preference SHALL BE CONSIDERED AS A FACTOR IN ACCORDANCE TO AFGHANISTAN’S PROCUREMENT LAW.

ITB 36.3 (a) Evaluation will be done for: ItemsBids will be evaluated for each item and the Contract will comprise the item(s) awarded to the successful Bidder

ITB 36.3 (d) Not Applicable

pg. 29

Page 30: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

ITB 36.6 Not Applicable

F. AWARD OF CONTRACT

ITB 41.1 The maximum percentage by which quantities per item may be increased is 25%The maximum percentage by which quantities per item may be decreased is 25%In both instances the maximum percentage is between 15 and 25 %

ITB 46.2 Complaints shall be submitted to:Attention: XXXXXXXXXXXAddress: Ministry of Energy and WaterCity: KabulCountry: AfghanistanTelephone: XXXXXXXXXXXXXxElectronic mail address: XXXXXXXXXXX

pg. 30

Page 31: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

SECTION 3EVALUATION AND QUALIFICATION CRITERIA

This Section is to be considered as completing the ITB in describing the criteria that the Purchaser may use to evaluate a Bid and determine whether a Bidder has the required qualifications. No other criteria than those listed in this Section shall be used.This Section contains the Evaluation & Qualification Criteria for the Procurement of Plant.

Table of Contents

1. EVALUATION........................................................................................................................ 30

1.1 SCOPE........................................................................................................................................301.2 TECHNICAL CRITERIA AND EVALUATION............................................................................................30

1.2.1 Method Statement........................................................................................................301.2.2 Type Test Certificates....................................................................................................30

1.3 ECONOMIC EVALUATION...............................................................................................................311.3.1 Quantifiable Deviations and Omissions........................................................................311.3.2 Time Schedule................................................................................................................311.3.3 Domestic Preference.....................................................................................................31

1.4 TECHNICAL ALTERNATIVES.............................................................................................................31

2. QUALIFICATION CRITERIA.....................................................................................................32

2.1 ELIGIBILITY..................................................................................................................................322.1.1 Nationality.....................................................................................................................322.1.2 Conflict of Interest.........................................................................................................322.1.3 EMPLOYER Eligibility.....................................................................................................322.1.4 Government-owned Entity............................................................................................322.1.5 Eligibility........................................................................................................................32

2.2 PENDING LITIGATION....................................................................................................................332.2.1 Pending Litigation.........................................................................................................33

2.3 FINANCIAL SITUATION...................................................................................................................332.3.1 Historical Financial Performance..................................................................................332.3.2 Average Annual Turnover.............................................................................................342.3.3 Financial Resources.......................................................................................................34

2.4 EXPERIENCE................................................................................................................................342.4.1 General Experience........................................................................................................342.4.2 Specific Experience .......................................................................................................35

2.5 PERSONNEL.................................................................................................................................362.6 EQUIPMENT................................................................................................................................362.7 SUBCONTRACTORS........................................................................................................................37

3. EVALUATION CRITERIA4. POST QULAIFICATION CRITERIA

pg. 31

Page 32: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

1. EvaluationScopeThe bid consists of Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverters, hybrid inverters,Battery, Wind Turbine and Diesel Generator at Farahwhich involves completion of all works required to provide a fully functional system.The period of completion of the contract works shall be:A. Within 24 months from the effective date of the contract Agreement for

the entire projectincluding commissioning.

Technical Criteria and EvaluationIn addition to the criteria listed in ITB 36.3 (d) - the following information shall be supplied for evaluation by the Employer.Method StatementA method statement which shall cover the construction of the works shall be submitted by the Bidder. The method statement shall be in sufficient detail to demonstrate the adequacy of the bidder’s proposal to complete the work in accordance with the technical specifications and the specified time for completion. This shall be as evidenced by written method statement(s) and work program(s) in the form of a MS Project Network or Gantt chart or similar chart for the Substation Works which should indicate the envisaged critical milestones dates and critical path activities for the project.The method statement(s) shall confirm that the supply, the Construction documents, the execution and the completed works shall comply with the Country’s national specifications, technical standards, building, construction and environmental regulations where and if available and applicable to the product being produced from the Works, and the standards specified in the Schedule for Supply, applicable to the Contractor’s Proposal and Schedules, or defined by law. In the absence of the Country’s national standards, specifications and regulations the Contractor’s design, the Construction documents, the execution and the completed works shall comply with international standards as specified in the Schedule of Supply. In respect of technical specifications and standards, any national or international standards which promise to confer equal or better quality than the standards specified will also be acceptable. This shall be as evidenced by the completed technical schedules.Type Test CertificatesType test certificates or type test reports shall be supplied in the bidding documents for the following major equipment items: (i) Power Transformers(ii) Switchyard Equipment(iii) Solar PV Panels(iv) Grid Tied Inverters(v) Solar off-grid Inverters.(vi) DC / AC Cables(vii) Battery

pg. 32

Page 33: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

(viii) Wind Turbines

Economic EvaluationAny adjustments in price that result from the procedures outlined below shall be added, for purposes of comparative evaluation only, to arrive at an “Evaluated Bid Price.” Bid prices quoted by Bidders shall remain unaltered.Quantifiable Deviations and OmissionsQuantifiable Deviations and Omissions from the contractual obligations: the evaluation shall be based on the evaluated cost of fulfilling the contract in compliance with all contractual obligations under this bidding document. The Employer will assess the cost of such a deviation for the purpose of ensuring fair comparison of bids.Time ScheduleTime to complete the plant and services from the effective date specified in Article 3 of the Contract Agreement for the Contract Agency to determine the time for completion of pre-commissioning activities is 24 months. No credit will be given for earlier completion. Bids offering time for completion in excess of these specified time requirements shall be rejected.Domestic PreferenceA margin of preference shall be applied in accordance to the Afghanistan Procurement Law.Technical AlternativesTechnical alternatives are not permitted (refer ITB 13.4)

pg. 33

Page 34: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

2. Qualification CriteriaEligibility

Criteria Compliance requirements Documents

Requirement Single Entity

Joint VentureSubmission

Requirements

All Partners combine

d

EachPartner

At Least One

Partner

Nationality

Nationality in accordance with ITB Sub-Clause 4.1.

must meet requiremen

t

must meet

requirement

must meet requiremen

t

not applicabl

e

Forms ELI - 1; ELI -

2with

attachmentsConflict of Interest

No conflicts of interest in accordance with ITB Sub-Clause 4.2

must meet requirement

must meet requireme

ntmust meet

requirementnot

applicable

Application Submission

Sheet

EMPLOYER Eligibility

Not having been declared ineligible by EMPLOYER, as described in ITB Sub-Clause 4.3

must meet requirement

must meet requirement

must meet requireme

nt

not applicabl

e

Application Submission

Sheet

Government-owned Entity

Bidder required to meet conditions of ITB Sub-Clause 4.4

must meet

requirement

must meet requiremen

t

must meet requiremen

t

not applicabl

e

Forms ELI - 1; ELI - 2

with attachments

Eligibility

Not having been excluded by an act of compliance with UN Security Council resolution in accordance with ITB Sub-Clause 4.5 and meeting all requirements as outlined in Section 5 –

must meet requirement

must meet requireme

nt

must meet requireme

nt

not applicabl

e

Application Submission

Sheet

pg. 34

Page 35: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Employer’s Requirements

Pending Litigation

Criteria Compliance requirements Documents

Requirement Single Entity

Joint Venture Submission Requirement

sAll

Partners combined

Each Partner

At Least One

Partner

Pending Litigation

All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than 50% of the Bidder’s net worth.

must meet

requirement

not applicable

must meet

requirement

not applicable Form LIT - 1

Financial SituationCriteria Compliance requirements Documents

Requirement Single Entity

Joint VentureSubmission

Requirements

All Partners combine

d

Each Partner

At Least One

Partner

Historical Financial Performance

Submission of audited balance sheets and income statements or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, for the last three years to demonstrate the current soundness of the Bidders financial position and its prospective long-term

must meet requireme

nt

not applicable

must meet requireme

nt

not applicable

Form FIN - 1 with

attachments

pg. 35

Page 36: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

profitability. As a minimum, an Applicant’s net worth calculated as the difference between total assets and total liabilities should be positive.

Average Annual Turnover

Minimum average annual turnover over the last five (5) years of USD 35 million calculated as total certified payments received for contracts in progress or completed,

must meet requireme

nt

must meet requireme

nt

Each partner must

meet 25 % of the

requirement

Lead partner must

meet 40 % of the

requirement

Form FIN - 2

Financial Resources

Using Forms FIN - 3 and FIN - 4 in Section 4 (Bidding Forms) the Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual mobilization payments to meet: Cash flow capacity of at least USD 3.75 million and positive net worth

must meet requireme

nt

must meet requireme

nt

Lead partner must

meet 50 % of the

requirement

not applicable Form FIN - 3

ExperienceCriteria Compliance requirements Documents

Requirement Single Entity

Joint Venture Submission RequirementAll Each At Least

pg. 36

Page 37: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

Partners combined Partner One

Partner s

General Experience

Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last five years prior to the applications submission deadline.

must meet

requirement

not applicable

must meet

requirement

not applicable Form EXP - 1

Specific Experience (a) Project Experience

(1) The Bidder must have completed within the last five (5) years at least one turnkey project of at least 15 MW hybrid solar power plant. One of these projects must have been in satisfactory Continuous operation for at least two years. (2) In case of joint venture, the partner performing the construction work shall have the experience in constructing:(a) At least one project of 8 MW Solar, (b) At least one project of 1 MW wind power plant, © At least one project of 1 MW diesel power plants per (1) above. (3) To substantiate the above, the Bidder shall submit duly authenticated

must meet

requirement (1) and

(3)

must meet requireme

nt

*Lead partner must

meet all the

criteria, however

the second partner

shall meet at

least one of

the criteria

Not applicable

Form EXP - 2

pg. 37

Page 38: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

user’s certificates and other relevant documents

(b) PersonnelThe Bidder must demonstrate that it has the personnel for the key positions that meet the following requirements:

No PositionTotal Work Experience

(years)

Experience in Similar

Works (years)

Experience as Manager of Similar

Works(years)

1 Project Manager 15 10 52 Field Engineer 10 5 3

3 Quality Control Engineer 10 5 3

6 HSE Officer 10 5 3

The Bidder shall provide details of the proposed personnel and their experience records in the relevant Information Forms included in Section 4 (Bidding Forms).

(c) EquipmentThe Bidder shall list below the key items of equipment that it proposes or has access to that will be mobilized for the contract.

No Equipment Type and Characteristics (Type/Capacity/Model/Make/Nos.)

pg. 38

Page 39: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

123456789

101112

The Bidder shall provide further details of proposed items of equipment using the relevant Form in Section 4 (Bidding Forms)

(d) SubcontractorsSubcontractors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item. Failure to comply with this requirement will result in rejection of the subcontractor.

No Description of Item

12345

In the case of a Bidder who offers to supply and install major items of supply under the contract that the Bidder did not manufacture or otherwise produce, the Bidder shall provide the manufacturer’s authorization, using the form provided in Section 4 (Bidding Forms), showing that the Bidder has been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply and install that item in the Employer’s country. The Bidder is responsible for ensuring that the manufacturer or producer complies with the requirements of ITB 4 and 5 and meets the minimum criteria listed above for that item.

pg. 39

Page 40: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

3. EVALUATION CRITERIA (ITB 36.3 (D))The Purchaser’s evaluation of a Bid may take into account, in addition to the Bid Price quoted in accordance with ITB Clause 14.6, one or more of the following factors as specified in ITB Sub-Clause 36.3(d) and in BDS referring to ITB 36.3(d), usingthe following criteria and methodologies.(a) Delivery schedule, as per Incotermsspecified in the BDS

[The Goods specified in the List of Goods are required to be delivered within the acceptable time range (after the earliest and before the final date, both dates inclusive) as specified in the delivery schedule inserted in Section 4. No credit will be given to deliveries before the earliest date, and Bids offering delivery after the final date shall be treated as non-responsive. Within this acceptable period, an adjustment, as specified in BDS Sub-Clause 36.3(d), will be added, for evaluation purposes only, to the Bid price of Bids offering deliveries later than the “Earliest Delivery Date” as specified in the delivery schedule inserted in Section 4.]

(b) Deviation in payment schedule [Insert one of the following]:[Bidders shall state their Bid price for the payment schedule outlined in the SCC. Bids shall be evaluated on the basis of this base price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in Bid price they wish to offer for such alternative payment schedule. The Purchaser may consider the alternative payment schedule and the reduced Bid price offered by the Bidder selected on the basis of the base price for the payment schedule outlined in the SCC.]

(c) Cost of major replacement components, mandatory spare parts, and service [Insert one of the following]:

pg. 40

Page 41: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

[The list of items and quantities of major assemblies, components, and selected spare parts, likely to be required during the initial period of operation specified in the BDS Sub-Clause 18.3, is in the List of Goods. An adjustment equal to the total cost of these items, at the unit prices quoted in each Bid, shall be added to the Bid price, for evaluation purposes only.]

(d) Availability in the Islamic Republic of Afghanistan of spare parts and after sales services for equipment offered in the Bid.

An adjustment equal to the cost to the Purchaser of establishing the minimum service facilities and parts inventories, as outlined in BDS Sub-Clause 36.3(d), if quoted separately, shall be added to the Bid price, for evaluation purposes only.

(e) Projected operating and maintenance costs.An adjustment to take into account the operating and maintenance costs of the Goods will be added to the Bid price, for evaluation purposes only, if specified in BDS Sub-Clause 36.3(d). The adjustment will be evaluated in accordance with the methodology specified in the BDSSub-Clause 36.3(d).

(f) Performance and productivity of the equipment:[An adjustment representing the capitalized cost of additional operating costs over the life of the plant will be added to the Bid price, for evaluation purposes if specified in the BDS Sub-Clause 36.3(d). The adjustment will be evaluated based on the drop in the guaranteed performance or efficiency offered in the Bid below the norm of 100, using the methodology specified in BDS Sub-Clause 36.3(d).]

(g) Specific additional criteria: the bidders have to complete the following forms.

Current Business License Bidder Information Form (Past Performance, Relevant Work

Experience, and Financial Capacity documents)

Bid Submission Form

Price Schedule Form

Technical Specifications

List of Goods and Delivery Schedule

Bid Security: Bank Guarantee

(I) POST-QUALIFICATION REQUIREMENTS (ITB 38.2)After determining the lowest-evaluated Bid in accordance with ITB Sub-Clause 37.1, the Purchaser shall carry out the post-qualification of the Bidder in accordance with ITB Clause 38, using only the requirements specified and in relevance to the Qualification Criteria mentioned in the Clause No.2 of this Section. Requirements as mentioned in the Qualification Criteria and those mentioned below will be used in the evaluation of the Bidder’s qualifications and any other not included in the text below or in the Qualification Criteria shall not be used in the evaluation of the Bidder’s qualifications:(a) Financial Capability: the Bidder shall furnish documentary evidence that it

meets the following financial requirement(s): 50% more capital than the total value of this project.

pg. 41

Page 42: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

(b) Experience and Technical Capacity: the Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): at least three (3) similar contracts in the past.

(c) The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement: provide sufficient technical specifications/information to prove that the offered goods are in compliance the specification of the goods under this contract.

SECTION 4BIDDING FORMS

ContentForm Title

Bid Forms

SDB/G/01 Bidder Information Form

SDB/G/02 JV Partner Information Form

SDB/G/03 Bid Submission Form

SDB/G/04 Price Schedule Form for Goods manufactured outside the Islamic Republic of Afghanistan to be Imported

SDB/G/05 Price Schedule Form for Goods manufactured outside the Islamic Republic of Afghanistan already imported

SDB/G/06 Price Schedule Form for Goods manufactured in the Islamic Republic of Afghanistan

pg. 42

Page 43: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

SDB/G/07 Delivery and Completion Schedule for Related Services

SDB/G/08 Bid Security: Bank Guarantee

SDB/G/09 Bid Security: Bid-Security Declaration

SDB/G/10 Manufacturer’s Authorization Letter

OTHER FORMS TO BE FILLED BY THE BIDDER ON THE LETTER HEAD OF THE BIDDER’S FIRM

WITH PROPER AUTHENTICATION BY THE AUTHORIZED REPRESENTATIVE AND DULY

STAMPED WITH COMPANY SEALPage Nos. 54 -72

o Technical Proposalo Site Organizationo Method Statemento Mobilization Scheduleo Construction Scheduleo Proposed Personnelo Form Per-2: Resume of Proposed Personnelo Equipmento Proposed Subcontractors/Manufacturers for Major Items of Planto Bidders Qualificationso Form ELI-2: JV Information Sheeto Form LIT-1: Pending Litigationo Form FIN-1: Historical Financial Performanceo Form FIN-2: Financial Capabilityo Form FIN-3: Financial Resourceso Form FIN-4: Current Contract Commitmentso Form EXP-1: General Experienceo Form EXP-2: Specific Project Experienceo Form EXP-3 Manufacturing Experienceo Manufacturers authorization for supply of the Equipment’s for the

proposed Bid proposal , all the Technical literature to be Signed and stamped by the Manufacturers & Bidder to be submitted along with the bid proposal

pg. 43

Page 44: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

o Companies have JV, to submit the JV agreement signed and legal enforceable document along with the Bid proposal. JV to mention clearly the Lead Partner and other partner. Lead Partner and other partners to meet the QR as mentioned in the SBD. Bidders can use their standard format for the JV Agreement

o JV authorized signatory letter to be attached along with the Bid proposal Bidders can use their standard format for the Authorization

o Letter of Bid must be signed by both companies if they have JV.

pg. 44

Page 45: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

BIDDER INFORMATION FORMFORM SDB/G/01

[Note on Bidder Information FormThis note is for information only, to assist the Procuring Entity in the completion of the Form when preparing the Bidding Documents, but this note should NOTbe included in the issued Bidding Documents.The information to be filled in by Bidders in the following pages will be used for purposes of verification of eligibility and qualification of the Bidder as provided for in relevant Clauses of the ITB.]

Invitation for Bid No: [Insert the number of bidding process]

Bid Package No: [Insert the number of bidding package]

Date [Insert date, as day, month and year of Bid Submission]

Page [Insert the number of page] of [Insert the total number of pages] pages

1. General information of the Bidder

1.1 Bidder’s Legal Name: [Insert Bidder’s Legal Name]

1.2 In case of JV, Legal Name of each party: [Insert Legal Name of each party in JV]

1.3 Bidder’s actual or intended Country of Registration: [Insert actual or intended Country of Registration]

1.4 Bidder’s Year of Registration: [Insert Bidder’s year of registration]

1.5 Bidder’s Legal Address in Country of Registration: [Insert Bidder’s Complete Legal Address in Country of Registration]

1.6 Bidder’s Authorized Representative InformationName: [Insert Authorized Representative’s name]Address: [Insert Authorized Representative’s address]Telephone/Fax numbers: [Insert Authorized Representative’s telephone/fax numbers]

1.7 Bidder’s Income Tax Identification Number (TIN): [Insert the Bidder’s Tax Identification Number]

pg. 45

Page 46: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

1.8 Attached are copies of original documents of [Check the box(es) of the attached original document]:

Articles of Incorporation or Registration of firm named in 1.1, above, in accordance with ITB Sub-Clauses 4.1 and 4.2.

In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Sub-Clause 4.1.

In case of government owned entity from the Islamic Republic of Afghanistan, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 4.5.

Others: [To be completed by the Purchaser if required].

2. Qualification information of the Bidder

2.1 Number of years of overall experience of the Bidder in the supply of goods and related services: [Insert a value in words and figures]

2.2 Number of years of specific experience of the Bidder in the supply of similar goods and related services: [Insert a value in words and figures]

2.3 Total annual monetary value of similar goods supplied in each of the last five years: [Insert a value in words and figures]

2.4 Available liquid assets: [Insert a value in words and figures]

2.5 Major supplies of similar type of Goods over the last five years: [List also details of supplies of similar type of Goods under way or committed, including expected delivery date]

3. Financial information of the Bidder

3.1 Financial reports or balance sheets or profit and loss statements or auditors’ reports or bank references with documents or a combination of these demonstrating availability of liquid assets. [List below and attach copies.]

3.2 Details of Banks that may provide references if contacted by the Purchaser:Name: [Insert Authorized Representative’s name]Address: [Insert Authorized Representative’s Address]Telephone/Fax numbers: [Insert Authorized Representative’s telephone/fax numbers]E-mail Address: [Insert Authorized Representative’s e-mail address]

pg. 46

Page 47: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

JV PARTNER INFORMATION FORMFORM SDB/G/02

[Note on JV Partner Information FormThis note is for information only, to assist the Procuring Entity in the completion of the Form when preparing the Bidding Documents, but this note should NOT be included in the issued Bidding Documents.The information to be filled in by Bidders in the following pages will be used for purposes of verification of eligibility and qualification of the Bidder as provided for in relevant Clauses of the ITB.]

Invitation for Bid No: [Insert the number of bidding process]

Bid Package No: [Insert the number of bidding package]

Date [Insert date, as day, month and year of Bid Submission]

Page [Insert the number of page] of [Insert the total number of pages] pages

1. General information of the JV

1.1 Bidder’s Legal Name: [Insert Bidder’s Legal Name]

1.2 JV’s Party Legal Name: [Insert JV’s Party Legal Name]

1.3 JV’s Party Country of Registration: [Insert JV’s Party Country of Registration]

1.4 JV’s Party Year of Registration: [Insert JV’s Party Year of Registration]

1.5 JV’s Party Legal Address in Country of Registration: [Insert JV’s Party Legal Address in Country of Registration]

1.6 JV’s Party Authorized Representative InformationName: [Insert Authorized Representative’s name]Address: [Insert Authorized Representative’s address]Telephone/Fax numbers: [Insert Authorized Representative’s telephone/fax numbers]E-mail Address: [Insert Authorized Representative’s e-mail address]

1.7 Attached are copies of original documents of [Check the box(es) of the attached original documents]:

Articles of Incorporation or Registration of firm named in 1.2 above, in accordance with ITB Sub-Clauses 4.1 and 4.2.

In case of government owned entity from the Islamic Republic of Afghanistan, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 4.5.

pg. 47

Page 48: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

BID SUBMISSION FORMFORM SDB/G/03

[Note on Bidder Submission FormThis note is for information only, to assist the Procuring Entity in the completion of the Form when preparing the Bidding Documents, but this note should NOT be included in the issued Bidding Documents.The information to be filled in by Bidders in the following pages will be used for purposes of verification of eligibility and qualification of the Bidder as provided for in relevant Clauses of the ITB.]

Invitation for Bid No: [Insert the number of bidding process]

Bid Package No: [Insert the number of bidding package]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date [Insert date, as day, month and year of Bid Submission]

Page [Insert the number of page] of [Insert the total number of pages] pages

To: [Insert complete name of Purchaser]

We, the undersigned, declare that:

1. We have examined and have no reservations to the Bidding Documents, including Addenda No.: [Insert the number and issuing date of each Addenda if applicable];

2. We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services [Insert a brief description of the Goods and Related Services];

3. The total price of our Bid, excluding any discounts offered in item 4 below, is: [Insert the total Bid price in words and figures, indicating the various amounts and the respective currencies];

4. The discounts offered and the methodology for their application are:4.1 Discounts: if our Bid is accepted, the following discounts shall

apply[Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies];

4.2 Methodology of Application of the Discounts: the discounts shall be applied using the following method: [Specify in detail the method that shall be used to apply the discounts];

5. Our Bid shall be valid for the period of time specified in ITB Sub-Clause 20.1, from the date fixed for the Bid Submission Deadline in accordance with ITB Sub-Clause 24.1, and it shall remain binding upon us and may be accepted at

pg. 48

Page 49: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel

Generator at Farah

any time before the expiration of that period;

6. If our Bid is accepted, we commit to obtain a Performance Security in accordance with ITB Clause 44 and GCC Clause 18 for the due performance of the Contract;

7. We, including any subcontractors or suppliers for any part of the contract, have nationality from Eligible Countries [Insert the nationality of the Bidder, including that of all parties that comprise the Bidder, if the Bidder is a JV, and the nationality each subcontractor and supplier];

8. We have no conflict of interest in accordance with ITB Sub-Clause 4.2;

9. Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the contract, has not been declared ineligible by the GoA, under the National laws or official regulations, in accordance with ITB Sub-Clause 4.3;

10.

The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract [Insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity. If none has been paid or is to be paid, indicate “NONE”]:

Name of Recipient

Address Reason Amount

11.

We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed;

12.

We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive;

Signed: [Insert signature of person whose name and capacity are shown]In the capacity of: [Insert legal capacity of person signing the Bid Submission Form]Name: [Insert complete name of person signing the Bid Submission Form]Duly authorized to sign the Bid for and on behalf of: [Insert complete name of Bidder]Dated on ____________ day of __________________, _______ [Insert date of signing]

pg. 49

Page 50: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

PRICE SCHEDULE GROUP C BIDS – CURRENCIES IN ACCORDANCE WITH ITB SUB-CLAUSE 15

FORM SDB/G/04Invitation for Bid No: [Insert the number of bidding process]Bid Package No: [Insert the number of bidding package]Alternative No.: [Insert identification No if this is a Bid for an alternative]Date [Insert date, as day, month and year of Bid Submission]Page [Insert the number of page] of [Insert the total number of pages] pages[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]

SUMMARY OF THE PRICE SCHEDULE1 2 3 4 5

Item Description Unit Bid

Package

Total Price DDP, Kabul, Afghanistan in accordance with ITB

14.6 (b) (i)Design, Engineering, Supply, Construction, Erection, Testing and Commissioning of 12 MW Hybrid Solar Power Plant consisting of Solar PV Panels, tied inverters, hybrid inverters , Battery, Wind Turbine and Diesel Generator at Farah

1. Schedule I: Complete Project Design (with all individual Components) LS Lot 1

2Schedule II: Supply of Equipment & Accessories, Electrical Material (Including Control Room and Other Facilities)

LS Lot 1

3Schedule III : Mobilization, Civil Works and Materials, Construction, Site Clearance and De-mobilization

LS Lot 1

4Schedule IV : All Installation Works, Erection, Testing, Commissioning and Maintenance Training of Power Generation and Handling Equipment

LS Lot 1

5Schedule V: Monitoring & Control Software, Installation, Testing with Staff Training

Lot 1

6

Schedule VI: Project Management Services, One Year Poject Maintenance, Training, Defects Notification Coverage, Insurances & Any Other Miscellaneous Items

LS Lot 1

GRAND TOTAL :

NOTE : SCHEDULE FORMATS ARE ATTACHED BELOW FOR REFERENCE PURPOSES. THE BIDDER SHOULDSUBMIT BREAKUP OF THE ABOVE ITEMS IN SIMILAR FORMAT ACCORDING TO SCHEDULE NUMBERSAND TITLES GIVEN ABOVE. EXACT ITEMS & QUANTITY SHOULD BE AS PER BIDDER'S OWN DESIGN.

Name of Bidder [Insert the name of the Bidder] Signature of Bidder [Insert the signature of the person signing the Bid] Date [Insert date]

pg. 50

Page 51: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SAMPLE Schedule I. Complete Project Design (with all individual Components)

Sl.No Description

 Unit

Qty. to be

supplied

Rate/Unit Amount

Size (USD) (USD)

1Site Contouring Survey, Soil Investigation, Geotechnical and other testing

- LS - - -

2 General Layout Plans   LS      3 Electrical Designs & SLDs   LS      4 Civil Designs including Foundations   LS      5 Control Designs & SLDs   LS      6 Equipment Data Sheets and Panel

Designs   LS      

Total:

pg. 51

Page 52: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SAMPLE Schedule II. Supply of Equipment & Accessories, Electrical Material (Including Control Room and Other Facilities)

Sl.No Description

 Unit

Qty. to be

supplied

Rate/Unit

Amount

Size (USD) (USD)

3 Solar PV Panels (250 Wp)   No.      4 Backup Batteries and accessories   Set      5 Array Junction Box    No.      6 20 KW Grid Tied Inverter   Set      a Interconnection cable between solar PV

Panels   Meters      b Cable Interconnection till AJB   Meters      c Cable AJB to Inverter   Meters       d Cable Inverter to Transformer    Meters      e Cable Transformer to Switch Yard    Meters      7 8 KW Hybrid Inverter   No.      

a Interconnection cable between Solar PV Panels and battery   Meters      

b Interconnection Cable between batteries   Meters      

c Interconnection cable between Battery and the inverter   Meters      

8 Multi Cluster Box   No.      

a Interconnection cable between Hybrid Inverter and cluster Box   Meters      

b Interconnection cable between Cluster box and the transformer   Meters      

9 Diesel Generators and Accessories No.10 Wind Turbines   No.      a Power Factor Panel   No.      b Control Relay Panel   No.      c Transformer   No.      d VCB   No.      e Protection CT   No.      

11 CCTV and Compound Lighting LS

Total :

pg. 52

Page 53: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SAMPLE Schedule III: Mobilization, Civil Works and Materials, Construction, Site Clearance and De-mobilization

Sl.No. Description Size UnitQty. to

be supplie

d

Rate/Unit Amount

(USD) (USD)A Item for associated Civil Works          

1

Mobilization charges for manpower, construction tools and equipment including installation of temporary caravan type Store room, Workshop room, Office room, generators for emergency power and lighting, arrangements for sanitation and waste disposal.          

 2

Earth levelling and filling with good earth as per satisfaction of Engineer-in-charge & laying in Layers (as per specification), dressing including carriage, irrespective of lead from within the substation area , loading and unloading, watering and compaction          

BFoundations for solar PV mounting structure          

1 Supply of labor, material and construction of RCC footings of any depth, pedestals including the cost of excavation, concreting, cement, reinforcement steel, form work, grouting, underpinning, watering, curing etc. complete for foundation of support structures as per approved design,          

C Foundation for Control room          1 Supply of labor, material and

construction of RCC footings of any depth, pedestals including the cost of excavation, concreting, cement, reinforcement steel, form work, grouting, underpinning, watering, curing etc. complete for foundation of support structures as per approved design.

         

pg. 53

Page 54: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Sl.No Description Size Unit

Qty. to be

supplied

Rate/Unit

(USD)Amount(USD)

D Foundation for Transformers           1 supply of labor, materials and

construction of Auto-transformer foundation, Fire separation walls -(RCC M-20) including all associated works, RCC, PCC, Reinforcement steel, miscellaneous structural steel and other items not mentioned here but required for the foundation for 15 MVA 20/415 V Transformers          

E Chain Link Fencing with entrances           1 Excavation and back filling of soil

including disposing surplus earth at designated place as instructed by site in charge          

 2 Supply and filling of rubble soiling          

 3Providing & laying PCC in foundations          

 4Providing M20 or equivalent grade RCC in foundation          

F Foundation for Wind Turbine           1 supply of labor, materials and

construction of foundation for Wind Turbines as per approved design          

G Foundation for Diesel Generator           1 supply of labor, materials and

construction of foundation for required diesel generators as per approved design          

H Trench Works for CablingTrench Works for Water Drainage

I Access Roads, parking area and pavements inside compound as per approved design

J Storage Area, Control Room, Staff and Guard Residence, Guard Posts on Perimeter including utilities like bathroom and kitchen

Total:

pg. 54

Page 55: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SAMPLE Schedule IV All Installation Works, Erection, Testing, Commissioning and Maintenance Training of Power Generation and Handling Equipment

Sl.No Description Unit

Qty. to be

supplied

Rate/Unit Amount

Size (USD) (USD)1 Solar Panels   LS      2 Wind Turbines   LS      3 Battery Backup   LS      4 Generators   LS      5 Inverters and Transformers   LS      6 Switchgear and Panels LS7 Control Room Equipment   LS      8 CCTV and Lighting   LS  9 Testing and Commissioning LS

10 Staff Training LS

Total:  

pg. 55

Page 56: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SAMPLE Schedule V Monitoring & Control Software, Installation, Testing

with Staff Training

Sl.No Description Unit

Qty. to be

supplied

Rate/Unit Amount

Size (USD) (USD)1 Monitoring and Control Software   LS      9 Testing and Commissioning LS

10 Staff Training LS

Total:  

pg. 56

Page 57: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SAMPLE Schedule VI: Project Management Services, One Year Poject Maintenance, Training, Defects Notification Coverage, Insurance & Any Other Miscellaneous Items

Sr.No Description Unit Qty. to be

suppliedRate/Unit

(USD)

Amount

(USD)1 Project Management Services

(as proposed) LS

2 Third Party Quality inspection services (as proposed)

LS

3 Maintenance Manual and Documentation

LS

4 One Year Project Maintenance Support Services

LS

5 Staff Training on Maintenance LS6 One Year Defects Notification

Period CoverageLS

7 Project / Staff Accidental Insurance (as proposed)

LS

8 Other Miscellaneous Items (if any)

LS

Total:

pg. 57

Page 58: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Price Schedule1. The Price Schedule is lump sum pricing as follows:

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah.

2. The price schedule is for lump sum pricing of the Farah site. The supporting detailed design documents are to provide sufficient information to enable bids to be prepared efficiently and accurately.

3. The Schedule does not generally give a full description of the plant to be supplied and the services to be performed. The Bidder shall be deemed to have read the Employer’s Requirements and other sections of the Bidding Document and reviewed the Drawings to ascertain the full scope of the requirements included prior to filling in the rates and prices. The entered price shall be deemed to cover the full scope as aforesaid, including overheads and profit.

4. If the Bidders are unclear or uncertain as to the scope of any item, it shall seek clarification in accordance with ITB 7 prior to submitting its bid.

5. The following abbreviations for units of quantity are used in the Schedules:

cu.m; m3 = cubic metersI.m; m = linear meterssq.m; m2 = square metersLS = lump sumNo. = numberTon = metric toncct-km or cct-m = three phase circuit kilometer length;

6. Price shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be initialed by the Bidder.

As specified in the Bid Data Sheet and Special Conditions of Contract, prices shall be fixed and firm for the duration of the Contract.

7. Bid price shall be quoted in the manner indicated and in the currencies specified in the Instructions to the Bidders in the Bidding Document.

Price given in the Schedule shall be for the scope covered by that item as detailed in Section 6 (Employer’s Requirements) or elsewhere in the Bidding Document.

8. Payments will be made to the Contractor in the currency or currencies indicated under each respective item.

9. When requested by the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedule.

10. Where there are discrepancies between amounts stated in figures and amounts stated in words, the amounts stated in words shall prevail.

11. When requested by the Employer for the purposes of making payments or part payments, valuing variations or evaluating claims, or for such other purposes as the

pg. 58

Page 59: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedule.

12. The price to be filled in the price schedule by the Bidders shall be full inclusive value of the work described under the several items, including all costs and expenses which may be required in and for the completion and maintenance of the works, together with all risks, liabilities and obligations set forth or implied in the documents provided for the purposes of tendering.

13. The price shall include all material supply and installation, tools and equipment, mobilization/demolition, labor, supervision, transport, storage, erection, installation, testing and commissioning, execution and maintenance, facilities, insurances, overheads, profits, taxes and duties of the works and any other incidentals or works to be carried for the successful completion of the project

14. Employer shall direct to the Bidders to furnish the detail breakdown price for the quoted prices. In such case Bidders shall provide the detail breakdown prices for the said items as required by the Employer.

15. Employer shall have the right to remove any item from the Scope of Work due to any requirements and the appropriate value shall be deducted from the Contract Price without any claim from the Contractor, in accordance with the provisions Clause No 7 of the General Condition of Contract.

pg. 59

Page 60: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM SDB/G/04 A - Letter of Price ScheduleDate:…………………………RFP No.: MEW-__-___-___Invitation for Bidder No.:………

To: Ministry of Energy and Water (PURCHASER/ EMPLOYER)

We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Document including

Addenda issued in accordance with Instructions to Bidder (ITB)8;(b) By signature in space provided we offer to design, manufacture, test, deliver,

install, pre-commission and commission in conformity with the Proposal Document the following Plant and Services: Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah.

Lot 1 _______________________________________ (Signature)(c) The total price of our Bid, including any discounts is offered in item (d) below:(d) The discounts offered and their application are:

______________________________________________________(USD in words or No Bid)______________________________________________________(USD in figures or No Bid)

(e) Our Bid shall be valid for a period of one hundred eighty (180) days from the date fixed for the submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our Bid is accepted, we commit to obtain a performance security in accordance with the SCC of the Bidding Document;

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the direct selection process or execution of the Contract: **

Name of Recipient Address Reason Amount

(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall be basis for the Negotiation of Contract and the Notice of Award of Contract on basis of the negotiated Contract Price shall constitute a binding contract between us, until a formal contract is prepared and executed; and

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(j) We agree to permit PURCHASER or its representative to inspect our accounts and records and other documents relating to the Bid submission and to have them audited by auditors appointed by the Bank.

Name

In the capacity of

Signed

Duly authorized to sign the Proposal for and on behalf of Date Corporate Seal (where appropriate)pg. 60

Page 61: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

** If none has been paid or is to be paid, indicate “none”

FORM SDB/G/04 - B – Payment Schedule Form

(This sheet to be included as part of the Financial Proposal)

Authorized Signature of the Bidder

Company Name

Company Seal

Note: Bidder to provide the Payment schedule considering the Project schedule as proposed. Purchaser shall consider this payment schedule for financial evaluation purpose.

pg. 61

Month No. Cash Flow for the Month Cumulative Cash Flow from Beginning up to contract Completion

123456789101112

Total Contract Value in Currency Quoted

Page 62: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Delivery and Completion Schedule for Related ServicesForm SDB/G/07

Delivery Schedule and Completion Period for Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at FarahThe completion period of the project shall be maximum 24 months from the date of signing of the contract agreement. However the contractor may complete the project execution ahead of this duration for which no extra payment will be made. Despatch clearance shall be obtained from the Employer before dispatching materials. The bidder should submit a project implementation schedule in the form of a Bar Chart showing how he will complete the project within the allowed period in accordance with the following milestones.1) The Civil construction work shall commence within one month of the signing of contract agreement.2) Solar PV Panels will be delivered at the site in a staggered manner. The schedule of delivery of the panels will be shared with MEW.2)The switchyard structures, equipment structures, switchyard equipment such as CTs ,CVTs, CBs, LAs, Isolators, marshalling boxes, control and power cables etc. (except the Power Transformers) shall be delivered only after completion of 90% of the foundations for equipment, columns & Power Transformers.3) The power transformers shall be delivered only on completion of the erection of all Switchyard equipment.4)The Control Room accessories such as Control & Relay panels, AC panel, DC panels, Batteries & Chargers, SCADA system, communication System etc. shall be delivered only after completion of 90% works of the control room Building.5) The construction of Control Room Building and switchyard foundations shall be completed together.

pg. 62

Page 63: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

BID SECURITY: BANK GUARANTEEFORM SDB/G/08

Invitation for Bid No: [Insert the number of bidding process]

Bid Package No: [Insert the number of bidding package]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date [Insert date, as day, month and year of Bid Submission]

Page [Insert the number of page] of [Insert the total number of pages] pages

[This Bank Guarantee Form for the Bid Security is to be issued by a registered bank in accordance with the instructions indicated.]

WE, [Insert Bank’s Name and Address of Issuing Branch or Office]Beneficiary:[Insert complete Name and Address of Purchaser]Date: [Insert the date]BID GUARANTEE NO.: [Insert the number in figures]have been informed that [Insert the complete Name of the Bidder], hereinafter called "THE BIDDER", has submitted to you its Bid, hereinafter called "THE BID", for the execution of [Insert the Name of contract] under Invitation for Bids No. [Insert the FFB number] hereinafter called “THE IFB”.

Furthermore, we understand that, according to your conditions Bids must be supported by a Bid Guarantee.

At the request of the Bidder, we [Insert the name of the bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of [Insert amount in figures AND in words] upon receipt by us of your first demand in writing accompanied by a written statement that the Bidder is in breach of its obligation(s) under the Bid conditions, because the Bidder:

(a) Has modified or withdrawn its Bid after the deadline for submission of bids during the period of Bid validity specified by the Bidder in the Form of Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders of the IFB; or

(c) having been notified of the acceptance of the Bid by the Purchaser during the period of Bid validity, (i) fails or refuses to furnish the Performance Security in accordance with the ITB, or (ii) fails or refuses to execute the Contract Form.

(d) Provides bogus information about its eligibility

This Guarantee will expire:(a) if the Bidder is the successful Bidder, upon our receipt of a copy of the Performance

Security and a copy of the Contract signed by the Bidder issued to you upon the ITB; or

pg. 63

Page 64: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

(b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of the Bidder’s Bid validity period, being [Insert the date of expiration of the Bid].

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.458.

[Insert signature(s) of duly Authorized Authority(ies)]

pg. 64

Page 65: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

BID SECURITY: BID-SECURING DECLARATIONFORM SDB/G/09

Invitation for Bid No: [Insert the number of bidding process]

Bid Package No: [Insert the number of bidding package]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date [Insert date, as day, month and year of Bid Submission]

Page [Insert the number of page] of [Insert the total number of pages] pages

[The Bidder shall fill in this Form in accordance with the instructions indicated.]

To: [Insert the complete name of the Purchaser]We, the undersigned, declare that:

We understand that, according to your conditions, Bids must be supported by a Bid-Securing Declaration.We accept that we will automatically be suspended from being eligible for bidding in any contract with the Purchaser for the period of time of [Insert the number of months or years] starting on [Insert the date], if we are in breach of our obligation(s) under the Bid conditions, because we:(a) have modified or withdrawn our Bid after the deadline for submission of bid during the

period of Bid validity specified in the Form of Bid; or(b) have not accepted the correction of errors in accordance with instructions to bidders of

IFB(c) having been notified of the acceptance of our Bid by the Purchaser during the period of

Bid validity, (i) fail or refuse to execute the Contract; or (ii) fail or refuse to furnish the Performance Security, if required, in accordance with the ITB.

(d) Provided bogus information about our eligibility

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.Signed: [Insert the signature of the person whose name and capacity are shown]In the capacity of [Insert the legal capacity of the person signing the Bid-Securing Declaration]Name: [Insert the complete Name of person signing the Bid Securing Declaration]Duly authorized to sign the Bid for and on behalf of: [Insert the complete name of Bidder]Dated on [Insert the day] day of [Insert the month], [Insert the year]Corporate Seal [Insert the Corporate Seal, when appropriate][Note: In case of a JV, the Bid-Securing Declaration must be in the name of all partners to the JV that submits the Bid.]

pg. 65

Page 66: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

MANUFACTURER’S AUTHORIZATION LETTERFORM SDB/G/10

Invitation for Bid No: [Insert the number of bidding process]

Bid Package No: [Insert the number of bidding package]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date [Insert date, as day, month and year of Bid Submission]

Page [Insert the number of page] of [Insert the total number of pages] pages

[This letter of authorization should be on the letterhead of the manufacturer and should be signed by the person with the proper authority to sign documents that are binding on the manufacturer.]To: [Insert the complete name of the Purchaser]

Whereas, we [Insert complete name and address of Manufacturer] are reputable official Manufacturers of [Insert type of Goods manufactured], having factories at [Insert full address of Manufacturer’s factories] do hereby authorize [Insert complete name of the Bidder] to submit a Bid the purpose of which is to provide the following Goods, manufactured by us [Insert name and/or a brief description of the Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with GCC Clause 27, with respect to the Goods offered in the Bid by the above Firm.

Signed: [Insert the signature(s) of authorized representative of the Manufacturer]Name: [Insert complete name(s) of authorized representatives of the Manufacturer]Title: [Insert title]Duly authorized to sign the authorization for and on behalf of: [Insert complete name of Bidder]Dated on: [Insert date of signing]

Note :Bidders to get the signature and Company stamp of the Manufacturing company for the proposed  Equipment being supplied for the Contract on the technical Brochures, data sheets , drawings etc along with the Bidders signature and Company stamp on all the sheets to be submitted as part of the Bidding documents

pg. 66

Page 67: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

OTHER FORMSTechnical Proposal

1. Site Organization

a) Preliminary Site Organization Chart

b) Narrative Description of Site Organization Chart

c) Description of Relationship between Head Office and Site Management1

2. Method Statement

3. Mobilization Schedule

4. Construction Schedule

5. Personnel

6. Equipment

7. Proposed Subcontractors for Major Items of Plant

8. Time Schedule

9. Others

pg. 67

Page 68: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

1 Indicate clearly which responsibility and what authority will be delegated to site management.

pg. 68

Page 69: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SITE ORGANIZATION

pg. 69

Page 70: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

METHOD STATEMENT

pg. 70

Page 71: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

MOBILIZATION SCHEDULE

pg. 71

Page 72: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

CONSTRUCTION SCHEDULE

pg. 72

Page 73: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

PROPOSED PERSONNEL

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

The Bidders should provide the names of suitably qualified personnel to meet the requirements specified in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form PER-2 below for each candidate.

Form PER – 1: Proposed Personnel

1.Title of position* : Project Manager

Name 1 :

2Title of Position*: Design Engineer

Name 1:

3

Title of position* : Substation Engineer

Name 1 :

Name 2 :

4Title of position* : Quality Control Engineer

Name 1 :

5

Title of position* : HSE Officer

Name 1:

Name 2 :

*As listed in Section 3 (Evaluation and Qualification Criteria).

pg. 73

Page 74: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM PER – 2: RESUME OF PROPOSED PERSONNELDesign, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Name of Bidder :

Position :

Personnel Information

Name : Date of Birth :

Professional Qualifications :

Present Employment

Name of Purchaser :

Address of Purchaser :

Telephone : Contact (Manager / Personnel Officer)

Fax : E-mail

Job Title : Years with Present Purchaser

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management experience

pg. 74

Page 75: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

EQUIPMENT

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder.

Item of Equipment

Equipment Information

Name of manufacturer Model and power rating

Capacity Year of manufacture

Current Status

Current location

Details of current commitments

Source Indicate source of the equipmento Owned o Rented o Leased o Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of Owner

Address of Owner

Telephone Contact Name and Title

Fax Telex

Agreements

Details of rental / lease / manufacture agreements specific to the project

pg. 75

Page 76: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

PROPOSED SUBCONTRACTORS / MANUFACTURERS FOR MAJOR ITEMS OF PLANT

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

The following Subcontractors and/or manufacturers are proposed for carrying out the item of the facilities indicated. The Bidders are free to propose more than one for each item

Major Items of Plant Proposed Subcontractors/Manufacturers Nationality

Time Schedules

The Bidder shall include the proposed time schedule for the project showing the intended programme of complete works. The total time shall not exceed the specified maximum time period given in ITB 16.1 (b).

Others

The bidder should add any further information that it considers to be relevant to the evaluation of its Technical Proposal. If the bidder wishes to attach other documents, they should be listed below.

Bidders should not enclose testimonials, certificates, and publicity material with their Technical Proposals; they will not be taken into account in the evaluation of qualifications and will be discarded.

pg. 76

Page 77: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

BIDDER’S QUALIFICATIONS

To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder. If the bidding was preceded by a prequalification process then the forms included in this section and used earlier during the prequalification process need to be completed only if the information submitted at the time of prequalification requires updating

Form ELI - 1: Bidder Information Sheet

Procurement of Plant: Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Page of Pages

Bidder’s Information

Bidder’s legal name

In case of JV, legal name of each partner

Bidder’s country of constitution

Bidder’s year of constitution

pg. 77

Page 78: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Bidder’s legal address in country of constitution

Bidder’s authorized representative

(name, address, telephone numbers, fax numbers, e-mail address)Attached are copies of the following original documents:-

1. In case of single entity, articles of incorporation or constitution of the legal entity named above,

2. Authorization to represent the firm or JV named in above, in accordance with ITB Sub-Clause 4.1.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Sub-Clause 4.1.

3. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB Sub-Clause 4.1.

pg. 78

Page 79: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM ELI - 2: JV INFORMATION SHEETFor JV Partners and Specialist Subcontractors as per ITB 5.3Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting SolarPV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Each member of a JV and Specialist Subcontractors as per ITB 4.1 must fill in this form

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s or Subcontractor’

s legal name

JV Partner’s or Subcontractor’

s country of constitution

JV Partner’s or Subcontractor’s year of constitutionJV Partner’s or Subcontractor’s legal address in country of constitutionJV Partner’s or Subcontractor’s authorized representative information

(name, address,

telephone numbers, fax numbers, e-

mail address)

pg. 79

Page 80: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above. 2. Authorization to represent the firm named above, in accordance with ITB Sub-

Clause 4.1. 3. In the case of government-owned entity, documents establishing legal and financial

autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 4.4

4. In the case of specialist Subcontractors, a formal intent to enter into an agreement.

pg. 80

Page 81: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM LIT - 1: PENDING LITIGATION

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Bidder’s Legal Name: Date:

JV Partner Legal Name:

Each Bidder or member of a JV and Specialist Subcontractors must fill in this form

Pending Litigation

No pending litigation in accordance with BDS Sub-Clause 11.4 (h),(c)

Pending litigation in accordance with BDS Sub-Clause 11.4 (h),(c)

Year Matter in Dispute

Value of Pending Claim in

US$ Equivalent

Value of Pending Claim as a

Percentage of Net Worth

pg. 81

Page 82: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM FIN - 1: HISTORICAL FINANCIAL PERFORMANCE

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Bidder’s Legal Name: Date:

JV Partner Legal Name:

Each Bidder or member of a JV must fill in this form

44.2.R.ii.1.1 Financial Data for Previous 3 Years [US$ Equivalent]

Year 1: Year 2: Year 3:

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities5. Profits Before

Taxes6. Profits After Taxes7. Net Worth

[= 1 - 3]8. Working Capital

[= 2 - 4]9. Return on Equity

[= 5 / 7 of prior year]

Attached are copies of the audited balance sheets, including all related notes, and income statements for the last three years, as indicated above, complying with the following conditions: All such documents reflect the financial situation of the Bidder or partner to a JV,

and not sister or parent companies. Historic financial statements must be audited by a certified accountant. Historic financial statements must be complete, including all notes to the

financial statements. Historic financial statements must correspond to accounting periods already

completed and audited (no statements for partial periods shall be requested or accepted).

pg. 82

Page 83: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM FIN - 2: FINANCIAL CAPABILITY

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Page of pages

Bidder’s Legal Name: Date:

JV Partner Legal Name:

Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the Last 3 Years

Year AmountCurrency

Exchange Rate

US$Equivalent

Average Annual Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for work in progress or completed, converted to US Dollars at the rate of exchange at the end of the period reported.

pg. 83

Page 84: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM FIN - 3: FINANCIAL RESOURCES

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria)

Financial ResourcesNº Source of financing Amount (US$ equivalent)

1

2

3

4

pg. 84

Page 85: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM FIN - 4: CURRENT CONTRACT COMMITMENTS

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

Current Contract Commitments

No. Name of Contract

Purchaser’s Contact

Address, Tel, Fax

Value of Outstanding

Work[Current

US$ Equivalent]

Estimated Completio

n Date

Average Monthly Invoicing Over Last

Six Months[US$/month)

]1

2

3

4

5

6

pg. 85

Page 86: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM EXP - 1: GENERAL EXPERIENCE

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Bidder’s Legal Name: Date:

JV Partner Legal Name:

Each Bidder or member of a JV must fill in this form

General Manufacture ExperienceStartin

g Month Year

Ending Month Year

YearsContract Identification and NameName and Address of PurchaserBrief Description of the Works

Executed by the Bidder

Role of Bidder

pg. 86

Page 87: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

FORM EXP - 2: SPECIFIC PROJECT EXPERIENCE

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Bidder’s Legal Name: Date:

JV Partner Legal Name:

Each Bidder or member of a JV must fill in this form

Contract of Similar Size and NatureContract No. ... . of . . . . .

Contract Identification

Award Date Completion Date

Role in Contract Contractor Management Contractor Subcontractor

Total Contract Amount

US$

If partner in a JV or subcontractor, specify participation of total contract amount

Percent of Total Amount

Purchaser’s NameAddressTelephone/Fax No.Email

Description of the similarity in accordance with Qualification Criteria Sub-Clause 4.1

pg. 87

Page 88: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

pg. 88

Page 89: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at

Farah

FORM EXP - 3: MANUFACTURING EXPERIENCE

Design, Engineering, Supply, construction, Erection and commissioning of a 12 MW Hybrid Solar Power Plant consisting of Solar PV panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Bidder’s Legal Name: Date:

JV Partner Legal Name:

Bidder or member of a JV must fill in this form

Manufacturing ExperienceStartin

g Month Year

Ending Month Year

YearsContract Identification and Name,Name and Address of PurchaserBrief Description of the Works

Executed by the Bidder

Role of Bidder

pg.89

Page 90: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at

Farah

Section 5 –Employer’s Requirements

pg.90

Page 91: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

1. Introduction

Ministry of Energy and Water (MEW) proposes to power up the city of Farah with a Hybrid Renewable Energy System, consisting of Solar, Wind, Battery and a Diesel generator.Presently, the city of Farah is supplied electricity by 2 nos. of 500 KVA diesel generator which only services partial loads of 3,000 households. The present energy charges are about 48 US cents/kWh, which is very high and is not affordable by the industries/residential/commercial establishments. Since the energy costs are very high the industries have moved away from Farah province.

The present power demand is estimated to be 12 MW (7 MW residential, 3 MW commercial and 2 MW Industrial). The population of the city of Farah is 100,000 with around 14,000 households. Considering a connected load of 0.5 KW per household, the total power demand for residential purpose is about 7 MW.

It is envisaged that the present load of 12 MW should be serviced by a combination of renewable energy sources viz. Solar and Wind with a battery back-up for 4 hours during 19:00 to 23:00 hrs. The day time loads could be serviced by the grid connected PV solar and Wind turbines and the night time loads would be serviced by the batteries which are charged by Solar PV.

1.1 Installation Requirements:

Supplier is required to Propose and Design a solution based upon the below given requirements and further descriptions of load distribution priorities and Planned Inputs / Generation. The system should be able to provide for the required 12 MW AC Output at peak performance hours of the Wind and Solar Farms. It is envisaged that the overall objectives of the system should be achieved. Whereas, the Employer requires the minimum installation of the following:

1. 8 MW Solar Farm.2. 4 MW Wind Farm.3. 4 MW Load Battery Backup to service minimum 4 hours duration along with required

recharging setup.4. 4 MW Diesel Generation (integrating or replacing 2 x 500 KVA = 1 MW available

equipment)5. Customized SCADA for controlling and managing the production, inputs and outputs.6. Necessary Panels, Switchgear and Safety Equipment.

Supplier will need to define the Installed Capacities according to their specific Product Technologies and keeping in view the defined output target of 12 MW AC.

2. Site Investigation2.1 Farah City

Farah is one of the provinces in the western part of the country and is sparsely populated. The physical co-ordinates of the city of Farah are 32o19’ N latitude and 62o11” E longitude. The local land authority has informed that, on request of MEW, a piece of land 9 km away from the city could be allotted for the renewable energy project.

pg.91

Page 92: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Since the latitude of the city is 32o19’ it is imperative that the solar panels are aligned at 32o and the panels should face south. The sun-path at the location is as shown below:

Figure 1: Sun Path in the city of Farah

2.2 Load Analysis of FarahThe load profile of Farah is shown in the following figures (Figure 2 and Figure 3):

Figure 2: Average hourly load profile for residential and commercial establishment in Farah

pg.92

Page 93: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Figure 3: Average hourly load profile of Industries in Farah.

After considering the load profiles for the industries and residential/commercial establishment (as shown in figure 2 and 3) it is clear that the total peak load between 05:00 hrs and 17:00 hrs is 12 MW and between 18:00 hrs and 21:00 hrs the average load is 8 MW.

Total Energy requirements for 4 hours after sun-set, considering a load of 4MW, is 16 Mwh/day. Hence it is envisaged that the present load of 12 MW should be serviced by renewable energy sources during the day viz. Solar and Wind with a back-up for 4 hours during 19:00 to 23:00 hrs.

2.3 Resource Assessment

Figures 4 and 5 below show the renewable energy assessment for the city of Farah:

pg.93

Page 94: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Wind Resources:

Figure 4: Wind Resource assessment at Farah

Estimated Monthly Wind resources are shown in the above Figure. There is a very good potential for wind power generation in Farah.

Solar Resources:

Figure 5: Solar resource assessment at Farah

Average Solar insolation over the year is 5.34 kWh/m2/day.

It is evident from the Figures 4 and 5 that Farah city is blessed with sufficient sunlight and wind.2.4 Description of the proposed design and employers requirements

Estimated Loads and Priority:

Employer has identified different types of existing loads from the available data. These loads have also been prioritized for distribution while the Generation Plan is based upon the load

pg.94

Page 95: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

estimation and distribution priorities. The below diagram defines the same for easy understanding.

The whole system is to be designed over a 4+8 MW Load Servicing Model. Where 4 MW constitutes all loads other than Residential Units. This first 4 MW load takes prime priority for servicing while balance quantities generated will be distributed to the Residential Units as per availability.

Basic Generation & Battery Backup:

Basic Generation of Power has to come from the Wind and Solar Farms. Battery Backup will replace part of the Solar Generation for the evening peak hours only. Additional power generation as required for the recharging of Battery Backup unit should be proposed separately by the supplier based upon their specific design requirement and recommended technologies. The Price Proposal should include the cost of required Battery Backup along with its support installation for recharging.

Ultimate Backup, Wheeling and System Stability (Diesel-based):

A Unit of 4 MW Diesel Generation is to be setup for wheeling, system stability and as a source of ultimate backup in emergency situations where the Primary Priority Servicing has to be made in occasional shortage of input from Wind and Solar Farms. It should be noted that equipment for 2 x 500 KVA Diesel Generation is available with the Employer that will be integrated into the system. The supplier will need to add up additional 3 MW to complete the total planned 4 MW Diesel Backup.

Diesel Generator Size

pg.95

Page 96: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

The Bidder is free to choose the size of the individual Diesel Generator size according to their design.

Current Diesel Units Servicing / Replacement:

Suppliers should consider that the available Diesel Generation Units may require servicing for optimum performance. Such costs should be included in the Price Proposal. As an alternative, the supplier may propose to replace the current available units with new ones. In either case, the cost will be assumed to have been included in the supplier Price Proposal.

Estimated Generation Pattern:

It is estimated that the Solar and Wind Farms collectively will provide 12 MW AC power during the Sunlight hours. The Wind Farm will be able to continue generation and service the basic load (4MW). Evening Peak hours are to be supported through the Battery Unit.

Grid:

At present the system will need to run in isolation within the local Grid of Farah Province only. Design should include the facility to integrate the system as and when the grid power arrives in Farah.

Hybrid Synchronization:

Supplier will include and explain in the design the mechanism for the synchronization of the complete system. The system will be designed in such a fashion so as to integrate the Hybrid power with the National grid as and when it arrives in Farah. In general the Hybrid power should be able to synchronize with the Frequency and voltage variation of the national grid.

Civil Works:

All installations have to be made on the provided barren area of land and the facility will be built from scratch. The supplier should design and implement all required facilities for the whole system including the perimeter fencing, security camera installations, control room, guards’ residence and security posts, fuel storage, inside access roads, water well(s) and any other necessary civil works.

SCADA:

Supplier will need to design and implement a customized computer based SCADA System for the monitoring, management and control of the system. The system should be able to provide all sorts of required load management capabilities. The SCADA system should be able to measure the DC power generated from the Solar PV/battery system, diesel consumed by the diesel generator, AC power generated by the wind farm and the power consumed by the loads. The SCADA should also integrate the weather monitoring station which will be installed with the power system.

Training:

Employer staff training on the system maintenance and management will be required. There will be full training and involvement of DABS engineers/technicians during the construction, erection and commissioning of the power plant.

pg.96

Page 97: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Priority of power

Following priority of power usage will be included in the design of the system :

1. Solar/Wind2. Battery3. Diesel generator

It is noted here that the design should be such that during the day time priority will be given to the solar and wind power and during the evening battery and wind power will be given a priority. The diesel power will have the last priority. The designed system should be such that there is a facility of charge the batteries using diesel generator/Grid power as well.

SparesA complete list of spares should be indicated in the offer and also supplied with the equipment.

Warranty/Guarantee of the installed equipment’s.

Supplier should provide standard warrantees for all equipment provided under the contract as per the standard market practices. Warranties will be compared between bidders and will hold value in evlaution of the Technical bids. All Warrantees should be transferable to the Employer / Purchaser at the time of Project Hand over.

3. Technical Specifications for Solar PV Plant

3.1. Solar PV Modules• PV Modules should be polycrystalline SPV modules with a minimum declared output

of 250 Wp (under standard test conditions) or more. Number of modules shall be worked accordingly.

• Stabilized output of the solar PV Array for the power plant should not be less than 8 MW ac.

• Modules proposed by the bidder should have been qualified with the existing IEC or other international certifications.

• PV modules used in the solar power plants must be warranted for output wattage, which should not be less than 90% at the end of the 10 years and 80% at the end of 25 years.

• Maximum power loss at the end of the first year of operation should not be more than 2.5% of the power at the start of the solar power plant.

• The Solar panels should have a linear degradation of power of not more than 0.7% per year till the 25th year.

pg.97

Page 98: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

• The front surface of the module shall consist of impact resistant, low iron and high transmission toughened glass.

• The module frame shall be made of corrosion resistant material, which shall be electrically compatible with the structure material selected for the power plant.

• The module shall be provided with a junction box with provision of external screw terminal connection and with arrangement for provision of by-pass diode. The box should have weatherproof lid with captive screws and cable gland entry points.

• Each PV module used in Solar Power Project, must have RF identification tag. The following information must be mentioned in the RFID used on each module inside the laminate.o Name of the manufacturer of PV Module.o Name of the manufacturer of Solar cells.o Month and year of the manufacture (separately for solar cells and module).o Country of origin (separately for solar cells and module.o I-V curve for the module.o Wattage, Imp, Vmp and FF for the module.o Unique Serial No and Model No of the module.o Date and year of obtaining IEC PV module qualification.o Name of the test lab issuing IEC certificate.o Other relevant information traceability of solar cells and module as per ISO

9000.

3.2. Module Mounting Structures• The Structure design shall be appropriate with a safety factor of not less than 1.5.

The design calculation shall be submitted to MEW for approval.

• Design drawings with the material selected shall be submitted for approval of MEW.

• The structure shall be designed to allow easy replacement of any modules and easy access to the O&M staff and personal and protection.

• The structure shall be designed for simple mechanical and electrical installation. It shall support the solar PV modules at an orientation of 32o, absorb and transfer the mechanical loads to the ground properly. There shall be no requirement of welding or complex machinery at site.

• The array structure shall preferably be designed for a 12x4 array and at the same time the structure shall withstand a maximum wind speed of 150 KMPH.

• Nuts and bolts, supporting structures including the module mounting structures shall have to be adequately protected with anti-corrosive paints of sufficient thickness.

• The contractor/manufacturer shall specify installation details of the solar PV modules and the support structures with appropriate drawings.

• The drawings along with the detailed design shall be submitted to MEW for approval before starting the erection work. The work will be carried out as per designs approved by MEW.

pg.98

Page 99: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

• The minimum clearance between the lower edge of the PV panel and the ground level shall be 800mm. While making foundation design, consideration should be given to the weight of the solar modules and a maximum wind speed of 150 KMPH. Seismic factors for the site should also be considered while making the design of the foundation. The design of the array structure shall be based on soil test report of the site and shall be approved by MEW.

• Foundation drawings and design should be submitted to MEW for approval before staring the work. Civil works for foundations for module mounting structure shall commence only after proper leveling of site. Care should be taken to maintain the slopes and prevent water logging at the site.

• The mounting structure shall have adequate provision to alter the tilt of the panel at least twice in a year.

• The location of the water faucets is to be provided for periodic cleaning/washing of the solar PV modules and the same shall be indicated in the drawings.

3.3. Balance of system3.3.1 Junction Box

• The junction boxes shall be dust free and waterproof and made of thermoplastic. The terminals will be connected to copper bus-bar arrangement of proper sizes. The junction box will have a cable entry point fitted with cable glands of appropriate sizes for both incoming and outgoing cables. Suitable marking shall be provided on the bus bars for easy identification and cable ferrules will be fitted at the cable termination points for identification.

• Each array junction box will have suitable reverse blocking diodes of maximum DC blocking voltage of 600V with suitable arrangement for its connection. The array junction box will have a suitable surge protection. The junction boxes shall have suitable arrangements for the following:• Combine groups of modules into independent charging sub-arrays that will

be wired to the controller.

• Provide arrangement for disconnection for each of the groups.

• Provide test point for each sub-group for quick fault location.

• To provide group array isolation.

• The current carrying capacity of the junction boxes shall be suitable with adequate safety factor to inter connect the solar PV array.

3.3.2 Power Conditioning Units• Capacity of each PCU shall be not more than 50 KW per inverter.

• The efficiency of the PCU shall be more than 98% at full load. The PCU shall have high overload capacity. The bidder should specify the overload capacity in the bid.

pg.99

Page 100: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

• The output power factor of the PCU shall be of a suitable range to supply or sink reactive power.

• The PCU shall have internal protection arrangement against sustained fault in the feeder line.

• The dimension, weight, foundation details etc. of the PCU shall be clearly indicated in the detailed technical specifications.

• The PCU should be three phase static solid state type power conditioning unit. Both the AC and DC lines shall have suitable fuses and contactors to allow safe start up and shut down of the system. Fuses used in DC circuit shall be DC rated.

• The PCU shall have provision for input & output isolation.

• PCU front panel shall be provided with display (LCD or equivalent) to monitor the following:o DC power inputo DC input voltageo DC currento AC output powero AC voltage (all the 3 phases)o AC Current (all the 3 phases)

• Provision should be available in the PCU for remote monitoring of all the parameters. This information shall be displayed on the LCD window of the PCU.

• Nuts and bolts including metallic cubicle shall have to be adequately protected taking into consideration atmosphere and weather prevailing in the area.

• Operation & maintenance manual should be furnished by the contractor before dispatch of the PCU.

• The PCU must have the feature to work in tandem with other similar PCU's and be able to be successively switched "ON" and "OFF" automatically based on solar radiation variations during the day. Inverters must operate in synergy and intelligently to optimize maximum generation at all times with minimum losses.

• The PCU shall be capable of controlling power factor dynamically.

• Maximum power point tracker (MPPT) shall be integrated in the power conditioner unit to maximize energy drawn from the Solar PV array. The MPPT should be microprocessor based to minimize power losses. The details of working mechanism of MPPT shall be mentioned by the Bidder in its proposal. The MPPT unit shall confirm to IEC 62093 for design qualification.

• The system shall automatically “wake up” in the morning and begin to export power provided there is sufficient solar energy and the grid voltage and frequency are in range.

• Sleep Mode: Automatic sleep mode shall be provided so that unnecessary losses are minimized at night. The power conditioner must also automatically re-enter standby mode when threshold of standby mode reached.

pg.100

Page 101: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

• Stand-by Mode: The control system shall continuously monitor the output of the solar power plant until pre-set value is exceeded & that value to be indicated.

• Basic System Operation (Full Auto Mode): The control system shall continuously monitor the output of the solar power plant until pre-set value is exceeded & that value to be indicated.

• PCU shall have provisions/features to allow interfacing with monitoring software and hardware devices.

• Protection against faults for PCU:o The PCU shall include appropriate self-protective and self-diagnostic feature

to protect itself and the PV array from damage in the event of PCU component failure or from parameters beyond the PCU’s safe operating range due to internal or external causes. The self- protective features shall not allow signals from the PCU front panel to cause the PCU to be operated in a manner which may be unsafe or damaging.

o Faults due to malfunctioning within the PCU, including commutation failure, shall be cleared by the PCU protective devices. In addition, it shall have following minimum protection against various possible faults.

o Grounding Leakage Faults: The PCU shall have the required protection arrangements against grounding leakage faults.

o Over Voltage & Current: In addition, over voltage protection shall be provided between positive and negative conductor and earth ground such as Surge Protection Devices (SPD).

o Galvanic Isolation: The PCU inverter shall have provision for galvanic isolation with external transformer, if required.

o Anti-islanding (Protection against Islanding of grid): The PCU shall have anti islanding protection. (IEEE 1547/UL 1741/ equivalent BIS standard)

o Unequal Phases: The system shall tend to balance unequal phase voltage (with 3- phase systems).

o Reactive Power: The output power factor of the PCU should be of suitable range to supply or sink reactive power. The PCU shall have internal protection arrangement against any sustained fault in the feeder line and against lightning in the feeder line.

o Isolation: The PCU shall have provision for input & output isolation. Each solid- state electronic device shall have to be protected to ensure long life as well as smooth functioning of the PCU.

o PCU shall have arrangement for adjusting DC input current and should trip against sustainable fault downstream and shall not start till the fault is rectified.

o Each solid state electronic device shall have to be protected to ensure long life of the inverter as well as smooth functioning of the inverter.

o All inverters/ PCUs shall be three phase using static solid state components. DC lines shall have suitably rated isolators to allow safe start up and shut down of the system. Fuses & Circuit breakers used in the DC lines must be rated suitably.

• Standards & Compliances PCU shall conform to the following standards and appropriately certified by the labs: o Efficiency measurement: IEC 61683.o Environmental Testing: IEC 60068-2 or IEC 62093.

pg.101

Page 102: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

o EMC, harmonics, etc.: IEC 61000 series, 6-2, 6-4 and other relevant Standards.

o Electrical safety: IEC 62109 (1&2), EN 50178 or equivalent.o Recommended practice for PV – Utility interconnections: IEEE standard 929 –

2000 or equivalent.o Protection against islanding of grid: IEEE1547/ UL1741/ IEC 62116 or

equivalent.o Grid Connectivity: Relevant regulations and grid code (amended up to date).o Reliability test standard: IEC 62093 or equivalent.

• The Bidder should select the inverter (Central / String) as per its own system design so as to optimize the power output.

• Desired Technical Specifications of PCU:o Sinusoidal current modulation with excellent dynamic response.o Compact and weather proof housing (indoor/ outdoor).o Comprehensive network management functions (including the LVRT and

capability to inject reactive power to the grid).o Total Harmonic Distortion (THD) <3%.o No load loss < 1% of rated power and maximum loss in sleep mode shall be

less than 0.05%.o Optional VAR control.o Power factor Control range: 0.9 (lead – lag).o Humidity: 95% Non – Condensing.o Unit wise & integrated Data logging.o Dedicated Prefabs / Ethernet for networking.

• Inverter/ Power Condition unit must provide protection against: o Over current o Sync loss o Over temperature o DC bus over voltage o Cooling Fan failure (If provided) o Short circuit o Lightning.o Earth fault.o Surge voltage induced at output due to external source.o Power regulation in the event of thermal overloading.o Set point pre-selection for VAR control.o Bus communication via -interface for integration.o Remote control via telephone modem or mini web server.o Integrated protection in the DC and three phase system.o Insulation monitoring of the PV array with sequential fault

location.o Ground fault detector which is essential for large PV generators

in view of appreciable discharge current with respect to ground.o Over voltage protection against atmospheric lightning discharge

to the PV array.

• The power conditioner must be entirely self-managing and stable in operation.

pg.102

Page 103: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

• A self-diagnostic system check should occur on start up. Functions should include a test of key parameters on start up.

• PCU/inverter front panel shall be provided with display (LCD or equivalent) to monitor, but not limited to, the following:

o DC power input.o DC input voltage.o DC Current.o AC power output.o AC voltage (all the 3 phases and line).o AC current (all the 3 phases and line).o Power Factor.

• Documentary Requirements & Inspection:

o The bill of materials associated with PCU’s should be clearly indicated while delivering the equipment.

o The Contractor shall provide to the Employer, data sheet containing detailed technical specifications of all the inverters and PCUs, Type test reports and Operation & Maintenance manual before dispatch of PCUs.

o The Employer or its authorized representative reserves the right to inspect the PCUs/ Inverters at the manufacturer’s site prior to dispatch.

3.3.3 Technical Specification for Power Evacuation415V/20 KV Transformers:

• Employer is proposing 15 Nos. of 1.25 MVA Oil filled transformers to be provided to step-up the voltage from 3 Phase, 415 Volts, 50 Hz output of the hybrid power station to 20 KV level to be connected to the grid. The bidders are however free to design the transformers according to their individual Project Design in order to fulfill the Project requirements mentioned here.

• Transformers shall be of reputed make approved by MEW and shall have the relevant IEC certification. A ‘type test’ certificate done on a transformer of similar capacity should be submitted to MEW.

• Transformers shall have all relevant monitoring and protection devices as per the IEC standards.

• The manufacturer should submit drawings/data sheets/guaranteed particulars of the transformer to MEW for approval.

• Circuit Breakers and other isolators and protective and metering arrangements as per relevant IEC standards.

• The system shall be designed with appropriate CT’s and PT’s to have all relevant protection arrangement like reverse power, over current earth fault relays.

3.3.4 Plant Monitoring Desk• Computer aided data acquisition unit shall have features for simultaneous

monitoring and recording of various parameters of different sub-systems, power

pg.103

Page 104: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

supply of the power plant at DC and AC Side. The drawings of plant monitoring desk shall be approved by MEW.

• A personal computer shall be a separate & individual system comprising of different transducers to read the different variable parameters of the plant.

• Reliable sensors for solar irradiation, temperature and other electrical parameters are to be supplied with the data logger unit.

• The PC shall be an industrial type, rugged and robust in nature to operate in a hostile environment. The PC shall have minimum intel core i5 processor having 1 TB HDD with minimum 8 GB RAM. The PC shall also have a 17” Color Monitor.

• The Printer shall be of industrial type, robust and rugged in nature of reputed make.

• The Data Acquisition system shall perform following operations:o Measurement and continuous recording of (i) Ambient Air Temperature near

the array field, (ii) Module back surface temperature, (iii) Wind Speed at the level of Array Plane, (iv) Solar irradiation incident on the array plane, iv) PCU’s DC and AC output, (vi) System Frequency,and (vii) Energy delivered to the Grid.

o All data shall be recorded chronologically date wise. The data file should be in MS Excel format. The data logger shall have internal reliable battery backup and data storage capacity to record all sorts of data simultaneously round the clock.

3.3.5 Cables and Wires • All cables shall be PVC insulated 1100V grade confirming to IEC standards and of

the make approved by MEW.

• The Wiring for modules interconnection shall be of hard PVC conduit of approved make.

• Cables inside the control room shall be laid in suitable cable trays of approved make.

• All the wires used on the LT side shall conform to IEC standards and should be of appropriate voltage grade. Only Copper conductor wires of reputed make should be used for connection on the LT side.

• Cables and wires should be marked with good quality letters and number ferrules for proper identification.

• All cables and connectors for use for installation of solar field must be of solar grade, which can withstand harsh environment conditions including High temperatures, UV radiation, rain, humidity, dirt, salt, burial and attack by moss and microbes for 25 years and voltages as per latest IEC standards. (Note: DC cables for outdoor installations should comply with the TUV 2PfG 1169/09.07 for service life expectancy of 25 years).

• Insulation: Outer sheath of cables shall be electron beam cross-linked XLPO type and black in colour. In addition, Cable drum no. / Batch no. to be embossed/

pg.104

Page 105: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

printed at every one meter. Cable Jacket should also be electron beam cross-linked XLPO, flame retardant, UV resistant and black in color.

• DC cables used from solar modules to array junction box shall be solar grade copper (Cu) with XLPO insulation and rated for 1.1kV only. The cables used from array junction box to inverter shall be solar grade copper (Cu) with XLPO insulation and rated for 1.1kV only as per relevant standards. Bidder shall provide the type test report for each type of cable used before dispatch of the cable.

• Wires with sufficient ampere capacity and parameters shall be designed and used so that maximum voltage-drop at full power from the PV modules to inverter should be less than 1.5% (including diode voltage drop). Successful Bidder shall provide voltage drop calculations in excel sheet.

• Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be accepted. If a condition arrives where the laying length is greater than the drum length and in case of faults at the site actual conditions, the same may be accepted after due assessment by Employer and the joint kit shall be of repute make and to be installed by a certified cable jointer. All wires used on the LT side shall conform to IS and should be of appropriate voltage grade. Only copper conductor wires compliant with IEC 60228, Class 5 of reputed make shall be used.

• All high voltage cables connecting the inverters to the transformers should be of XLP insulated grade conforming to IS 1554 and the cables shall also conform to IEC 60189 for test and measuring the methods. The Underground Cable should be XLPE only.

• Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly and passed through brass compression type cable glands at the entry & exit point of the cubicles.

• All cable/wires shall be provided with UV resistant printed ferrules for DC side however, for HT cables, punched/ embossed aluminium tags are required. The marking on tags shall be done with good quality letter and number ferrules of proper sizes so that the cables can be identified easily.

• The wiring for modules interconnection could be in the weather resistant pipe of repute make. All the buried cables can be run through HD pipe/ DWC conduit. However, for crossing with road, drain and trenches etc., the cable must pass through GI pipe / RCC Hume pine of appropriate size.

3.3.6 Switchboard box / DC Distribution Box (DCDB) / AC Distribution Box (ACDB) panels • Successful Bidder shall provide sufficient no. of switchboards / DCDB / ACDB,

wherever required.

• All boxes/ panels should be equipped with appropriate functionality, safety (including fuses, grounding, etc.) and protection.

pg.105

Page 106: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

• The terminals will be connected to bus-bar arrangement of proper sizes to be provided. The panels/ boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for both incoming and outgoing cables.

• Adequate rating fuses & isolating MCB/ MCCB should be provided.

• The panels/ boxes shall have suitable arrangement for the followings: o Provide arrangement for disconnection.o Provide a test point for quick fault location.o To provide isolation.

• The current carrying rating of the boxes/ panels shall be suitable with adequate safety factor

• The rating of the boxes/ panels shall be suitable with adequate safety factor to interconnect to the local/ internal grid.

• Thermal/ heat dissipation arrangement/ Vent for safe operation.

• Adequate number of spare terminals.

• The boxes/ panels shall be dust, vermin, and waterproof and made of thermoplastic/ metallic in compliance with IEC 62208, which should be sunlight/ UV resistive as well as fire retardant & must have minimum protection to IP 65(Outdoor)/ IP 20(indoor) and Protection Class II.

• All panels/ boxes shall be provided with adequately rated bus-bar, incoming control, outgoing control etc. as a separate compartment inside the panel. All live terminals and bus bars shall be shrouded. The outgoing terminals shall be suitable to receive suitable runs and size of cables required for the Inverter/Transformer rating.

• The boxes/ panels must be grounded properly to ensure all safety related measures for safe operation. The parts of panel, wherever applicable, must be insulated properly.

• All the Panels to be manufactured with sufficient space for working and must have temperature suitability up to 85°C with separate cable and bus bar alley.

3.3.7 Lightning protection and over voltage protection• The source of over voltage can be lightning or other atmospheric disturbance.

Main aim of over voltage protection is to reduce the over voltage to a safe level before it reaches the PV or other sub-system components as per NFC 17-102. Bidder to provide ESE type lightening arrester, placed at strategic locations to protect the plant from lightening and shall not cause any shadow on the solar modules.

• Necessary foundation / anchoring for holding the lightning conductor in position to be made after giving due consideration to shadow on PV array, maximum wind speed and maintenance requirement at site in future.

• The site is prone to lightning strikes and hence bidder is suggested to take utmost care while designing the lightning protection system. The Bidder shall

pg.106

Page 107: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

submit the drawings, calculations and detailed specifications of the PV array lightning protection equipment to Employer for approval before installation of system.

• The lightning conductor shall be earthed through flats and connected to the grounding mats as per applicable International Standards with earth pits. Three earth pits shall be provided for each lightning arrestor. Each lightning conductor shall be fitted with individual earth pit as per required Standards including accessories, and providing masonry enclosure with cast iron cover plate having locking arrangement, watering pipe using charcoal or coke and salt as required as per provisions of IS.

3.3.8 Scope of Civil Works3.3.8.1 Topographical Survey

Topographical survey shall have to be done of the proposed site at 5 m interval by Plain Table or any other suitable standard method of survey. All necessary levels as entered in the Field Book have to be submitted along with pre contour layout of the total site. The formation level of the proposed power plant has to be fixed with reference to High Flood Level of the proposed site. The ground level shall be flxed taking into consideration the highest flood level. Based on the above survey work, a general layout drawing with clear demarcation showing boundary pillars, location of control room, array yard, sewerage system and approach road and general drainage etc. has to be prepared. Six sets of drawings and survey reports along with all relevant documents to be submitted to MEW for approval.

3.3.8.2 Soil Testing

The successful bidder has to perform the soil test to ascertain soil parameters of the proposed site for construction of control room, HT lines & array yard. The Contractor shall carry out sub soil investigation through certified soil consultant. These reports shall be furnished to MEW.

The scope of sub soil investigation covers: execution of complete soil exploration including boring, drilling, collection of undisturbed soil sample, conducting laboratory test of samples to find out the various parameters mainly related to load bearing capacity, ground water level, settlement, and sub soil condition and submission of detail reports in six copies along with recommendation regarding suitable type of foundation for each bore hole along with recommendation for soil improvement whereever necessary.

3.3.8.3 Planning and Designing

The Contractor has to plan and design the control room building in a proper manner herewith. The Contractor has to develop general layout drawing of Array Yard, Internal Road & drainage (ensuring no water logging in the Power Plant Compound) along with sanitary plumbing layout of the Power Plant. The work also includes landscaping and beautification of the entire area of the Solar PV Power Plant. All design and drawings have to be developed based on specifications given in the tender, soil report, and relevant standards unless otherwise specified. All details related to internal electrification, water supply and sewerage system should be clearly shown in the drawings. MEW reserves the right to modify the landscaping design at any stage as per local site conditions/requirements.

pg.107

Page 108: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

All design should be developed considering optimal usage of space, material and labour without compromising the effect of shadow, cooling and ventilation, losses during interconnections etc.The contractor shall submit preliminary drawings for approval & based on any modification or recommendation, if any.

The building shall be with concrete consturction in compliance with the relevant international standards.

3.3.8.4 Control Room building• The control room building shall have to be designed based on the topological

survey report and soil testing report.

• The control room building shall be equipped with toilets, wash basin and overhead tank for water storage, with proper fresh water and sewage arrangement and septic tank has to be provided. Relevant standards have to be maintained during the construction.

• The interiors of the control room should follow proper standards. The minimum required distance must be maintained between the equipment.

• Access to the control room shall be limited to authorized personnel. Entrace doors shall be marked with danger high voltage warning signs. The exit doors and frames shall be of good quality teakwood.

3.3.8.5 Office furniture• Adequate and appropriate ergonomically designed furniture of approved make

for the control room shall be included in the offer. The furniture should be chosen in such a way that it matches the decor of the control room.

• Furniture shall be of reputed make.

3.3.8.6 Inspection and Testing

The Employer or its authorized representative shall have, at all times, access to the Contractor’s premises and also shall have the power, at all times, to inspect and examine the materials and workmanship of project work during its manufacture, shop assembly and testing. If part of the plant is required to be manufactured in the premises other than the Contractor’s, the necessary permission for inspection shall be obtained by the Contractor from the Employer or his duly authorized representative.

The Employer shall have the right to serve notice in writing to the Contractor on any grounds of objections, which he may have in respect of the work. The Contractor has to forthwith take necessary actions to remove the cause to the complete satisfaction of the Employer otherwise, the Employer at its liberty may reject all or any component of plant or workmanship connected with such work. The Contractor shall issue request letter to the Employer or its authorized representative for testing of any component of the plant, which is ready for testing at least seven days in advance from the date of actual date of testing at the premises of the Contractor or elsewhere. However, the Employer at its own discretion may waive the inspection and testing in writing under very special circumstances. In such case, the Contractor may proceed with the tests which shall be deemed to have been made in the Employer presence, and it shall forthwith forward two sets of duly certified copies of test results and certificates

pg.108

Page 109: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

to the Employer for approval. The Contractor, on receipt of written acceptance from the Employer, may dispatch the equipment for erection & installation.

For all tests to be carried out, whether in the premises of the Contractor or any Sub- Contractor, the Contractor, shall provide labor, materials, electricity, fuel, water, stores, apparatus and instruments etc. free of charge as may reasonably be demanded to carry out such tests of the plant in accordance with the Contract. The Contractor shall provide all facilities to the Employer or its authorized representative to accomplish such testing.

The Employer or his authorized representative shall have the right to carry out inward inspection of the items on delivery at Site and if the items have been found to be not in line with the approved specifications, shall have the liberty to reject the same.

If Employer desires, testing of any component(s) of the plant can be carried out by an independent agency. The inspection fee, if any, shall be paid by the Employer. However, the Contractor shall render all necessary help to Employer whenever required free of charge.

The Contractor has to provide the necessary testing reports to the Employer as and when required.

Neither the waiving of inspection nor acceptance after inspection by the Employer shall, in anyway, absolve the Contractor of the responsibility of supplying the plant and equipment strictly in accordance with specifications and drawings etc.

Authorized Test Centers for Test Certificates

The PV modules/ inverters/ cables and other Balance of system equipment deployed in the solar PV power plant shall have valid test certificates for their qualifications as per above specified IEC Standards by one of the Internationally acclaimed Accredited Test Centers in the country of the owner/contractor. In case of module types/ equipment for which such Test facilities may not exist in Afghanistan, test certificates from reputed IEC Member body accredited Labs abroad (with proof of accreditation) will be acceptable.

3.3.8.7 Commissioning and Completion of the Facilities

As soon as installation of the Facilities has, in the opinion of the Contractor, been completed as specified in the Technical Specifications, excluding minor items not materially affecting the operation or safety of the Facilities, the Contractor shall so notify the Employer (Project Manager/ EIC) in writing to witness the pre- commissioning of the facility.

As soon as all works in respect of Pre-commissioning are completed and, in the opinion of the Contractor, the Facilities are ready for Commissioning, the Contractor shall so notify the Project Manager in writing. The Contractor shall commence Commissioning of the facilities.

Commissioning of the Facilities shall be completed by the Contractor as per procedures detailed in the Technical Specifications and in the presence of the Project Manager or the representatives of the employer.

If the Project Manager notifies the Contractor of any defects and/or deficiencies, the Contractor shall then correct such defects and/or deficiencies, and shall repeat the procedure.

pg.109

Page 110: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

If the Project Manager is satisfied that the Facilities have reached Completion, the Project Manager shall, within seven (7) days after receipt of the Contractor’s repeat notice, issue a Completion Certificate stating that the Facilities have reached Completion as at the date of the Contractor’s repeat notice.

If the Project Manager is not so satisfied, then it shall notify the Contractor in writing of any defects and/or deficiencies within seven (7) days after receipt of the Contractor’s repeat notice, and the above procedure shall be repeated.

As soon as possible after completion, the Contractor shall complete all outstanding minor items so that the Facilities are fully in accordance with the requirements of the Contract, failing which the Employer will undertake such completion and deduct the costs thereof from any monies owed to the Contractor.

Upon completion, commissioning and successful demonstration of the PR test, the contractor shall be responsible for the care and custody of the Facilities, together with the risk of loss or damage thereto, and shall thereafter take over the Facilities or the relevant part thereof for the agreed duration of operation and maintenance as stipulated and mutually agreed terms and conditions.

4. Technical Specifications of Wind Turbine

4.1. Design, Manufacturing and Supply• Design, engineering, manufacture, in house testing and supply at site of suitable

low voltage, 50 Hz, upwind / downwind, horizontal axis Wind Electric Generators (WEGs) in the range of 600 kW and above rating complete with accessories as may be required for erection, commissioning and successful continuous operation of 4 MW capacity wind energy farm with the provincial grid. The WEGs shall be equipped with current limiting devices and capacitors (in case of induction generators) so as to maintain power factor conforming to the requirement of provincial grid.

• Design, engineering, manufacture and supply at site(s) of towers suitable for WEGs.

• Design, engineering, manufacture and supply at site(s) of wind farm internal electrical system.

• Design, engineering, manufacture and supply at site(s) of Grid interfacing equipment including transformers, HT lines, panels, kiosks, protection equipment, metering equipment for evacuation of power from the wind power plant to the nearest State grid sub-station.

• Design, engineering, manufacture and supply of all control system to give command to WEGs, receive data, processing and getting required report on energy generation, wind speed etc.

• Design, engineering, manufacture and supply Centralized Monitoring and Control System (SCADA).

• Design, engineering, manufacture and supply of any item not specified but essential for the wind farm.

pg.110

Page 111: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

• Stocking of adequate spares at site(s) for operation & maintenance of wind energy project. List of such spares to be provided.

4.2. Wind Monitoring Mast

The bid shall include supply, installation and maintenance of one wind monitoring mast (meteorological mast) at the offered site. Wind mast shall include all required data loggers, sensors etc. capable of recording data for a minimum of 10 minute intervals. Wind measuring system should be 16 quadrant types and of approved / accredited makes. The height of the wind mast shall be such that primary anemometer is mounted at the same height/level as that of centre of rotor of the WEG under test. Wind wane shall be mounted at a minimum of 1.5 m below the primary anemometer but within 10% of hub height based on its distance above ground level at the wind mast. It shall be mounted so that flow distortion effects are minimized. Temperature and pressure sensors should be located close to the hub height on the wind mast at a minimum of 1.5 m below the primary anemometer. If a control anemometer is used it should be located close to the primary anemometer in order to provide good correlation between the two instruments. Necessary instrumentation for measurement of instantaneous wind speed, direction of wind flow, atmospheric pressure& temperature and RH should be installed. Raw wind data for continuous one year shall be gathered by the wind mast. The raw wind data and wind frequency distribution for this period shall be given to MEW on monthly basis and for the full year as well.

Installation & commissioning including stabilization of wind mast shall be done before completion of stabilization period of wind farm and data collection by wind mast should start soon after commissioning.

4.3. Documents and Drawings

Following documents in three copies each shall be submitted to Owner for review and approval:

• Detail Technical Specifications.

• General Arrangement Drawing.

• Contour plan for the land area.

• Micrositing plan & wind farm layout.

• Layout diagram of the WEG protection system and control system.

• Schematic diagram for entire evacuation system and transmission loss calculations.

• G. A. drawings for overhead lines along with all types of structures, 33kV switchyard & Interfacing.

• Quality Assurance Plans.

• Copies of type test certificates along with test reports, routine and acceptance tests for major components.

4.4. Type and Rating of WEGs

pg.111

Page 112: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

The WEGs shall be:

• Of rating in the range of 600 kW and above.

• Upwind type.

• Three blade type.

• Horizontal axis with active yawing.

• Power Regulation (Pitch/Stall).

• Grid compatible type.

• Single speed, dual speed or variable speed.

• Of having survival wind speed capable to withstand cyclonic effect in the offered area.

• Generator having insulation class 'F' or better.

4.5. Design CriteriaThe WEGs shall be designed to have a life of not less than 25 (twenty five) years for continuous operation. Bidder shall indicate the list of components whose life may be less than 25 (twenty five) years, indicating approximate actual life of such items. The WEGs should be suitably designed to perform satisfactorily at rated capacity in Afghanistan climatic conditions with particular reference to offered site. The WEGs shall be designed to accept International make sub-components and consumables such as contactors, thyristors, fuses, lubricants etc. All material, components, sub-assemblies and equipment should be absolutely brand new. The blades should be designed based on standard specifications such as IEC 61400-1 which may be indicated by number, date and authority of issue.

4.6. Local Control SystemEach WEG shall have a Local Control System (LCS) and it shall be designed for automatic, unattended operation based on a microprocessor-controlled system with a power backup. The microprocessor and power control units shall be located properly and well ventilated. In case of tubular tower, the LCS shall be capable of operating satisfactorily at such temperature that may exist inside the tower without exceeding the permissible temperature rise. The LCS shall be able to display basic operating functions of the WEG and also the provision for stopping and restarting the WEG. In case offered WEG model does not have the display in the local control system, laptop should be made available during the visit of owner to view the display at LCS.

The LCS shall communicate with Central Monitoring & Control System at Master Control Room for operation, monitoring and control of all the WEGs, for display and recording of important parametersfor providing annunciations (or error messages) and stop, display & restarting of WEGs again on acceptable conditions.

The LCS shall have following features:

A. Display and recording of the following parameters:

pg.112

Page 113: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

i. Power (kW),ii. Voltage (V), of all the three phases in RMS values,iii. Frequency (Hz),iv. Current (A) of all the three phases in RMS values,v. Power factor,vi. Rotor Revolution Speed (rpm),vii. Brake activation,viii. Maximum power generated (kW) with time of generation,ix. Cumulative energy production,x. Cumulative active energy consumption from grid,xi. Cumulative reactive energy consumption drawn from grid,xii. Energy production for the grid (kWh),xiii. Operation time of generator,xiv. Status of wind turbine,xv. Yaw angle,xvi. Wind speed (m/s) and direction of wind flow,xvii. Actual reactive power consumption (kVAr),xviii. Temperature of generator, gear box, nacelle and control panels,xviii. Hydraulic oil pressure,xix. Lull period

B. Annunciations for the following conditions • Low oil level or pressure in gear box,• Yaw failure,• Cable twist,• Control system failure,• Excessive vibration in nacelle,• Worn-out brake pads,• Abnormal temperature in generator, gear box, yaw motor, brake calipers and

control panel,• Grid failure i.e. frequency error, excess current asymmetry, voltage failure,• Over speed of rotor and generator,• Activation of emergency stop brake,• Failure of capacitor units.

C. Stop, display and restart again when conditions are acceptable: • Low wind speed,• Excessive wind speed,• Untwisting of cables,• Activation of stop push button (restart when start push button is activated),• Stopping the WEG automatically whenever the grid supply fails,• Auto start of WEG on resumption of healthy grid supply irrespective duration

of Grid failure.• The LCS shall be connected with the Central Monitoring and Control System.

(SCADA) It should be possible from central monitoring and control system at the master control room to control all the Wind Electric Generators, give commands, record their various data and take out the printed reports of energy generated from the wind power project as a whole and from each WEG, export /import of energy etc.

4.7. Start-up

pg.113

Page 114: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

The WEG must be equipped with a soft start arrangement for limiting the starting current and avoiding peak loads on the grid and excess voltage drop across the generators. The maximum inrush/starting current shall not exceed 1.5 times full load current of the generator.

4.8. GeneratorThe generator shall be of three phase asynchronous / synchronous type and compatible for 50 Hz grid connection. The generator shall be designed for tropical environment and in accordance with relevant international standards, which should be stated in the offer in adequate detail. The rated output and voltage shall match the varying availability of wind on the one hand and all possible grid conditions on the other. The insulation class should be F or better.

In case variable speed WEGs are offered, the power electronics shall be suitable for Afghanistan (Farah) grid conditions.

Suitable device to monitor and control the temperature for ensuring proper functioning of all the equipment shall be provided. Successful bidder shall supply a copy of type test report and routine test reports for each Generator.

Generators shall be provided with temperature sensors and installed in the stator winding being part of the generator protection system. Generator windings etc. must be special corrosion protected to cope with condensation problem caused by the high RH –temperature gradient on the site. Generator should be protected against short circuit, earth fault and overload as per relevant IS or IEC code.

4.9. CapacitorsThe WEG shall be provided with capacitors in case of induction generators, for maintaining a minimum power factor of 0.95 at full load and as close to unity as possible during the entire available range. The capacitors shall be cut in after the start-up procedure is terminated. Self-excitation of WEG due to capacitors is to be avoided. The bidder shall furnish the rating of the capacitors. Capacitors shall be housed in a separate panel so that proper ventilation is maintained and the heat dissipated from the capacitors shall not affect components in the switchboard. Capacitors should be designed for tropical environment and in accordance with relevant International Standards, which should be stated in the quotation. All penalties/charges payable to MEW due to low power factor and reactive energy consumption beyond prescribed limits shall be borne by the Bidder only. Safety equipment must be provided for switching off the device for the capacitors so as to prevent excess voltage production WEG without being connected to the grid. The rated voltage of capacitors must be equal to the turbine nominal voltage +15%. Capacitors must meet standard IS 2993-1974IEC/EN/VDE. Switching contactors should have proper rating to handle making and breaking capacitor current.

4.10. Braking SystemsThe WEG shall have the provision for soft braking to avoid excessive loading on parts and structure. Each WEG shall have two independent braking systems and out of the two brakes, one of them may be aerodynamic type and act at 10% (ten percent) over-speed of the rotor. If aerodynamic brake is not provided, the bidder should furnish full details as to how the WEG will be “failsafe”, even when grid power is not

pg.114

Page 115: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

available. The bidder along with explanatory notes on their working principle shall indicate expected life of the braking system and the pads.

4.11. TowerTower may be either lattice type, or tubular (steel or pre-stressed concrete) type. Lattice tower shall be galvanized, tubular steel /concrete tower may be painted with anti-corrosion paint as per specifications & in accordance with International standards. Where tubular towers are provided for Stall regulated WEGs using tip spoilers, the tower should preferably have inspection door for tip spoilers checking and maintenance. Suitable numbers of sets of template to fix the foundation bolts in the concrete should be supplied. The tower should have convenient climbing devices and suitable landing platforms. Safety arrangements e.g. rope, belts etc. should be provided. Necessary foundation bolts/anchor plates/stubs should also be supplied. The exposed portion of the foundation bolts should be galvanized/ painted with anti-corrosive paint as per relevant international codes.

4.12. Switch BoardFor each WEG a switchboard shall be installed which must include all power distribution for the WEG protection systems, soft start, capacitor control etc. The general data for the switchboard are as follows:

Frequency : 50 Hz + 2 Hz (–) 2.5 Hz

Voltage : ±10%

Degree of protection: In door air-conditioned areas : IP22 In door non air-conditioned areas

o Ventilated enclosure : IP42 o Non Ventilated : IP54o Outdoor : IP55

Switch board shall be provided with adequately rated copper bus bar, incoming control, outgoing control etc. as a separate compartment inside the panel to meet the requirements of the CEA/CEIG.

All live terminals and bus bars shall be shrouded. The outgoing terminals shall be suitable to receive suitable runs and size of cables required for the WEG/Transformer rating.

Switchboard shall be designed and manufactured in accordance with the relevant International standards/IEC/EN/VDE. Distribution boxes, junction boxes, cold junction boxes, terminal boxes and all field mounted equipment to be furnished as per this specificationsand shall have weather proof protection conforming to IP 55.

Separate control and power panels shall be provided with separate power circuit for isolated operation of control circuit.

pg.115

Page 116: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

4.13. Earthing and Lightning protectionEarthlings (or grounding) of WEGs, transformers and all electrical installations shall be under the scope of the bidder. All electrical frames shall be effectively connected to earth at least at two points. Material required for earth electrode as well as earth current conductor shall be supplied by the bidder. Combined earth resistance at each WEG shall not be more than two Ohms. Earth electrode shall be designed to withstand the maximum possible short circuit current. Lengths of electrodes shall be such that the combined earth resistance shall not be more than two Ohms.

Bidder shall provide suitable independent earthling system for protection of blades, nacelle, and tower and step up transformer against any lightning surge. Effective earth resistance on individual electrodes shall not be more than 5 Ohms (Five Ohms) and the combined earth resistance shall not be more than two Ohms. The work shall be executed, as per International codes. Bidder should append a drawing showing the earthling arrangement for WEG and transformer. Care shall be taken to protect electric and electronic equipment within the control panel against any lightning/switching surges which are expected in electrical network. For this purpose, the bidder shall provide suitable arrangement in the panels.

4.14. Technical Information to be provided by the BidderThe successful bidder shall be required to provide three copies of the following information, drawings and documents, within two weeks of the placement of order:

• Technical particulars and general data of WEGs, Generator, Rotor, Tower, Yawing system, Brake system, Gear system (in case of geared machines), Hub, Nacelle, Main shaft, Main bearing, Coupling, Power panel, Control system, Power factor compensation (if required), AC-DC-AC convertor (if required).

• Technical particulars of transformers indicating losses, circuit breakers, current transformers, potential transformers and cables.

• Specifications of anti-corrosion treatment.

• PERT/GANTT diagram showing broad time schedule of supply, erection and commissioning.

• Wind farm layout drawings indicating WEGs, roads, overhead lines, sub-stations, buildings etc.

• G A drawing of entire electrical system for grid interfacing andinterconnection.

• Foundation drawings for towers.

• SLD of the evacuation system with conductor size etc. like unit substation, 33kV internal overhead line, common group control and metering station, if required, common EHV substation, external overhead line up to the grid substation of the sub-station.

4.15. Civil Works for WEG Turbine 4.15.1Scope of Work

The scope of work under civil works shall include:

pg.116

Page 117: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

a. Land development for the wind farm. b. Conducting contour survey and soil testing. c. Foundations of WEGs. d. Switchyard civil works including foundations of step-up transformers & HT

switchgear kiosk and structural steel. e. Room for housing WEG local control panels. f. Construction of suitable control room for housing the CMCS equipped with air

conditioner on shared basis. g. Office cum stores building on sharing basis.

4.15.2Design Criteria

All civil, structural and architectural works shall be designed, supplied and constructed as per latest editions of International Codes and Standards with addendums and supplements. In case of ambiguity between codes, specifications and drawings, the more stringent of them shall govern.

The Bidder shall conduct geo-technical investigations and decide on various design parameters he proposes to adopt for foundation design. No commercial implications for any variations in this regard during execution shall be entertained.

All structures and portions thereof shall be analyzed and designed to sustain various loads and combinations thereof, conforming to the latest revision of applicable International Standards, specifications, engineering practice and other technical requirements. All structures shall be designed to sustain worst combination of dead loads plus assigned live loads, equipment, wind, seismic, temperature or other loads it is being subjected to. Minimum factors of safety against overturning, sliding and hydrostatic uplift adopted for design shall be mentioned by the bidder in the bid. Stability of structures shall be investigated for loading conditions during construction. However, factors of safety given in relevant Standards and codes shall also be taken care of.

4.15.3Materials and Job Specifications

All materials which may be used in the work shall be of standard quality manufactured by renowned concerns conforming to International Standards or equivalent, shall have IS mark as far as possible, unless otherwise approved by Engineer In-charge.

The Contractor shall get all the materials approved from Engineer In-charge prior to use. The Engineer In-charge shall have right to determine whether all or any of the materials are suitable. Any materials procured or brought to site and not conforming to specifications and satisfaction of the Engineer-in-charge shall be rejected and the Contractor shall have to remove the same immediately from site at his own expense and without any claim for compensation due to such rejection.

Providing and operating necessary measuring and testing devices and materials including all consumables are included in the scope of work. No separate measurement or payment for testing the work shall be made. The rates quoted for various items shall be deemed to include the cost of such tests which are required to ensure achievement of specified qualities.

4.15.4Detailed Contour Survey & Soil Investigation of the Site(s)

pg.117

Page 118: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

A detailed contour survey with 2 m contour interval in case of uneven land and at 5 m interval in case of even land shall be carried out and drawings prepared by the EPC Contractor. Boundary stones shall be fixed for identification of land along the border of the area. The EPC Contractor shall also be responsible for detailed soil investigation at all WEG locations for the purpose of foundation design.

4.15.5Land Development for site(s) activities

The EPC Contractor shall be responsible for making the site ready by clearing of bushes, felling of trees (if required), leveling of ground (wherever required) etc. for commencing the project.

4.15.6WEG Tower Foundation i) General

The work shall comprise of design and construction of wind turbine foundations as per locations indicated on the final layout drawings prepared after micrositing.

The successful bidder shall furnish sources of steel (reinforcement and structural), cement and concrete ingredients i.e. coarse aggregate, fine aggregate, water and admixture. The foundation design shall suit the local soil conditions and the materials used viz. cement, reinforcement steel etc. shall conform to relevant standards. Bidder shall furnish the safe bearing capacity of soil, concrete mix design calculations, and detailed construction drawing for the foundation for the WEGs to OWNER before proceeding with the work. The Contractor shall mention the survival wind speed considered for design of WEG Tower Foundations.

ii) Excavation, back filling and stone pitching The Contractor shall carry out all excavation works in accordance with the dimensions and levels indicated on the drawings.

The excavated material under above categories shall be kept separately, so that good quality material can be used, as required.

Excavation shall be carried out in accordance with the International guidelines.

Blasting, if required, shall be carried out strictly in accordance with International Codes and the latest State laws, regulations and rules. Blasting, if done, shall at all times be carried out under the supervision of fully qualified, experienced and licensed supervisors.

If any damage of any kind occurs, the Contractor shall be solely responsible for such damages or any claims that may arise there from, and shall, at his own expense, carry out repairs or restoration as the Site Engineer may direct.

The Contractor shall obtain written permission of the Site Engineer for each location where the Contractor wants to use explosives.

Back filling of foundation shall be carried out as shown on the drawings or directed by the Site Engineer with suitable materials. Filling materials shall be spread, leveled and thoroughly compacted in layers not more than 20 cm thick or as directed by Site Engineer. Each layer shall be separately compacted to achieve the required state of compaction to be confirmed by FDD test.

pg.118

Page 119: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Wherever shown on the drawings/ directed by Site Engineer, dry stone pitching shall be placed at suitable locations to protect the slopes. The area to be pitched shall be trimmed and any loose material re-compacted. Pitching shall be laid on a bed of approved granular material.

iii) Reinforced Concrete & Plain Cement Concrete Works The works shall consist of making and placing concrete for reinforced concrete works in conformity with the drawings or in accordance with the written instructions of the Site Engineer.

All materials, workmanship and testing shall comply with the latest revisions of the relevant International Standards/ Codes of Practices referred to in these specifications and notes given on the drawings.

Unless otherwise stated in these specifications, for example the IS: 456-2000 or relevant international code“Code of practice for Plain and Reinforced Concrete", and the standards referred to in this code of practice are applicable to reinforced concrete work.

Water used for all purposes throughout the works shall be according to for example IS: 456-2000 or relevant international code.

Potable water is generally satisfactory but it shall be tested prior to use in works and conform to the permissible limits outlined as per for example IS: 456-2000 or relevant international code, when tested in accordance with IS: 3024-1964. The pH value of water shall not be less than 6.

Coarse aggregate shall be sampled and tested according to for example IS: 456-2000 and IS: 2386 (part 1 to 8)-1963 (reaffirmed 1990) or relevant international code. To be acceptable, the results shall fall within the grading indicated in for example IS: 383-1990 or relevant international code. Coarse aggregates shall be obtained from natural sources crushed or uncrushed or combination thereof from approved quarries. It shall be hard, strong, dense, durable, clean and free from foreign matters. It shall be roughly cubical in shape and shall comply with for example IS: 383-1999 or relevant international code. Maximum quantities of deleterious materials in the coarse aggregate shall not exceed the limits laid down in for example IS: 383-1999 or relevant international code.

Fine aggregates shall be hard, durable, clean and free from adherent coating and organic matter and shall not contain clay. Sand shall not contain harmful impurities such as iron, pyrites, coal particles, lignite, mica shell or similar laminated and other impurities which might affect the durability of concrete or attack the reinforcement.

When tested as per IS: 2386 (part 1 to 8) 1963 (reaffirmed 1990) or relevant international code fine aggregate shall not exceed the permissible quantities of deleterious materials outlined in for example IS: 383-1990 or relevant international code. It shall be obtained from natural sources such as Natural River or pit sand, crushed stone sand or mixture of these alternatives.

The Contractor shall perform trial mixes and preliminary tests of each class of concrete. The selection criteria will be compressive strength, workability and surface finish and shall follow the procedures outlined in for example IS: 456-2000 or relevant international code.

pg.119

Page 120: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Concrete tests shall be carried out before undertaking the works according to the composition selected for the purpose of the concrete works.

The concrete shall be mixed in a mechanical mixer. The mixing shall be according to for example IS: 4926-1976 (reaffirmed 1990) or relevant international code.

Concreting in unfavorable weather will not be permitted. Precautions outlined in for example IS: 7861 (part 1)-1974 (reaffirmed 1990) and IS:7861 (Part-2) 1981(reaffirmed 1987) or relevant international code shall be followed.

All concrete surfaces shall be maintained in moist condition and protected.

Single sized coarse aggregates shall be graded as specified in for example IS: 383-1990 or relevant international code. Maximum size of coarse aggregate shall be 40 mm for Plain Cement Concrete and 20 mm for Reinforced Cement Concrete.

Fine aggregates shall be sampled and tested according to for example IS: 456-2000 and IS: 2386 (part 1 to 8) -1963 (reaffirmed 1990) or relevant international. To be acceptable the results shall fall within the grading zones I-III laid down in for example IS: 383-1990 or relevant international code.

Fine aggregates shall be hard, durable, clean and free from adherent coating and organic matter and shall not contain clay. Sand shall not contain harmful impurities such as iron, pyrites, coal particles, lignite, mica shell or similar laminated and other impurities which might affect the durability of concrete or attack the reinforcement.

When tested as per for example IS: 2386 (part 1 to 8) 1963 (reaffirmed 1990) or relevant international code, fine aggregate shall not exceed the permissible quantities of deleterious materials outlined in for example IS: 383-1990 or relevant international code. It shall be obtained from natural sources such as Natural River or pit sand, crushed stone sand or mixture of these alternatives.

The Contractor shall perform trial mixes and preliminary tests of each class of concrete. The selection criteria will be compressive strength, workability and surface finish and shall follow the procedures outlined in for example IS: 456-2000 or relevant international code.

Concrete tests shall be carried out before undertaking the works according to the composition selected for the purpose of the concrete works.

The concrete shall be mixed in a mechanical mixer. The mixing shall be according to for example IS: 4926-1976 (reaffirmed 1990) or relevant international code.

Concreting in unfavorable weather will not be permitted. Precautions outlined in for example IS: 7861 (part 1)-1974 (reaffirmed 1990) and IS:7861 (Part-2) 1981(reaffirmed 1987) or relevant international code shall be followed.

All concrete surfaces shall be maintained in moist condition and protected against harmful effects of weather, for at least for two weeks of placing.

iv) Shuttering The works shall consist of supply, fabricating, placing and removing all temporary forms for shaping of concrete, together with all temporary construction required to support such forms. The Contractor shall be responsible for the correct dimensions,

pg.120

Page 121: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

alignment, leveling, cleaning and oiling. All shuttering shall be approved by Engineer-in- charge but it will not dilute in any way Contractor's responsibility.

Shuttering shall not be removed before the concrete is sufficiently set and hardened.

v) Steel ReinforcementThe work shall consist of supplying, cutting, bending, placing and fixation of reinforcement bars of the grade, type and size specified on the drawings. Unless otherwise stated in this specifications the IS: 2402-1963 (reaffirmed 1990) shall be applied to this work.

Reinforcement shall be high strength deformed bars grade Fe-415, Fe-500 as mentioned in the drawing, confirming to for example IS: 1786-1985 (reaffirmed 1990) or relevant international code. The Contractor shall furnish test documents of steel reinforcements to be used in the works or get required tests done at an approved laboratory.

vi) Anchor Plates/Anchor Bolts/Stubs/Circular Embedment Anchor plates/Anchor Bolts/Stubs/Circular Embedment along with necessary templates will be provided by the wind electric generator supplier. The Contractor shall be responsible for correct placing and fixation in accordance with dimensions, levels and specifications within the tolerances given on the drawings.

vii) P.V.C Tubing P.V.C tubing for laying of cables shall be provided as per diameters shown on the drawings. P.V.C tubing shall be of Class-3 and suitable for a working pressure of 6 kg/cm². The P.V.C tubing shall comply for example IS: 4984-2000 and IS: 7834 -1987 or relevant international code. Solvent cement shall be used for jointing of P.V.C. tubing.

viii) Switch yard civil works Switchyard civil work includes step up transformer plinth, HT Switchgear kiosk plinth, two pole / 4 pole structure foundation, earth pits, metal spreading curb wall in and around switchyard and fencing. The transformer/HT switchgear kiosk plinth shall be made of concrete or dressed stones masonry conforming to relevant standards. The height of transformer/HT Switchgear kiosk plinth shall be decided based on the requirement of ground clearance as per voltage of unit substation.

Earth pit construction shall be of brick masonry with precast RCC (1:2:4) cover.

The fencing of the switchyard shall be with GI chain link of 1800 mm height with MS Angle posts.

The gate shall be made of steel of the same height as that of the fencing.

5. Technical Specification for Large Scale Storage Battery

Capacity of the battery bank should be designed in such a manner that the energy stored in the battery should cater to a loads of 4 MW for 4 hours. The load and energy priority is mentioned in section 12 below.

The Batteries should be GEL/SMF type.

pg.121

Page 122: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Relevant IEC Standards should be referred to during designing the battery bank.Below is the list of IEC/IS specifications for the battery specifications:

o IS 1651 & IS 13369, Stationary lead-acid batteries – Vented types – General requirements and methods of test.

o IS 15549, Stationary Valve regulated lead-acid batteries specification. o IS 15767 (2008) / IEC 62259, Secondary cells and batteries containing alkaline

or other non-acid electrolytes-Nickel cadmium prismatic secondary single cells with partial gas recombination.

o IEC 61951 – 1, Secondary cells and batteries containing alkaline or other non-acid electrolytes-Portable sealed rechargeable single cells-Part 1: Nickel cadmium.

o IEC 61951 – 2, Secondary cells and batteries containing alkaline or other non-acid electrolytes-Portable sealed rechargeable single cells-Part 2: Nickelmetal hydride. 70 IEC 61960, Secondary cells and batteries containing alkaline or other nonacid electrolytes-Secondary lithium cells and batteries for portable applications.

Autonomy is for one (1) day.

Depth of discharge is limited to 80%.

Batteries will be warranted for minimum 5 years.

The typical charge and discharge currents are the following:o Maximum charge current: C/10 A.o Average discharge current determined by the load: C/120 A.

Note 1:Depending on the system design, the charge and the discharge current may vary in a wider range.

NOTE 2: In some systems the load current must be supplied at the same time as the battery charging current.Period of high state of charge:

Typically, batteries will be operated at high state of charge between 80 to 100% of rated capacity during seasons other than the monsoons, unless batteries and systems are not properly sized. A voltage regulator system normally limits the maximum battery voltage during the recharge period. When generation voltage exceeds beyond the limits, the controller should trip-off and reconnect back as soon as the generation voltage comes to normal range to avoid any delay in charge cycle. Charge controller should be sized accordingly to keep the battery & load always safe & getting charged. The system designer should choose the maximum charge voltage of the battery (as applicable to each battery technology) as a compromise allowing to recover to a maximum state of charge (SOC) as early as possible in the seasons other than the monsoon but without substantially overcharging the battery. The overcharge increases the gas production resulting in water consumption in vented cells. In valve regulated lead acid cells, the overcharge will cause a lesser increase of water consumption and battery internal temperature there by reduction in battery life. Typically the maximum charge voltage is 2.4 V per cell for lead-acid batteries and 1.55V per cell for vented nickel-cadmium batteries (refer manufacturers recommendations). These values are applicable for the reference temperature

pg.122

Page 123: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

specified by the manufacturer. For the other batteries, the values shall be given by the battery manufacturers. Charge voltage compensation shall be used according to the battery manufacturer instructions if the battery operating temperature deviates significantly from the reference temperature. The expected life-time of a battery in a PV system even kept regularly at a high state of charge may be considered less than the published life of the battery used under continuous float charge.

6. Technical specifications of Diesel Generator6.1 Engine

Cummins or Equivalent renowned brand Engine. Direct Injection water Cooled Diesel Engine 4 Stroke 6 cylinder

confirming to ISO 3046 standard. The Generator Set should be of Prime Power Rating and should have capability of

running continuously in variable load condition for unlimited hours per year and should also have a 10% overload capacity of 1 hour in every 12 hours of operation.

6.2 Air System – Intake and Exhaust Dry-type Replaceable paper element Air cleaner. Restriction Indicator/ Vacuum indicator. Turbocharger. Intake Manifold. Pulse tuned Exhaust Manifold. Silencer suitably optimized to meet International stringent sound emission

standards. Stainless Steel Exhaust Flexible coupling for long life.

6.3 Fuel System Fuel pump. Injectors-Electrical Two Step Timing control. Full flow paper element filters - Fuel.

6.4 Lubricating Oil System Plate type lub oil cooler. Full flow paper element filters - lubricating oil. First fill lubricating oil. Bypass filter

6.5 Accessories Flywheel Housing. Flywheel. Anti-vibration pads. Base rail with integral fuel tank with level indicator of above 400 liters capacity

provided with drain plug for drainage and air vent/breather and inlet and outlet connection with cleaning provision (man hole).

6.6 Starting System Electrical Starter – 24 volts. Engine driven Battery Charging Alternator. Two nos. of 12 volts of 180 AH Dry Uncharged battery with suitable connection

terminals and leads for proper battery connection.

6.7 Alternator Manufacturer: M/s Cummins Generator Technology (Stamford) or equivalent.

pg.123

Page 124: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Power factor : better than 0.8 Rated generating voltage : 415 Volts Voltage regulation: +/- 1% all load between no load to full load. Frequency : 50 Hz Class of insulation : H Winding connection : Star connection (all six leads will be brought out of stator

frame) Overload capacity – 10% for one hour in any 12 hours of operation without

exceeding temperature rise limits specified for example in BS 2613 or equivalent standards.

Bearing : Single Bearing Enclosure: Drip proof & screen protected IP 23. The alternator shall be of self-excited, self-regulated, self-ventilated in brushless

design, provided with suitable automatic voltage regulator and shall conform to BS: 2613 or BS: 5000 and shall give rated output at NTP conditions.

6.8 Acoustic Enclosure Shall be suitable to suit norms of 75 dBA @1 meter at 75% load under free field

conditions. Removal of Filters etc. should be easy – Ease of serviceability is important. Air inlet louvers specially designed to operate at rated load even at 50 deg ambient

or air inlet temperature. Quality and proper workmanship, Made on special purpose CNC machines. Power coated for long lasting service life and superior finish. With UV resistant powder coating, can withstand extreme environments. Hardware should be rust free. Should be Stainless steel. Insulation material meets IS: 8183 specs or equivalent international standards for

better attenuation.

6.9 Integrated Generator set controller : Microprocessor Based integrated Generator Set Monitoring, Metering, Protection

and electronic governing system. Engine Monitoring, protection and diagnostics:

o Lubricating oil Pressure.o Coolant Temperature.o Engine speed.o Hours run.o Battery Voltage.o Common Warning.o Common Shutdown.o High Coolant temp warning and shutdown.o Low lube oil pressure warning and shutdown.o Low coolant level shutdown.o Overspeed Shutdown.o Battery Charging failure indication.

AC Metering & Alternator Protection:o AC Voltage – 3 Phase.o Current - R Y B 3 Phase.o Power Factor.o Over voltage.o Under Voltage.

pg.124

Page 125: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

o Over & under Hz.o Over current.o KVA & Hz.o Kilowatt Contd.

Operator Interface:o Manual Start Stop.o Remote Start Stop.o Cyclic cranking.o Alternator voltage trim adjustment.o Field Trim adjustment.

6.10 AMF Panel for diesel generator set The Generator control shall be indoor type, floor mounted, dust and vermin proof

in sheet steel construction. The panel shall have doors at the front and back for proper maintenance. The panel shall have steel channel fabricated kick-plate and bolted type cable gland plate fitted at the bottom. The panel shall be constructed from 2 mm thick steel sheet. All the joints shall have proper gaskets.

Monitoring and control devices shall be housed on the front door. Generally the construction of the panel will be such that various equipment’s for applications will be housed in compartments. All incoming and outgoing power and control cables shall be from the bottom.

Panel will be equipped as follows: o 2 nos. 4 pole, 800Amp ACB EDO type.o 1 set of CTs for Metering

Metering:o Ammeter with selector switch.o Voltmeter with selector switch.o Frequency metero KWH metero KW/PF meter

AMF Logic:o One Main supply voltage monitor.o One Alternator supply voltage monitor. o One set of DC control relays and timers.o One Set of control relays for the automatic control system.

Battery Charger:o One Battery charging transformer/ rectifier unit.o One DC Ammeter.o One DC Voltmeter

Indications :o Set running.o Set on Load.o Phase Indication.

7. Expected Electrical Energy Generation

The bidder should indicate the guaranteed electrical energy generation from their system after making proper assessment and submit along with the bid document.

pg.125

Page 126: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

8. Typical SLD for the Hybrid Power Plant

pg.126

Page 127: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

9. Typical module mounting structure drawing (4x12 array)

pg.127

Page 128: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

10. Typical SLD for the complete Hybrid Power Plant

This is a sample SLD and the bidders have to comeup with their own design and SLD.

pg.128

Page 129: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

11.Typical Bill of Material

Bill of material as envisaged in the present design is shown below. Bidders are free to select equipment sizing and numbers based on their design.

Sr.No Description

1 Civil foundations for MMS2 Control Room (100 ft x 20 ft)3 Solar PV Panels (>250 Wp)4 2V/600 AH GEL/SMF Battery5 20 KW Grid Tied Inverter6 8 KW Hybrid Inverter7 Multi Cluster Box8 Wind Turbines9 HT Panel and associated safety

switch gear.10 Metering Cubicle11 Module Mounting Structure

(MMS)12 Diesel Generator 13 Cables and accessories14 Structure, PV Installation and

Electrical Installation

15 415V/20 KV Transformer

pg.129

Page 130: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Site Details and Safety Requirements

Access and Use of Site

The Contractor shall be responsible for surveying all routes to ensure that abnormal loads can be transported to their required destination. The Employer will accept no responsibility for damage, congestion or delays which may result due to inadequate route surveys or to the common use of available road connections and entrances by other vehicles using the Site.

The Contractor shall inform himself fully as to all transport facilities, requirements and loading gauges to ensure that all equipment as packed for transport shall conform to these limitations, and shall be responsible for all damage to roads, bridges, etc. during transportation.

The Contractor is responsible for locating an area of land for the storage of Plant and equipment and for any on-Site fabrication which may be necessary during the execution of the Contract. The Contractor shall provide his own hard-standing storage, car parking, working areas and access ways and any roofed accommodation where necessary.

Site Facilities

The Contractor shall establish Site facilities as described herein in the vicinity of plant sites.

The Contractor shall provide Site accommodation for his own and Subcontractors’ staff.

The Contractor shall establish and operate a Site security system. All staff employed on Site will be issued with security passes by the Contractor to permit access to and from the Site. It shall be the Contractor’s senior representatives’ responsibility to ensure that security rules are complied with. No vehicles will be allowed on Site except those carrying Materials, or otherwise necessary for construction.

The Contractor shall ensure that at least two people amongst the Site staff and this for each of the different working areas/working groups, during Site working hours are trained in first aid. A first aid facility shall be maintained with the basic needs.

The Contractor shall supply, maintain and service for the duration of the Contract, Site office accommodation for the Employer’s construction management personnel. This accommodation shall be separate from but adjacent to the Contractor’s own offices and other facilities at each site and shall meet the Employer’s Requirements, i.e. the accommodations for the Employer’s Personnel shall be of a standard at least equivalent to that provided for the Contractor’s most senior management staff on Site.

The offices shall be suitably furnished with desks, chairs, benches and lockable filing cabinets. The offices shall be installed with full office facilities, together with free electrical supply, lighting and small power, telephone lines, internet connection, water supply, sewerage and drainage. The Contractor shall supply dedicated graded parking areas adequate for at least twelve vehicles at each of the sites.

pg.130

Page 131: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Site Services during Construction

The Contractor shall be responsible for the provision of all temporary Site or construction services.

Site construction electricity supplies

The Contractor shall be responsible for making arrangements for the use for the Works of supplies of electricity as may be required, including the provision at his own cost of any apparatus necessary for such use and the payment of any charges levied for such supplies.

Unless specific instructions are given to the contrary by the Employer the following shall also apply:

a. All cables or conductors which may normally have applied to them a voltage to earth exceeding 65 volts must be enclosed in a metallic sheath which is continuous and is effectively earthed.

a. All cables and conductors which may have applied to them a voltage to earth exceeding 25 volts but not normally exceeding 65 volts shall, unless they are enclosed in a metallic sheath which is continuous and is effectively earthed, be insulated and sheathed and shall comply with IEC 60227, IEC 60245 and IEC 60227 as applicable.

b. All hand lamps are to be arranged for 25 volt working and adequate precautions shall be taken to prevent any 25 volt system or apparatus becoming live from any higher voltage system.

c. The use of portable electric hand-held tools and light mobile apparatus at a potential greater than 110 volts will only be permitted if the supply circuits incorporate approved earth leakage protection equipment.

As soon as any parts or the whole of the Contractor’s installation is no longer required for carrying out the Works, the Contractor shall disconnect and remove the same to the satisfaction of the Employer.

Water supplies

The Contractor shall be responsible for providing any water supplies requiredduring the construction of the Works, including the permanent treated water supply and the permanent clean water supply for the cooling water make-up.Notwithstanding any indicative water analysis which may be included in the Tender Documents, it is the Contractor’s responsibility to obtain a current analysis for the purposes of design and construction.

Other services

The Contractor shall also provide:

a. temporary fencing, lighting and guarding and all other materials and services necessary for the safety and security of persons and property;

b. temporary roads, parking areas, etc.;c. telephones, internet connection and fire-fighting equipment;d. waste disposal facilities;e. sanitary facilities;

pg.131

Page 132: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

f. all necessary temporary equipment for construction, commissioning and testing;

until the Taking-Over Certificate has been issued.

Safety

Health, safety and welfare regulations

In undertaking the Works, the Contractor shall comply with the provisions of the United Kingdom “Health, Safety and Welfare Regulations”, 1996, Clauses 1 to 30 inclusive and Schedules 1 to 8 inclusive, and the United Kingdom “Management of Health and Safety at Work Regulations 1992 Approved Code of Practice ” or equivalent international standard.

None of the requirements contained herein below shall relieve the Contractor in any way of responsibility for the health and safety of personnel on Site.

Construction, design and management

The Contract will be carried out under the provisions of the latest version of The Construction (Design and Management) Regulations “the CDM Regulation”, (published by the Health and Safety Executive of the United Kingdom). The Contractor shall be fully conversant with his liabilities under these Regulations.

A member of the Contractor’s team shall be appointed as the Planning Supervisor as soon as practicable in accordance with Clause 6 of the CDM Regulation.

A health and safety plan shall be submitted in due course by the appointed Planning Supervisor, and the Contractor shall input to this plan all relative preliminary health and safety documentation.

After award of Contract, but before construction work begins (see Employer´s Requirements), the health and safety plan shall be passed to the Contractor to ensure that it is properly adjusted to the Contractor and his Subcontractors involved and to Site activities. As Principal Contractor, the Contractor must incorporate into this plan comprehensive method statements for all major construction activities and submit these to the Employer for review at least thirty (30) days prior to the commencement of the relevant activity. The method statements will include, but not be limited to, working methods, plant utilization, construction sequence and safety arrangements.

The Principal Contractor’s key duties are to:

a. develop and implement the health and safety plan, including rules for management of the construction work;

b. ensure that contractors and workers comply with the health and safety plan;c. monitor health and safety performance of contractors and give directions as

appropriate;d. arrange for competent and adequately resourced contractors to carry out the work

where it is subcontracted;e. ensure the co-ordination and co-operation of contractors;

pg.132

Page 133: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

f. obtain from contractors the main findings of their risk assessments, the steps to be taken to control and manage the risks, including method statements for all aspects of the work;

g. ensure that contractors and workers have information about risks on Site and that there are co-ordinated arrangements for workers to discuss health and safety and offer advice to the Principal Contractor;

h. ensure that all workers are properly informed, consulted and trained on health and safety issues in accordance with the UK Management of Health and Safety at Work Regulations 1999 (EC Directive 89/391/EEC);

i. make sure only authorized people are allowed onto the Site; andj. pass information to the Planning Supervisor for the health and safety file.

Ownership, release and possession of the site

The Employer will be the Controller of Premises (as defined in the United Kingdom Health and Safety at Work Act 1974) unless the relevant part of the Site has been released by him for possession by another party.

The Contractor may be given possession of the Site or he may be required to share occupancy with any other party notified by the Employer or with the general public. In the case of shared occupation, the Contractor may be the Controller of Premises responsible for other parties; or he may be required to submit to the control of another party who may or may not be the Employer or another contractor.

Different parts of the Site may be released to the Contractor at different times and with different conditions of control and occupation.

Hazards

The Contractor shall take precaution against such hazards as are particularly related to the Employer’s occupation and use of the Site, and which are known or expected to be present on it.

The Contractor shall warn and instruct his workmen and all other persons (including visitors) under his control as to the hazards and precautions to be taken. Such instruction shall be in the Contractor’s Safe Systems of Working or other documents issued under this Specification.

The Contractor shall remain alert to the possibility of other hazards, and if they occur he shall give instruction in accordance with the aforementioned procedure.

There are hazards associated with the Site or the Employer’s occupation or use of it. Some will be present at all times; others may be intermittent or may not exist until work has been carried out by the Contractor or others, or Plant has been commissioned.

There is a potential hazard to persons working near the Kunduz River or Power Canal, bathing in the river or using boats.

Buried electricity cables of all voltage ratings may be encountered when working at existing power stations and switchyards or substations. Record drawings are often incomplete or out of date. Hazards include electrocution and indirect consequences from the stoppage of process plant.

pg.133

Page 134: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Overhead conductors of all voltage ratings may be encountered. On operational sites the clearance may be lower than along highways or in public areas. Hazards are as for buried cables, with the additional risk of arcing.

Any operational plant may contain moving machinery. Much of this is automatically controlled and may start without warning. There is electrical plant associated with such machinery, carrying the same hazards as electricity cables.

Machinery such as engines, turbines, generators, pumps or compressors operating inside buildings may produce very loud noise. High speed machinery may produce high frequency noise. The hazards are short- and long-term hearing damage if ear protectors are not worn.

Any road on an operational site may carry moving vehicles which are relatively heavy for the class of road. Tractors and other machinery may operate on unpaved areas.

In areas where an arc flash can occur (switch rooms, etc.; or where welding processes are carried out) wearers of contact lenses can sustain irreparable damage to their eyes. This can occur whether or not safety spectacles are worn over the contact lenses.

Health hazards may exist. HIV/AIDS and other sexually transmitted diseases may be a hazard in the region.

Controller of premises

The Controller of Premises shall be the party nominated as such to the Contractor by the Employer from time to time for the whole or any part of the Site.

The Contractor shall not carry out any work on any part of the Site for which the Employer has not nominated the Controller of Premises. In such event the Contractor shall immediately inform the Employer that he requires to know the identity of the Controller of Premises.

The Controller of Premises shall have authority to direct any of the Contractor’s operations so far as they affect the safety of any person but no further. Any such direction shall be deemed to be an instruction of the Employer given under the Contract, provided that this sub-clause shall not apply where the Contractor is the Controller of Premises.

Where the Contractor is the Controller of Premises he shall have authority to direct the operations of the Employer’s or other contractors’ or his Subcontractors’ personnel so far as they affect the safety of any person, but no further. The Employer’s Personnel will obey, and the Employer will instruct other contractors to obey, such instructions.

Where the Contractor is the Controller of Premises for any area of the Site he shall be responsible for the security of that area and inspection and maintenance of any fences or safety guards within or immediately bounding that area. Provided that if any existing fences or safety guards are defective before the area is released to the Contractor, he shall have the right to require the Employer to remedy such defects before the Contractor assumes responsibility under this sub-clause.

pg.134

Page 135: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Where the Contractor is the Controller of Premises for any area of the Site he shall, if in the opinion of the Employer it is practicable to do so, erect and maintain adjacent to each entrance to that area a display board clearly visible to all visitors, reading:

“Health and Safety at Work”

“The Controller of Premises for this area is (Name of Contractor). All visitors and contractors/suppliers entering this area shall report to (Name of Person) of (Name of Contractor) at (Location of office and telephone number if appropriate). No inspection or work shall commence until appropriate permission has been granted”.

Release and possession of the site

If the Contract contains a term governing the release or possession of the Site to or by the Contractor, such release or possession shall be deemed to be limited by the provisions of this Specification.

This Specification shall apply to any part of the Site released to the Contractor.

Documents

The Contractor shall carry out his operations in accordance with current legislation and statutory instruments, and in particular with the relevant provisions of the following documents, which give instructions on hazards specific to the Employer’s Plant and operations. Copies of the specific documents listed below shall be viewed by arrangement with the Employer. All other documents listed must be purchased by the Contractor for use on Site.

The Contractor shall comply with the relevant provisions of the following documents, so far as they relate to his methods of working:

a. The Employer’s Statement of Safety Policy and Organization with Charts and Appendices.

b. The Employer’s Health and Safety at Work Manual.c. The Employer’s statement of Local Arrangements for Health and Safety, including:

i. any Safe System of Working,ii any Permit to Enter System, andiii any Permit to Work System.

If so requested by the Contractor, the Employer will provide copies of these documents to the Contractor.

Contractor’s safety policy

If before the acceptance of his Tender the Contractor has not provided to the Employer a copy of his Safety Policy, he shall do so forthwith and he shall not enter on to the Site until he has done so. If the Contractor so requests his Safety Policy will be returned to him.

pg.135

Page 136: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Contractor’s safe systems of working

Prior to performance of the Tests on Completion on Site, the Contractor shall establish a Safety and Permit-to-Work system for the Site to ensure that Plant is put into and taken out of service in a safe and controlled manner, that the integrity of any adjacent operational plant is maintained and any adjacent construction work can be undertaken in a safe manner. The system shall incorporate, where applicable, any Permit-to-Work system employed by the Employer.

Where any part of the Works is not covered by the Contractor’s Safety Policy or is a high risk activity (as described below) the Contractor shall submit to the Employer a method statement covering such part of the Works. He shall immediately submit to the Employer any subsequent additions to or amendments of his method statement. No work covered by any such method statement shall be commenced unless the Employer has approved the method statement.

High risk activities include the following:

a. steel erection/heavy crane lifts,b. hot work,c. entry into confined spaces,d. demolition/removal worke. use of explosives,f. roof work,g. excavation work,h. degassing vessels/systems, andi. high voltage electrical work.

The Contractor’s Safe Systems of Working as described in his method statements shall:

a. be not inferior to the Employer’s Safe Systems of Working for any part of the Site where both will apply;

b. incorporate where applicable any Permit to Enter or Permit to Work system employed by the Employer;

c. incorporate where applicable any of the relevant documents listed elsewhere or any leaflet or card associated with them;

d. take account of the fact that his employees will be less familiar with the Employer’s operations than are the Employer’s Personnel; and

e. take account of the fact that the Employer’s Personnel will be less familiar with the Contractor’s operations than are the Contractor’s employees.

For the purposes of this Clause, references to the Employer or his Personnel shall be deemed to be references to any other party present or likely to be present on the Site at the same time as the Contractor.

Training

The Contractor shall provide or arrange appropriate training for his employees or any other persons carrying out, or put at risk by, his operations. Such training shall include written instructions incorporating the relevant portions of the Contractor’s Safe Systems of Working.

pg.136

Page 137: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Where training is required relating to the Employer’s operations, the Employer will if so requested provide such training. In this event, the Employer shall have the right to be paid by the Contractor or the party given training the reasonable cost thereof.

Assistance to the employer

When the Contractor is required under the Contract to provide manual assistance to the Employer or his Personnel, the Contractor shall ensure that the person or persons so provided are aware of the dangers or hazards which may be encountered on the Site.

Land owned by third parties

The Contractor shall take care when working on land owned by third parties to safeguard the owners or occupiers of such land and their property.

Fire precautions

The Contractor shall take all necessary precaution to prevent fire. In established operational areas, fire fighting appliances suitable for existing risks will be available. Where new risks are introduced in or by the Works during the construction period, the Contractor shall provide appliances suitable for such risks.

All apparatus, connections and cabling shall be designed and arranged to minimize the risk of fire and any damage which might be caused in the event of fire. All holes in floors, walls and roofs, through which the cabling may pass and for protecting cable shall be sealed in an approved manner against mechanical damage or damage by fire.

When working in potentially explosive atmospheres the Contractor shall employ safe non-electric tools and apparatus suitable for use in such areas.

Compressed gases

The Contractor shall make adequate arrangements for the safe storage (including appropriate warning notices) and handling of all compressed industrial gases.

Access, fencing and safety barriers

The Contractor shall give notice to the Employer’s Personnel whenever heproposes to start any work which may impede the safe passage of persons and vehicles in an emergency.

The Contractor shall provide appropriate safety barriers with hazard warning signs attached around all exposed openings and excavations when the work is in progress. Permanent or approved temporary covers to openings shall be replaced at all other times.Where the Contractor is required under the Contract to provide a temporary cover over any shaft or similar structure, he shall comply with the following requirements:

a. The cover shall be secure, weatherproof, provide adequate ventilation (which may be natural or forced as the case may require) and shall not detract from the visual amenity of the surrounding area.

b. The cover shall be able to support an imposed load equivalent to a uniformly distributed load of at least 1.4 kN/m2.

pg.137

Page 138: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Site rules

The Contractor shall comply at all times with the Employer’s site rules, which may include, but not be limited to, safety and operational rules.

The Contractor shall provide all safety equipment for use on the Works. Where such equipment is subject to statutory inspections, the Employer shall be provided with copies of the inspection reports.

Statutory and other regulations

If the regulations referred to in the preceding sections are disregarded, the Employer may exercise his right to refuse to allow the offenders to remain on Site and will not be responsible for any cost penalty arising therefrom. This right shall be rigorously enforced.

The Contractor shall display notices and keep such records as are necessary according to the above mentioned regulations.

It is the responsibility of the Contractor to ensure that Subcontractors understand and comply with all statutory and other regulations in every respect.

Safety helmets, eye protection, safety footwear

Appropriate safety clothing and equipment shall be worn at all times on the Site.

Personal protective clothing which will provide adequate protection for workers shall be provided by the Contractor where necessary. Adequate arrangements shall be made for regular cleaning of the protective clothing.

The following are engineering jobs which always require eye protection by persons doing or closely observing the work:

a. The grinding of metal, stone, concrete or similar materials by a mechanically powered wheel or disc.

b. Breaking, cutting, dressing or carving of stone, concrete, slag or similar materials by a powered or non-powered tool.

c. Chipping or scaling of painted or corroded metal surfaces or wire brushing of such surfaces by mechanical power.

d. Cutting out or cutting off of cold rivets or bolts.

Protection of hearing

Where sound levels cannot be reduced at source, the provision of suitable hearing protection is required when noise levels indicate an Leq of more than 90 dB(A). When hearing protection is used arrangements should be made to ensure the wearers can be warned of other hazards.

pg.138

Page 139: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Buoyancy equipment

When there is a risk of drowning the Contractor shall provide lifebelts and ensure that personnel wear adequate buoyancy equipment or harness and safety lines, and ensure that rescue personnel are present when work is proceeding.

Cranes, hoists, lifting equipment and scaffolds, etc.

a. General. All lifting appliances (cranes, pulley blocks, gin wheels, etc.) hoists and lifting gear (chain slings, rope slings, etc.) must be tested and inspected in strict conformity with Sections 26 and 27 of the 1961 UK Factories Act and current Afghan legislation.

b. Records must be available for inspection at any time.c. Hired cranes. The Contractor is responsible to see that hired cranes comply with

the regulations and current certificates are available for inspection.d. Hoists. Hoists must be correctly erected and the hoist-way guarded.e. Scaffolds. All scaffolds must be erected and inspected in strict conformity with

the 1961 UK Factories Act and current, and equivalent Afghan legislation and the appropriate records maintained by the Contractor. All overhead scaffolds and suspended loads must be properly secured. Approach ladders must be removed or made un-scalable whenever the Site is left unattended. Scaffold boards and/or cat ladders must be used when working on roofs.

Lighting

It is the responsibility of the Contractor to provide adequate lighting in every work place.

pg.139

Page 140: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SECTION 6GENERAL CONDITIONS OF CONTRACT

pg.140

Page 141: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SECTION 6GENERAL CONDITIONS OF CONTRACT

1. Definitions 1.1 The following words and expressions shall have the meaning hereby assigned to them:

(a) “GOVERNMENT” means the Government of the Islamic Republic of Afghanistan.

(b) “CONTRACT” means the Contract Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.

(c) “CONTRACT DOCUMENTS” means the documents listed in the Contract Agreement, including any amendments thereto.

(d) “CONTRACT PRICE” means the price payable to the Supplier as specified in the Contract Agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract.

(e) “DAY” means calendar day.(f) “COMPLETION” means the fulfillment of the Related Services by the

Supplier in accordance with the terms and conditions set forth in the Contract.

(g) “GCC” means the General Conditions of Contract.(h) “GOODS” means all of the commodities, raw material, machinery

and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract.

(i) “PURCHASER” means the entity purchasing the Goods and Related Services, as specified in the SCC.

(j) “RELATED SERVICES” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other such obligations of the Supplier under the Contract.

(k) “SCC” means the Special Conditions of Contract.(l) “SUBCONTRACTOR” means any natural person, private or

government entity, or a combination of the above, to which any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.

(m) “SUPPLIER” means the natural person, private or government entity, or a combination of the above, whose Bid to perform the Contract has been accepted by the Purchaser and is named as such in the Contract Agreement.

(n) “THE PROJECT SITE”, where applicable, means the place named in the SCC.

2. Contract Documents

2.1 Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract (and all parts thereof)

pg.141

Page 142: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

are intended to be correlative, complimentary and mutually explanatory. The Contract agreement shall be read as a whole.

3. Fraud and Corruption

3.1 If the Purchaser determines that the Supplier has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Purchaser may, after giving 14 days notice to the Supplier, terminate the Supplier's employment under the Contract and cancel the contract, and the provisions of Clause 35 shall apply as if such expulsion had been made under Sub-Clause 35.1.(a) For the purposes of this Sub-Clause:

(i) “CORRUPT PRACTICE” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party7;

(ii) “FRAUDULENT PRACTICE” is any actor omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party8 to obtain a financial or other benefit or to avoid an obligation;

(iii) “COLLUSIVE PRACTICE” is an arrangement between two or more parties9 designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “COERCIVE PRACTICE” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party10;

(v) “OBSTRUCTIVE PRACTICE” is deliberately destroying, falsifying, altering or concealing

of evidence material to the investigation or making false statements to investigators in order to materially impede a Government investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

acts intended to materially impede the exercise of the Government’s inspection and audit rights provided for under Clause 11.

3.2 Should any employee of the Supplier or the Purchaser be determined to have engaged in corrupt, fraudulent, collusive, coercive,

7 “ANOTHER PARTY” refers to a public official acting in relation to the procurement process or contract execution. In this context, “PUBLIC OFFICIAL” includes Government staff and employees of other organisations taking or reviewing procurement decisions.8 a “PARTY” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.9 “PARTIES” refers to participants in the procurement process (including public officials) attempting to establish Bid prices at artificial, non competitive levels.10 a “PARTY” refers to a participant in the procurement process or contract execution.

pg.142

Page 143: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

or obstructive practice during the purchase of the Goods, then that employee shall be removed and is liable to prosecution. As well as payment of penalties and compensation. Procurement Officials are also liable to administrative sanctions.

4. Interpretation

4.1 If the context so requires it, singular also means plural and vice versa.

4.2 Incoterms(a) Unless inconsistent with any provision of the Contract, the

meaning of any trade term and the rights and obligations of parties there under shall be as prescribed by Incoterms, as stated in the SCC;

(b) The terms EXW, CIP, FCA, CFR and other similar terms, when used, shall be governed by the rules prescribed in the current edition of Incotermsspecified in the SCC and published by the International Chamber of Commerce in Paris, France.

4.3 Entire AgreementThe Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of the parties with respect thereto made prior to the date of Contract.

4.4 AmendmentNo amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

4.5 Non-waiver(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,

forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

4.6 SeverabilityIf any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

5. Language 5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be written in the language specified in the

pg.143

Page 144: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified, in which case, for purposes of interpretation of the Contract, this translation shall govern.

5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation, for documents provided by the Supplier.

6. Joint Venture 6.1 If the Supplier is a joint venture (JV), a consortium, or association, all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the JV, consortium, or association. The composition or the constitution of the JV, consortium, or association shall not be altered without the prior consent of the Purchaser.

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.

7.2 All Goods and Related Services to be supplied under the Contract and financed by the Government shall have their origin in Eligible Countries. For the purpose of this Clause, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

8. Notices 8.1 Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC. The term “IN WRITING” means communicated in written form with proof of receipt.

8.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

9. Governing Law

9.1 The Contract shall be governed by and interpreted in accordance with the laws of the Islamic Republic of Afghanistan.

10. Settlement of Disputes

10.1 The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract

10.2 If, after twenty-eight (28) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by

pg.144

Page 145: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract. Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

10.3 Notwithstanding any reference to arbitration herein,(a) the parties shall continue to perform their respective

obligations under the Contract unless they otherwise agree; and

(b) the Purchaser shall pay the Supplier any monies due the Supplier.

11. Inspections and Audit by the Government

11.1 The Supplier shall permit the Government and/or persons appointed by the Government to inspect the Supplier’s offices and/or the accounts and records of the Supplier and its sub-contractors relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Government if required by the Government. The Supplier’s attention is drawn to Clause 3, which provides, inter alia, that acts intended to materially impede the exercise of the Government’s inspection and audit rights provided for under Sub-Clause 11.1 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility under the Procurement Guidelines).

12. Scope of Supply

12.1 The Goods and Related Services to be supplied shall be as specified in the Schedule of Requirements.

13. Delivery and Documents

13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Schedule of Requirements. The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.

14. Supplier’s Responsibili-ties

14.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 12, and the Delivery and Completion Schedule, as per GCC Clause 13.

15. Contract Price

15.1 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its Bid, with the exception of any price adjustments authorized in the SCC.

16. Terms of Payment

16.1 The Contract Price, including any Advance Payments, if applicable, shall be paid as specified in the SCC.

16.2 The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC Clause 13 and upon fulfillment of all other obligations stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in no case later than sixty (60) days after submission of a clear invoice or request

pg.145

Page 146: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

for payment by the Supplier, and after the Purchaser has accepted it.

16.4 The currencies in which payments shall be made to the Supplier under this Contract shall be those in which the Bid price is expressed.

16.5 In the event that the Purchaser fails to pay the Supplier any payment by its due date or within the period set forth in the SCC, the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate shown in the SCC, for the period of delay until payment has been made in full, whether before or after judgment or arbitrage award.

17. Taxes and Duties

17.1 For goods manufactured outside the Islamic Republic of Afghanistan, the Supplier shall be entirely responsible for all taxes, including Business Receipt Tax, Sukok Tax, stamp duties, license fees, and other such levies imposed outside the Islamic Republic of Afghanistan.

17.2 For goods Manufactured within the Islamic Republic of Afghanistan, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

17.3 If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in the Islamic Republic of Afghanistan, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

18. Performance Security

18.1 If required as specified in the SCC, the Supplier shall, within twenty-eight (28) days of the notification of contract award, provide a performance security for the performance of the Contract in the amount specified in the SCC.

18.2 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract

18.3 As specified in the SCC, the Performance Security, if required, shall be denominated in the currency(ies) of the Contract, or in a freely convertible currency acceptable to the Purchaser; and shall be in one of the format stipulated by the Purchaser in the SCC, or in another format acceptable to the Purchaser.

18.4 The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than twenty-eight (28) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in the SCC.

19. Copyright 19.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

pg.146

Page 147: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

20. Confidential Information

20.1 The Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20.

20.2 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the performance of the Contract.

20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2 above, however, shall not apply to information that:(a) the Purchaser or Supplier need to share with the Government or

other institutions participating in the financing of the Contract;(b) now or hereafter enters the public domain through no fault of that

party;(c) can be proven to have been possessed by that party at the time

of disclosure and which was not previously obtained, directly or indirectly, from the other party; or

(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

20.4 The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof.

20.5 The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the Contract.

21. Sub-contracting

21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the Bid.The subcontracts should not alter the bid in any material way. Such notification, in the original Bid or later shall not relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.

21.2 Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.

22. Specifications and Standards

22.1 Technical Specifications and Drawings(a) The Goods and Related Services supplied under this Contract

shall conform to the technical specifications and standards mentioned in Section 5 Schedule of Requirements and, when no

pg.147

Page 148: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the Goods’ country of origin

(b) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

(c) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Schedule of Requirements. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 33.

23. Packing and Documents

23.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

23.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.

24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured -in a freely convertible currency from an eligible country- against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC.

25. Transportation

25.1 Unless otherwise specified in the SCC, responsibility for arranging transportation of the Goods shall be in accordance with the specified Incoterms.

26. Inspections and Tests

26.1 The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in the SCC.

26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the Goods’ final destination, or in another place in the Islamic Republic of Afghanistan as specified in the SCC. Subject to GCC Sub-Clause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.

pg.148

Page 149: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

26.3 The Purchaser or its designated representative shall be entitled to attend the tests and/ or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all travelling and board and lodging expenses

26.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.

26.5 The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications codes and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected.

26.6 The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.

26.7 The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 26.4.

26.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 26.6, shall release the Supplier from any warranties or other obligations under the Contract.

27. Liquidated Damages

27.1 Except as provided under GCC Clause 32, if the Supplier fails to deliver any or all of the Goods by the Date(s) of delivery or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in those SCC. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to GCC Clause 35.

pg.149

Page 150: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

28. Warranty/Defects Liability

28.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.

28.3 Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen (18) months after the date of shipment from the port or place of loading in the country of origin, whichever period concludes earlier.

28.4 The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.

28.5 Upon receipt of such notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.

28.6 If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

29. Patent Indemnity

29.1 The Supplier shall, subject to the Purchaser’s compliance with GCC Sub-Clause 29.2, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of:(a) the installation of the Goods by the Supplier or the use of the

Goods in the country where the Site is located; and(b) the sale in any country of the products produced by the Goods

Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.

pg.150

Page 151: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

29.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-Clause 29.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

29.3 If the Supplier fails to notify the Purchaser within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.

29.4 The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

29.5 The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including Attorney’s fees and expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.

30. Limitation of Liability

30.1 Except in cases of criminal negligence or willful misconduct:(a) the Supplier shall not be liable to the Purchaser, whether in

contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier to indemnify the purchaser with respect to patent infringement.

31. Change in Laws and Regulations

31.1 Unless otherwise specified in the Contract, if after the date of 28 days prior to date of Bid submission, any law, regulation, ordinance, order, circular or bylaw having the force of law is enacted, promulgated, abrogated, or changed in the place of the Islamic Republic of Afghanistan where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its

pg.151

Page 152: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 15

32. Force Majeure

32.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

32.2 For purposes of this Clause, “FORCE MAJEURE” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

32.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

33. Change Orders and Contract Amendments

33.1 The Purchaser may at any time order the Supplier through notice in accordance GCC Clause 8, to make changes within the general scope of the Contract in any one or more of the following:(a) drawings, designs, or specifications, where Goods to be furnished

under the Contract are to be specifically manufactured for the Purchaser;

(b) the method of shipment or packing;(c) the place of delivery; and(d) the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery/ Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within twenty-eight (28) days from the date of the Supplier’s receipt of the Purchaser’s change order.

33.3 Prices to be charged by the Supplier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

33.4 Subject to the above, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.

pg.152

Page 153: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

34. Extensions of Time

34.1 If at any time during performance of the Contract, the Supplier or its subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 13, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

34.2 Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 26, unless an extension of time is agreed upon, pursuant to GCC Sub-Clause 34.1.

35. Termination 35.1 Termination for Default(a) The Purchaser, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part:(i) if the Supplier fails to deliver any or all of the Goods within

the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 34;

(ii) if the Supplier fails to perform any other obligation under the Contract; or

(iii) if the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 3, in competing for or in executing the Contract.

(b) In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

35.2 Termination for Insolvency.(a) The Purchaser may at any time terminate the Contract by giving

notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser.

35.3 Termination for Convenience. (a) The Purchaser, by notice sent to the Supplier, may terminate the

Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the

pg.153

Page 154: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

(b) The Goods that are complete and ready for shipment within twenty-eight (28) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:(i) to have any portion completed and delivered at the Contract

terms and prices; and/ or(ii) to cancel the remainder and pay to the Supplier an agreed

amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier.

36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party.

37. Export Restriction

37.1 Notwithstanding any obligation under the Contract to complete all export formalities, any export restrictions attributable to the Purchaser, to the Islamic Republic of Afghanistan, or to the use of the products/ goods, systems or services to be supplied, which arise from trade regulations from a country supplying those products/ goods, systems or services, and which substantially impede the Supplier from meeting its obligations under the Contract, shall release the Supplier from the obligation to provide deliveries or services, always provided, however, that the Supplier can demonstrate to the satisfaction of the Purchaser and of the Government that it has completed all formalities in a timely manner, including applying for permits, authorizations and licenses necessary for the export of the products/ goods, systems or services under the terms of the Contract. Termination of the Contract on this basis shall be for the Purchaser’s convenience pursuant to Sub-Clause 35.3.

pg.154

Page 155: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SECTION 7 SPECIAL CONDITIONS OF CONTRACT

pg.155

Page 156: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SECTION 7SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract (SCC) shall supplement and/or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

pg.156

Page 157: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

[Instructions for completing the SCCare provided, as needed, in the notes in italics mentioned for the relevant GCC clauses. The Purchaser shall select insert the appropriate wording using the samples below or other acceptable wording, and DELETE THE TEXT IN ITALICS.]

GCC Clause Amendments of, and Supplements to, Clauses in the GCC

GCC 1 The Purchaser is: Ministry of Energy and Water

GCC 2 The Project Site(s)/ Final Destination(s) is/ are: DDP Farah, Afghanistan, (Solar Power Plant Site)

GCC 3 The meaning of the trade terms shall be as prescribed by Incoterms. If the meaning of any trade term and the rights and obligations of the parties there under shall not be as prescribed by Incoterms, they shall be as prescribed by: [Refer to other internationally accepted trade terms].

GCC 4 The version edition of Incoterms shall be: Incoterms 2010 edition].

GCC 5 The language shall be: English

GCC 6 For notices, the Purchaser’s address shall be:Attention: XXXXXXXXXXAddress: DarulAman Road, City: KabulCountry: Afghanistan

Telephone: XXXXXXXXXXXXXElectronic mail address: XXXXXXXXXXXXXX

GCC 7 The Rules of Procedure for Arbitration proceedings pursuant to GCC Clause 10.2 shall be as follows:[The Bidding Documents should contain ONE clause to be retained in the event of a Contract with a FOREIGN Supplier and ONE clause to be retained in the event of a Contract with a Supplier who is a NATIONAL of the Islamic Republic of Afghanistan. At the time of finalizing the Contract, the respective applicable clause should be retained in the Contract. The following explanatory note should therefore be inserted as a header to GCC 10.2 in the Bidding Document.“Clause 10.2 (a) shall be retained in the case of a Contract with a FOREIGN Supplier and clause 10.2 (b) shall be retained in the case of a Contract with a NATIONAL of the Islamic Republic of Afghanistan.”]

pg.157

Page 158: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

(a) Contract with FOREIGN Supplier:[For contracts entered into with foreign suppliers, International Commercial Arbitration may have practical advantages over other dispute settlement methods. Among the rules to govern the arbitration proceedings, the Purchaser may wish to consider the United Nations Commission on International Trade Law (UNCITRAL) Arbitration Rules of 1976, the Rules of Conciliation and Arbitration of the International Chamber of Commerce (ICC), the Rules of the London Court of International Arbitration or the Rules of Arbitration Institute of the Stockholm Chamber of Commerce.][If the Purchaser chooses the UNCITRAL Arbitration Rules, the following sample clause should be inserted:]GCC 10.2 (a) Any dispute, controversy or claim arising out of or relating to this Contract, or breach, termination or invalidity thereof, shall be settled by arbitration, in a neutral place, i.e. not in the Islamic Republic of Afghanistan, neither in the supplier’s country, in accordance with the UNCITRAL Arbitration Rules as at present in force.[If the Purchaser chooses the Rules of ICC, the following sample clause should be inserted:]GCC 10.2 (a) All disputes arising in connection with the present Contract shall be finally settled under the Rules of Conciliation and Arbitration of the International Chamber of Commerce by one or more arbitrators appointed in accordance with said Rules.[If the Purchaser chooses the Rules of Arbitration Institute of Stockholm Chamber of Commerce, the following sample clause should be inserted:]GCC 10.2 (a) Any dispute, controversy or claim arising out of or in connection with this Contract, or the breach termination or invalidity thereof, shall be settled by arbitration in accordance with the Rules of the Arbitration Institute of the Stockholm Chamber of Commerce.[If the Purchaser chooses the Rules of the London Court of International Arbitration, the following clause should be inserted:]GCC 10.2 (a) Any dispute arising out of or in connection with this Contract, including any question regarding its existence, validity or termination shall be referred to and finally resolved by arbitration under the Rules of the London Court of International Arbitration, which rules are deemed to be incorporated by reference to this clause.

(b) Contracts with Supplier NATIONAL of the Islamic Republic of Afghanistan:In the case of a dispute between the Purchaser and a Supplier who is a national of the Islamic Republic of Afghanistan, the dispute shall be referred to adjudication or arbitration in

pg.158

Page 159: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

accordance with the laws of the Islamic Republic of Afghanistan.

GCC 8 Details of Shipping and other Documents to be furnished by the Supplier are: negotiable bill of lading, a non-negotiable sea way bill, an airway bill, a railway consignment note, a road consignment note, insurance certificate, Manufacturer’s or Supplier’s warranty certificate, inspection certificate issued by nominated inspection agency, Supplier’s factory shipping details, packing list, certificate of originetc.The above documents shall be received by the Purchaser before arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses.

GCC 9 The prices charged for the Goods supplied and the related Services performed SHALL NOTbe adjustable.

GCC 10 [Sample provision:]GCC 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:All payments, except Advance Payment, shall be made within 45days from the date of receipt of clear invoiceItem No. 1 – Design –

(as per the Item No. 1 (a) of the Price Schedule )

One hundred percent (100%) of the total or pro rata design services amount upon acceptance of design by the Project Manager. Item No. 2 – Supply of Plant, Equipment, Mandatory Spare Parts, Tools (as per the Item No. 1 (b) of the Price Schedule )

All supply items are per INCOTERM 2010 DDP. Ten percent (10%) as an Advance payment against receipt of invoice and an irrevocable Advance payment security for the equivalent amount made out in favor of the Employer. An amount of 10% shall be deducted from all Contractor’s invoices until the advance payment has been fully repaid. The advance payment security may be reduced in proportion to the amount repaid and/or the value of the plant and equipment delivered to the site, as evidenced by delivery documents.

Thirty percent (30%) of the total or pro rata amount on shipment after receipt of invoice and shipping documents (negotiable bill of lading, a non-negotiable sea way bill, an airway bill, a railway consignment note, a road consignment note, insurance certificate, Manufacturer’s or Supplier’s warranty certificate, inspection certificate issued by nominated inspection agency, Supplier’s factory shipping details, packing list, certificate of origin etc).

Thirty percent (30%) of the total or pro rata amount after receipt of invoice and delivery documents to the site. In the event that items are stored in the Contractor’s secured warehouse located in Afghanistan but delivery to the site is delayed upon agreement with the Employer for security reasons, the Contractor may make

pg.159

Page 160: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

application for this part of the payment against warehouse receipts, provided always that the plant and equipment are ready for delivery on the date shown in the said Program.

Thirty percent (30%) of the total or pro rata DDP amount upon installation of the site delivered Plant & Equipment by the Contractor in accordance with the approved design. The payment is expected to be effected, as identified in the Program of Performance during the preceding month as evidenced by the Employer’s authorization of the Contractor’s application, will be made monthly.

Five percent (5%) of the total or pro rata 2010 Incoterm DDP amount issuance of the Completion Certificate.

Five percent (5%) of the total or pro rata 2010 Incoterm DDP amount upon completion of the Warranty/Defects Liability Period without defect(s) in accordance with GCC Sub-Clause 28.

Item No. 3 - Construction, Installation, Testing and Commissioning, and Other Charges (as per the Item No.2,& 3of the Price Schedule -Schedule II – Civil Work & Schedule III – Erection)Ten percent (10%) of the total installation and other services amount as an advance payment against receipt of invoice and an irrevocable advance payment security for the equivalent amount made out in favor of the Employer. An amount of 10% shall be deducted from all Contractor’s invoices until the advance payment has been fully repaid. The advance payment security may be reduced in proportion to the amount repaid and/or the value of the plant and equipment delivered to the site, as evidenced by delivery documents.

Ninety percent (90%) of the measured value of work performed by the Contractor, as identified in the said Program of Performance, during the preceding month, as evidenced by the Employer’s authorization of the Contractor’s application, will be made monthly.

Five percent (5%) of the total or pro rata value of installation services performed by the Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly applications, upon issuance of the Completion Certificate.

Five percent (5%) of the total or pro rata value of installation services performed by the Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly applications, upon completion of the Defects Liability Period without defect(s) in accordance with GCC Sub-Clause 28.

Item No. 4 –Project Management and Miscellaneous (as per the Item No. 4of the Price Schedule)One Hundred percent (100%) of the total or pro rata amount upon issue of Acceptance Certificate of the schedules, drawings, tests,

pg.160

Page 161: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

reports etc. related to Project Management & Miscellaneous Items by the Project Manager.

GCC 11 The payment-delay period after which the Purchaser shall pay interest to the supplier shall be 60 days.

The interest rate that shall be applied is 1% two percent.

GCC 12 A Performance Security sHALL be required.

10% percent OF TOTAL CONTRACT VALUE SHALL BE REQUIRED AS PERFORMANCE SECURITY.

GCC 13 If required, the Performance Security shall be denominated in: [Insert “A FREELY CONVERTIBLE CURRENCY ACCEPTABLE TO THE PURCHASER” OR “THE CURRENCIES OF PAYMENT OF THE CONTRACT, IN ACCORDANCE WITH THEIR PORTIONS OF THE CONTRACT PRICE”].[In case of National Procurement, the Performance Security shall be in the Islamic Republic of Afghanistan national currency: the Afghani, AFN.]

If required, the Performance Security shall be in the format of: Bank Guarantee or Cash

GCC 14 Discharge of the Performance Security shall take place: 28 days after the contract end date.

GCC 15 Not applicable

GCC 16 The insurance coverage shall be as specified in the Incoterms.

GCC 17 Responsibility for transportation of the Goods shall be as specified in the Incoterms.

GCC 18 The inspections and tests shall be: Inspections for shipping damages. Inspection for manufacturer's defects Operational Testing. Inspection of Material at manufacturers/vendors factory.

GCC 19 The Inspections and tests shall be conducted at: DDP Farah, Afghanistan, (Solar Power Plant Site)

GCC 20 The liquidated damage shall be: 0.1 %/ one percent per day (of the total value of delayed goods).

The maximum amount of liquidated damages shall be: 10% / Ten Percent of the total value of contract Amount.

pg.161

Page 162: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

GCC 21 The period of validity of the Warranty shall be: one year from the date of Completion of the facilities or one year from the date of Operational Acceptance of the Facilities (or any part thereof), whichever first occurs.

For purposes of the Warranty, the place(s) of final destination(s) shall be: Kabul Afghanistan

GCC 22 The period for repair or replacement shall be: 30 /Thirty days.

GCC 23 The period for repair or replacement has been determined in GCC 28.5 above in this SCC.

ATTACHMENT: PRICE ADJUSTMENT FORMULA

NOT APPLICABLE

pg.162

Page 163: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

If in accordance with GCC 15.2, prices shall be adjustable, the following method shall be used to calculate the price adjustment:15.2 Prices payable to the Supplier, as stated in the Contract, shall be subject to

adjustment during performance of the Contract to reflect changes in the cost of labor and material components in accordance with the formula:

P1 = P0 [a + bL1 + cM1] - P0

L0 M0

a+b+c = 1in which:P1 = adjustment amount payable to the SupplierP0 = Contract Price (base price)a = fixed element representing profits and overheads included in the Contract

Price and generally in the range of five (5) to fifteen (15) percentb = estimated percentage of labor component in the Contract Pricec = estimated percentage of material component in the Contract PriceL0, L1 = labor indices applicable to the appropriate industry in the country of origin

on the base date and date for adjustment, respectivelyM0, M1 = material indices for the major raw material on the base date and date for

adjustment, respectively, in the country of origin

The coefficients a, b, and c as specified by the Purchaser, are as follows:a = [Insert value of coefficient]b = [Insert value of coefficient]c = [Insert value of coefficient]

The Bidder shall indicate the source of the indices and the base date indices in its Bid.Base date = thirty (30) days prior to the deadline for submission of the BidsDate of adjustment = [Insert number of weeks] weeks prior to date of shipment (representing the mid-point of the period of manufacture)

The above price adjustment formula shall be invoked by either party subject to the following further conditions:(a) No price adjustment shall be allowed beyond the original delivery dates unless

specifically stated in the extension letter. As a rule, no price adjustment shall be allowed for periods of delay for which the Supplier is entirely responsible. The Purchaser will, however, be entitled to any decrease in the prices of the Goods and Services subject to adjustment.

(b) If the currency in which the Contract Price P0 is expressed is different from the currency of origin of the labor and material indices, a correction factor will be applied to avoid incorrect adjustments of the Contract Price. The correction

pg.163

Page 164: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

factor shall correspond to the ratio of exchange rates between the two currencies on the base date and the date for adjustment as defined above.

(c) No price adjustment shall be payable on the portion of the Contract Price paid to the Supplier as advance payment.

pg.164

Page 165: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SECTION 8CONTRACT FORMS

pg.165

Page 166: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

SECTION 8CONTRACT FORMS

Contract Forms

SDB/G/12 Notification of Award

SDB/G/13 Contract Agreement

SDB/G/14 Performance Security

SDB/G/15 Bank Guarantee for Advance Payment

pg.166

Page 167: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

NOTIFICATION OF AWARD

FORM SDB/G/12

Contract No: Date:

To:

This is to notify you that your Bid dated [Insert date, as day, month, year] for the supply of goods and related services for [Insert the name of project or contract] for the Contract Price of [Insert the amount in figures and in words], as corrected and modified in accordance with the Instructions to Bidders (ITB) is hereby accepted by [Insert the name of the Procuring Entity].You are requested to proceed with the supply of the goods and the related services and note that this Notification of Award shall constitute the formation of a Contract, which shall only become binding upon you furnishing a Performance Security within twenty eight (28) days, in accordance with ITB Clause 44.1, and the signing of the Contract Agreement within twenty eight (28) days, in accordance with ITB Sub Clause 43.2.We attach the Contract Agreement and Contract Documents for you perusal and signature.

Signed

Duly authorized to sign for and on behalf of [Insert the name of Procuring Entity]

Date:

pg.167

Page 168: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

CONTRACT AGREEMENT

FORM SDB/G/13[The successful Bidder shall fill in this Form in accordance with the instructions indicated.]THIS CONTRACT AGREEMENT is made the [Insert the number] day of [Insert the month], [Insert the year].

BETWEEN

(1) [Insert the complete name of the Purchaser], a [Insert description of type of legal entity, for example, an agency of the Ministry of [Insert the name of the Ministry] of the Government of Afghanistan, or corporation incorporated under the laws of Afghanistan] and having its principal place of business at [Insert the address of the Purchaser], hereinafter called “THE PURCHASER”, and

(2) [Insert name of the Supplier], a corporation incorporated under the laws of [Insert the country of Supplier] and having its principal place of business at [Insert the address of the Supplier], hereinafter called “THE SUPPLIER”.

WHEREAS the Purchaser invited Bids for certain Goods and ancillary services, viz., [Insert a brief description of the Goods and Services] and has accepted a Bid by the Supplier for the supply of those Goods and Services in the sum of [Insert the Contract Price in words and figures, expressed in the Contract currency(ies)], hereinafter called “THE CONTRACT PRICE”.

NOW THIS AGREEMENT WITNESSED AS FOLLOWS:1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.2. The following documents shall constitute the Contract between the Purchaser and the

Supplier, and each shall be read and construed as an integral part of the Contract:(a) This Contract Agreement(b) Special Conditions of Contract (SCC)(c) General Conditions of Contract (GCC)(d) Technical Requirements (including Schedule of Requirements and Technical

Specifications)(e) The Supplier’s Bid and original Price Schedules(f) The Purchaser’s Notification of Award(g) [Add here any other document(s)]

3. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.

4. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

pg.168

Page 169: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

5. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of the Islamic Republic of Afghanistan on the day, month and year indicated above.

For and on behalf of the Purchaser

Signed: [Insert the authorized authority signature]in the capacity of [Insert the title or other appropriate designation]in the presence of [Insert identification of official witness]

For and on behalf of the Supplier

Signed: [Insert signature of authorized representative(s) of the Supplier]in the capacity of [Insert the title or other appropriate designation]in the presence of [Insert identification of official witness]

pg.169

Page 170: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

PERFORMANCE SECURITY

FORMSDB/G/14[The bank, as requested by the successful Bidder, shall fill in this Form in accordance with the instructions indicated.]Date: [Insert the date (as day/month/year) of Bid Submission]IFB No. and Title: [Insert the number and title of bidding process]

Bank’s Branch or Office: [Insert complete name of Guarantor]BENEFICIARY:[Insert the complete name of the Purchaser]PERFORMANCE GUARANTEE NO.:[Insert Performance Guarantee number]We have been informed that [Insert complete name of Supplier], hereinafter called "THE SUPPLIER" has entered into Contract No. [Insert the contract number] dated [Insert day, month and year] with you, for the supply of [Insert a brief description of Goods and Related Services], hereinafter called "THE CONTRACT".Furthermore, we understand that, according to the conditions of the Contract, a Performance Guarantee is required.At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not exceeding [Insert amount(s)11 in figures and words] upon receipt by us of your first demand in writing declaring the Supplier to be in default under the Contract, without cavil or argument, neither you needing to prove or to show grounds or reasons for your demand or the sum specified therein.This Guarantee shall expire no later than the [Insert a number] day of [Insert month][Insert year]12, and any demand for payment under it must be received by us at this office on or before that date.This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20 (a) is hereby excluded.[Insert the signatures, names and designation of authorized representatives of the bank and the Supplier][Corporate seal]

11 The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.

12 Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking into account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be secured by a partial Performance Guarantee. The Purchaser should note that in the event of an extension of the time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the Bank. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the penultimate paragraph: “WE AGREE TO A ONE-TIME EXTENSION OF THIS GUARANTEE FOR A PERIOD NOT TO EXCEED [SIX MONTHS] [ONE YEAR], IN RESPONSE TO THE PURCHASER’S WRITTEN REQUEST FOR SUCH EXTENSION, SUCH REQUEST TO BE PRESENTED TO US BEFORE THE EXPIRY OF THE GUARANTEE.”

pg.170

Page 171: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

BANK GUARANTEE FOR ADVANCE PAYMENT

FORMSDB/G/15[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated.]Date: [Insert the date (as day/month/year) of Bid Submission]IFB No. and Title: [Insert the number and title of bidding process]

[Use the bank’s letterhead]BENEFICIARY:[Insert the complete name of the Purchaser]ADVANCE PAYMENT GUARANTEE NO.:[Insert Advance Payment Guarantee number]

We, [Insert Legal Name and Address of Bank], have been informed that [Insert the complete Name and Address of the Supplier], hereinafter called "THE SUPPLIER", has entered into Contract No. [Insert the contract number] dated [Insert the date of the Agreement, as day, month, year] with you, for the supply of [Insert types of Goods to be delivered], hereinafter called "THE CONTRACT".Furthermore, we understand that, according to the conditions of the Contract, an advance is to be made against an advance payment guarantee.At the request of the Supplier, we hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [Insert the amount(s)13 in figures and words] upon receipt by us of your first demand in writing declaring that the Supplier is in breach of its obligation under the Contract because the Supplier used the advance payment for purposes other than toward delivery of the Goods.It is a condition for any claim and payment under this Guarantee to be made that the advance payment referred to above must have been received by the Supplier on its account [Insert the numberand domicile of the account].This Guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [Insert a date14].This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.[Insert the signature(s) of authorized representative(s) of the bank.]

13 The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.

14 Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that in the event of an extension of the time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the bank. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the penultimate paragraph: “WE AGREE TO A ONE-TIME EXTENSION OF THIS GUARANTEE FOR A PERIOD NOT TO EXCEED [SIX MONTHS] OR [ONE YEAR], IN RESPONSE TO THE PURCHASER’S WRITTEN REQUEST FOR SUCH EXTENSION, SUCH REQUEST TO BE PRESENTED TO US BEFORE THE EXPIRY OF THE GUARANTEE.”

pg.171

Page 172: mew.gov.afmew.gov.af/Content/files/Revised-Design, Engineering... · Web viewBidders shall quote for the full scope of works on a single responsibility basis, failing which such bids

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

INVITATION FOR BIDS (IFB)THE ISLAMIC REPUBLIC OF AFGHANISTAN

Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at FarahRFP : ----------------------------RFP Issue date: -----------------------

1. MEW, Islamic Republic of Afghanistan intends to apply parts of the its Budget to payments under Contract for Design, Engineering, Supply, Construction, Erection, Testing and Commissioning of a 12 MW Hybrid Solar Power plant consisting Solar PV Panels, grid tied inverter, Hybrid Inverter, Battery, Wind Turbine and Diesel Generator at Farah.

2. MEWinvites sealed Bids from eligible and qualified Bidders for Design, Engineering, Supply, Construction, Erection, Testing, Commissioning of a 12 MW Hybrid Solar Power Plant consisting Solar PV Panels, grid tied inverter, hybrid inverter, Battery, Wind Turbine and Diesel Generator at Farah

3. Bidding will be conducted through the International Competitive Bidding procedures specified in the Public Procurement Law and Circulars, and is open to all Bidders from Eligible Source Countries as defined in the Guidelines.

4. Interested eligible Bidders may obtain further information from the Procurement Department, MEW, and avail the bidding documents by contacting at XXXXXXXXXXXXXX and the Bidding Documents will be available in the official website of MEW at www.mew.gov.af

5. Qualifications requirements are included in the Bidding Documents. A margin of preference for certain goods manufactured domestically SHALL NOT be applied. Additional details are provided in the Bidding Documents.

6. A complete set of Bidding Documents in English may be obtained by interested bidders by contacting at e-mail address XXXXXXXXXXXX and Copy XXXXXXXXXXXXX

7. Bids must be delivered to the address below at or before 10:00Hrs (local time) on -------------------.Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened immediately after the deadline of bid submission, at the same place of bid submission in the presence of the bidders’ representatives who choose to attend in person.

8. All bids must be accompanied by a Bid Security of the amount specified under Para 2 in the notification, valid for 28days above the validity of bids which is 180 days.

9. The address(es) referred to above is(are):Ministry of Energy and WaterDarulAman Road, Kabul, Afghanistan Telephone: XXXXXXXXXXXXXXX

Any information contained in this invitation for bids may be superseded by the provisions of Instruction to Bidders (ITB) Section 1 of the bidding document in case of discrepancy.

pg.172