request for proposal (rfp) solicitation overview

19
RFP-VIS-ER1005 PV System for radio station in Aweil Request for Proposal (RFP) Solicitation Overview Issuance Date Friday, July 07, 2017 Reference # RFP-VIS-ER1005 Activity Title PV System for radio station in Aweil Award Determination Technically acceptable, evaluated using lowest cost and trade-off process. Proposal Proposals in response to this RFP must be priced on a fixed-price basis in USD in accordance with the specifications provided in Annex 3 - Background and Technical Specifications. Evaluation Criteria Award will be made to the offeror that meets the minimum technical criteria and presents the best value according to the various evaluation methods for each lot. Award Type Firm Fixed Price Purchase Order Deadline Proposals must be received before 16:00 South Sudan time (GMT +3) on Monday, July 24, 2017 Question & Answers Questions regarding RFP-VIS-ER1005 shall be submitted to [email protected] no later than 16:00 South Sudan time (GMT +3) on Friday, 14 July 2017. Answers to questions will be distributed to this RFP by no later than 16 :00 South Sudan time (GMT +3) on Wednesday, 19 July 2017. AECOM International South Sudan (AISS) Viable Support to Transition and Stability (VISTAS) will not respond to questions pertaining to this RFP over the phone. Address Submissions shall be sent in electronic or hard copies form, electronic to be sent to [email protected]. Bids must include all documentation in pdf as well as BoQ in MS Excel and pdf. Bidders are strongly discouraged from scanning hardcopies to pdf, as signatures are not required on every page of the documents. And Hard copies may be delivered IN A SEALED ENVELOPE clearly labeled with the name of the vendor and the RFP number to AISS/VISTAS Office, at Kololo Road, Plot No. 5, Tongpiny, Next to Immigration Office. Currency Currency should be specified in United States Dollars (USD). Payment Terms All payments will be made in the name of the individual and/or entity to whom the contract is awarded. Bank Account Awarded Bidder should provide a full bank account information for the purpose of wiring payments. Customs/Duties AISS VISTAS Program is Customs and VAT exempted; proposals shall exclude Customs / VAT. Warranty Warranty terms shall be provided for all services and commodities under this RFP. Page 1 of 19

Upload: others

Post on 17-Jan-2022

10 views

Category:

Documents


0 download

TRANSCRIPT

RFP-VIS-ER1005 PV System for radio station in Aweil

Request for Proposal (RFP) Solicitation Overview

Issuance Date Friday, July 07, 2017

Reference # RFP-VIS-ER1005

Activity Title PV System for radio station in Aweil

Award Determination

Technically acceptable, evaluated using lowest cost and trade-off process.

Proposal Proposals in response to this RFP must be priced on a fixed-price basis in USD in accordance with the specifications provided in Annex 3 - Background and Technical Specifications.

Evaluation Criteria

Award will be made to the offeror that meets the minimum technical criteria and presents the best value according to the various evaluation methods for each lot.

Award Type Firm Fixed Price Purchase Order

Deadline Proposals must be received before 16:00 South Sudan time (GMT +3) on Monday, July 24, 2017

Question & Answers

Questions regarding RFP-VIS-ER1005 shall be submitted to [email protected] no later than 16:00 South Sudan time (GMT +3) on Friday, 14 July 2017.

Answers to questions will be distributed to this RFP by no later than 16 :00 South Sudan time (GMT +3) on Wednesday, 19 July 2017.

AECOM International South Sudan (AISS) Viable Support to Transition and Stability (VISTAS) will not respond to questions pertaining to this RFP over the phone.

Address

Submissions shall be sent in electronic or hard copies form, electronic to be sent to [email protected]. Bids must include all documentation in pdf as well as BoQ in MS Excel and pdf. Bidders are strongly discouraged from scanning hardcopies to pdf, as signatures are not required on every page of the documents.

And Hard copies may be delivered IN A SEALED ENVELOPE clearly labeled with the name of the vendor and the RFP number to AISS/VISTAS Office, at Kololo Road, Plot No. 5, Tongpiny, Next to Immigration Office.

Currency Currency should be specified in United States Dollars (USD).

Payment Terms All payments will be made in the name of the individual and/or entity to whom the contract is awarded.

Bank Account Awarded Bidder should provide a full bank account information for the purpose of wiring payments.

Customs/Duties AISS VISTAS Program is Customs and VAT exempted; proposals shall exclude Customs / VAT.

Warranty Warranty terms shall be provided for all services and commodities under this RFP.

Page 1 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

The warranty coverage must be valid on all services and commodities per the manufacturer standards after delivery, installation, and acceptance of the services & commodities, unless otherwise specified in the technical specifications.

Accompanying Annexes:

Annex 1 – Terms and Conditions Annex 2 – Supplier Vendor Cover Letter Annex 3 – Background, Manufacturer Requirements, and Technical Specifications Annex 4 – BoQ Annex 5 – Drawings

Source and Nationality

Requirements

AISS is bound by USAID policies on procurement, including those of source and nationality requirements. Supplier-Vendors shall disclose information on source and nationality for all goods and services proposed. Detailed information on source & nationality is provided within the terms and conditions of this RFP.

Notice This is a Request for Proposals only. Issuance of this RFP does not obligate AISS VISTAS or USAID to make an award or pay for costs incurred by potential Supplier-Vendors in the preparation and submission of an offer.

To be deemed responsive, the Supplier-Vendor's bid shall include all of the following in accordance with the instructions and terms and conditions of the RFP:

Completed Supplier-Vendor Cover Letter (Annex 2), signed and stamped by an authorized representative of the Supplier-Vendor with company/contact details, on official letterhead.

Official Proposal, including specifications of offered materials/ services (see Annex 4).

Copy of Supplier-Vendor’s registration or business incorporation certificate and current tax clearance certificate.

Supplier-Vendors must submit original pdf's (not scanned) of technical specifications for each product offered, including cycle vs. Depth of Discharge graphs at C20 discharge rate for batteries.

Certification of Manufacturer's Warrantees.

Disclosure on Source & Nationality requirements Other Requirements:

Vendors may provide more than one technical approach offer: for example, an AC bus system and a DC bus system.

Vendors may provide more than one brand for the same lot to give more options to AISS to choose, each option should clearly be marked as Option 1, Option 2, etc. with its own technical specs and information attached.

No late submissions will be accepted; however, AISS reserves the right to consider submissions past the deadline in order to ensure adequate price competition and/or project requirements.

Supplier-Vendors may submit additional company brochures, product documentation, or other supporting information to convey best price, most responsible, and responsive bid.

Vendors are to commit to the delivery time after placing the order, which is critical and important to AISS/VISTAS.

Proposals in response to this RFP must be priced on a fixed-price basis in accordance with the specifications provided for in Annex 3.

Page 2 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

Charges against any of the goods or services will be made against the price proposed in this RFP in reference with terms and conditions in Annex 1.

All goods will be inspected against conformance to the specifications and technical description attached to this RFP before approving any payment to the awarded vendor.

Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFP, an offer may be deemed non-responsive and thereby disqualified from consideration.

Determination for Award will be made to a responsible Supplier-Vendor whose offer follows the RFP instructions and provides a technically acceptable offer that offers the best value. AISS VISTAS is not obliged to choose the lowest price bid. Other details of the award are as follows:

While preference will be given to offerors who can address the full technical requirements of this RFP, AISS may issue a partial award or split the award among various suppliers, if in the best interest of the AISS/VISTAS Program.

AISS may cancel this RFP at any time.

AISS may reject any and all offers, if such action is considered to be in the best interest of AISS.

Evaluation of tenders will be conducted as follows:

Lot 1: PV array will be evaluated according to best value, evaluating size of array vs. cost.

Lot 2: Battery bank will be evaluated by best value, evaluating life time of batteries vs. cost

Lot 3a: Pre-wired panel will be evaluated according to technically acceptable, least cost. Only systems designed for extreme environments will be evaluated. Bidders may propose AC bus or DC bus systems.

Lot 3b: Balance of System will be evaluated according to technically acceptable, least cost.

Lot 3c: Tools will be evaluated according to technically acceptable, least cost.

Lot 3d: Spare parts will be evaluated according to technically acceptable, least cost.

Note that in submitting a response to this RFP, the Supplier-Vendor understands that USAID is not a party to this solicitation and the Supplier-Vendor agrees that any protest hereunder must be presented—in writing with full explanations—to the AISS/VISTAS Program for consideration, as USAID will not consider protests regarding procurements carried out by implementing partners. AISS, at its sole discretion, will make a final decision on the protest for this procurement.

If the subcontract resulting from this RFP exceeds $30,000 and if the successful Offeror had more than $300,000 gross income during its last tax year, the successful Offeror shall have a DUNS number prior to the subcontract being executed. If the successful Offeror does not have a DUNS number, the successful Offeror shall apply and receive one prior to the subcontract being executed. AISS/VISTAS may be able to assist the successful Offeror with securing a DUNS number. The following information will be required for obtaining a DUNS Number: a) Legal Name; b) Headquarters name and address for your business; c) Doing Business As (DBA) or other name by which your business is commonly recognized; d) Physical address, city, state (country), and Zip/Country Code; e) Mailing Address (if separate from headquarters and/or physical address); f) Contact name and title; g) Number of employees at your physical location; and h) whether you are a Home-Based Business. For more information please visit http://fedgov.dnb.com/webform/index.jsp.

The delivery of service will be DAP - Delivered at place (AISS warehouse in Juba). All charges, fees, costs are to be borne by the supplier, knowing that AISS is Tax exempted in South Sudan (AISS/ VISTAS can provide Tax exemption certificate as needed)

Page 3 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

AECOM INTERNATIONAL SOUTH SUDAN VISTAS PROGRAM AISS/VISTAS JUBA WAREHOUSE/ JEBEL MARKET/ NEXT TO BUS PETROL STATION YEI ROAD. JUBEK STATE JUBA, SOUTH SUDAN

As part of its response to this RFP, each vendor is expected to provide an estimate (in calendar days) of the delivery timeframe (after receipt of order). The delivery estimate presented in an offer in response to this RFP must be upheld in the performance of any resulting Agreement. For delivery of commodities, the contract line item number(s) must be clearly written on each box and the contents identified in each box. Packing information will be provided at purchase order award.

Page 4 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

ANNEX 1 Terms and Conditions

1. Late Submission: no late submissions will be accepted; however, AISS reserves the right to consider submissions past the deadline in order to ensure adequate price competition and/or procurement needs.

2. Supporting Bid Information: Supplier-Vendors may elect to submit any company brochures, product documentation, or other supporting information to convey best price and/or discounted offers.

3. Warranty: Warranty terms shall be provided for all services and commodities under this RFP. The warranty coverage must be valid on all services and commodities per the manufacturer standards after delivery, installation and acceptance of the services & commodities, unless otherwise specified in the technical specifications.

4. Source and Nationality Requirements (ADS 310):

Code 937 (the United States, the recipient country, and developing countries other than advanced developing countries, but excluding any country that is a prohibited source) is the authorized USAID Principal Geographic Code for the procurement of commodities and services:

d. By USAID missions using program funds; e. By contractors under USAID direct contracts; g. By subcontractors and sub-recipients of awards.

Developing countries are eligible under Code 937. A "developing country" means any country categorized by the World Bank as a low or lower middle-income country according to its gross national income per capita. A current list of developing countries can be found in Document 310maa, List of Developing Countries.

Goods and services of an advanced developing country source or nationality may be purchased for a program in a country other than that advanced developing country if:

b. A good or service is available for purchase on the local market so long as such good or service is of cooperating country "source" or "nationality" as defined in 22 CFR Part 228 (i.e., there is no "origin" restriction).

5. DUNS Number: If the subcontract resulting from this RFP exceeds $30,000 and if the successful Offeror had more than $300,000 gross income during its last tax year, the successful Offeror shall have a DUNS number prior to the subcontract being executed. If the successful Offeror does not have a DUNS number, the successful Offeror shall apply and receive one prior to the subcontract being executed. AISS/VISTAS may be able to assist the successful Offeror with securing a DUNS number. The following information will be required for obtaining a DUNS Number: a) Legal Name; b) Headquarters name and address for your business; c) Doing Business As (DBA) or other name by which your business is commonly recognized; d) Physical address, city, state (country), and Zip/Country Code; e) Mailing Address (if separate from headquarters and/or physical address); f) Contact name and title; g) Number of employees at your physical location; and h) whether you are a Home-Based Business. For more information please visit http://fedgov.dnb.com/webform/index.jsp.

6. Delivery Location & Time: As part of its response to this RFP, each vendor is expected to provide an estimate (in calendar days) of the delivery timeframe (after receipt of order). The delivery estimate presented in an offer in response to this RFP must be upheld in the performance of any resulting Agreement.

7. Packing: for delivery of commodities, the contract line item number(s) must be clearly written on each box and the contents identified in each box. Packing information will be provided at purchase order

Page 5 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

award. Any international shipping carried out under any service agreement resulting from this RFP must take place on US-flag vessels.

8. Eligibility: By submitting an offer in response to this RFP, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. AISS VISTAS will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.

9. Demonstration of Responsibility: To be deemed a responsible and responsive Supplier-Vendor, the Supplier-Vendor’s bid shall include all of the following in accordance with the instructions and terms and conditions of the RFP:

10. Completed Supplier-Vendor Cover Letter, signed by an authorized representative of the Supplier

Vendor with company/contact details (See Annex 2 - Supplier-Vendor Cover Letter).

Official Proposal against specifications described in this RFP.

Tax ID.

Valid tax clearance certificate.

Business Registration Number.

Valid certificate of incorporation.

Disclosure on Source & Nationality requirements.

11. Demonstration of Understanding: Offeror’s response must provide sufficient information to demonstrate understanding of AISS needs and requirements, goals, and objectives.

12. Negotiations: It is anticipated that award will be made solely on the basis of original Proposals submitted by the supplier-vendor. However, AISS VISTAS reserves the right to conduct any of the following: AISS may conduct negotiations with and/or request clarifications from any offeror prior to award; While preference will be given to offerors who can address the full technical requirements of this RFP, AISS may issue a partial award or split the award among various suppliers, if in the best interest of AISS/VISTAS; AISS/VISTAS may cancel this RFP at any time; AISS may reject any and all offers, if such action is considered to be in the best interest of AISS.

13. Deficiencies: Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFP, an offer may be deemed "non-responsive" and thereby disqualified from consideration. AISS reserves the right to waive immaterial deficiencies at its discretion.

14. Governance: Please note that in submitting a response to this RFP, the Supplier-Vendor understands that USAID is not a party to this solicitation and the Supplier-Vendor agrees that any protest hereunder must be presented—in writing with full explanations—to AISS/VISTAS for consideration, as USAID will not consider protests regarding procurements carried out by implementing partners. AISS, at its sole discretion, will make a final decision on the protest for this procurement.

15. Payment Terms: AISS’s standard payment terms are net 30 days after receipt and acceptance of any commodities or deliverables. Payment will only be issued to the entity submitting the offer in response to this RFP and identified in the resulting award; payment will not be issued to a third party.

16. Prohibitions: United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The supplier under any award resulting from this RFP must ensure compliance with these laws.

17. Title: The title to any goods supplied under any award resulting from this RFP shall pass to AISS following delivery and acceptance of the goods by AISS. Risk of loss, injury, or destruction of the goods shall be borne by the offeror until title passes to AISS.

Page 6 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

18. Restriction: No commodities or services may be supplied that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria.

19. Brand Name or Equal: If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy AISS/VISTAS’ needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.

Page 7 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

ANNEX 2 Supplier-Vendor Cover Letter

The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the Supplier-Vendor: To: AECOM INTERNATIONAL SOUTH SUDAN

ATTN: AECOM International South Sudan’s VISTAS Program CONTRACT NO. AID-668-C-13-00004 AISS/ VISTAS Juba office on Kololo road next to South Sudan Immigration Office

Reference: RFP-VIS-ER1005 To: AECOM International South Sudan, VISTAS Program

We, the undersigned, hereby provide the attached offer in the amount of USD ___________________ (also write in words) __________________________________________________________________________to perform all work required to complete the activities and requirements as described in the above-referenced RFP. Please find our offer attached.

We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFP. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are eligible to participate in this procurement under the terms of this solicitation and under USAID regulations.

Furthermore, we hereby certify that, to the best of our knowledge and belief:

We have no close, familial, or financial relationships with any AISS VISTAS project staff members;

We have no close, familial, or financial relationships with any other Supplier-Vendors submitting proposals in response to the above-referenced RFP;

The prices in our offer have been arrived at independently, without any consultation, communication, or agreement with any other Supplier-Vendor or competitor for the purpose of restricting competition;

All information in our proposal and all supporting documentation is authentic and accurate; and,

We understand and agree to AISS VISTAS prohibitions against fraud, bribery, and kickbacks.

Additional information:

Payment Terms

Delivery Time

Payment Schedule

Price Validity

Warranties

PV Modules:

Inverter / Charger or Battery Inverter:

Charge Controller or PV Inverter:

Batteries:

Page 8 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete:

Authorized Signature

Name and Title of Signatory

Date

Company Name

Company Address

Company DUNS number1

Company Telephone and Website

Email Address

Company Registration or Taxpayer ID Number:

Bank Name

Bank Address

Bank Branch

Account Name

Account Number

Swift Code

1 Mandatory for work exceeding $30,000

Page 9 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

ANNEX 3

Background and Technical Specifications In 2016, Internews and The Radio Community (TRC) built a 20kWP photovoltaic system at Mayardit FM in Turalei, Warrap State/ South Sudan. This system consisted of the following components:

21.0 kWp PV array of 84 x 250Wp polycrystalline silicon panels

158 kW-hr battery bank of 48 x 1643 A-hr gel batteries

4 x 3 kVA, 24V Outback inverter / chargers

6 x 80A charge controllers

Monitoring system

Balance of System including earthing, disconnects, and fusing

AECOM International Development is a United States Government Contractor and implementing partner for the United States Agency for International Development (USAID) South Sudan’s Viable Support to Transition and Stability (VISTAS) Program. AISS/VISTAS is now procuring a similar system for Aweil.

General parameters are provided to achieve the necessary performance, which will require slightly more energy than the Turalei system. It is again anticipated that Internews staff will do the installation. The proposed system will include the following:

Lot 1: +/- 23 kWp PV array of mono- or polycrystalline silicon panels to be placed on flat 11m x 16m roof, including cabling and connectors.

Lot 2: minimum 200 kW-hr battery bank of 48 x +/- 2000 A-hr gel, AGM, or lead acid batteries. A +/- 200 kW-hr battery bank of 24 x +/- 4000 A-hr batteries is also acceptable. Including cabling and connectors.

Lot 3a: 12 kVA, 48V pre-wired panel with inverter / chargers in single, double, triple, or quadruple configuration; 150-600V charge controllers in configuration that will match the PV array string wattage, estimated at 23kWp, and the battery voltage, (48V); Monitoring system that integrates charge controllers and inverter charges to show and record PV amps in, battery amps in and out, and inverter / charger watts in and out

Lot 3b: Other components including surge protection, earthing, and generator start control

Lot 3c: Tools for performing installation and maintenance on system

Lot 3d: Spare parts including surge protection devices and any expected maintenance items for ten years

Goals for this system are the following:

Procure high quality components that will perform for 20+ years (for the panels) with low maintenance.

Maintain single phase, 2500W radio transmitter and associated equipment as priority loads.

Install fusing, disconnects, lightning protection, and enclosures that will prevent fire and electrocution risks.

Install a large battery bank with low Depth of Discharge so that batteries will last over ten years.

o It is anticipated that staff capacity is sufficient to maintain lead acid batteries; no preference will be given to Gel or AGM batteries.

o Best value evaluation will be used to determine the battery bank award (see example in Annex 4 – BoQ), wherein a higher priced bank of three strings or larger Amp-hour batteries may provide better value and score highest.

Page 10 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

It is anticipated that this system can be configured as AC Bus or DC Bus, schematically described as shown

below:

Figure 1 - Aweil radio station PV System in AC Bus configuration.

Figure 2- - Aweil radio station PV System in DC Bus configuration.

12kW PV Array 40 x ~300Wp

Battery Bank 24 x 2V, 4000Ah

Main Panel

6kW Battery Inverter10kW PV Inverter

Diesel Generator

Existing LoadsL3

N

Fuse

230V / 1-Phase

230V / 1-Phase230V / 1-Phase

GroundGround

3.75kW PV Array 14 x ~255Wp

MPPT Charge Controller

Ground

150 V / 80 A

Fu

se

Battery Bank 24 x 2V, 2000Ah

DC - Bus

Main Panel

Diesel Generator

230V / 1-Phase

Inverter / Charger

3000 W / 48 V

DC + Bus

Fu

se

Page 11 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

Manufacturer Requirements

The following requirements refer to the original manufacturer of the PV system components being proposed.

A supplier of good international standing and experience is required to meet the requirements of this project.

The manufacturer must be able to provide the following information if requested:

Have a minimum of ten years’ experience of designing and manufacturing solar power systems. Ten years is considered the minimum amount of field experience in mechanical and electronic design to provide systems with a proven reliability to meet the requirements of this tender.

Demonstrate successful PV systems in similar applications.

Positive industry references from recognized distributors in the solar power industry. There should be an overall positive reputation for good business practice, professionalism, and financial stability.

Make available a minimum of five reference customers with whom the manufacturer has worked on projects. The reference projects must be of a similar scope and size and ideally in a climatically similar geographic area.

Operate a quality management system that is ISO 9001 or equivalent and have recognized third party verification.

Demonstrate knowledge and proof of adherence to necessary product safety standards.

Have availability of UL / MET listed products for supply.

Meet the necessary CE / international standards for safety and where applicable functionality.

Provide evidence of being successful in winning tenders for governments and recognized international organizations who operate professional purchasing methodologies.

The scope of this tender must not represent more than 10% of the manufacturers’ total annual production to ensure that capacity restrictions do not impact quality.

Provide 5 years evidence of such activities.

Be able to demonstrate that they have a safety management system in place and have a good history of employee health and safety.

Page 12 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

Specifications for the various lots are described below:

Lot 1: +/- 23 kWp PV array

Modules: Nominal 200-300Wp; monocrystalline or polycrystalline; Voc such that modules in series achieve <150 Voc at STC or <600V Voc at STC depending on charge controller voltage; designed for high temperature operation (45-60C); pre-wired quick connect system for MC4 connectors; sealed and waterproof junction box; maximum surface load capacity +/- 200kg/m2; 25-year warranty on power output; 2-year warranty on materials and workmanship. Modules must fit within 11m x 16m flat area (see Annex 5 – Drawings).

Module Racking: Sufficient for 6 modules in one row and 15 rows (for +/-250W modules) or as necessary for landscape orientation; aluminum extruded with stainless steel hardware; mounting hardware for concrete roof structure (i.e. mechanical anchor or two-pat epoxy); lag bolt or threaded rod approximately 200mm in length to penetrate to structural roof beam; minimum 100mm between roof surface and PV modules; UV resistant waterproofing sealant for all penetrations.

200m x 10mm2 USE-2 XLP (cross-linked polyethylene) array wire;

MC4 connectors male and female as necessary to connect panels on roof and in junction boxes (quantity depends on panel configuration).

Module grounding connectors and conductor with roof mounted air termination rod;

Lot 2: minimum 200 kW-hr battery bank

Batteries: Lead-Acid, Absorbent Glass Matt (AGM) or Gel type; 2V cells in combination such that battery bank achieves minimum 200 kW-hours energy storage at 48V, based on 20-hour discharge (C20); rate of self-discharge < 5% per month at 30C; designed for long life in extreme conditions. Three strings are the maximum acceptable configuration, e.g. 72 batteries of 1400 A-hr.

Battery Box: Polyethylene or equivalent; vented;

30m x 120mm2 fine strand copper battery cable with connectors for batteries, i.e. M8 ring terminals (final quantity depends on battery configuration);

Lot 3a: Pre-wired Panel: 12 kVA, 48V inverter / charger OR 12kVA, 48V battery inverter; 150-600V charge controllers for 23kWp array OR 23kWp PV inverter; monitoring system

Inverter / charger OR battery inverter: 230V/50Hz Inverter/Charger; Single Phase; 4000-15000W continuous output such that total output is at least 12kVA continuous; 48V battery bank voltage; <20W standby power consumption; >95% efficiency; true sine wave; programmable; sealed or designed for >40C temperature, extreme conditions, and/or outdoor mounting; 5-year warranty on materials and workmanship.

Charge Controller OR PV inverter: Maximum Power Point Tracking; 48V nominal battery bank voltage; 150-600V PV open circuit voltage (Voc); self-consumption < 100mA; <10W standby power consumption; >95% efficiency; >2000W maximum solar module array input power; programmable; sealed or designed for >40C temperature, extreme conditions, and/or outdoor mounting; battery temperature sensor; no cooling fan, 5-year warranty on materials and workmanship

Monitoring System: Visual monitor; Battery voltage; Battery charge/discharge current; Battery State of Charge (SOC); Ampere-hours consumed; Alarm; Removable SD card data recording; LAN or SMS communication.

Panel with all wiring, disconnects, fusing, communication cables, and shunt for pre-wired panel.

Page 13 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

Lot 3b: Balance of System including surge protection, earthing, disconnects, fusing, and generator start

Surge arrestor/surge protection device for protection of DC and AC components;

Earth electrode conductor and hardware for bonding to conductor.

Generator start control compatible with proposed inverter and designed for extreme conditions and/or outdoor mounting, including 50m cabling.

Lot 3c: Tools for installing photovoltaic system equipment

Hexagon crimping pliers with profiles for 16mm2 - 35mm2 swaging

MC4 crimping tool

.5mm2 - 6mm2 crimping pliers

Lot 3d: Spare parts (to comprise less than 5% of bid price)

Surge arrestor(s)

Inverter fan

Inverter board

Charge controller board

Etc.

Page 14 of 19

RFP-VIS-ER1005 PV System for radio station in Aweil

ANNEX 4BOQ

Vendors are required to determine the quantities based on their technical approach and based on available space according to attached drawings.

Lot # Description Unit Quantity Cost, USD

Unit price Total price

1: PV array

Modules module

Module Racking lump sum

10mm2 USE-2 XLP (cross-linked polyethylene) array wire

m

MC4 connectors male and female piece

Module grounding connectors, conductor, air termination rod

lump sum

Junction Boxes box

2: Battery bank

Batteries battery

120mm2 fine strand copper battery cable with connectors

m

Battery Box box

3a: Pre-wired Panel

Inverters inverter

Charge Controllers controller

Monitoring System lump sum

Panel with all wiring, fuding, and disconnects lump sum

3b: Other Components

50mm2 XLPE three core (L1, N, G) inverter to load wire

m

Surge arrestor/surge protection device for DC and AC arrestor

Earth electrode conductor and mounting hardware conductor

Generator Start Control with 50m cable control

3c: Tools

Hexagon crimping pliers for 16mm2 - 35mm2 swaging tool

MC4 crimping tool tool

.5mm2 - 6mm2 crimping pliers tool

3d: Spares As recommended by manufacturer lump sum

Total

Prices are DAP (Delivered to Place) AISS Juba warehouse/ Juba/ Republic of South Sudan

Page 15 of 19

Battery Storage

Solar Panels Here

Solar panels on roof of Staff Acco

ANNEX 5 DRAWINGS

Page 16 of 19

Page 17 of 19

PROJECT

DESIGNED BY

Viable Support to

AWEIL

FM RADIO STATION

Transition and Stability

VISTAS

DRAWING DATE

22 June 2015

REVISIONS

STUDIO & OFFICE

20170622 - Aweil PV Racking.dwg

22 - June -15

1:80

PV100

PV RACKING SYSTEM SECTION

9.65m

11.20m

16.2000m

.25m

Page 18 of 19

PROJECT

DESIGNED BY

Viable Support to

AWEIL

FM RADIO STATION

Transition and Stability

VISTAS

DRAWING DATE

22 June 2015

REVISIONS

STUDIO & OFFICE

20170622 - Aweil PV Racking.dwg

22 - June -15

1:80

PV200

PV RACKING SYSTEM PLAN VIEW

16.50m

16.20m

15.94m

9.84m

11.20m

11.50m

Page 19 of 19