short expression of interest (eoi) supply, erection

98
SHORT EXPRESSION OF INTEREST (EOI) FOR SELECTION OF BUSINESS ASSOCIATES FOR Supply, Erection & Commissioning of 70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging Equipment (Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2)” & Long Term Transfer of Technology EOI Enquiry No. : TS/Solar/ITI/EV Dated: 09 th , March, 2019 Dy.General Manager Technical Support – ITI Limited, Mirzapur Road, Naini, Prayag Raj – 211010 (UP) INDIA, Ph: 0532-2682346, Fax: 0532-2687345 Mob: +91-945059 5460 Email: [email protected] Website: http://www.itiltd-india.com

Upload: others

Post on 25-Feb-2022

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

SHORT EXPRESSION OF INTEREST (EOI) FOR

SELECTION OF BUSINESS ASSOCIATES FOR

Supply, Erection & Commissioning of

70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging Equipment (Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC

Type 2)” & Long Term Transfer of Technology

EOI Enquiry No. : TS/Solar/ITI/EV Dated: 09th, March, 2019

Dy.General Manager Technical Support – ITI Limited, Mirzapur Road, Naini, Prayag Raj – 211010 (UP) INDIA, Ph: 0532-2682346, Fax: 0532-2687345 Mob: +91-945059 5460 Email: [email protected] Website: http://www.itiltd-india.com

Page 2: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Mirzapur Road, Naini,

Prayagraj – 211010 (UP) INDIA

Email: [email protected], Website: http://www.itiltd-india.com

Expression of Interest (EOI)

Ref No: TS/Solar/ITI/EV 9th March, 2019

ITI L imited invites Expression of Interest (EOI) for selection of “Business Associates” for Supply, Erection & Commissioning of 70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging Equipment (Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2)”

Scope of Work Selection of “Business Associates” for Supply, Erection & Commissioning of 70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging Equipment (Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2) & Long Term Transfer of Technology” Earnest

Money

Rs.10,00,000/- (Rupees Ten Lakhs Only)

Interested parties may view and download the document containing the detailed terms &

conditions, free of cost from the website www.reiljp.com and http://www.itiltd-india.com

For ITI LIMITED \

Dy. General Manager

Technical Support

Page 3: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Important dates

Date of Issue/Publishing 09/03/2019 (18:00 Hrs)

Last date of receipt of Clarification 12/03/2019 (15:00 Hrs)

Last Date and Time for Submission of Bid 15/03/2019 (11:30 Hrs)

Date and Time of Opening of Technical Bid 15/03/2019 (16:00 Hrs)

Date and Time of Opening of Financial Bid 16/03/2019 (15:00 Hrs)

In case of any clarifications on this notification and technical requirement, please contact the following-

1. Sri Dinesh Kumar Chief Manager -Mkt Ph: 0532-2687410 Email: [email protected].

2. Sri N.K Bokade, Dy. General Manager-Tech Support, Ph: 0532-2682346, Mob: 9450595460

Email: [email protected]

Page 4: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Introduction

ITI Limited, a Public Sector Undertaking under the Department of Telecommunication, Ministry of

Communication and IT, is a leading telecom equipment manufacturer and total solution provider in India.

ITI has diversified in to solar project business and has established state of art solar module manufacturing

line of capacity 23 MW per annum with modern facility and complying ISO 9001, ISO 14001 and ISO 18001.

Presently major customers of ITI are BBNL, BSNL, MTNL, defense, paramilitary forces and railways.

ITI Ltd is a registered manufacturer of Crystalline Solar Photovoltaic Module having turn-key Solar Module

manufacturing facility at Naini, near Prayagraj (UP) to cater high demand of solar PV module in India. The

company has executed various turnkey orders such as Bharatnet, Telecom Towers, UP Police headquarters.

ITI make PV module are certified with IEC 61215, IEC 61730 part I & Part II and IEC 61701 certification for

wattage range from 30Wp to 300Wp.

Purpose

The purpose of this Short Expression of Interest is selection of Business Associates for Supply, Erection &

Commissioning of 70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging

Equipment (Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type

2)” to enable ITI’s participation in the EOI as mentioned below-

Scope: 70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging

Equipment (Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO

and AC Type 2)”.

Objective: Primary objective of the project is to set-up a Charging Infrastructure in the Country

and roll out the plan as a part of Make in India Initiative. As a part of Electrical Mobility

Mission 2020, Department of Heavy Industry, Govt. of India has formulated a scheme namely

(FAME- India) Faster Adoption and Manufacturing of Electrical vehicles in India. The objective of

the scheme is to promote electrical mobility through development of technology of electric

vehicles & Charging Infrastructure.

The following two types of charging modes are proposed considering the expected utilization.

1. AC Smart Charging (70 Nos.)

2. DC-fast Charging (170 Nos.)

3. DC Fast Charger 100KW (30 Nos.)

Locations: Cities of Ranchi, Bengaluru, Goa, Shimla, Hydrabad, Agra and Highway Delhi-Jaipur-Agra- Delhi & Mumbai-Pune-Mumbai. (Refer Customer tender )

Page 5: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

The details of end customer tender are-

Name: Rajasthan Electronics & Instruments Limited, Jaipur 2, KANAKPURA INDUSTRIAL AREA, SIRSI ROAD, JAIPUR-302034 E-mail: [email protected] website: www.reiljp.com

• Tender Enquiry Date : ITI/NP/18-19/E-PROC./18214 • Tender Enquiry Date : 23/02/2019 • Tender Qty

a. AC (Smart)Charging Equipment (Bharat AC 001) - 70 Nos b. DC (Fast) Charging Equipment (Bharat DC 001) - 170 Nos c. DC Fast Charger 100 KW with 3 Guns - 30 Nos

(CCS, CHAdeMO and AC Type 2) • Tender Fee : 10000 • Estimated Tender Value : 10 Cr • EMD : 10 Lac • Performance Guarantee : 10% of total value of the contract in the form of BG • Delivery Schedule : 4-8 Week from Intent

The end customer tender documents are available for download at http://reiljp.com

The interested firm may download the documents from the website as mentioned.

The successful bidder selected through this EOI will sign agreement & Pre- contract Integrity Pact with ITI.

ITI will submit its proposal to customer based on the techno-commercial proposal obtained from the

successful bidder.

Page 6: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Scope of work The Scope of work will be as per the end customer tender and any other corrigendum/ addendum / other

documents & instructions issued from the end customer from time to time in this regards. The details of

the customer tender for which this Expression of Interest is being called is enclosed along with this inquiry.

Bill of Quantity

Sr. No.

Item Location of Delivery & Installation

Quantity

1 Supply, Erection & Commissioning (including local transportation) & 5 years Comprehensive onsite Warrantee of AC Smart Charger

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

70 Nos.

2. Supply, Erection & Commissioning (including local transportation) & 5 years Comprehensive onsite Warrantee of DC Fast Charger confirming to Standard Bharat DC 001.

Highway Delhi- Jaipur-Agra-Delhi Highway Mumbai- Pune-Mumbai

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

170 Nos.

3. Supply, Erection & Commissioning (including local transportation) & 5 years Comprehensive onsite Warrantee of DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2) with transformer as per specification

Highway Delhi- Jaipur-Agra-Delhi Highway Mumbai- Pune-Mumbai

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

30 Nos.

Total 270 Nos. 4 5 Core 16 Sq Mm armored copper cable 2000 Mtr 5 11 kV Cable (Fault current 12.5kA, 0.5S): 3CX 95 sq.mm 1500 Mtr 6 1.1 kV Cable (Fault current 12.5kA, 0.5S): 3CX 240 sq. mm-3000 M 1500 Mtr

Page 7: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Earnest Money Deposit (EMD) The EMD amount will be as per the customer EOI requirement. In some cases where Central PSU’s are

exempted from paying the EMD fee in that case also the bidder has to submit the EMD. The EMD amount

of successful bidder may be converted to Performance Guarantee/Security Deposit at the time of

placement of Purchase Order.

EMD of Rs. 10,00,000/- (Rs Ten Lakhs only) must be submitted through Demand Draft/RTGS/NEFT favoring

ITI Limited. The DD must be in favour of “ITI Limited”, payable at Prayagraj with validity of Six (06) months

from the last date of submission of customer tender. The EMD amount must be submitted by the bidders

along with their bids. No interest shall be payable on the EMD.

The details of ITI’s bank account for RTGS/NEFT of EMD amount are as below:

• Beneficiary Name : ITI Limited • Account Number/IBAN : 10554066331 • IFSC Code : SBIN0003486 • Beneficiary Bank Name : State Bank of India • Beneficiary Bank Address : ITI Complex, Naini,

Mirzapur Road, Naini, Prayagraj– 211010 (UP) INDIA

Photocopy of EMD must be submitted separately.

Exemption from submission of EMD: Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir

Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises,

Govt. of India are exempted from submission of EMD subject to submission of valid registration certificate

with the technical bid. The exemption is valid only for the participation of bidder in ITI EOI.

However, if the EMD exempted bidder stands L1 then the respective bidder has to submit the Security

Deposit to ITI within 01 week from the date of opening of the financial bid.

Performance Security

The successful bidder who will be selected, shall give a performance security (as per the timeline

mentioned in the end customer EOI) for a period as per end customer tender for the percentage of

the bidder order value or fixed amount on prorata basis as per bidder order value shall be deposited in

shape of Demand Draft or Bank Guarantee and shall be returned after the performance warranty

period is over. The said amount may be forfeited partially or fully for failure to fulfill the terms and

conditions of agreement. The Bank Guarantee should be enforceable and payable at the place

mentioned in the EOI. No interest will be accrued on the Performance security amount.

Taxes & Duties: Relevant Taxes in line with GST i.e. SGST/CGST or IGST to be considered by the

bidder. Taxes rate and nature will be on back to back basis.

Page 8: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

EOI Type: Two Bid System

Bids are to be submitted in two parts namely:

(1)Technical Bid and (2) Financial Bid.

Both technical and financial bids must be submitted in separate envelopes and clearly marked on each

envelope as “Technical Bid” and “Financial Bid” respectively. Thereafter, both the envelopes containing

technical & financial bid should be put into a separate envelope which should be super scribed as “Bids for

EOI No…………..……

The financial bids of only those bidders will be opened who are technically qualified.

Page 9: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-A

ELIGIBILITY CRITERIA

S.No. Eligibility criteria Documents

Required Complied/ Not complied

Deviation if any

1 The Manufacturer should be in existence for minimum 1 year on the tender submission date.

Self undertaking by manufacturer

2 Manufacturer should submit copy of balance sheets of FY 2016-17. This complete information should be submitted with PART-I of the offer

Self certified copy of balance sheet

3 There should be minimum 40% indigenous component in the product offered.

The bidder to submit an undertaking to confirm the claim.

4 Test Certificate: The charging equipment offered should be certified /approved by ARAI, Pune as per specifications.

Performance Certificate/ Test Report of ARAI Pune

5 If required, ITI representative may visit manufacturing site in INDIA/ abroad for which necessary permission shall be arranged by the supplier.

6 After sales support network in India: Supplier‟s service facility in India for local support and trouble shooting is mandatory. Supplier should give complete address of local support office including contact person, Mobile/ Tel No./ Fax/ E-mail. They should also provide the details of service equipments & trained manpower deployed for the service support.

Details of support network in Delhi, NCR, Jaipur & Chandigarh

7 Supplier should confirm to all Technical specifications.

Conformance as per annexure -III

8 Supplier should confirm to all Commercial terms and conditions.

Conformance as per annexure -V

9 Supplier should conf irm tha t down time of the equipment during warranty period will not be more than 24 hrs (including holidays) from the date of complaint.

Page 10: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

10 The bidders financial condition should be sound enough to execute the project.

Credit Report/ Solvency certificate of Rs1 Crore from the

11 Manufacturer/Authorized representative should not be blacklisted in any PSUs/Government/ Semi Government / Quasi Government department in India, as on date of submission of bid. In this regard both have to furnish undertaking that they are not blacklisted by any of the above mentioned organization

Part of covering letter

Page 11: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-B

Commercial Terms and Conditions S.No. Description Complied/

Not Deviation if any

1 Delivery Terms: ITI, FOR destination 2 Delivery: 4-8 Weeks of issue of letter of intent. Inspection call will be given

by supplier to ITI. Material will be dispatched within 7 days from date of inspection/ clearance.

3 The supplier should provide details of Charging Stations supplied by them in India, if any and complete address of after sales support in India.

4 Guarantee/ Warranty: The equipment shall have min. 12 months warranty of overall system from the date of installation and commissioning for manufacturing defects/ performance or 18 months from the date of supply whichever is earlier.

During this period manufacturer/supplier shall replace/ repair the defective parts. The entire expenditure including all type of taxes/ duties, freight, customs duty and customs clearing charges if any for such replacement shall be borne by the supplier.

5 Payment Terms (Indian Currency):on back to back basis I. 25% within 30 days from the date of delivery at ITI.

60% on successful I & C against signed successful completion report of installation & commissioning and hands on training on operations and maintenance of the Charging Stations (Both on software as well as hardware) at Buyer‟s site signed by designated authority.

III. 15% Shall be released against submission of satisfactory performance of the equipment duly signed by the designated authority.

6 Mode of Despatch: By Rail / By Road, as per instructions of buyer

7 Bank Charges: To supplier’s account, if any.

8 Goods Identification: The goods must be clearly identifiable with the shipping documents.

9 Marking: Item Sr. No. should be mentioned on invoice & on the Item itself which should be matching with each other.

10 Other Documents required: Users Manual, Trouble shooting Manual, Relevant Drawings and Specifications, Commissioning Spares List, Recommended Spares List

11 Pre-dispatch Inspection: Pre-dispatch inspection will be carried out at manufacturer’s site by the representative of buyers (ITI) at the option of buyers. Manufacturer will impart training at their works by providing hands-on experience on operation and maintenance of equipment and understanding the process technology. The Manufacturer-Supplier will facilitate for the same.

Page 12: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Payment terms and Delivery Schedule:

• Payment will be on back to back basis. Payment will be generally released to the vendor within

15 days after ITI has received the payment after the submission of necessary document like

Vendor Invoice, receipt acknowledgement of goods by end user.

• Other Direct Expenses will be deducted from the payment of the vendor. The direct

expenses include like cost incurred by ITI towards EMD/PBG/BG/SD processing,

Lodging, Boarding, Tour & Travel of ITI personnel, etc.

• The payment shall be done on the basis of actual Supply/erection of material as certified

by the end customer.

• No advance payment will be made during the execution of the project.

Liquidated Damages (LD)

Liquidated Damages shall be levied as per the LD policy of ITI on pro-rata basis.

Training

Training of customer officers/representatives will be the responsibility of the selected Bidders/vendor.

Contractual Period

The successful Bidder shall so organize his resources and perform his work as to complete it not later than the

date agreed to. Failing which LD will be applicable.

Extension Of Contract

On back to back basis.

Cost of Bidding:

The Bidder shall bear all costs associated with the preparation and submission of its bid, and the

Purchaser will in no case be responsible or liable for those costs, regardless of the conduct or outcome

of the bidding process.

If required extra terms & conditions could be added to the existing terms & condition, it has to be

complied by the firms (bidder/L1 party).

In case o f c o n t r a d i c t i o n the general terms & conditions will be superseded by the end customer tender

terms & conditions.

AMC / COMPREHENSIVE AMC

AMC/ CAMC, if awarded by the end Customer to ITI then the same shall be awarded to the successful

declared bidder in this EOI keeping the same percentage margin as calculated in this EOI.

Page 13: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-C

General Conditions of Contract

1. All the relevant test certificates of various Components as mentioned in Annexure- A of the EOI a n d

customer’s tender shall be provided along with the bid.

2. Un-priced BOQ and Datasheets.

3. The bidder shall submit clause by clause compliance to the technical specification as per BOQ.

4. Bidder will have to submit make/model list with its proposal as per BOQ.

5. EOI Acceptance Letter: Bidder will submit unconditional acceptance of all terms & conditions of the EOI

document on company’s/firm letter head duly signed & stamped by the authorized signatory.

6. Signed & Stamped Copy of ITI’s & Customer’s EOI Documents.

7. No deviation certificate has to be submitted by the party mentioning that “we meet all Technical &

commercial Specifications of the EOI Too” and there shall be no deviation. Party has to submit the

aforementioned certificate along with the offer.

8. Other Relevant Documents pertaining to the eligibility criteria such as bidder should be Manufacturer

of Solar BOS components, Experience of executing Solar based installations (Solar Power Plants/ Solar

Water Pumping Systems/Solar Street Lighting Systems etc.), Balance sheets indicating the turnover,

Relevant Test Certificates, GST Certification etc.

9. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications.

10. Escalation in price (except where price variation clause is applicable), deviation from delivery schedule,

terms and conditions will not be permitted in your quotation. Statutory Taxes & Duties should be shown

separately from the price.

11. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC

or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and

Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro &

Small Enterprises (MSEs) Order 2012”.

12. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are

liable to be rejected.

13. Any deviations whether technical or commercial stated anywhere in the bid shall not be taken into

account and may render the bid non-responsible and liable to be rejected.

14. Vendor Data should be submitted along with the bid.

15. Quotation should be submitted off line.

16. The bids should be spiral bounded and each page should be serial numbered.

17. The bids must be submitted in the form of hard copy. ITI reserves the right to suspend or cancel the EOI

process at any stage, to accept ,or reject any or all offers at any stage of the process and / or to modify

process, or any part thereof, at any time without assigning reason, any obligation or liability

Page 14: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

whatsoever .

18. Quoted Prices shall be valid for 180 days.

19. During the evaluation of EoI, if ITI requires any clarifications, the Bidder should be ready to give

clarifications for any part of the offer against this EoI to ITI to complete the evaluation.

20. Bidder must submit the signed integrity pact along with the techno commercial bid. (Format Attached,

Annexure-B)

21. Authorized Signatory: All certificates and documents received as part of offer shall be signed by

the “Authorized Representative”. Power of attorney in favor of the person signing the documents (On

Rs.100 Stamp paper). (Signing is not mandatory in technical manuals)

22. Late Offer: Any offer received after the prescribed time line shall be rejected

23. Language of offers: the offers submitted by vendor and all the correspondence and documents

relating to the offers exchanged by the vendor shall be in English language.

24. Cost of EOI: The vendor shall bear all cost associated with the preparation & submission of its EOI

including cost of presentation for purposes of clarification of the offer, if so desired by ITI. ITI will

in no case be responsible or liable for those costs, regardless of the conduct or outcome of the EOI

process. In this case, submissions of required material as per sample plan of certifying agency is to

be arranged & provided free of cost by bidder.

25. Amendment of EOI: At any time prior to the last date for receipt of offers, ITI may for any reason,

whether at its own initiate for in response to a clarification requested by a prospected vendor

modified by the EOI document by an amendment. In order to provide prospective vendor

reasonable time in which to take the amendment into account in preparing their offers, ITI may, at

their discretion extend the last date for the receipt of offers and / or make other changes in the

requirements set out in the invitation for EOI.

26. Disclaimer: ITI and / or its officers employees disclaim all/ any liability from any loss or damage

whether foreseeable or not, suffered by any person acting on or refraining from acting because of

any information including statements, information, forecasts estimates, or projections contained

in this documents or conduct ancillary to it whether or not the loss or damage arises in connection

with any omission, negligence, default, lack of care or misrepresentation on the part of ITI and / or

any of its officers, employees.

Other Important Guidelines:

1. Only the successful bidder will be informed of being the L1. All the techno commercial terms will be on

back to back basis.

2. ITI shall have the right to appropriate the outstanding amount, if any, recoverable from the

vendor/contractor/bidder, under any other contract, from the payment under this contract, to be made

Page 15: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

by ITI.

3. ITI reserves the right to waive minor deviations and add minor modifications if they do not materially affect

the capability of the bidder to perform the contract.

4. All the financial terms like Payment, taxation, LD & other will be on back to back basis as per the above cited

EOI Terms & conditions received by ITI in its PO/Work Order form the end customer.

5. The statutory clearances to installation of charging equipment at retail petrol outlets, government

buildings, public parking‟s etc shall be in the scope of bidder.

6. It will be the responsibility of the contractor to train and educate the ultimate user for handling and

operating the equipment free of cost.

7. Other Direct Expenses will be deducted from the payment of the vendor. Expenses Like cost incurred by ITI

towards EMD/PBG/BG/SD processing and travel related towards business development, order processing

and project execution incurred by ITI shall be recovered from bidder from his payments.

8. Vendor will sign Service Level Agreement (SLA) with ITI. The draft copy of SLA will be as per the

customer EOI (in case provided by the customer) or will be provided by ITI. In case of conflict between

ITI’s terms & conditions and the terms & condition as per customer’s EOI the ITI’s terms & conditions

prevail over said EOI terms & condition.

9. Preference will be given to Bidders-

a. who are ready to collaborate/ tie-up with the Company for manufacturing of Charging

Equipment in ITI in CKD/SKD mode in phase manner underMake In India initiative.

Bidder to indicate the willingness.

b. Who wish to work jointly with ITI for scaling up the business based on this project on pan

India basis. If agree, pl indicate (through a plan/ presentation) how you would like to move

ahead.

c. The bidder should be in possession of technology rights of the products offered and manufacturer or authorized representative of the manufacturer.

11. It will be the sole responsibility of the bidder to provide the following document for ITI’s

participation in the tender:

a. Technical Proposal content as per the customer tender.

b. In case of product demonstration it will be the bidder’s responsibility to arrange the same.

c. Other needful EOI document as per customer Tender.

d. It will be the successful bidder’s responsibility to arrange all the techno-commercial document

for ITI so that ITI may participate in the customer Tender/enclosed and details referred in this

EOI.

In case Acceptance Test Procedure (ATP) is mentioned in the customer tender or is conducted by the

customer at any stage, it will be on back to back basis and the ATP test will be conducted as per the

customer tender/document or ITI will provide its own ATP procedure.

Page 16: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Additional work may be required to carry out according to the actual site conditions. Any item/Work,

which is not specifically mentioned and not paid by customer but necessary for making the system

functional, shall be deemed to e included in the scope of the work of the vendor and shall be supplied

and installed without any extra cost to ITI.

Award of Contrac t :

Bidder offering the Highest Net Revenue Share shall be declared as the L1 bidder.

In view of the large EOI quantity, ITI reserves the right to split the total order quantity amongst more than

one supplier OR to award it to single successful bidder. The allocation of quantity among bidders other

than L-1 (who matches the L-1 price) shall be based on the price bid hierarchy, i.e. L 2 subject to

matching the L-1 price for complete scope of work. The award to L2 shall be subject to their acceptance of

L1 rates with all other terms and conditions as per EOI.

The distribution pattern for splitting the order in all or price-bid as deemed suitable at matched

rate will be as indicated below.

In case of Distribution between Ratio in percentage

Two Parties ( L1 : L2) 60% : 40%

Note:

1. The Financial Bid format is enclosed as Annexure-E.

2. ITI will include the same price for BoS in the end customer’s financial bid as per the finally

negotiated price agreed by theL1 bidder.

3. Additional work may be required to be carried out according to the actual site conditions.

Page 17: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure- D

EOI REF No: TS/Solar/EV CUSTOMER TENDER NO. REIL/NP/18-19/E-PROC./18214

Bill of Quantity

The bill of quantity has been mentioned in the table given below:

S. No.

Item Location of Delivery & Installation

Quantity

1. Supply, Erection & Ranchi, 10 Commissioning (including Bengaluru, 20

local transportation) of AC Goa, 10

Smart Charger confirming to Standard Bharat AC 001

Shimla, Hyderabad, Agra

05 20 05 Total 70 Nos.

2. Supply, Erection & Highway : Delhi-Jaipur-Agra- 25 Commissioning (including Delhi local transportation) of DC Highway : Mumbai-Pune- 15

Fast Charger confirming to Standard Bharat DC 001.

Mumbai Ranchi, Bengaluru,

20 30

Goa, 20 Shimla, 10 Hyderabad, 40 Agra 10

Total 170 Nos. 3. Supply, Erection & Highway : Delhi-Jaipur-Agra- 07

Commissioning (including Delhi

local transportation) of DC Highway : Mumbai-Pune- 02

Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2) with transformer as per specification

Mumbai Ranchi, Bengaluru, Goa, Shimla,

02 08 02 02

Hyderabad, 05 Agra 02

Total 30 Nos. Total 270 Nos.

4 5 Core 16 Sq Mm armoured copper cable 2000 Mtr 5 11 kV Cable (Fault current 12.5kA, 0.5S): 3CX 95 sq.mm 1500 Mtr 6 1.1 kV Cable (Fault current 12.5kA, 0.5S): 3CX 240 sq. mm-3000 M 1500 mtr

Page 18: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Date: (Signature of Bidder)

Seal

Page 19: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-E

Financial Bid Format

End CustomerNIT No. REIL/NP/18-19/E-PROC./18214)

EOI reference No:

Date :

Item Description :

Qty : 1 Lot

We please to offer and agree to address and execute the EOI No…………. work as per the following Net Revenue margin to ITI-

Net Revenue Share offered to ITI ( In Figure)

Net Revenue Share offered to ITI ( In words)

Price: FOR Destination ITI Limited, Mirzapur Road, Naini, Prayag Raj-211010 Details of Taxes & duties included

Note: Net Revenue Share is Net of all taxes and expenses. GST:

Freight & Insurance: Any Other Tax/ Duty:

Signature of the Bidder :

Name of the Bidder :

Designation :

Stamp of the Company :

Date of Signing of Bid :

Page 20: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Terms & conditions ( On back to back basis)

1. Currency of Purchase Order: ITI will place purchase order on bidder in INR only.

2. Taxes: As per the customer tender/enclosed and details referred in this EOI.

3. ITI will place PO/work Order on successful bidders only if the ITI receives its PO/work order

from its Customer as mentioned in this EOI.

4. Bidder offering the highest net revenue share shall be declared the successful L1 bidder. Bidder

offering the next higher net revenue share shall be declared successful L2 bidder and so on. In

case of a tie the competent committee will adopt draw of lots or any other suitable method to

break the tie without giving any reason/ justification. This shall be done in the presence of tied

bidders. The decision of competent committee of ITI shall be final in this regard and cannot be

challenged in any manner and also be binding on all the bidders.

5. The bidders including L1 bidder may be called for negotiation.

6. After signing the agreement, L1 bidder shall submit detailed priced BOQ. Subsequently ITI will

quote the same price in the end customer’s financial bid as per the finally negotiated price agreed

by the L1 bidder.

7. ITI shall place order on successful bidder after reducing the ITI is net revenue share percentage

i.e.…………………. % of the total value ordered given to ITI by the customer for delivery of

project/work as per EOI condition. PO/Work order will be issued to the successful bidder for

the amount which will be calculated after reducing ITI’s Net Revenue share from the PO/Work

order issued to ITI by the prospective buy/end user customer.

8. The net revenue share of ITI shall remain intact in any case. In case ITI is not L1 in the customer

EOI, then the L1 bidder will have to accept the price offered to ITI with Net Revenue Share of ITI.

ITI will only accept the L1 bidder price in the customer EOI only after consulting L1 bidder in

ITI EOI. L1 bidder will have to submit a written acceptance to ITI for the same. After getting

the written acceptance from the L1 bidder, ITI will submit its acceptance of accepting the L1

bidder price to customer.

9. ITI reserves the right to postpone the date of receipt of bids, accept or reject any bid without

assigning any reason.

10. ITI will have right of pre-dispatch inspection of the equipment by their own or authorized

representative and pre-dispatch inspection report will be part of dispatch document for

inspected lot

11. The statutory clearances to installation of charging equipment at retail petrol outlets,

Page 21: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

government buildings, public parking‟s etc shall be in the scope of bidder.

12. Preference will be given to Bidders-

a) who wish to collaborate/ tie-up with the Company for manufacturing of Charging Equipment in ITI under Make In India initiative. Bidder to indicate the willingness. b) Who wish to work jointly with ITI for scaling up the business based on this project on pan India basis. If agree, pl indicate (through a plan/ presentation) how you would like to move ahead. c) The bidder should be in possession of technology rights of the products offered and manufacturer or authorized representative of the manufacturer.

As per directives of CENTRAL VIGILANCE COMMISSION, GOVERNMENT OF INDIA, One Agent can not represent two or more suppliers or quote on their behalf in a particular tender for single item. If so found at any stage, their offer will not be considered. 13. Risk Purchase: In case of delays in supplies / defective supplies or non fulfilment of any other terms and conditions given in Purchase Order the purchaser may cancel the Purchase Order in full or part thereof, and may also make the purchase of such material from elsewhere / alternative source at the risk and cost of the supplier.

Page 22: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-F EOI ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

To,

---------------------------

---------------------------

Subject: Acceptance of Terms &Conditions of EOI.

EOI Reference No:__________________________________________

Name of EOI/Work:_________________________________________

Dear Sir,

I (Name-------------------------have received the EOI reference no------------------------------- for mentioned work

from the website/email.

I hereby certify that I have read the entire terms and conditions of the EOI documents from Page No. _

_to _ (including all documents like annexure(s), schedule(s), a m e n d m e n t s and reference EOI

etc.) which form part of the contract agreement and I shall abide here by the terms/conditions/ clauses

contained therein.

The corrigendum(s) issued from time to time by your department/organization too has also been taken

into consideration, while submitting this acceptance letter.

I hereby unconditionally accept the EOI conditions of above mentioned EOI document(s)/corrigendum(s)

in its totality/entirety.

I hereby unconditionally accept all the EOI conditions of ITI

& _ _ _ _ _ _ (Customer Name) EOI document /corrigendum(s) in its totality/ entirety.

In case any provisions of this EOI are found violated, then your department/organization shall

without prejudice to any other right or remedy be at liberty to reject this EOI/bid including the

forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 23: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-G

SPARE PARTS FORMAT

Spare Parts Details for charging equipment

(To be filled-up, scanned and submitted uploaded as part of Bid documents)

Name of the Bidder:

S.No. Spare Part Name Spare Part Number Price Per Unit(in Rs.)

Periodicity of Replacement

In yrs. In charging

Bidder is expected to add rows to this table.

Page 24: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-H Covering letter from the Manufacturer/Authorized Representative

(To be submitted on manufacturer’s Letter Head) Reference:.................... Date:..............

The Dy. General Manager (TS), ITI Limited, Naini, Prayag Raj (UP) Pin: 211010

Subject: Submission of tender for supply, erection and commissioning of Charging Stations.

Dear Sir, This is to notify you that our company intends to submit a proposal in response to the tender for supply, erection and commissioning of Charging Stations Primary and Secondary contacts for our company are:

Primary contact Secondary contact

Name:

Title:

Company Name:

Address:

Phone:

Mobile:

E-mail:

Web site

We confirm that the information contained in this response or any part thereof, including appendix, exhibits, and other documents and instruments delivered, or to be delivered to ITI is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements there in do not in whole or in part mislead the department in its short-listing process. We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the short listing process or unduly favors o ur company in the short listing process, we are liable to be dismissed from the selection process or termination of the contract during the project, if selected to do so, We further undertake that our Company is never black-listed by any Central or State Government agency. We agree to abide by the conditions set forth in this tender

It is hereby confirmed that I/ We are entitled to act on behalf of our corporation/ company/ firm/ organization and empowered to sign this document as well as such other docum ents, which may be required in this connection.

(Signature) (Name) (In the capacity of)

Duly authorized to sign the tender Response for and on behalf of: Sincerely, (Name of the company) Name Title Signature Date

Page 25: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

(Name and Address of Company) Seal/Stamp of the Agency

Page 26: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-I

AUTHORTY LETTER

Ref Letter No. Date:

To

The Dy. General Manager (TS), ITI Limited, Naini, Prayag Raj (UP)

Pin: 211010

Dear Sir,

We M/s. ……………………..are authorizing M/s. ……………………………….. to submit tender

document in reference to your EOI no TS/Solar/ITI/EV,Date: 08.03.2019 supply , erection

and commissioning of Charging Stations on our behalf .They are authorize to carry out

communication on our behalf.

On behalf of company ………………………

Name and Designation

Signed and sealed (who has signed the tender)

Page 27: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-J

TENDER NO. REIL/NP /18-19/E-PROC./

Performance Certificate Ref Letter No. Date:

To

The Dy. General Manager (TS), ITI Limited, Naini, Prayag Raj (UP)

Pin: 211010

Dear Sir,

We M/s. ……………………..are certifying that Charging Stations Model no. -------------

---------procured from M/s............……………………………….. is working satisfactory since last ------

---- years.

On behalf of company ………………………

Name and Designation

Signed and sealed (who has signed the tender)

Page 28: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

TENDER NO. REIL/NP/18-19/E-PROC./18214

Annexure-K

CERTIFICATE FOR NON BLACK LISTING

Ref Letter No. Date:

To

The Dy. General Manager (TS), ITI Limited, Naini, Prayag Raj (UP)

Pin: 211010 Dear Sir,

We M/s. …………………….. confirm that we are not blacklisted in any PSUs/Government/Semi

Government /Quasi Government department in India, as on date of submission of bid. This

undertaking is submitted to the best of my knowledge. If at any stage it is found wrong then ITI

may take necessary action against us.

On behalf of company ………………………

Name and Designation

Signed and sealed (who has signed the tender)

Page 29: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Annexure-L

EV Charger Technical Specifications

The desired functional and technical specifications of charging equipment (as per Indian conditions) have been mentioned in the subsequent sections of this document. However, the intent is not to specify and capture all the aspects of design and installation associated with charging equipment mentioned herein. It shall be the obligation of bidder(s) that all the systems, sub-systems and equipment/devices shall conform in all respect to high standards of engineering, design and workmanship, and shall be capable of performing continuous commercial operation as per best industry standards.

Bharat EV AC Chargers (BEVC-AC001)

This section presents the specifications of a Public metered AC outlet (PMAO) which is to provide AC input to the vehicle which has on-board chargers. This applies to electric road vehicles for charging at 230V standard single phase AC supply with a maximum output of 15A and at a maximum output power of 3.3kW. PMAO is a slow charger for low-power vehicles.

General Requirements

The EV shall be connected to PMAO for conductive energy transfer function. The system will have following general specifications:

a) PMAO is supplied with three phase AC power and outputs single phase AC power. b) Energy Transfer Mode is Conductive. c) Each outlet will have up to three independent charging sockets. d) The PMAO has built-in metering, safety & monitoring. e) PMAO and Central Management System (CMS) communicate with each other to serve

purposes of firmware, reservation, cancellation, addition and deletion of PMAOs etc. 1. CMS should interact with the charger for its above functions, selected as per the

user; or by the service provider for tariff related changes. 2. CMS will have interface to user app, and multiple chargers for

managing all requests and responses.

Input Requirements

a) A.C. Supply System is 3 phase, 5 wire AC system (3 phases + N + PE) b) Nominal Input Voltage is 415V (+6% and -10%)as per IS 12360 c) Input Frequency is 50Hz ± 1.5 Hz d) Input Supply Failure back-up: Battery backup for minimum 1 hour for the control system

and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

Input Requirements

a) Number of Outputs: 3 b) Type of each output: A.C., 230V (+6% and -10%) single phase as per IS 12360 c) Output Details: 3 Independent charging sockets as per IEC 60309. Female connector

to be used on the PMAO Side.

Page 30: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

d) Output Current: Three vehicles charging simultaneously, each at 15A current. e) Output Connector Compatibility: IEC 60309 Industrial Blue connectors to be used. f) Connector mounting: ensure IP 54. Angled connector mounted looking

downwards for outdoor use is preferred. g) Double-pole breaking RCD (IEC 60309 Blue connector) of less than 30mA (As per section

7.4 of AIS 138 Part 1) is recommended. h) Limiting Output Current: Circuit breaker for each outlet limited to 16A current output.

Breaker should be reset to resume operation. i) Output selection: the breaker inside to be energized in sequence - one round of all three

phases before the second round. j) Socket readiness: An LED to indicate that the socket is ready.

1. Three LEDs, one for each Phase/socket shall indicate the readiness/in-use status 2. LED failure/ LED not glowing shall mean that socket is not ready

k) Isolation: Charger shall comply with class 1 or class 2 insulation class as defined in AIS 138 Part 1, clause 3.3.1 and 3.3.2.

User Interface and Display requirements

a) Visual Indicator: Error indication, Presence of input supply indication, Charge process

indication and other relevant information. b) Display Messages: PMAO should display appropriate messages for user during the various

charging stages like 1. Suggestive sequence of charger operation 2. Vehicle plugged in / Vehicle plugged out 3. Duration since start of charge, kWh consumed 4. Authorization status 5. Fault conditions

c) ON- OFF (Start-Stop) switches d) Emergency Stop Switch is mushroom headed push button type (Red color), visible

and easily accessible e) Display Screen Size is minimum 3.5” inches with 720x480 pixels, user interface can be

touch screen or keypad. f) User Authentication is by using mobile application or user interface (OCPP gives only a

field mandate, media to be used is open). g) Metering Information: Consumption Units.

Billing and Payment Requirements

a) Metering - metering as per units consumed for charging the battery of each vehicle

as per Indian standards. b) Billing – Grid Responsive Billing Payment –BHIM / Bharat QR or UPI complaint mobile

application payment

Protection and Safety Requirements

a) Safety Parameters: Safety and protection to be ensured for India specific environment (As per AIS 138 Part1).

Page 31: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

b) EMI/EMC: as per AIS 138-1 (section 11.11.3.2) c) Start of Charging: The outlet will be locked and covered, the connector will be exposed

to charging only after user authentication using user interface or mobile application. Only when the lock opens and connector is properly connected, the switch/relay will turn ON to feed power to EV. 1. Lock will be opened only after full charging and authentication by user or the operator (the authentication procedure is detailed in Annexure B) 2. Once disconnected, the charging session terminates.

d) Power failure: If there is a power failure, user is indicated 1. If the user wants to terminate the session, the user can shut-off the switch and remove the plug 2. If user does not remove the plug, the charging resumes when power comes back.

e) Interruption of Charging: 1. Temperature based safety mechanism to trigger switching off of the charging to ensure the temperature is not more than 80°C for duration less than 10s. In such situation, an appropriate signal will be sent to turn the switch/relay OFF in order to stop the charging. Once disconnected, the charging session terminates. 2. If plug is taken out (for more than 2 seconds) and then reinserted for charging, the charging- session will disconnect. A new session will be required to continue charging. 3. These shall ensure that no one can remove a vehicle being charged and insert their own cable and use the infrastructure without paying or at someone else‟s account

Mechanical Requirements

a) Suggested Cable Security: PMAO should have locking mechanism for the connector while

charging. The vehicle may also have locking mechanism during charging to ensure the safety of the cable (Suggestion to OEM to have shutter lock for security purpose of the cable during charging session).

b) Mechanical Stability: 1. Shall not be damaged by mechanical impact energy: 20 J (5 kg at 0.4 m) (Section 11.11.2.2. of AIS 138 Part 1). 2. IP Ratings: IP 54 (Section 11.11.2.4. of AIS 138 Part 1). 3. Cooling: Air cooled or forced air cooled to protect the equipment against temperature hazards.

Environment Requirements

a) Ambient Temperature Range: 0 to 55°C b) Ambient Humidity: 5 to 95% as per AIS 138 Part 1 section 11.2 c) Ambient Pressure: 86 kPa to 106 kPa as per AIS 138 Part 1 Section 11.11.2.4 d) Storage temperature: 0 to 60°C

Page 32: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Communication Requirements

a) Communication between PMAO and Central Management System: Open Charge Point Protocol (OCPP) 1.6 or higher protocols.

1. The higher versions of OCCP if used should be compatible to OCCP1.5. 2. Should enable handshaking between PMAO and CMS for discovery. 3. It should authorize the operation, before electric vehicle can start or stop charging 4. PMAO should respond to CMS for various queries and commands like reservation, cancellation and other functions specified on OCPP.

b) Metering: Grid responsive metering as per units consumption of each vehicle

c) Interface between charger and central management system (CMS): Reliable Internet

Connectivity with inbuilt 3g/4g modem and standard Ethernet

AC001 Specification Summary The specifications discussed previously are summarized in the table below:

# Parameter Requirement

General Requirements

1 EVSE Type AC 2 Energy Transfer Mode Conductive

Input Requirements 1 AC Supply System Three-Phase, 5 Wire AC system (3Ph.+N+PE)

2

Nominal Input voltage

415V (+6% and -10%) as per IS 12360

3 Input Frequency 50Hz, ±1.5Hz

4

Input Supply Failure backup

Battery backup for minimum 1 hour for the control system and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

Environmental Requirements

1 Ambient Temperature Range 0 to 55°C 2 Ambient Humidity 5 to 95% 3 Ambient Pressure 86 kpa to 106 kpa 4 Storage temperature 0 to 60°C

Mechanical Requirements

1

Suggested Cable Security

PMAO and the vehicle connector outlet to have provision for locking mechanism during charging to ensure the safety of the cable

2

Mechanical Stability Shall not be damaged by mechanical impact

energy : 20 J (5 kg at 0.4 m)

Page 33: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

3 IP Ratings IP 54

4

Cooling Air cooled or forced air cooled to protect the equipment against temperature hazards

Output Requirements 1 Number of outputs 3

2

Type of each output 230V (+6% and -10%) single phase, 15A as per IS

12360A.C.

3 Output Details 3 Independent charging sockets, given in Annex-A

4

Output Current Three Vehicles charging simultaneously, each at 15A current

5 Output Connector Compatibility IEC 60309

6

Limiting output current Circuit breaker for each outlet limited to 16A current output. Breaker should be reset to resume operation

7

Connector Mounting Angled connector mounted looking downwards for outdoor

use

8

Isolation class 1 or class 2 insulation as per AIS138 (3.3.1 and 3.3.2)

User Interface & Display Requirements

1

ON- OFF (Start-Stop) switches

Mandatory

2

Emergency stop switch Mushroom headed Push button type (Red color), visible and easily accessible

3

Visual Indicators Error indication, Presence of input supply indication, Charge

process indication and other relevant information

4

Display size Minimum 3.5” inches with 720 x 480 pixels, user interface through touch screen / keypad

5

Display Messages

EVSE should display appropriate messages for user during the various charging states like

• Vehicle plugged in / Vehicle plugged out

• Fault conditions; metering: units consumption; Duration since start of charge, Time to charge, kW h

6

User Authentication

Using mobile application or User interface (OCPP gives only a field mandate, media to be used is open)

7 Metering Information Consumption Units

Billing & Payment Requirements 1 Metering Metering as per units‟ consumption for charging each vehicle 2 Billing Grid responsive billing

3

Payment BHIM / Bharat QR or UPI compliant mobile application

payment

Communication Requirements

1 Communication between EVSE and Central Server

Open Charge Point Protocol (OCPP) 1.6 or higher protocol or higher versions compatible to OCPP 1.6

2

Metering Grid responsive metering as per units‟ consumption of each

vehicle

Page 34: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

3

Interface between charger and central management system(CMS)

Reliable Internet Connectivity with inbuilt 3g/4g modem and standard Ethernet

Protection & Safety Requirements

1

Safety Parameters Safety and protection to be ensured for India specific environment (As per AIS 138 Part1)

2

Start of Charging

The outlet will be locked and covered, the connector will be exposed to charging only after user authentication using user interface or mobile application. Only when the lock opens and connector is properly connected, the switch/relay will turn ON to feed power to EV. Lock will be opened only after full charging and authentication by user or the operator. Once disconnected, the charging session terminates. The authentication procedure is detailed in Annex B.

3

Power failure

If there is a power failure, user is indicated about this. The charging resumes when power comes on. If the user wants to terminate the session during power failure, the user can shut-off the switch and remove the plug

4

Interruption of Charging

Connector terminals to be mounted with temperature sensors to avoid burning of connectors. Safety mechanism to trigger switching off of the charging at temp.>80°C for a duration <10s.In such situation, an If the above locking mechanism is mandated then the following point won't be required: If plug is taken out (for more than 2 seconds) and then reinserted for charging, the charging-session will disconnect. A new session will be required to continue charging to ensure that no one can remove a vehicle being charged and insert their own cable and use the infrastructure without paying or at someone else‟s accountappropriate signal will be sent to turn the switch/relay OFF to stop the charging. Once disconnected, the charging session terminates

Page 35: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Type testing

Sr.

No

Criteria

Parameter Clause No. of AIS 138

Part 1

1

Safety functions Verification

Earth Presence Detection (Socket - EVSE)

6.4.1.1

Earth Continuity Check (EVSE-EV)

6.4.1.2

Over Current and Short- Circuit Protection

6.4.1.5

Leakage Current (RCD) 6.4.1.6 Dielectric withstand voltage 11.6.1

2

Mechanical Stability

Mechanical impact 11.11.2.2 IP TESTING 11.11.2.4

3

Climatic environmental tests

Ambient air temperature 11.11.1.2 Ambient humidity 11.11.1.4

4

EMC Verification

Immunity Discharges

to electrostatic 11.11.3.2

Supply voltage dips and interruptions.

11.11.3.2

Fast transient bursts 11.11.3.2 Voltage surges 11.11.3.2

Bharat EV DC Charger (BEVC-DC001)

This section prescribes the definition, requirements and specifications for low voltage DC electric vehicle (EV) charging stations in India, herein also referred to as "DC charger", for conductive connection to the vehicle, with an AC input voltage of 3-phase, 415 V. It also specifies the requirements for digital communication between DC EV charging station and electric vehicle for control of DC charging.

General Requirements

The method for charging an EV is to use an off-board charger for delivering direct current. The EV shall be connected to the EVSE so that in normal conditions of use, the conductive energy transfer function operates safely.

a) Energy transfer mode: Conductive b) EVSE type: Dual-connector DC EVSE c) No. of outputs: 2 d) Charging mode: Mode 4 – DC Charging [DC charging is defined as Mode 4 as per

IEC61851-1 section 6.2.

System Structure The System requirement parameters are derived from Table D1 of Annex DD of IEC 61851-23.

Page 36: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

a) Regulation: Regulated DC EV Charging station with combination of the modes: controlled voltage charging (CVC) and controlled current charging (CCC)

b) Isolation: Isolated DC EV charging station, according to the type of insulation between input and output: Basic Insulation, Reinforced Insulation & Double insulation.

Page 37: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

c) Each DC output should be isolated from each other [Section 7.5.101 of IEC 61851- 23].

d) Environmental conditions: Outdoor use. EVSEs classified for outdoor use can be used for indoor use, provided ventilation requirements are satisfied.

e) Power supply: AC mains to DCEV charging station f) DC output voltage rating: Up to and including 100 g) Charge control communication: Communicate by digital and analog signals h) Output Current: 200A i) Interface Inter-operability: Interoperable with any EV (non-dedicated,

can be used by any consumer). j) Operator: Operated by a trained operator or EV owner

Input Requirements

a) Rating of the AC supply voltage

1. The AC supply system would be 3-Phase, 5 Wire AC system (3Ph+N+E) Nominal Input Voltage is 415V (+6% and -10%) as per IS 12360 2. The Rated value of the frequency is 50 Hz ± 1.5Hz.

b) Battery back-up: The Input supply system to have a battery backup for minimum 1 hour for control and billing unit. The data logs should be synched with CMS during back-up time, in case battery drains out

Output Requirements

The Charger can provide two DC outputs suitable for 48V/60V/ 72V vehicle battery configurations. The outputs should be as per type-1 Bharat Charger configuration as shown in the figure 1 below.

Output 1 Power limited to: 10 kw

Output 2 Power limited to 3.3kW

Figure 1: Charger with Power limited to 10kW (Type 1)

The chargers should allow charging of one vehicle with maximum power 10 kW or 2W vehicles with limited power (3.3 kW at 48V only) as per the output configurations types given below.

a) DC Output voltage: 48V /60V/ 72 V nominal battery voltages b) Output current: limited to 200A c) Converter Efficiency: > 92% at nominal output power

Page 38: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

d) Power factor: > 0.90 (Full Load)

The service life of coupler and breaking capacity of the coupler as defined in Section 9 of IEC 61851- 23.

Charger Configuration Type:

Type 1: Single vehicle charging at 48V or 72V with a maximum of 10kW power, or a 2W vehicle charging at 48V with maximum power of 3.3 kW.

Output Connector Requirements

a) Number of Outputs: 2 outputs b) Output 1: to be used for up to 15 kW charging, Connector is

GB/T20234.3. c) Output 2: to be provisioned for 3.3 kW charging, Connector will be defined in due

course of time.

Cable Requirements

Charging Cable Assembly: As per Section 10 of AIS 138 Part 2, with the functional characteristics defined as below:

a) Functional characteristics: The maximum cord length will be 5 meter, straight cable b) Cable Connection Type: supply cable will be with EVSE as per Case C defined in

section 6.3.1 of IEC61851-1. c) Cord Extension Set: No extension cord to be used, as per Section 6.3.1. of AIS 138

Part 1 d) Adaptors: No adapters to be used as per Section 6.3.2 of AIS 138 Part 1 e) Storage means of the cable assembly and vehicle connector: EVSE should have

storage for cable and connector when not in use, at a height between 0.4m to 1.5m above ground level, as per IEC 61851-23 Section 101.1.3

Environmental Requirements

a) Ambient Temperature Range: 0°C to 55°C as per 11.11.1.2 of AIS 138 Part 1 b) Ambient Humidity: 5% to 95% as defined in Section 11.2 of AIS 138 Part 1. c) Ambient Pressure: 86 kpa to 106 kpa as defined in Section 11.11.2.4. of AIS 138 Part 1. d) Storage Temperature: 0°C to 60°C Mechanical Requirements

a) Ingress Protection: The minimum IP degrees for ingress of objects is IP 54 b) Mechanical Impact: As per IEC 61851-1 Section 11.11.2 c) Mechanical Stability: As per section 11.11.2.2. of AIS 138 Part

Page 39: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

d) Cooling: Air cooled or forced cool for protection and safety of equipment from any fire hazards

Protection Requirements

a) Protection against Electric Shock: As per AIS 138 Part 1, Section 7.0 b) Effective earth continuity between the enclosure and the external protective circuit,

as per AIS 138 Part 1 Section 6.4.1.2

Specific Requirements

DC FC shall have provision of emergency switching, protection against uncontrolled reverse power flow from vehicle, Output current regulation in CCC, Output voltage regulation in CVC, Controlled delay of charging current in CCC, limited periodic and random deviation (current ripple) and limited periodic and random deviation (voltage ripple in CVC), as per Section 102.2 of IEC 61851-23.

The specific requirements defined in Section 102.2 of IEC 61851-23 except for the functions provided with descriptions:

a) Rated outputs and maximum output power: The clause from Section

101.2.1.1 of IEC 61851- 23 is applicable except for the ambient temperature range to be 0 °C to 55 °C for Indian climatic conditions.

b) Descending rate of charging current: In case of normal condition, DCFC should be able to reduce the descending current at a rate of 100A per second or more as per Section 101.2.1.4 IEC 61851-23.

c) Load dump: In any case of load dump, voltage overshoot shall not exceed 110% of the maximum voltage limit of the battery systems, as per Annex BB 3.8.3 of IEC61851-23.

d) EMI/EMC as per AIS 138-2 (section 11.11.3.2 and section 11.11.3.3)

Functional Requirements

The functional requirements should be as per Section 6.4.3 of IEC 61851-1 and Section 6.4.3 of IEC 61851-23 except for the following functions, to be implemented as follows.

a) Measuring current and voltage: The accuracy of output measurement of s y s t e m B

shall be within the following values (as per AIS 138-2, Annexure C3.1): Voltage measurement: ± 0,5%. Current measurement: ±1 A if the actual current is less than or equal to (≤) 50 A.

b) ±2 % if the actual current is above (>) 50 A Protections against overvoltage at the battery: The DC EV charging station shall reduce the DC output current to less than 5 A within 2 s, to prevent overvoltage at the battery, if the output voltage exceeds the maximum voltage limit of the battery system for 1 s.

Page 40: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Communication Requirements EV – EVSE Communication

A dedicated CAN communication is used for digital communication between a DC EV charging station and an EV for control of DC charging. The physical layer shall be CAN bus over twisted pair cable and should comply with requirements defined in ISO11898 -2:2003. The communication shall use the CAN framing format at a rate of 250 kbps, using 29-bit identifier of CAN extended frame.

The system definition for communication between DC EV charging station and electric vehicle shall follow AIS138-2. The application layer for this pair of communication is derived from Annexure G of AIS 138-2 protocol.

EVSE – CMS Communication The EVSE should be able to communicate with CMS using Open Charge Point Protocol (OCPP) 1.6 or higher versions compatible to OCCP1.6.

a) Communication interface: Reliable Internet connectivity b) Should enable handshaking between EVSE and CMS for its discovery, firmware version,

vendor Version, vendor etc. It should authorize the operation, before electric vehicle can start or stop charging. EVSE should respond to CMS for the queried parameters. Reservation, cancellation addition and deletion of EVSE should be possible from CMS.

c) Metering: Grid responsive metering as per units consumption of the vehicle d) Should be upgradable to next version of OCPP whenever it is released.

Billing and Payment Requirements

a) Billing: Based on grid responsive metering b) Payment: BHIM / Bharat QR or UPI compliant mobile payment c) Metering: As per Indian metering standard

User Interface and Display Requirements

1) ON- OFF (Start-Stop)

switches Mandatory

2) Emergency stop switch Mushroom headed Push button type in Red Color,

visible and easily accessible

3)

Visual Indicators Error indication, Presence of input supply indication, State of charge process indication and other relevant information Minimum 3.5” inches with 720 x 480 pixels TFT

4)

User Authentication

As per OCPP (through mobile application). OCPP gives only a mandate field, media to be used is open. Authentication to be done (same as BEVC-AC001). Charging starts only after user authentication is successful.

5)

End of Charging

Once the charging stops, the connector shall be released only after successful payment receipt / acknowledgement is received.

Page 41: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Summary of BEVC-DC001 Specification

The specifications given above are summarized in table below:

# Parameter Description General Requirements

1 EVSE Type Dual-connector DC EVSE 2 Energy Transfer Mode Conductive 3 Charging mode Mode 4

4

Reliability and Serviceability Modularity, self-diagnostic features, fault codes and easy

serviceability in the field System Structure

1

Regulation Method Regulated D.C. EV charging station with combination of CVC or CCC but not simultaneously

2

Isolation

Each output isolated from each other with proper insulation

3 Environmental conditions Outdoor use 4 Power supply D.C. EV charging station connected to A.C. mains

5 DC output voltage rating Up to and including 100 V 6 Charge control communication Communicate by digital and analog signals

7

Interface inter-operability

Inter-operable with any EV(non-dedicated, can be used by any consumer)

8 Operator Operated by a trained person or EV Owner Input Requirements 1 AC Supply System 3-Phase, 5 Wire AC system (3Ph+N+E)

2 Nominal Input voltage 3Ø, 415V (+6% and -10%) as per IS 12360 3 Input Frequency 50Hz, ±1.5Hz

4

Input Supply Failure backup

Battery backup for minimum 1 hour for control system and billing unit, to enable activities such as billing, to be provided.

Output Requirements

1

Output Details Suitable for 48V/60V72V vehicle battery configuration

2

Charger Configuration Types

i. Type 2: Single vehicle charging at 48V with a maximum of 10kW power or 60V /72V with a maximum of

15 kW power or a 2W vehicle charging at 48V with maximum power of 3.3 kW.

3 Output Current 200 Amp Max 4 Number of Outputs 2 5 Output Connectors 2 output connectors

6 Output Connector

Compatibility one connector with GB/T 20234.3 as per Annex C1 + 1 connectors to be defined for 3.3kW output

7 Converter Efficiency > 92 % at nominal output power 8 Power factor ≥ 0.90 (Full load)

Page 42: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Cable Requirements 1 Charging Cable Length 5 Meter, Straight Cable

2

Cable Type Charging cable and connector permanently attached to DC

FC

Environmental Requirements

1 Ambient Temperature Range 0°C to 55°C 2 Ambient Humidity 5 to 95% 3 Ambient Pressure 86 kpa to 106 kpa 4 Storage Temperature 0 to 60°C Mechanical Requirements 1 Ingress Protection IP 54

2

Mechanical Stability Shall not be damaged by mechanical impact as defined in

Section 11.11.2 of IEC 61851-1

3 Cooling Air Cooled

4

Mechanical Impact Shall not be damaged by mechanical impact as defined in Section 11.11.3 of IEC 61851-1

5 Dimension(W *H*D)/W eight Will be informed later User Interface & Display Requirements

1 ON- OFF (Start-Stop) switches Mandatory

2

Emergency stop switch Simple Push button type in Red Color, visible and easily accessible

3

Visual Indicators Error indication, Presence of input supply indication, State of

charge process indication

4

Display Minimum 3.5” inches with 720 x 480 pixels TFT LCD Screen, user interface with touch screen or keypad

5 Support Language English

6

Display Messages

EVSE should display appropriate messages for user during the various charging states like:

• Vehicle plugged in / Vehicle plugged out • Duration since start of charge, Time to charge, kWh.

• User authorization status • Idle / Charging in progress: SOC

• Fault conditions • Metering Information: Consumption Units

7 Authentication As per OCPP (through mobile application) Performance Requirements

1

DC Output voltage and current tolerance

DC Output current regulation in Constant Current Charging (CCC): ± 2.5 A for the requirement below 50 A, and ± 5 % of the required value for 50 A or more

DC Output voltage regulation in Constant Voltage Charging (CVC): Max. 2 % for the max rated voltage of the EVSE

Page 43: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

2

Control delay of charging current in CCC

DC output current Demand Response Time: <1 s Ramp up rate: 20 A/s or more

Ramp Down rate: 100 A/s or more

3 Descending rate of charging

current EVSE should be able to reduce DC current with the descending rate of 100 A/s or more

4

Periodic and random deviation (current ripple)

DC output current ripple limit of EVSE: 1.5 A below 10 Hz, 6 A below 5kHz, 9A below 150 kHz

5

Periodic and random deviation (voltage ripple)

Max. ripple voltage: ±5 V. Max slew rate: ±20 V/ms

Communication Requirements

1 Communication between EVSE and Vehicle

CAN based as per Annexure G of AIS138-2

2

Communication interface between charger and central management system(CMS)

Ethernet(Standard) and inbuilt 2G/3G/4G modem

3

Communication between EVSE and Central Server

Open Charge Point Protocol (OCPP) 1.6 protocol or higher versions compatible to OCPP 1.6.

Metering: Grid responsive metering

Billing Requirements

1

Billing

Grid responsive metering

2

Payment

BHIM / Bharat QR or UPI compliant mobile application payment

Protection & Safety Requirements

1

Safety Parameters

Over current, under voltage, over voltage, Residual current, Surge protection, Short circuit, Earth fault at input and output, Input phase reversal, Emergency shut-down with alarm, Over temperature, Protection against electric shock

Marking of BEVC DC001

1

Marking Requirements

The BEVC shall bear the markings in a clear manner as per clause No. 11.14.3 of AIS 138 Part 1.

Page 44: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Type testing

Sr. Criteria Parameter Clause No. of AIS 138

No Part 1

1 Safety functions Verification

Earth Presence Detection (Socket - EVSE)

6.4.1.1

Earth Continuity Check (EVSE-EV) 6.4.1.2

Over Current and Short- Circuit Protection

6.4.1.5

Leakage Current (RCD) 6.4.1.6 Dielectric withstand voltage 11.6.1

2 Mechanical Stability Mechanical impact 11.11.2.2 IP TESTING 11.11.2.4

3 Climatic environmental tests

Ambient air temperature 11.11.1.2 Ambient humidity 11.11.1.4

4 EMC Verification Immunity to electrostatic Discharges

11.11.3.2

Supply voltage dips and interruptions.

11.11.3.2

Fast transient bursts 11.11.3.2 Voltage surges 11.11.3.2 Radiated electromagnetic disturbances

Electrical field ( 30 MHz- 1000 MHz)

11.11.3.3 (Only for BEVC-DC001)

Page 45: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

DC charger 100KW with 3 GUN

The DC Fast Chargers suitable for fast charging of EVs with DC levels of 200 to 1000 Vdc and broad specification as under

(i) Power Input: 260-530 VAC/ L1,L2,L3,N,PE, 45-65 Hz, Power Factor

>0.99, THD <5%

(ii) Power Output: 100-750/ 1000 VDC ± 5%, CCS & CHAdeMO 50 KW each, AC Type 2 22 KW, efficiency >95%

(iii) User Interface: Display 7” TFT Touch Screen LCD,

1. LED indication Power-Green, Alarm-Red, Charging- Yellow 2. EV Charging Interface-CCS Type 1 & 2, CHAdeMO 3. Metering & Billing-AC Energy Meter 4. Connectivity-Wired or wireless function with 10M/100M

Ethernet and 3G/4G wireless router interface. 5. Emergency Stop-E-stop to shut down both AC Input & DC

Output

(iv) Protection: Over current, Short Circuit, Over/ Under voltage, Isolation Monitoring, Ground Monitoring, Reverse Polarity, Over Temperature

Technical Specification of DC charger 100KW with 3 GUN :

Power Input

Input Voltage Range 260VAC to 530VAC Input Frequency Range 45 to 65Hz Power Factor >0.98 or better Efficiency 95% or better

Power Output

DC Output 1 CCS 2, up to 50kW or better DC Output 2 CHAdeMO, up to 50kW or better AC Output Type 2, AC 3 phase, 22kW max.

Protection & Safety

Protections

Over current, Under voltage, Over voltage, Residual current,

Surge protection, Short circuit, Over temperature, Ground fault Insulation fault, Emergency Stop etc.

Communication

Charger and Central Server Ethernet (Standard) and 3G/4G with OCPP v1.6 Compliance

Charger and Vehicle CAN(CHAdeMO), PLC (CCM), PWM (AC Type 2). As per IEC61851 standard

Language English Display 7" Touch Screen LCD

User Interface and Control

Push Button Mushroom type emergency stop switch (Red) Charging Mode as per IEC 61851-1

Payment &

Payments Smart Card, QR/OTP/APP Server based Online Payments or equivalent

Page 46: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Authentication User Authentication RFID/APP/OTP/QR (as per requirement)

Environmental Operating Temperature -20oC to 75oC

Storage Temperature -20oC to 80oC Humidity 5% to 95% non-condensing

Mechanical IP Rating IP 54 Cooling Forced cooling Charging Cable length 3.5M (Standard) / 5M(Optional)

Type Test As per relevant BIS/IEC standard

Transformer Specification 250 kVA, 11/0.433kV Packaged Sub-Station (PSS)- comprising of: ONE 11 kV Load break switches (LBS) 100A ONE (1) Transformer circuit

breaker (TCB) 100A (TCB) along with earth switch (if applicable), LBS & TCB Designed for 12.5kA Fault level- ONE (1) in Number

Dry Type Transformer, 11/0.433 kV, 250 kVA – ONE (1) in Number LT Distribution Board comprising ONE (1) Incomer of 400A, FOUR (4) Feeders

of 250A and ONE (1) Feeder for switching of Capacitor Bank, if required– ONE(1) in Number

415 V Suitable Capacitor banks with APFC relay ONE (1), if required.

LT Distribution Board – One (1) Sets Each SET of LT Distribution Board (415V) Comprising of:

LT Distribution Board comprising ONE (1) Incomer of 630A, One (1) Feeders of 250A, ONE (1) Feeder of 63A, ONE (1) Feeder of 32A and ONE (1) Feeder for switching of Capacitor Bank, if required. The protection class of ACDB shall be IP-55 with Canopy Protection.

Cables|: a. 11 kV Cable (Fault current 12.5kA, 0.5S): 3CX 95 sq.mm- b. 1.1 kV Cable (Fault current 12.5kA, 0.5S): 3CX 240 sq. mm

Standby Energy Meter 0.2S class-2 Nos (For 11kV PSS). Standby energymeter and associated equipment can also be provided outdoor. In such a scenario, theenergy meter shall be housed in enclosure with minimum IP-55 Protection.

Multi-Function Meter (MFM) of 0.5 Accuracy Class-5 Nos. (for 11kV PSS) Outdoor cable termination-22 kV Class- 6 Nos

11 kV Class-12 Nos

Page 47: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

ALL Associated CIVIL Works- Foundation of PSS, EV DC Chargers, Earthing, Cabling, EV DC Charger SHED - LOT

MAINTENANCE SERVICE:

The bidder will require maintaining the Electric Vehicle Charging Station as per details given below and also required to sign a Service Level agreement (SLA) for smooth maintenance of the system.

A. PREVENTIVE & ROUTINE MAINTENANCE

Bidder will provide comprehensive maintenance services for a period of 5 years from the date of installation. Quarterly Preventive Maintenance of Electric Vehicle Charging Station shall be carried out for satisfactory running of the system. It shall include such checks and maintenance activities at least routine quarterly maintenance visits which are required to be carried out on the components of the Electric Vehicle Charging Station to minimize the breakdown and to ensure smooth and trouble free running of the Systems. Bidder shall be responsible to carry out the routine & preventive maintenance services and shall provide all labour and materials. The service personnel of the successful bidder will make the maintenance, which shall include testing & replacement of any damages parts. A service job report (SJR) for preventive maintenance duly signed by the competent authority of customer shall be submitted on monthly basis latest by 10th of next month.

B. BREAKDOWN MAINTENANCE:

Comprehensive Breakdown maintenance services shall mean the maintenance activities including any component or equipment of the Electric Vehicle Charging Station services which are not covered by routine & preventive maintenance and which is required to be carried out as a result of sudden failure of Electric Vehicle Charging Station. The bidder shall extend after sales support as & when required at the mutually agreed terms & conditions. The complaint shall be attended and resolved within agreed time period.

C. SERVICE CENTER:

1. It is mandatory for the bidder to open an authorized service centre equipped with sufficient qualified manpower and required spares in all locations before the supply / installation of system.

2. Since the maintenance of the system may also be taken up by the bidder

after expiry of warranty period if ITI so desires, the bidder shall take up annual maintenance of the installed system.

Page 48: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

3. Bidder shall submit quarterly maintenance report regularly to ITI head quarter within 15 days. Failing which payment for such period will not be released or recommended.

D. Quality Control / Inspection by ITI

a) The bidder shall be wholly responsible for the quality and performance of the supplied

charging equipment as per the tendered technical specifications. b) ITI reserves the right to visit the manufacturing site or the supply chain for quality

inspection. ITI at its discretion may order the testing of random samples either at the implementation partner‟s premises (if an ARAI- accredited Testing Laboratory is available) or at any other third-party ARAI- accredited laboratory at cost of the successful bidder(s).

c) After testing, if the charging equipment are found not matching the specifications at given test parameters, ITI at its discretion may order for cancellation of complete order or cancellation of the complete lot of product. The complete loss shall be to the account of the bidder.

d) The items will be supplied in proper packing (as per relevant IS, if any) to avoid any damage during transit, storage and delivery. The bidder shall be responsible to transport and insure the charging equipment till their delivery at project site (locations shall be intimated later).

e) Inspection / Checking / Testing: Pre-Dispatch Inspection

All materials/equipment manufactured by the bidder against the Letter of Award (LOA) shall be subject to inspection, check and/or test by the ITI or its authorized representative at all stages and place, before, during and after the manufacture. The bidder shall maintain and provide statutory test certificates for each supplied batch, confirming compliance to the technical specifications and other tender/LOA requirements. The Test Certificate needs to be transmitted electronically to ITI at least 48 hours in advance of pre-dispatch inspection date. Only those batches meeting compliance shall be dispatched by the supplier.

If upon delivery, the material / equipment does not meet the specifications, the material / equipment shall be rejected and returned to the bidder for repairs / modification, etc. or for replacement. In such cases, all expenses including the to- and-fro freight, repacking charges, any other costs, etc. shall be to the account of the bidder.

All tests shall be carried out as per AIS 318, and the successful bidder(s) shall submit the relevant test reports.

The successful bidder(s) needs to get the samples for the first lot to be type-tested under ITI supervision at an ARAI/NABL/ILAC-accredited Third party Laboratory. The samples for such tests would be identified by ITI and cost of the sample and shipping shall be borne by the bidder.

During the contract duration, ITI at bidder cost shall conduct additional type tests at ARAI- accredited laboratory to maintain check on the supplied product. The random sample for such tests would be identified by ITI and can be from the manufacturing/supply chain/ customer facility

Page 49: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Documentation along with supply of charging equipment

The bidder(s) shall provide the following documents (both hard copy and soft copy) to ITI/System Integrator/Utility for reference:

a) Manual / Guide: User Manuals, FAQ, OEM Functional Manuals and Installation Guides,

Business Process Guides and Troubleshooting Guides b) Firmwar

e c) Certificates: Equipment Warranty, Insurance, tests

Other than the certificates, the above mentioned documents shall be provided in the word format to provide flexibility for customization, if required.

Risk Mitigation

The bidder is expected to work with project managers from communication/ system integrator/ utilities in the participating states for immediately resolving the following risks (non-exhaustive indicative list): a) Poor equipment performance b) Project scope creep c) Unavailability of internal and external resources d) Rectification of equipment faults as per agreed SLAs

Specific Exclusions (to be covered under separate tender)

The following are excluded from this project: a) Operation of charging stations

Representatives of successful bidder

a) Successful bidder shall intimate the details of NODAL Officer, within one week of issue of LOA, who shall be the single point contact from their side for all communications (technical as well as contractual). ITI also shall intimate the details of Engineering In-charge (EIC) who shall coordinate all the activities from the side of ITI.

b) The NODAL officer shall be responsible for interacting with ITI and all the other stakeholders such as system integrators, communication service providers etc. to ensure seamless implementation of the project.

Page 50: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

2, KANAKPURA INDUSTRIAL AREA, SIRSI ROAD, JAIPUR-302034

-mail: [email protected] website: www.reiljp.com Customer Tender Document

“NOTICE INVITING TENDER FOR “Supply, Erection & Commissioning of 70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging Equipment

(Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2)”

TENDER NO. REIL/NP/18-19/E-PROC./18214 DATED 23-02-2019

Important to note

S. No. Item Description

1 Last date for online submission of Bid

15-03-2019 (11:00 Hours)

2. Pre Bid meeting 05-03-2019 (11:00 Hours) 3 Bid document Fee Rs. 10,000/- 4 Earnest Money Rs. 10.00 Lacs

5

Last date for physical submission of Bid document Fee, Earnest Money & Hard copy of Technical Bid

15-03-2019 (10:00 Hours)

6 Opening of Technical Bid 16-03-2019 (11:00 Hours)

7

Address for Submission of sealed hard copy of Bid, and Opening of Bids

Dy. General Manager (Proc.), Rajasthan Electronics & Instruments Ltd., 2, Kanakpura Industrial Area, Sirsi Road, Jaipur – 302 034

Kindly note that only online bid will be considered against this tender

Page 51: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

This Tender Document contains

Sr No Document Item Detail 1 NIT Notice Inviting Tender

2 Annexure -I General terms and conditions of Tender

3 Annexure –II Process Compliance Form

4 Annexure –III Scope of work & Technical specification

5 Annexure –IV Eligibility Criteria

6 Annexure -V Commercial Terms and Conditions

7 Annexure -VI Covering letter from the Manufacturer/Authorized Representative

8 Annexure-VII Authorization Letter

9 Annexure-VIII Performance Certificate

10 Annexure-IX Certificate for non blacklisting

11 Annexure-X Bill of Quantity

Page 52: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

NOTICE INVITING TENDER NO. REIL/NP/18-19/E-PROC./18214

This is a Notice Inviting Tender (NIT) from reputed Manufacturers/ Consortiums/ Authorized Representative for Supply, Erection, Commissioning, Trial Run, Training of Charging Stations as per description and terms & conditions specified here in after:

Item Description & Quantity:

Sr. No.

Item Location of Delivery & Installation

Quantity

1 Supply, Erection & Commissioning (including local transportation) of AC Smart Charger confirming to Standard Bharat AC 001

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

70 Nos.

2. Supply, Erection & Commissioning (including local transportation) of DC Fast Charger confirming to Standard Bharat DC 001.

Highway Delhi- Jaipur-Agra-Delhi Highway Mumbai- Pune-Mumbai

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

170 Nos.

3. Supply, Erection & Commissioning (including local transportation) of DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2) with transformer as per specification

Highway Delhi- Jaipur-Agra-Delhi Highway Mumbai- Pune-Mumbai

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

30 Nos.

Total 270 Nos. 4 5 Core 16 Sq Mm armoured copper cable 2000 Mtr 5 11 kV Cable (Fault current 12.5kA, 0.5S): 3CX 95 sq.mm 1500 Mtr 6 1.1 kV Cable (Fault current 12.5kA, 0.5S): 3CX 240 sq. mm-3000 M 1500 Mtr

Note- Payment for item no. 4 to 6 will be made as per actual measurement of installed cable & verified by end user at site.

a. e-Tendering Procedure:

The procurement shall be carried out through submission of online tenders only. No offer in physical form will be accepted and any such offer if received by REIL will out rightly be rejected. Tender documents can be downloaded from our website www.reiljp.com or website of CPPP www.eprocure.gov.in. Final bids are to be submitted on website www.eprocure.gov.in. Any changes modification in

Page 53: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

the tender enquiry will be intimated through above Websites only. Tenderer are therefore, requested to visit Website of CPPP (www.eprocure.gov.in.) regularly to keep themselves updated.

The bidder should have a valid Digital Signature certificate issued by any of the valid certifying authority to participate in the online tender.

The bids shall be uploaded in electronic form only through e-tendering system on website www.eprocure.gov.in.

PROCEDURE FOR SUBMISSION OF BIDS:

The Bid Should Be Submitted In „Two Bid‟ System:-

PART -1 TECHNICAL BID:

a. Technical Bid along with tender documents (duly signed on each page) to be uploaded in the e-tender portal. Technical Bid to be opened by the REIL committee.

b. The hard copy of Technical Bid only duly completed and signed on each page, should be

submitted along with other supporting documents. Hard copy from the bidders who have participated in e-bid will only be accepted.

c. Board resolution/ Authorization letter for signing of the bid document shall be

submitted along with technical bid.

d. Prices / Costs of the items should not be indicated anywhere in the Technical Bid. This should be followed meticulously failing which the bid is liable to be rejected.

e. Document fee of Rs. 10,000/- to be submitted with bid in the form of DD/ cash receipt

from the company.

f. EMD of Rs 10.00 Lakh to be submitted with the bid in the form of DD.

The Technical Bid is to be kept in a sealed envelope super-scribed with “Technical Bid for Supply, Erection & Commissioning and 5 year comprehensive on-site warranty of 70 Nos. AC (Slow) Charging Equipment & 200 Nos. DC (Fast) Charging Equipment compatible with Bharat AC-001 & DC-001 charger specification” and addressed to the DGM (Proc), Rajasthan Electronics & Instruments Ltd., 2 Kanakpura Industrial Area, Sirsi Road, Jaipur- 302034.

Page 54: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

PART-2, PRICE BID:-

Price Bid i.e. Item rate BOQ given with tender is to be uploaded strictly as per the format available with the tender failing which the offer is liable for rejection (renaming or changing format of BOQ sheet will not be accepted by the system).

Note: e-Procurement system does not allow submission of documents after due date of tender. Incomplete form or non-submission of required documents may results into rejection of your offer and no Communication shall be done for submission of documents.

LATEST HOUR FOR RECEIPT OF THE BID:

Your bid must reach this office not later than the date and time notified in the bid notice stated in the BID DOCUMENT. Any bid received after that shall be rejected. In the event of the stipulated date of opening of the bid being declared a closed holiday for Government offices, the date of opening of the bid (s) will be the next working day. Bid sent by hand delivery, should be delivered at this office not later than the due date and time stipulated in the schedule of bid.

OPENING OF BID:

Opening of bid (technical bid) will be done at time and date notified in the bid. The Price/ Financial bids of the bidders whose technical bids are found technically suitable only will be opened later. The decision of the evaluation committee on technical suitability shall be final & binding.

PRICES:

Prices are to be quoted in Indian Rupees. Prices quoted in the Price/Financial Bid must be meaningful and measurable in the

context. The prices quoted by bidder should be inclusive of all taxes and duties statutory charges

or any other Tax. Bidder should specify the percentage (%) of such Tax or other duties included in price, in price bid format.

Price must be quoted in original sheet of Annexure-I failing which the same is liable to be rejected.

QTY.: As indicated in the BoQ

Validity: Offer shall be valid for 180 days from the date of bid opening.

SECURITY DEPOSIT: EMD of the successful bidder will be adjusted against Security Deposit amounting to 10% of the contract value. Additional security in the form of BG/ DD of Nationalised bank after adjusting the EMD shall be submitted by the successful bidder within one week of receipt of contract with a validity covering the warranty period of the equipment.

***********************************************

Page 55: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Annexure-I

GENERAL TERMS AND CONDITIONS OF THE TENDER

1. REIL will have right of pre-dispatch inspection of the equipment by their own or authorized representative and pre-dispatch inspection report will be part of dispatch document for inspected lot.

2. Order will be placed on technically & commercially qualified L1 bidder

considering both types of Chargers separately.

3. The L1 bidder will be decided on total cost of the equipment.

4. Part-I (Technical and Commercial Offer) to be opened by the REIL committee.

5. Part-II (Price Offer): Only those bidders whose offers are technically and commercially acceptable after evaluation of the technical and commercial offer will be opened & evaluated by the committee.

6. Based on the response to the Tender, REIL reserves the right to extend the last date

of submission of Bids and to reschedule the opening of “Part-I” & “Part-II”. Information regarding extension of date if required shall be available on web site epocure.gov.in only. Tenderer are therefore, requested to visit Website of CPPP (www.eprocure.gov.in.) regularly to keep themselves updated.

7. As per directives of CENTRAL VIGILANCE COMMISSION, GOVERNMENT

OF INDIA, One Agent can not represent two or more suppliers or quote on their behalf in a particular tender for single item. If so found at any stage, their offer will not be considered.

8. Risk Purchase: In case of delays in supplies / defective supplies or non fulfillment of any

other terms and conditions given in Purchase Order the purchaser may cancel the Purchase Order in full or part thereof, and may also make the purchase of such material from elsewhere / alternative source at the risk and cost of the supplier.

9. Supplier should not be blacklisted in any PSUs/Government/Semi Government/Quasi

Government department in India, as on date of submission of bid. In this regard supplier (manufacturer) has to furnish undertaking that they are not blacklisted by any of the above mentioned organization.

10. REIL reserves the right to postpone the date of receipt of bids, accept or reject any bid

without assigning any reason.

11. The statutory clearances to installation of charging equipment at retail petrol outlets, government buildings, public parking‟s etc shall be in the scope of bidder.

Page 56: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

12. MSME Benefits will be given as per Government Policy.

13. Preference will be given to Bidders

a) who wish to collaborate/ tie-up with the Company for manufacturing of Charging Equipment in REIL under Make In India initiative. Bidder to indicate the willingness.

b) Who wish to work jointly with REIL for scaling up the business based on this project on pan India basis. If agree, pl indicate (through a plan/ presentation) how you would like to move ahead.

c) The bidder should be in possession of technology rights of the products offered and manufacturer or authorized representative of the manufacturer.

********************************************

Page 57: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Process Compliance Form Annexure-II

(Tenderers are required to print on their company‟s letter head and sign & stamp it before uploading)

To

M/s. RAJASTHAN ELECTRONICS & INSTRUMENTS LIMITED, 2, KANAKPURA INDUSTRIAL AREA,

SIRSI ROAD, JAIPUR-302034

Sub:-Acceptance to the process related Terms and Conditions for the e - tendering.

Dear Sir,

This has reference to the Terms & Conditions for e-Tendering mentioned in the TENDER NO. REIL/NP/18-19/E-PROC./18214

We hereby confirm the following:-

1) The undersigned is authorized representative of the company. 2) We have carefully gone through the NIT, Tender Documents and the Rules governing

the e- tendering as well as this document. 3) We will honour the Bid submitted by us during the e-tendering. 4) We undertake that if any mistake occurs while submitting the bid from our side,

we will be responsible for the same. 5) We are aware that if REIL has to carry out e-tender again due to our mistake, REIL has

the right to disqualify us for this tendered requirement. 6) We confirm that REIL shall not be liable & responsible in any manner whatsoever for

my/our failure to access & submit offer on the e-tendering site due to loss of internet connectivity, electricity failure, virus attack, problem with the PC, digital signature certificate or any other unforeseen circumstances etc.

7) We agree / do not agree (strike out whichever is not applicable) to enter into a technology tie-up for manufacturing at REIL/ marketing agreement on exclusive basis with REIL.

With regards

Signature with company seal

Name:

Designation:

E-mail Id:

Page 58: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Annexure-III

SCOPE OF WORK AND TECHNICAL SPECIFICATION

1. Introduction to Rajasthan Electronics & Instruments Limited

REIL was established in June 1981 under the Ministry of Heavy Industries & Public

Enterprises, Government of India, to accelerate the activities of dairy Development in India during the programme "Operation Flood". The company took up the challenge of social & economical upliftment of rural masses in India by identifying their needs and transforming them into state-of-art quality products. REIL diversified into Solar Photo Voltaic-the renewable source of energy, in order to reach the people in remote rural areas who had not seen the light after sunset. Over 90 million people in more than One Lac villages of India have been benefited with the products of REIL.

2. Objective

The primary objective of the project is to set-up a Charging Infrastructure in the Country and roll out the plan as a part of Make in India Initiative. As a part of Electrical Mobility Mission 2020, Department of Heavy Industry, Govt. of India has formulated a scheme namely (FAME- India) Faster Adoption and Manufacturing of Electrical vehicles in India. The objective of the scheme is to promote electrical mobility through development of technology of electric vehicles & Charging Infrastructure.

The following two types of charging modes are proposed considering the expected utilization.

4. AC Smart Charging (70 Nos.) 5. DC-fast Charging (170 Nos.) 6. DC Fast Charger 100KW (30 Nos.)

It is proposed to install 270 chargers for Electrical Vehicles which include 70 Normal AC Charger and 170 nos. DC fast Charger and 30 DC Fast Charger 100KW charging stations in the cities of Ranchi, Bengaluru, Goa, Shimla, Hydrabad, Agra and Highway Delhi-Jaipur-Agra-Delhi & Mumbai-Pune-Mumbai.

4. EV Charger Technical Specifications

The bidder in the bid should submit the entire component wise Bill of Material (BoQ) list with associated costs (Annexure X). The desired functional and technical specifications of charging equipment (as per Indian conditions) have been mentioned in the subsequent sections of this document. However, the intent is not to specify and capture all the aspects of design and installation associated with charging equipment mentioned herein. It

Page 59: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

shall be the obligation of bidder(s) that all the systems, sub-systems and equipment/devices shall conform in all respect to high standards of engineering, design and workmanship, and shall be capable of performing continuous commercial operation as per best industry standards.

Bharat EV AC Chargers (BEVC-AC001)

This section presents the specifications of a Public metered AC outlet (PMAO) which is to provide AC input to the vehicle which has on-board chargers. This applies to electric road vehicles for charging at 230V standard single phase AC supply with a maximum output of 15A and at a maximum output power of 3.3kW. PMAO is a slow charger for low-power vehicles.

neral Requirements

The EV shall be connected to PMAO for conductive energy transfer function. The system will have following general specifications:

f) PMAO is supplied with three phase AC power and outputs single phase AC power. g) Energy Transfer Mode is Conductive. h) Each outlet will have up to three independent charging sockets. i) The PMAO has built-in metering, safety & monitoring. j) PMAO and Central Management System (CMS) communicate with each other to serve

purposes of firmware, reservation, cancellation, addition and deletion of PMAOs etc. 1. CMS should interact with the charger for its above functions, selected as per the

user; or by the service provider for tariff related changes. 2. CMS will have interface to user app, and multiple chargers for

managing all requests and responses.

ut Requirements

e) A.C. Supply System is 3 phase, 5 wire AC system (3 phases + N + PE) f) Nominal Input Voltage is 415V (+6% and -10%)as per IS 12360 g) Input Frequency is 50Hz ± 1.5 Hz h) Input Supply Failure back-up: Battery backup for minimum 1 hour for the control system

and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

tput Requirements

l) Number of Outputs: 3 m)Type of each output: A.C., 230V (+6% and -10%) single phase as per IS 12360 n) Output Details: 3 Independent charging sockets as per IEC 60309. Female connector

to be used on the PMAO Side. o) Output Current: Three vehicles charging simultaneously, each at 15A current.

Page 60: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

p) Output Connector Compatibility: IEC 60309 Industrial Blue connectors to be used. q) Connector mounting: ensure IP 54. Angled connector mounted looking

downwards for outdoor use is preferred. r) Double-pole breaking RCD (IEC 60309 Blue connector) of less than 30mA (As per section

7.4 of AIS 138 Part 1) is recommended. s) Limiting Output Current: Circuit breaker for each outlet limited to 16A current output.

Breaker should be reset to resume operation. t) Output selection: the breaker inside to be energized in sequence - one round of all three

phases before the second round. u) Socket readiness: An LED to indicate that the socket is ready.

1. Three LEDs, one for each Phase/socket shall indicate the readiness/in-use status 2. LED failure/ LED not glowing shall mean that socket is not ready

v) Isolation: Charger shall comply with class 1 or class 2 insulation class as defined in AIS 138 Part 1, clause 3.3.1 and 3.3.2.

User Interface and Display requirements

h) Visual Indicator: Error indication, Presence of input supply indication, Charge process

indication and other relevant information. i) Display Messages: PMAO should display appropriate messages for user during the various

charging stages like 1. Suggestive sequence of charger operation 2. Vehicle plugged in / Vehicle plugged out 3. Duration since start of charge, kWh consumed 4. Authorization status 5. Fault conditions

j) ON- OFF (Start-Stop) switches k) Emergency Stop Switch is mushroom headed push button type (Red color), visible

and easily accessible l) Display Screen Size is minimum 3.5” inches with 720x480 pixels, user interface can be

touch screen or keypad. m) User Authentication is by using mobile application or user interface (OCPP gives only

a field mandate, media to be used is open). n) Metering Information: Consumption Units.

Billing and Payment Requirements

c) Metering - metering as per units consumed for charging the battery of each vehicle

as per Indian standards. d) Billing – Grid Responsive Billing Payment –BHIM / Bharat QR or UPI complaint mobile

application payment

Protection and Safety Requirements

f) Safety Parameters: Safety and protection to be ensured for India specific environment (As per AIS 138 Part1).

Page 61: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

g) EMI/EMC: as per AIS 138-1 (section 11.11.3.2) h) Start of Charging: The outlet will be locked and covered, the connector will be exposed

to charging only after user authentication using user interface or mobile application. Only when the lock opens and connector is properly connected, the switch/relay will turn ON to feed power to EV. 1. Lock will be opened only after full charging and authentication by user or the operator (the authentication procedure is detailed in Annexure B) 2. Once disconnected, the charging session terminates.

i) Power failure: If there is a power failure, user is indicated 1. If the user wants to terminate the session, the user can shut-off the switch and remove the plug 2. If user does not remove the plug, the charging resumes when power comes back.

j) Interruption of Charging: 1. Temperature based safety mechanism to trigger switching off of the charging to ensure the temperature is not more than 80°C for duration less than 10s. In such situation, an appropriate signal will be sent to turn the switch/relay OFF in order to stop the charging. Once disconnected, the charging session terminates. 2. If plug is taken out (for more than 2 seconds) and then reinserted for charging, the charging- session will disconnect. A new session will be required to continue charging. 3. These shall ensure that no one can remove a vehicle being charged and insert their own cable and use the infrastructure without paying or at someone else‟s account

chanical Requirements

c) Suggested Cable Security: PMAO should have locking mechanism for the connector while

charging. The vehicle may also have locking mechanism during charging to ensure the safety of the cable (Suggestion to OEM to have shutter lock for security purpose of the cable during charging session).

d) Mechanical Stability: 1. Shall not be damaged by mechanical impact energy: 20 J (5 kg at 0.4 m) (Section 11.11.2.2. of AIS 138 Part 1). 2. IP Ratings: IP 54 (Section 11.11.2.4. of AIS 138 Part 1). 3. Cooling: Air cooled or forced air cooled to protect the equipment against temperature hazards.

vironment Requirements

e) Ambient Temperature Range: 0 to 55°C f) Ambient Humidity: 5 to 95% as per AIS 138 Part 1 section 11.2 g) Ambient Pressure: 86 kPa to 106 kPa as per AIS 138 Part 1 Section 11.11.2.4 h) Storage temperature: 0 to 60°C

Page 62: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

munication Requirements

d) Communication between PMAO and Central Management System: Open Charge Point Protocol (OCPP) 1.6 or higher protocols.

1. The higher versions of OCCP if used should be compatible to OCCP1.5. 2. Should enable handshaking between PMAO and CMS for discovery. 3. It should authorize the operation, before electric vehicle can start or stop charging 4. PMAO should respond to CMS for various queries and commands like reservation, cancellation and other functions specified on OCPP.

e) Metering: Grid responsive metering as per units consumption of each vehicle

f) Interface between charger and central management system (CMS): Reliable Internet

Connectivity with inbuilt 3g/4g modem and standard Ethernet

AC001 Specification Summary The specifications discussed previously are summarized in the table below:

# Parameter Requirement

General Requirements

1 EVSE Type AC 2 Energy Transfer Mode Conductive

Input Requirements 1 AC Supply System Three-Phase, 5 Wire AC system (3Ph.+N+PE)

2

Nominal Input voltage

415V (+6% and -10%) as per IS 12360

3 Input Frequency 50Hz, ±1.5Hz

4

Input Supply Failure backup

Battery backup for minimum 1 hour for the control system and billing unit. Data logs should be synchronized with CMS during back up time, in case battery drains out.

Environmental Requirements

1 Ambient Temperature Range 0 to 55°C 2 Ambient Humidity 5 to 95% 3 Ambient Pressure 86 kpa to 106 kpa 4 Storage temperature 0 to 60°C

Mechanical Requirements

1

Suggested Cable Security

PMAO and the vehicle connector outlet to have provision for locking mechanism during charging to ensure the safety of the cable

2

Mechanical Stability Shall not be damaged by mechanical impact

impact energy : 20 J (5 kg at 0.4 m)

Page 63: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

3 IP Ratings IP 54

4

Cooling Air cooled or forced air cooled to protect the equipment against temperature hazards

Output Requirements 1 Number of outputs 3

2

Type of each output 230V (+6% and -10%) single phase, 15A as per IS

12360A.C.

3 Output Details 3 Independent charging sockets, given in Annex-A

4

Output Current Three Vehicles charging simultaneously, each at 15A current

5 Output Connector Compatibility IEC 60309

6

Limiting output current Circuit breaker for each outlet limited to 16A current output. Breaker should be reset to resume operation

7

Connector Mounting Angled connector mounted looking downwards for outdoor

use

8

Isolation class 1 or class 2 insulation as per AIS138 (3.3.1 and 3.3.2)

User Interface & Display Requirements

1

ON- OFF (Start-Stop) switches

Mandatory

2

Emergency stop switch Mushroom headed Push button type (Red color), visible and easily accessible

3

Visual Indicators Error indication, Presence of input supply indication, Charge

process indication and other relevant information

4

Display size Minimum 3.5” inches with 720 x 480 pixels, user interface through touch screen / keypad

5

Display Messages

EVSE should display appropriate messages for user during the various charging states like

• Vehicle plugged in / Vehicle plugged out

• Fault conditions; metering: units consumption; Duration since start of charge, Time to charge, kW h

6

User Authentication

Using mobile application or User interface (OCPP gives only a field mandate, media to be used is open)

7 Metering Information Consumption Units

Billing & Payment Requirements 1 Metering Metering as per units‟ consumption for charging each vehicle 2 Billing Grid responsive billing

3

Payment BHIM / Bharat QR or UPI compliant mobile application

payment

Communication Requirements

1 Communication between EVSE and Central Server

Open Charge Point Protocol (OCPP) 1.6 or higher protocol or higher versions compatible to OCPP 1.6

2

Metering Grid responsive metering as per units‟ consumption of each

vehicle

Page 64: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

3

Interface between charger and central management system(CMS)

Reliable Internet Connectivity with inbuilt 3g/4g modem and standard Ethernet

Protection & Safety Requirements

1

Safety Parameters Safety and protection to be ensured for India specific environment (As per AIS 138 Part1)

2

Start of Charging

The outlet will be locked and covered, the connector will be exposed to charging only after user authentication using user interface or mobile application. Only when the lock opens and connector is properly connected, the switch/relay will turn ON to feed power to EV. Lock will be opened only after full charging and authentication by user or the operator. Once disconnected, the charging session terminates. The authentication procedure is detailed in Annex B.

3

Power failure

If there is a power failure, user is indicated about this. The charging resumes when power comes on. If the user wants to terminate the session during power failure, the user can shut-off the switch and remove the plug

4

Interruption of Charging

Connector terminals to be mounted with temperature sensors to avoid burning of connectors. Safety mechanism to trigger switching off of the charging at temp.>80°C for a duration <10s.In such situation, an If the above locking mechanism is mandated then the following point won't be required: If plug is taken out (for more than 2 seconds) and then reinserted for charging, the charging-session will disconnect. A new session will be required to continue charging to ensure that no one can remove a vehicle being charged and insert their own cable and use the infrastructure without paying or at someone else‟s accountappropriate signal will be sent to turn the switch/relay OFF to stop the charging. Once disconnected, the charging session terminates

Type testing

Sr.

No

Criteria

Parameter Clause No. of AIS 138

Part 1

1

Safety functions Verification

Earth Presence Detection (Socket - EVSE)

6.4.1.1

Earth Continuity Check (EVSE-EV)

6.4.1.2

Page 65: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Over Current and Short- Circuit Protection

6.4.1.5

Leakage Current (RCD) 6.4.1.6 Dielectric withstand voltage 11.6.1

2

Mechanical Stability

Mechanical impact 11.11.2.2 IP TESTING 11.11.2.4

3

Climatic environmental tests

Ambient air temperature 11.11.1.2 Ambient humidity 11.11.1.4

4

EMC Verification

Immunity Discharges

to electrostatic 11.11.3.2

Supply voltage dips and interruptions.

11.11.3.2

Fast transient bursts 11.11.3.2 Voltage surges 11.11.3.2

Bharat EV DC Charger (BEVC-DC001)

This section prescribes the definition, requirements and specifications for low voltage DC electric vehicle (EV) charging stations in India, herein also referred to as "DC charger", for conductive connection to the vehicle, with an AC input voltage of 3-phase, 415 V. It also specifies the requirements for digital communication between DC EV charging station and electric vehicle for control of DC charging.

General Requirements

The method for charging an EV is to use an off-board charger for delivering direct current. The EV shall be connected to the EVSE so that in normal conditions of use, the conductive energy transfer function operates safely.

a) Energy transfer mode: Conductive b) EVSE type: Dual-connector DC EVSE c) No. of outputs: 2 d) Charging mode: Mode 4 – DC Charging [DC charging is defined as Mode 4 as per

IEC61851-1 section 6.2.

System Structure The System requirement parameters are derived from Table D1 of Annex DD of IEC 61851-23.

k) Regulation: Regulated DC EV Charging station with combination of the modes: controlled voltage charging (CVC) and controlled current charging (CCC)

l) Isolation: Isolated DC EV charging station, according to the type of insulation between input and output: Basic Insulation, Reinforced Insulation & Double insulation.

Page 66: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

m) Each DC output should be isolated from each other [Section 7.5.101 of IEC 61851- 23].

n) Environmental conditions: Outdoor use. EVSEs classified for outdoor use can be used for indoor use, provided ventilation requirements are satisfied.

o) Power supply: AC mains to DCEV charging station p) DC output voltage rating: Up to and including 100 q) Charge control communication: Communicate by digital and analog signals r) Output Current: 200A s) Interface Inter-operability: Interoperable with any EV (non-dedicated,

can be used by any consumer). t) Operator: Operated by a trained operator or EV owner

Input Requirements

c) Rating of the AC supply voltage

1. The AC supply system would be 3-Phase, 5 Wire AC system (3Ph+N+E) Nominal Input Voltage is 415V (+6% and -10%) as per IS 12360 2. The Rated value of the frequency is 50 Hz ± 1.5Hz.

d) Battery back-up: The Input supply system to have a battery backup for minimum 1 hour for control and billing unit. The data logs should be synched with CMS during back-up time, in case battery drains out

Output Requirements

The Charger can provide two DC outputs suitable for 48V/60V/ 72V vehicle battery configurations. The outputs should be as per type-1 Bharat Charger configuration as shown in the figure 1 below.

Output 1 Power limited to: 10 kw Output 2

Power limited to 3.3kW

Figure 1: Charger with Power limited to 10kW (Type 1)

The chargers should allow charging of one vehicle with maximum power 10 kW or 2W vehicles with limited power (3.3 kW at 48V only) as per the output configurations types given below.

a) DC Output voltage: 48V /60V/ 72 V nominal battery voltages b) Output current: limited to 200A c) Converter Efficiency: > 92% at nominal output power

Page 67: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

d) Power factor: > 0.90 (Full Load)

The service life of coupler and breaking capacity of the coupler as defined in Section 9 of IEC 61851- 23.

Charger Configuration Type:

Type 1: Single vehicle charging at 48V or 72V with a maximum of 10kW power, or a 2W vehicle charging at 48V with maximum power of 3.3 kW.

Output Connector Requirements

d) Number of Outputs: 2 outputs e) Output 1: to be used for up to 15 kW charging, Connector is

GB/T20234.3. f) Output 2: to be provisioned for 3.3 kW charging, Connector will be defined in due

course of time.

Cable Requirements

Charging Cable Assembly: As per Section 10 of AIS 138 Part 2, with the functional characteristics defined as below:

f) Functional characteristics: The maximum cord length will be 5 meter, straight cable g) Cable Connection Type: supply cable will be with EVSE as per Case C defined in

section 6.3.1 of IEC61851-1. h) Cord Extension Set: No extension cord to be used, as per Section 6.3.1. of AIS 138 Part 1 i) Adaptors: No adapters to be used as per Section 6.3.2 of AIS 138 Part 1 j) Storage means of the cable assembly and vehicle connector: EVSE should have storage

for cable and connector when not in use, at a height between 0.4m to 1.5m above ground level, as per IEC 61851-23 Section 101.1.3

Environmental Requirements

e) Ambient Temperature Range: 0°C to 55°C as per 11.11.1.2 of AIS 138 Part 1 f) Ambient Humidity: 5% to 95% as defined in Section 11.2 of AIS 138 Part 1. g) Ambient Pressure: 86 kpa to 106 kpa as defined in Section 11.11.2.4. of AIS 138 Part 1. h) Storage Temperature: 0°C to 60°C

Mechanical Requirements

e) Ingress Protection: The minimum IP degrees for ingress of objects is IP 54 f) Mechanical Impact: As per IEC 61851-1 Section 11.11.2 g) Mechanical Stability: As per section 11.11.2.2. of AIS 138 Part

Page 68: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

h) Cooling: Air cooled or forced cool for protection and safety of equipment from any fire hazards

Protection Requirements

c) Protection against Electric Shock: As per AIS 138 Part 1, Section 7.0 d) Effective earth continuity between the enclosure and the external protective circuit, as

per AIS 138 Part 1 Section 6.4.1.2

Specific Requirements

DC FC shall have provision of emergency switching, protection against uncontrolled reverse power flow from vehicle, Output current regulation in CCC, Output voltage regulation in CVC, Controlled delay of charging current in CCC, limited periodic and random deviation (current ripple) and limited periodic and random deviation (voltage ripple in CVC), as per Section 102.2 of IEC 61851-23.

The specific requirements defined in Section 102.2 of IEC 61851-23 except for the functions provided with descriptions:

e) Rated outputs and maximum output power: The clause from Section

101.2.1.1 of IEC 61851- 23 is applicable except for the ambient temperature range to be 0 °C to 55 °C for Indian climatic conditions.

f) Descending rate of charging current: In case of normal condition, DCFC should be able to reduce the descending current at a rate of 100A per second or more as per Section 101.2.1.4 IEC 61851-23.

g) Load dump: In any case of load dump, voltage overshoot shall not exceed 110% of the maximum voltage limit of the battery systems, as per Annex BB 3.8.3 of IEC61851-23.

h) EMI/EMC as per AIS 138-2 (section 11.11.3.2 and section 11.11.3.3)

Functional Requirements

The functional requirements should be as per Section 6.4.3 of IEC 61851-1 and Section 6.4.3 of IEC 61851-23 except for the following functions, to be implemented as follows.

a) Measuring current and voltage: The accuracy of output measurement of s y s t e m B shall

be within the following values (as per AIS 138-2, Annexure C3.1): Voltage measurement: ± 0,5%. Current measurement: ±1 A if the actual current is less than or equal to (≤) 50 A.

b) ±2 % if the actual current is above (>) 50 A Protections against overvoltage at the battery: The DC EV charging station shall reduce the DC output current to less than 5 A within 2 s, to prevent overvoltage at the battery, if the output voltage exceeds the maximum voltage limit of the battery system for 1 s.

Page 69: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Communication Requirements EV – EVSE Communication

A dedicated CAN communication is used for digital communication between a DC EV charging station and an EV for control of DC charging. The physical layer shall be CAN bus over twisted pair cable and should comply with requirements defined in ISO11898 -2:2003. The communication shall use the CAN framing format at a rate of 250 kbps, using 29-bit identifier of CAN extended frame.

The system definition for communication between DC EV charging station and electric vehicle shall follow AIS138-2. The application layer for this pair of communication is derived from Annexure G of AIS 138-2 protocol.

EVSE – CMS Communication The EVSE should be able to communicate with CMS using Open Charge Point Protocol (OCPP) 1.6 or higher versions compatible to OCCP1.6.

e) Communication interface: Reliable Internet connectivity f) Should enable handshaking between EVSE and CMS for its discovery, firmware version,

vendor Version, vendor etc. It should authorize the operation, before electric vehicle can start or stop charging. EVSE should respond to CMS for the queried parameters. Reservation, cancellation addition and deletion of EVSE should be possible from CMS.

g) Metering: Grid responsive metering as per units consumption of the vehicle h) Should be upgradable to next version of OCPP whenever it is released.

Billing and Payment Requirements

d) Billing: Based on grid responsive metering e) Payment: BHIM / Bharat QR or UPI compliant mobile payment f) Metering: As per Indian metering standard

User Interface and Display Requirements

1) ON- OFF (Start-Stop)

switches Mandatory

2) Emergency stop switch Mushroom headed Push button type in Red Color,

visible and easily accessible

3)

Visual Indicators Error indication, Presence of input supply indication, State of charge process indication and other relevant information Minimum 3.5” inches with 720 x 480 pixels TFT

4)

User Authentication

As per OCPP (through mobile application). OCPP gives only a mandate field, media to be used is open. Authentication to be done (same as BEVC-AC001). Charging starts only after user authentication is successful.

5)

End of Charging

Once the charging stops, the connector shall be released only after successful payment receipt / acknowledgement is received.

Page 70: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Summary of BEVC-DC001 Specification

The specifications given above are summarized in table below:

# Parameter Description General Requirements

1 EVSE Type Dual-connector DC EVSE 2 Energy Transfer Mode Conductive 3 Charging mode Mode 4

4

Reliability and Serviceability Modularity, self-diagnostic features, fault codes and easy

serviceability in the field System Structure

1

Regulation Method Regulated D.C. EV charging station with combination of CVC or CCC but not simultaneously

2

Isolation

Each output isolated from each other with proper insulation

3 Environmental conditions Outdoor use 4 Power supply D.C. EV charging station connected to A.C. mains

5 DC output voltage rating Up to and including 100 V 6 Charge control communication Communicate by digital and analog signals

7

Interface inter-operability

Inter-operable with any EV(non-dedicated, can be used by any consumer)

8 Operator Operated by a trained person or EV Owner Input Requirements

1 AC Supply System 3-Phase, 5 Wire AC system (3Ph+N+E) 2 Nominal Input voltage 3Ø, 415V (+6% and -10%) as per IS 12360 3 Input Frequency 50Hz, ±1.5Hz

4

Input Supply Failure backup

Battery backup for minimum 1 hour for control system and billing unit, to enable activities such as billing, to be provided.

Output Requirements

1

Output Details Suitable for 48V/60V72V vehicle battery configuration

2

Charger Configuration Types

i. Type 2: Single vehicle charging at 48V with a maximum of 10kW power or 60V /72V with a maximum of

15 kW power or a 2W vehicle charging at 48V with maximum power of 3.3 kW.

3 Output Current 200 Amp Max

4 Number of Outputs 2 5 Output Connectors 2 output connectors

6 Output Connector

Compatibility one connector with GB/T 20234.3 as per Annex C1 + 1 connectors to be defined for 3.3kW output

7 Converter Efficiency > 92 % at nominal output power 8 Power factor ≥ 0.90 (Full load)

Page 71: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Cable Requirements 1 Charging Cable Length 5 Meter, Straight Cable

2

Cable Type Charging cable and connector permanently attached to DC

FC

Environmental Requirements

1 Ambient Temperature Range 0°C to 55°C 2 Ambient Humidity 5 to 95% 3 Ambient Pressure 86 kpa to 106 kpa 4 Storage Temperature 0 to 60°C Mechanical Requirements 1 Ingress Protection IP 54

2

Mechanical Stability Shall not be damaged by mechanical impact as defined in

Section 11.11.2 of IEC 61851-1

3 Cooling Air Cooled

4

Mechanical Impact Shall not be damaged by mechanical impact as defined in Section 11.11.3 of IEC 61851-1

5 Dimension(W *H*D)/W eight Will be informed later User Interface & Display Requirements

1 ON- OFF (Start-Stop) switches Mandatory

2

Emergency stop switch Simple Push button type in Red Color, visible and easily accessible

3

Visual Indicators Error indication, Presence of input supply indication, State of

charge process indication

4

Display Minimum 3.5” inches with 720 x 480 pixels TFT LCD Screen, user interface with touch screen or keypad

5 Support Language English

6

Display Messages

EVSE should display appropriate messages for user during the various charging states like:

• Vehicle plugged in / Vehicle plugged out • Duration since start of charge, Time to charge, kWh.

• User authorization status • Idle / Charging in progress: SOC

• Fault conditions • Metering Information: Consumption Units

7 Authentication As per OCPP (through mobile application) Performance Requirements

1

DC Output voltage and current tolerance

DC Output current regulation in Constant Current Charging (CCC): ± 2.5 A for the requirement below 50 A, and ± 5 % of the required value for 50 A or more

DC Output voltage regulation in Constant Voltage Charging (CVC): Max. 2 % for the max rated voltage of the EVSE

Page 72: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

2

Control delay of charging current in CCC

DC output current Demand Response Time: <1 s Ramp up rate: 20 A/s or more

Ramp Down rate: 100 A/s or more

3 Descending rate of charging

current EVSE should be able to reduce DC current with the descending rate of 100 A/s or more

4

Periodic and random deviation (current ripple)

DC output current ripple limit of EVSE: 1.5 A below 10 Hz, 6 A below 5kHz, 9A below 150 kHz

5

Periodic and random deviation (voltage ripple)

Max. ripple voltage: ±5 V. Max slew rate: ±20 V/ms

Communication Requirements

1 Communication between EVSE and Vehicle

CAN based as per Annexure G of AIS138-2

2

Communication interface between charger and central management system(CMS)

Ethernet(Standard) and inbuilt 2G/3G/4G modem

3

Communication between EVSE and Central Server

Open Charge Point Protocol (OCPP) 1.6 protocol or higher versions compatible to OCPP 1.6.

Metering: Grid responsive metering

Billing Requirements

1

Billing

Grid responsive metering

2

Payment

BHIM / Bharat QR or UPI compliant mobile application payment

Protection & Safety Requirements

1

Safety Parameters

Over current, under voltage, over voltage, Residual current, Surge protection, Short circuit, Earth fault at input and output, Input phase reversal, Emergency shut-down with alarm, Over temperature, Protection against electric shock

Marking of BEVC DC001

1

Marking Requirements

The BEVC shall bear the markings in a clear manner as per clause No. 11.14.3 of AIS 138 Part 1.

Page 73: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Type testing

Sr. Criteria Parameter Clause No. of AIS 138

No Part 1

1 Safety functions Verification

Earth Presence Detection (Socket - EVSE)

6.4.1.1

Earth Continuity Check (EVSE-EV) 6.4.1.2

Over Current and Short- Circuit Protection

6.4.1.5

Leakage Current (RCD) 6.4.1.6 Dielectric withstand voltage 11.6.1

2 Mechanical Stability Mechanical impact 11.11.2.2 IP TESTING 11.11.2.4

3 Climatic environmental tests

Ambient air temperature 11.11.1.2 Ambient humidity 11.11.1.4

4 EMC Verification Immunity to electrostatic Discharges

11.11.3.2

Supply voltage dips and interruptions.

11.11.3.2

Fast transient bursts 11.11.3.2 Voltage surges 11.11.3.2 Radiated electromagnetic disturbances

Electrical field ( 30 MHz- 1000 MHz)

11.11.3.3 (Only for BEVC-DC001)

Page 74: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

DC charger 100KW with 3 GUN

The DC Fast Chargers suitable for fast charging of EVs with DC levels of 200 to 1000 Vdc and broad specification as under

(i) Power Input: 260-530 VAC/ L1,L2,L3,N,PE, 45-65 Hz, Power Factor

>0.99, THD <5%

(ii) Power Output: 100-750/ 1000 VDC ± 5%, CCS & CHAdeMO 50 KW each, AC Type 2 22 KW, efficiency >95%

(iii) User Interface: Display 7” TFT Touch Screen LCD,

1. LED indication Power-Green, Alarm-Red, Charging- Yellow 2. EV Charging Interface-CCS Type 1 & 2, CHAdeMO 3. Metering & Billing-AC Energy Meter 4. Connectivity-Wired or wireless function with 10M/100M

Ethernet and 3G/4G wireless router interface. 5. Emergency Stop-E-stop to shut down both AC Input & DC

Output

(iv) Protection: Over current, Short Circuit, Over/ Under voltage, Isolation Monitoring, Ground Monitoring, Reverse Polarity, Over Temperature

Technical Specification of DC charger 100KW with 3 GUN :

Power Input

Input Voltage Range 260VAC to 530VAC Input Frequency Range 45 to 65Hz Power Factor >0.98 or better Efficiency 95% or better

Power Output

DC Output 1 CCS 2, up to 50kW or better DC Output 2 CHAdeMO, up to 50kW or better AC Output Type 2, AC 3 phase, 22kW max.

Protection & Safety

Protections

Over current, Under voltage, Over voltage, Residual current,

Surge protection, Short circuit, Over temperature, Ground fault Insulation fault, Emergency Stop etc.

Communication

Charger and Central Server Ethernet (Standard) and 3G/4G with OCPP v1.6 Compliance

Charger and Vehicle CAN(CHAdeMO), PLC (CCM), PWM (AC Type 2). As per IEC61851 standard

Language English Display 7" Touch Screen LCD

User Interface and Control

Push Button Mushroom type emergency stop switch (Red) Charging Mode as per IEC 61851-1

Payment &

Payments Smart Card, QR/OTP/APP Server based Online Payments or equivalent

Page 75: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Authentication User Authentication RFID/APP/OTP/QR (as per requirement)

Environmental Operating Temperature -20oC to 75oC

Storage Temperature -20oC to 80oC Humidity 5% to 95% non-condensing

Mechanical IP Rating IP 54 Cooling Forced cooling Charging Cable length 3.5M (Standard) / 5M(Optional)

Type Test As per relevant BIS/IEC standard

Transformer Specification 250 kVA, 11/0.433kV Packaged Sub-Station (PSS)- comprising of: ONE 11 kV Load break switches (LBS) 100A ONE (1) Transformer circuit

breaker (TCB) 100A (TCB) along with earth switch (if applicable), LBS & TCB Designed for 12.5kA Fault level- ONE (1) in Number

Dry Type Transformer, 11/0.433 kV, 250 kVA – ONE (1) in Number LT Distribution Board comprising ONE (1) Incomer of 400A, FOUR (4) Feeders

of 250A and ONE (1) Feeder for switching of Capacitor Bank, if required– ONE(1) in Number

415 V Suitable Capacitor banks with APFC relay ONE (1), if required.

LT Distribution Board – One (1) Sets Each SET of LT Distribution Board (415V) Comprising of:

LT Distribution Board comprising ONE (1) Incomer of 630A, One (1) Feeders of 250A, ONE (1) Feeder of 63A, ONE (1) Feeder of 32A and ONE (1) Feeder for switching of Capacitor Bank, if required. The protection class of ACDB shall be IP-55 with Canopy Protection.

Cables|: c. 11 kV Cable (Fault current 12.5kA, 0.5S): 3CX 95 sq.mm- d. 1.1 kV Cable (Fault current 12.5kA, 0.5S): 3CX 240 sq. mm

Standby Energy Meter 0.2S class-2 Nos (For 11kV PSS). Standby energymeter and associated equipment can also be provided outdoor. In such a scenario, theenergy meter shall be housed in enclosure with minimum IP-55 Protection.

Multi-Function Meter (MFM) of 0.5 Accuracy Class-5 Nos. (for 11kV PSS) Outdoor cable termination-22 kV Class- 6 Nos

11 kV Class-12 Nos

Page 76: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

ALL Associated CIVIL Works- Foundation of PSS, EV DC Chargers, Earthing, Cabling, EV DC Charger SHED - LOT

MAINTENANCE SERVICE:

The bidder will require maintaining the Electric Vehicle Charging Station as per details given below and also required to sign a Service Level agreement (SLA) for smooth maintenance of the system.

I. PREVENTIVE & ROUTINE MAINTENANCE: -

Bidder will provide comprehensive maintenance services for a period of 5 years from the date of installation. Quarterly Preventive Maintenance of Electric Vehicle Charging Station shall be carried out for satisfactory running of the system. It shall include such checks and maintenance activities at least routine quarterly maintenance visits which are required to be carried out on the components of the Electric Vehicle Charging Station to minimize the breakdown and to ensure smooth and trouble free running of the Systems. Bidder shall be responsible to carry out the routine & preventive maintenance services and shall provide all labour and materials. The service personnel of the successful bidder will make the maintenance, which shall include testing & replacement of any damages parts. A service job report (SJR) for preventive maintenance duly signed by the competent authority of customer shall be submitted on monthly basis latest by 10th of next month.

II. BREAKDOWN MAINTENANCE:

Comprehensive Breakdown maintenance services shall mean the maintenance activities including any component or equipment of the Electric Vehicle Charging Station services which are not covered by routine & preventive maintenance and which is required to be carried out as a result of sudden failure of Electric Vehicle Charging Station. The bidder shall extend after sales support as & when required at the mutually agreed terms & conditions. The complaint shall be attended and resolved within agreed time period.

III. SERVICE CENTER:

1. It is mandatory for the bidder to open an authorized service centre equipped with sufficient qualified manpower and required spares in all locations before the supply / installation of system.

2. Since the maintenance of the system may also be taken up by the bidder

after expiry of warranty period if REIL so desires, the bidder shall take up annual maintenance of the installed system.

Page 77: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

3. Bidder shall submit quarterly maintenance report regularly to RElL head quarter within 15 days. Failing which payment for such period will not be released or recommended.

Quality Control / Inspection by REIL

f) The bidder shall be wholly responsible for the quality and performance of the supplied

charging equipment as per the tendered technical specifications. g) REIL reserves the right to visit the manufacturing site or the supply chain for quality

inspection. REIL at its discretion may order the testing of random samples either at the implementation partner‟s premises (if an ARAI- accredited Testing Laboratory is available) or at any other third-party ARAI- accredited laboratory at cost of the successful bidder(s).

h) After testing, if the charging equipment are found not matching the specifications at given test parameters, REIL at its discretion may order for cancellation of complete order or cancellation of the complete lot of product. The complete loss shall be to the account of the bidder.

i) The items will be supplied in proper packing (as per relevant IS, if any) to avoid any damage during transit, storage and delivery. The bidder shall be responsible to transport and insure the charging equipment till their delivery at project site (locations shall be intimated later).

j) Inspection / Checking / Testing:

I.Pre-Dispatch Inspection

All materials/equipment manufactured by the bidder against the Letter of Award (LOA) shall be subject to inspection, check and/or test by the REIL or its authorized representative at all stages and place, before, during and after the manufacture. The bidder shall maintain and provide statutory test certificates for each supplied batch, confirming compliance to the technical specifications and other tender/LOA requirements. The Test Certificate needs to be transmitted electronically to REIL at least 48 hours in advance of pre-dispatch inspection date. Only those batches meeting compliance shall be dispatched by the supplier.

If upon delivery, the material / equipment does not meet the specifications, the material / equipment shall be rejected and returned to the bidder for repairs / modification, etc. or for replacement. In such cases, all expenses including the to- and-fro freight, repacking charges, any other costs, etc. shall be to the account of the bidder.

All tests shall be carried out as per AIS 318, and the successful bidder(s) shall submit the relevant test reports.

II. Test

The successful bidder(s) needs to get the samples for the first lot to be type-tested under

Page 78: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

REIL supervision at an ARAI / NABL/ILAC-accredited Third Party

Page 79: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

Laboratory. The samples for such tests would be identified by REIL and cost of the sample and shipping shall be borne by the bidder.

During the contract duration, REIL at bidder cost shall conduct additional type tests at ARAI- accredited laboratory to maintain check on the supplied product. The random sample for such tests would be identified by REIL and can be from the manufacturing/supply chain/ customer facility

Documentation along with supply of charging equipment

The bidder(s) shall provide the following documents (both hard copy and soft copy) to REIL/System Integrator/Utility for reference:

d) Manual / Guide: User Manuals, FAQ, OEM Functional Manuals and Installation Guides,

Business Process Guides and Troubleshooting Guides e) Firmware f) Certificates: Equipment Warranty, Insurance, tests

Other than the certificates, the above mentioned documents shall be provided in the word format to provide flexibility for customization, if required.

Risk Mitigation

The bidder is expected to work with project managers from communication/ system integrator/ utilities in the participating states for immediately resolving the following risks (non-exhaustive indicative list): e) Poor equipment performance f) Project scope creep g) Unavailability of internal and external resources h) Rectification of equipment faults as per agreed SLAs

Specific Exclusions (to be covered under separate tender)

The following are excluded from this project: a) Operation of charging stations

3.8.1 Representatives of successful bidder

c) Successful bidder shall intimate the details of NODAL Officer, within one week of issue of LOA, who shall be the single point contact from their side for all communications (technical as well as contractual). REIL also shall intimate the details of Engineering In-charge (EIC) who shall coordinate all the activities from the side of REIL.

d) The NODAL officer shall be responsible for interacting with REIL and all the other stakeholders such as system integrators, communication service providers etc. to ensure seamless implementation of the project.

•••••••••••••••••••••••••••••••••••••••••••••••••••••

Page 80: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2015 & 14001 : 2015 “Mini Ratna” Central Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal

SPARE PARTS FORMAT

Spare Parts Details for charging equipment

(to be filled-up, scanned and uploaded as part of Bid documents ONLINE)

Name of the Bidder:

S.No. Spare Part Name Spare Part Number Price Per Unit(in Rs.)

Periodicity of Replacement

In yrs. In charging

Bidder is expected to add rows to this table.

Page 81: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 31

Annexure-IV

Eligibility Criteria

S.No. Eligibility criteria Documents Required

Complied/ Not complied

Deviation if any

1 The Manufacturer should be in existence for minimum 1 year on the tender submission date.

Self undertaking by manufacturer

2 Manufacturer should submit copy of balance sheets of FY 2016-17. This complete information should be submitted with PART-I of the offer

Self certified copy of balance sheet

3 There should be minimum 40% indigenous component in the product offerd.

The bidder to submit an undertaking to confirm the claim.

4 Test Certificate: The charging equipment offered should be certified /approved by ARAI, Pune as per specifications.

Performance Certificate/ Test Report of ARAI Pune

5 If required, REIL representative may visit manufacturing site in INDIA/ abroad for which necessary permission shall be arranged by the supplier.

6 After sales support network in India: Supplier‟s service facility in India for local support and trouble shooting is mandatory. Supplier should give complete address of local support office including contact person, Mobile/ Tel No./ Fax/ E-mail. They should also provide the details of service equipments & trained manpower deployed for the service support.

Details of support network in Delhi, NCR, Jaipur & Chandigarh

Page 82: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 32

7 Supplier should confirm to all Technical specifications.

Conformance as per annexure -III

8 Supplier should confirm to all Commercial terms and conditions.

Conformance as per annexure -V

9 Supplier should conf irm that down time of the equipment during warranty period will not be more than 24 hrs (including holidays) from the date of complaint.

10 The bidders financial condition should be sound enough to execute the project.

Credit Report/ Solvency certificate of Rs1 Crore from the bank of bidder

11 Manufacturer/Authorized representative should not be blacklisted in any PSUs/Government/ Semi Government / Quasi Government department in India, as on date of submission of bid. In this regard both have to furnish undertaking that they are not blacklisted by any of the above mentioned organization

Part of covering letter

Page 83: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 33

Annexure V

Commercial Terms and Conditions

S.No. Description Complied/ Not

Deviation if any

1 Delivery Terms: ITI, FOR destination 2 Delivery: 4-8 Weeks of issue of letter of intent. Inspection call will be

given by supplier to REIL. Material will be dispatched within 7 days from date of inspection/ clearance.

3 The supplier should provide details of Charging Stations supplied by them in India, if any and complete address of after sales support in India.

4 Guarantee/ Warranty: The equipment shall have min. 12 months warranty of overall system from the date of installation and commissioning for manufacturing defects/ performance or 18 months from the date of supply whichever is earlier.

During this period manufacturer/supplier shall replace/ repair the defective parts. The entire expenditure including all type of taxes/ duties, freight, customs duty and customs clearing charges if any for such replacement shall be borne by the supplier.

5 Payment Terms (Indian Currency): IV. 25% within 30 days from the date of delivery at ITI.

V. 60% on successful I & C against signed successful completion report of installation & commissioning and hands on training on operations and maintenance of the Charging Stations (Both on software as well as hardware) at Buyer‟s site signed by designated authority.

VI. 15% Shall be released against submission of satisfactory performance of the equipment duly signed by the designated authority.

6 Mode of Despatch: By Rail / By Road, as per instructions of buyer

7 Bank Charges: To supplier’s account, if any.

8 Goods Identification: The goods must be clearly identifiable with the shipping documents.

9 Marking: Item Sr. No. should be mentioned on invoice & on the Item itself which should be matching with each other.

10 Other Documents required: Users Manual, Trouble shooting Manual, Relevant Drawings and Specifications, Commissioning Spares List, Recommended Spares List

11 Pre-dispatch Inspection: Pre-dispatch inspection will be carried out at manufacturer’s site by the representative of buyers (REIL) at the option of buyers. Manufacturer will impart training at their works by providing hands-on experience on operation and maintenance of equipment and understanding the process technology. The Manufacturer-Supplier will facilitate for the same.

Page 84: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 34

12 Time for Installation and Commissioning: The supplier will install & Commission the machine at buyer's site w i t h i n 6 weeks from date of clearance. Hands on training on operation as well as preventive maintenance of the machine (Both on software as well as hardware) will be the part of supply at buyer‟s site during installation & Commissioning of the machine.

13 Liquidated Damage: If the delivery of the item is not made by the stipulated date then the supplier shall have to pay liquidated damages @ 0.50% of the value of the item per week subject to a maximum of 5% of the value.

14 Replacement: If Purchase Order is placed and goods are found defective then supplier will be responsible for free of cost replacement against defective goods. All expenditure pertaining to replacement will be borne by supplier.

15 Validity: Offer must be valid at least for 180 days from date of opening

16 Disputes: In case of any dispute the decision o f Managing Director, Rajasthan Electronics & Instruments Limited, Jaipur will be final and binding on both the parties. Further dispute, if any, will be settled in the court of Law at Jaipur jurisdiction only

Note: The above General Terms & Conditions will deemed to be confirmed when the column for Complied or not complied is filled with the words complied or not complied. In case of not complied of any condition then use the column of Deviation by writing deviation reason.

Page 85: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 35

Annexure-VI Covering letter from the Manufacturer/Authorized Representative

(To be submitted on manufacturer‟s Letter Head) Reference:.................... Date:..............

The Dy. General Manager (Proc), Rajasthan Electronics & Instruments Limited, Jaipur 2,Kanakakpura Industrial Area, Sirsi Road, JAIPUR-302034

Subject: Submission of tender for supply, erection and commissioning of Charging Stations.

Dear Sir, This is to notify you that our company intends to submit a proposal in response to the tender for supply, erection and commissioning of Charging Stations Primary and Secondary contacts for our company are:

Primary contact Secondary contact Name: Title: Company Name: Address: Phone: Mobile: E-mail: Web site

We confirm that the information contained in this respons e or any part thereof, including appendix, exhibits, and other documents and instruments delivered, or to be delivered to REIL is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements there in do not in whole or in part mislead the department in its short-listing process. We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the short listing process or unduly favors o ur company in the short listing process, we are liable to be dismissed from the selection process or termination of the contract during the project, if selected to do so, We further undertake that our Company is never black-listed by any Central or State Government agency. We agree to abide by the conditions set forth in this tender

It is hereby confirmed that I/ We are entitled to act on behalf of our corporation/ company/ firm/ organization and empowered to sign this document as well as such other docum ents, which may be required in this connection.

(Signature) (Name) (In the capacity of)

Duly authorized to sign the tender Response for and on behalf of: Sincerely, (Name of the company)

Name Title Signature Date

(Name and Address of Company) Seal/Stamp of the Agency

Page 86: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 36

TENDER NO. REIL/NP/18-19/E-PROC./18214

Authority Letter

Annexure-VII

Ref Letter No. Date:

To

The Dy. General Manager (Proc), Rajasthan Electronics & Instruments Limited, 2, Kanakpura Industrial Area, Jaipur-302034 Rajasthan

Dear Sir,

We M/s. ……………………..are authorizing M/s. ……………………………….. to submit tender document in reference to your tender no REIL/NP/18-19/E- PROC./18214…… Dated …………… for supply , erection and commissioning of Charging Stations on our behalf .They are authorize to carry out communication on our behalf.

On behalf of company ………………………

Name and Designation

Signed and sealed (who has signed the tender)

Page 87: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 37

Annexure-VIII

TENDER NO. REIL/NP /18-19/E-PROC./

Performance Certificate Ref Letter No. Date:

To

The Dy. General Manager (Proc.), Rajasthan Electronics & Instruments Limited, 2, Kanakpura Industrial Area, Jaipur-302034 Rajasthan

Dear Sir,

We M/s. ……………………..are certifying that Charging Stations Model no. ------------- ---------procured from M/s............……………………………….. is working satisfactory since last ---------- years.

On behalf of company ………………………

Name and Designation

Signed and sealed (who has signed the tender)

Page 88: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 38

TENDER NO. REIL/NP/18-19/E-PROC./18214

CERTIFICATE FOR NON BLACK LISTING

Annexure-IX

Ref Letter No. Date:

To

The Dy. General Manager (Proc), Rajasthan Electronics & Instruments Limited, 2, Kanakpura Industrial Area, Jaipur-302034 Rajasthan

Dear Sir,

We M/s. …………………….. confirm that we are not blacklisted in any PSUs/Government/Semi Government /Quasi Government department in India, as on date of submission of bid. This undertaking is submitted to the best of my knowledge. If at any stage it is found wrong then REIL may take necessary action against us.

On behalf of company ………………………

Name and Designation

Signed and sealed (who has signed the tender)

Page 89: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 39

Annexure-X

TENDER NO. REIL/NP/18-19/E-PROC./18214

Bill of Quantity

The bill of quantity has been mentioned in the table given below:

S. No.

Item Location of Delivery & Installation

Quantity

1. Supply, Erection & Ranchi, 10 Commissioning (including Bengaluru, 20 local transportation) of AC Goa, 10

Smart Charger confirming to Standard Bharat AC 001

Shimla, Hyderabad, Agra

05 20 05 Total 70 Nos.

2. Supply, Erection & Highway : Delhi-Jaipur-Agra- 25 Commissioning (including Delhi local transportation) of DC Highway : Mumbai-Pune- 15

Fast Charger confirming to Standard Bharat DC 001.

Mumbai Ranchi, Bengaluru,

20 30

Goa, 20 Shimla, 10 Hyderabad, 40 Agra 10

Total 170 Nos. 3. Supply, Erection & Highway : Delhi-Jaipur-Agra- 07

Commissioning (including Delhi

local transportation) of DC Highway : Mumbai-Pune- 02

Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2) with transformer as per specification

Mumbai Ranchi, Bengaluru, Goa, Shimla,

02 08 02 02

Hyderabad, 05 Agra 02

Total 30 Nos. Total 270 Nos.

4 5 Core 16 Sq Mm armoured copper cable 2000 Mtr 5 11 kV Cable (Fault current 12.5kA, 0.5S): 3CX 95 sq.mm 1500 Mtr 6 1.1 kV Cable (Fault current 12.5kA, 0.5S): 3CX 240 sq. mm-3000 M 1500 mtr

Page 90: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Accepted Unequivocally Bidders Signature with seal 40

Price Bid

( NIT No. REIL/NP/18-19/E-PROC./18214 )

Part-II

Page 91: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Rajasthan Electronics & Instruments Limited, Jaipur (An ISO 9001 : 2008 & 14001 : 2004 “Mini Ratna” Public Sector Enterprise

Supply, Erection & Commissioning of 70 Nos. AC (Smart) Charging Equipment (Bharat AC 001), 170 Nos. DC (Fast) Charging Equipment (Bharat DC 001) and 30 Nos DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO

and AC Type 2) (As Per Bid Scope)

Name of the Bidder :

S. No.

Item Location of Delivery & Installation

Quantity Price

1. Supply, Erection & Commissioning (including local transportation) of AC Smart Charger confirming to Standard Bharat AC 001

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

70 Nos.

(To

be q

uote

d in

pric

e bi

d on

ly)

2. Supply, Erection & Commissioning (including local transportation) of DC Fast Charger confirming to Standard Bharat DC 001.

Highway : Delhi-Jaipur- Agra-Delhi Highway : Mumbai-Pune- Mumbai

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

170 Nos.

3. Supply, Erection & Commissioning (including local transportation) of DC Fast Charger 100 KW with 3 Guns (CCS, CHAdeMO and AC Type 2) with transformer as per specification

Highway : Delhi-Jaipur- Agra-Delhi Highway : Mumbai-Pune- Mumbai

Ranchi, Bengaluru, Goa, Shimla, Hyderabad, Agra

30 Nos.

Total 270 Nos.

4 5 Core 16 Sq Mm armoured copper cable 2000 Mtr 5 11 kV Cable (Fault current 12.5kA, 0.5S): 3CX 95 sq.mm 1500 Mtr 6 1.1 kV Cable (Fault current 12.5kA, 0.5S): 3CX 240 sq. mm-3000 M 1500 mtr

Price: FOR Destination REIL, 2 Kanakpura Industrial Area, Jaipur

Details of Taxes & duties included

GST:

Freight & Insurance: Any Other Tax/ Duty: Date: (Signature of Bidder)

Seal

Page 92: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

PRE-CONTRACT INTEGRITY PACT

GENERAL This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of ………….... the month of …….. , between, ITI Limited, ITI Bhavan, Dooravaninagar, Bangalore – 560016, India, (hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s …………….……. (address of the Bidder) (hereinafter called the "BIDDER " which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for selection/ empanelment of technology partner for a technical tie-up with ITI for the marketing/manufacturing of ……………….….. (name of the product) and the BIDDER is willing to participate in the EoI as per the terms and conditions mentioned thereon; WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership company (strike off whichever is not applicable), constituted in accordance with the relevant law in the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of Communications & IT, Government of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :- Enabling the BUYER to select/ empanel a technology partner for the marketing/ manufacturing of …. (name of the product) through the EoI in a transparent and corruption free manner, and Enabling BIDDERs to abstain from bribing or Indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: 1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or

indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either

Page 93: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

for themselves or for any person, 'organisation or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Government

office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2 In case any such preceding misconduct on the part of such official(s) is reported

by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

3 Commitments of BIDDER

3.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-

a) The BIDDER will not offer, directly or through intermediaries, any bribe,

gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

b) The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or, execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government.

c) BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates.

Page 94: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

d) BIDDERs shall disclose the payments to be made by them to agents/

brokers or any other intermediary, in connection with this bid/contract.

e) The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/ integrator and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such, intercession, facilitation or recommendation.

f) The BIDDER either while presenting the bid or during pre-contract negotiations or before signing the contract, shall 'disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their· family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

g) The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

h) The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

i) The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

j) The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

k) The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

l) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

Page 95: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

m) The BIDDER shall not lend to or borrow any money from or enter into any

monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

4 Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three

years immediately before signing of this Integrity Pact, with any other company in any country in respect of any 'corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER's exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:-

a) To immediately call off the pre contract negotiations without assigning any

reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

b) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

c) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission.

d) To recover all sums paid in violation of this Pact by the BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also

on the Commission by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.

Page 96: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

6 Independent Monitors

6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor)

for this Pact in consultation with the Central Vigilance Commission.

6.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

6.4 Both the parties accept that the Monitor have the right to access all the documents relating to the project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

6.6 The BIDDER(s) accept(s) that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER with confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER I BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

7 Facilitation of Investigation

7.1 In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

Page 97: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

9 Other Legal Actions

9.1 The actions stipulated in this Integrity Pact are without prejudice to any other

legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the contract period with the BUYER in case a contract is signed. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact. BUYER BIDDER Name of the Officer. Name of the Officer. Designation Designation) ITI Limited (address) M/s …. (address Place: Place: Date: Date: Witness: 1. ……….. 1. ………… 2. ……….. 2. ………….

Page 98: SHORT EXPRESSION OF INTEREST (EOI) Supply, Erection

Document Check List A. Company Profile

B. Certificate of Incorporation

C. Memorandum & Articles of Association

D. Audited financial statements & CA certificate as per EOI

E. GST Registration Certificate.

F. Copy of PAN Card

G. CIN (Corporate Identity Number), if applicable

H. Authorization letter on stamp paper authorizing the person signing the bid for this EOI and Power of Attorney (POA).

I. Experience as per eligibility clauses of EOI (Annexure-A)

J. Details DD of EMD & Tender Fee

K. Test Certificate in the name of ITI Ltd for Solar Street light as per EOI

L. Technical data Sheet & Test certificates of Solar Module, Battery, Luminary, BOS, etc

M. Confirmation on 100% compliance to eligibility criteria according to EOI and customer tender.

N. Undertaking in letter head to indemnify ITI from any claims / penalties / statutory charges, liquidated damages, with legal expenses etc.

O. Clause by clause compliance of EOI terms with references to supporting documents ( Annexure-A, B,C)

P. No debarment certificate from any Govt institute/PSU

Q. Pre-Contract Integrity Pact as per Annexure-D

Note: Bidders shall go through the Customer (UP NEDA) tender and will be prepared for the tender documents required for the submission of bid,