tdsslv2

Upload: asritaip

Post on 09-Apr-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/8/2019 TDSSLV2

    1/40

    1

    Tender Document-SSL-2006

    TENDER DOCUMENT

    FOR

    RATE CONTRACT OF

    DESIGN, SUPPLY, INSTALLATION & COMMISSIONING

    OF SOLAR STREET LIGHTING SYSTEMS

    TENDER NO.NEDA/PVSSL/2006

    NAME OF FIRM ----------------------------------------------------

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

    SIGNATURE OF TENDER ISSUING OFFICER

    NON-CONVENTIONAL ENERGY DEVELOPMENT AGENCY, U.P. (NEDA)

    (Deptt. Of Additional Source of Energy, Govt. of U.P.)

    Vibhuti Khand, Gomti Nagar, Lucknow, U.P.Tele. 91-0522-2720688; 2720652, 720779, 2720894

    Email: [email protected]

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

    http://www.docudesk.com/http://www.docudesk.com/http://www.docudesk.com/
  • 8/8/2019 TDSSLV2

    2/40

    2

    Tender Document-SSL-2006

    TABLE OF CONTENTS___________________________________________________________________________________

    SL. TOPIC PAGE NO.

    PART-1

    1 Tender Notice 3-4

    2 Covering Letter 53 Particulars of Tender 6

    4 General Particulars of Tender 7

    5 Experience : Relevant Project Completed 8

    6 Declaration of Tender 9-10

    PART-2

    Section - 1 : Introduction : Eligibility condition 11

    Section - 2 : Tender document 12-13

    Section - 3 : Preparation of Tender 14-16

    Section - 4 : Submission of Tender 17Section - 5 : Tender opening and evaluation 18

    Section - 6 : Award of Contract 19

    PART-3

    General condition of contract 20-26

    PART-4

    Scope of work & Technical specification. 27-33

    PART-5

    Warranty and Annual Maintenance 34-35

    PART-6

    Technical Bid 36-37

    PART-7

    Financial Bid 38-39

    PART-8

    Format for joint commissioning report 40

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    3/40

    3

    Tender Document-SSL-2006

    Part-I1. Tender Notice:

    Non-Conventional Energy Development Agency, U.P.(NEDA)

    (Dept. of Additional Sources of Energy, Govt.of U.P.)

    Vibhuti Khand Gomti Nagar, Lucknow-226010

    Tel.No. 91-0522-2720652, 2720894, Fax: 0522-2720829

    Website:http//neda.up.nic.in E-Mail: [email protected]

    Tender Notice

    Sealed and separate tenders are invited for the supply, installation and commissioning of following items from reputed manufacturersor their authorized single dealer located in Uttar Pradesh.

    Sl.

    No

    Item Approx.

    quantity

    Tender No.

    NEDA/

    Earnest

    Money(Rs.)

    Cost of

    TenderDocument

    (Rs.)

    Last Date/time

    of sale of tenderdocument

    Date/time of

    submission/opening of tender .

    Date/Time of

    opening offinancial bid

    1 Solar PV

    Systems for

    Computer

    1000 PV Comp/2006 400000 2000 15-9-06

    Up to 4.00 pm

    18-9-06

    At 12:00 noon/

    12:30 pm

    22-9-06

    at 12:00

    noon

    2 Solar Domestic

    Light

    Model-1,II, III,

    IV & V

    25000 PVDL/2006 1510000 10000 15-9-06

    Up to 4.00 pm

    19-9-06

    At 12:00 noon/

    12:30 pm

    24-9-06

    At 12:00

    noon

    3 Solar Street

    Light

    4000 PVSSL/2006 550000 5000 15-9-06

    Up to 4.00 pm

    19-9-06

    At 12:00 noon/

    12:30 pm

    24-9-06

    At 12:00

    noon

    4 Misc. PV

    System for

    urban area

    -- PV Urban/2006 25000 1000 15-9-06

    Up to 4.00 pm

    19-9-06

    At 12:00 noon/

    12:30 pm

    24-9-06

    At 12:00

    noon

    5 Solar PV Pump

    (Drinking

    /Irrigation)

    150/50 PV Pump D/2006 625000 2000 15-9-06

    Up to 4.00 pm

    20-9-06

    At 12:00 noon/

    12:30 pm

    25-9-06

    At 12:00

    noon

    6 Solar Power

    Fencing

    05 Km PV Fencing/2006 15000 1000 15-9-06

    Up to 4.00 pm

    20-9-06

    At 12:00 noon/

    12:30 pm

    25-9-06

    At 12:00

    noon

    7 Dish Cooker 100 TH Dish Cooker

    /2006

    5000 250 15-9-06

    Up to 4.00 pm

    20-9-06

    At 12:00 noon/

    12:30 pm

    25-9-06

    At 12:00

    noon

    8 District Level

    Energy Park

    38 U Park District

    /2006

    415000 1000 27-9-06

    Up to 4.00 pm

    29-9-06

    At 12:00 noon/

    12:30 pm

    03-10-06

    At 12:00

    noon

    9 State Level 1 U Park State/2006 200000 10000 27-9-06 29-9-06 03-10-06

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    4/40

    4

    Tender Document-SSL-2006

    Tender document (TD) can be obtained by making payment through Demand Draft/pay order drawn in favour of DirectorNEDA, payable at Lucknow. TD can also be downloaded from website, in which case an amount equal to the cost of TD is to be

    enclosed as demand draft in favour of Director NEDA payable at Lucknow failing which tender shall not be considered. Number of the

    systems mentioned as above may increase or decrease. Rate Contract tenders are invited for items at S.No. 1-7 & 10-12. For items a

    S.No. 8 & 9 quantity tenders are invited. Undersigned reserves the right to reject any or all tenders without assigning any reasonthereof.

    Director,NEDA

    Urja Park Up to 4.00 pm At 12:00 noon/

    12:30 pm

    At 12:00

    noon

    10 Solar Lantern 10000 PVSL/2006 20000 1000 15-9-06

    Up to 4.00 pm

    20-9-06

    At 12:00 noon/

    12:30 pm

    25-9-06

    At 12:00

    noon

    11 SPV Generator 20 SPV Gen/2006 75000 1000 15-9-06

    Up to 4.00 pm

    19-9-06

    At 12:00 noon/

    12:30 pm

    24-9-06

    At 12:00

    noon

    12 Plastic Water

    Tank

    150 Tank/2006 50000 1000 15-9-06

    Up to 4.00 pm

    20-9-06

    At 12:00 noon/

    12:30 pm

    25-9-06

    At 12:00

    noon

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    5/40

    5

    Tender Document-SSL-2006

    2. Covering Letter :

    From,

    (Full name and address of the tenderer)

    M/S ..

    ....

    ..

    To,

    The Director,

    Non-conventional Energy

    Development Agency,

    Vibhuti khand, Gomti NagarLucknow-226 010

    Subject: - Offer in response to tender no: NEDA/PVSSL/2006

    Sir,

    We hereby submit our offer in full compliance with terms &

    conditions of the attached tender. The tenders are submitted in two

    separate and sealed envelopes marked Part-I & Part-II.

    (Signature of tenderer )

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    6/40

    6

    Tender Document-SSL-2006

    3. PARTICULARS OF TENDER :

    Tender No. : : NEDA/PVSSL/2006

    1. Particulars of the work : Rate contract of design, supply,installation & commissioning of Solar

    Street Systems

    2. Period of work : Three months from the award of work

    3. Cost of tender document Rs. 5000.00 in the form of BankDraft/Pay Order payable at Lucknow in

    favour of Director NEDA

    4. Last date and time of : 19.9.2006 at 12.00 noonsubmission of tender

    5. Amount of Earnest money deposited : Rs. 5.50 lacs in the form of BankDraft/Bank Guarantee

    6. Period of validity of tender for : One year from opening of tenderacceptance

    7. Date and time of opening of tender : 19.9.2006 at 12.30 p.m.

    8. Place of opening of tender : NEDA, Vibhuti Khand, Gomti Nagar,

    Lucknow9. Name and status of firm / :

    Company/individual to whom

    tender document is issued.

    (Signature of tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    7/40

    7

    Tender Document-SSL-2006

    4. GENERAL PARTICULARS OF TENDERER :

    1- Name of firm :

    2- Postal Address :

    3- Telegraphic address :

    4- Telephone, Telex, Fax No :

    5- E-mail :

    6- Web site :

    7- Name and designation of the :

    representative of the tenderer to

    whom all references shall be made

    8- Amount of earnest money deposited. :

    9- Details of bank draft/bank guarantee :(as Annexure-I)

    10- Financial capacity of the contractor/firm :

    for carrying out the work .

    11- Name and address of the Indian/foreign :

    collaboration, if any.

    12- Has anything/extra other then price of items :(as mentioned in price schedule )

    has been written in the price schedule.

    13- Has the contractor/firm have to pay arrears:of income tax, if yes, up to what amount.

    14- Has the contractor/firm have been ever debarred:

    by any Govt. Deptt./ Undertaking

    for undertaking any work.

    15- Tentative supply capacity per month of the system :

    (as annexure II)

    16- Details of offer (please mention number of pages :

    and number of Drawings.)

    17- Reference of any other information attached:by the tenderer (please mention no. of pages

    & no. of drawings)

    18- Has the contractor have any relative working :in NEDA, if yes, state the name and designation.

    ( Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    8/40

    8

    Tender Document-SSL-2006

    5. EXPERIENCE - (RELEVANT PROJECT(s) COMPLETED) :(Please fill in information about similar projects undertaken, if

    required, please use additional sheet (as Annexure-III).

    1. Name of organization which has :awarded the works.(Please enclose list of organization)

    2. Name of the location of the work. :(Please enclosed list of installation)

    3. Total contract amount. :

    4. Year of award. :

    5. Detail of involvement in work as an :individual or as a company.

    6. Was the work satisfactorily completed :within stipulated period ?

    (Signature of tenderer)

    with Seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    9/40

    9

    Tender Document-SSL-2006

    6. DECLARATION BY THE TENDERER :

    Regarding Tender NO. : NEDA/PVSSL/2006

    I/We ______________________________________________________(hereinafter referred to as the Tenderer) being desirous of tendering for the

    work under the above mentioned tender and having fully understood the nature

    of the work and having carefully noted all the terms and conditions,

    specifications etc. as mentioned in the tender document, DO HEREBY

    DECLARE THAT-

    1. The Tenderer is fully aware of all the requirements of the tender

    document and agrees with all provisions of the tender document.

    2. The Tenderer is capable of executing and completing the work as

    required in the tender.

    3. The Tenderer accepts all risks and responsibilities directly or indirectly

    connected with the performance of the tender.

    4. The Tenderer has no collusion with other contractor, any employee of

    NEDA or with any other person or firm in the preparation of the bid.

    5. The Tenderer has not been influenced by any statement or promises ofNEDA or any of its employees but only by the tender document.

    6. The Tenderer is financially solvent and sound to execute the work.

    7. The Tenderer is sufficiently experienced and competent to perform the

    contract to the satisfaction of NEDA.

    8. The information and the statements submitted with the tender are true.

    9. The Tenderer is familiar with all general and special laws, acts,ordinances, rules and regulations of the Municipal, District, State and

    Central Government that may effect the work, its performance or

    personnel employed therein.

    10. The Tenderer has not been debarred from similar type of work by NEDA

    and or Government undertaking/ Department.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    10/40

    10

    Tender Document-SSL-2006

    11. This offer shall remain valid for acceptance for 12 (twelve) months from

    the date of opening of the tender.

    12. The Tenderer has attached herewith the earnest money as required in the

    tender document.

    13. The Tenderer accepts that the earnest money be absolutely forfeited by

    NEDA, if the tenderer fails to undertake the work or sign the contract

    within the stipulated period.

    14. The Tenderer gives the assurance to execute the tendered work as per

    specifications, terms and conditions.

    (Signature of tenderer)WITH SEAL

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    11/40

    11

    Tender Document-SSL-2006

    PART-2

    INSTRUCTION TO TENDERERS

    SECTION - I: INTRODUCTION

    ELIGIBLITY CONDITIONS :

    The Tenderer should provide sufficient evidence to satisfy the following

    conditions that:-

    1. The Tenderer is a manufacturer of one or more major sub systems of SPV

    Panels and SPV based products. Test reports issued during 2002-03, 2003-04,

    2004-05 or latest only would be considered valid (Details to be enclosed , as

    annexure-IV).

    2. The Tenderer shall submit SEC/or its authorized centres certification for

    approval of complete solar street lighting system offered. (as Annexure-V).

    3. The Tenderer should have a test certificate of battery offered from Centralelectro Chemical Research laboratory, Karaikudi, Tamilnaidu or its centres, or

    SEC/MNES authorized test centres. (as Annexure-VI).

    4. The tenderer, who is not manufacturer of SPV panels or of the battery, shall have

    to submit an undertaking from the PANEL supplier/ BATTERY supplier to him,

    about regular supply of the panel/battery, till the currency of the contract, before

    the signing of the agreement, if the work is awarded to the tenderer.

    5. The Tenderer should have valid CST /UPTT registration certificate. A copy of

    which should be enclosed. (as Annexure-VII).

    6. The Tenderer should have adequate financial stability and status to meet the

    financial obligations pursuant to the scope of works. Last years audit

    report/balance sheet by CA should be enclosed. (as Annexure-VIII).

    7. The Tenderer should have adequate post installation services facilities in

    districts of U.P. The details of which should be enclosed. (as Annexure-IX).

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    12/40

    12

    Tender Document-SSL-2006

    SECTION - 2: THE TENDER DOCUMENT

    2.1 CONTENT OF TENDER DOCUMENT

    2.1.1 The Tender procedure and contract terms are prescribed in the TenderDocument. In addition to the Invitation of Tender, the bidding documents

    include.

    Part (1)a) Covering Letter

    b) Tender Formc) General Particulars of Tender

    d) Experience relevant project(s) completed

    e) Declaration by the Tenderer

    Part (2) Instruction to Tenderer

    Part (3) General Condition of Contract

    Part (4) Scope of Work & Technical specifications

    Part (5) Details of warranty

    Part (6) Technical offer

    Part (7) Financial Bid

    The Tenderer is expected to examine all instructions, forms, terms and specifications

    as mentioned in the Tender document. Failure to furnish all information required bythe Tender documents or submission of a bid not substantially responsive to the Bid

    Document in every respect will be at the tenderer's risk and is likely to result in out-right rejection of the Tender.

    2.2 INFORMATION REQUIRED WITH THE PROPOSAL

    a) The Tenderers must clearly indicate the name of the manufacturer, the types and

    model & make of each principal item of equipment proposed to be supplied. The

    Tender may also contain drawings and comprehensive descriptive materials in support

    of technical specifications.

    b) The above information may be provided with the Tender in the form of separate

    sheets, drawings, catalogues etc.

    c) Any Tender not containing sufficient descriptive material to describe the equipmentproposed may be treated as incomplete and hence may be rejected. Such descriptivematerials and drawings submitted by the Tender will be retained by the NEDA. Any

    departure from these drawing and descriptive material submitted will not be permittedduring the execution of contract without specific written permission of the NEDA.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    13/40

    13

    Tender Document-SSL-2006

    2.3 LOCAL CONDITIONS

    a) It will be imperative on each bidder to fully inform himself of all local conditions andfactors which may have any effect on the execution of the works covered under these

    documents and specifications. NEDA shall not entertain any request for clarifications

    from the Tenderer, regarding such local conditions. The tenderers are advised tovisit the site before filling the tender.

    2.4 CLARIFICATION OF TENDER DOCUMENTS

    2.4.1 A prospective Tenderer requiring any clarification of the Tender Documents may

    contact to the NEDA in writing or by Fax at the NEDA's mailing address indicated inthe Invitation for Tender, at least 7 days before the opening of the tender..

    2.4.2 Verbal certifications and informations given by the NEDA or his employees or hisrepresentatives shall not be in any way entertained.

    2.5 AMENDMENT OF TENDER DOCUMENTS

    2.5.1 At any time prior to the submission of the tender or prior to the opening of the

    financial bid the NEDA may for any reason, whether at its own initiative or in

    response to a clarification requested by a Tenderer, modify the Tender documents by

    issuing amendments.

    2.5.2 The amendment will be notified in writing or by Fax to all prospective tenderers,

    which have taken the tender documents. These amendments will be binding on them.NEDA will bear no responsibility or liability arising out of non-receipt of the same in

    time or otherwise.

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    14/40

    14

    Tender Document-SSL-2006

    SECTION - 3: PREPARATION OF TENDER

    3.1 LANGUAGE OF BID AND MEASURE

    3.1.1 The Tender prepared by the Tenderer and all correspondence and documents relatingto the bid exchanged by the Tenderer and NEDA shall be written in the English

    provided that any printed literature furnished by the Tender may be written in anotherlanguage so long as accompanied by an english translation of its pertinent passages, in

    which case, for purpose of interpretation units of measurement shall be metric inaccordance with System Internationale.

    3.2 DOCUMENTS COMPRISING THE BID

    3.2.1 The Tender prepared by the Tenderer shall comprise of the following components.

    (a) Covering letter as provided in tender document.

    (b) Tender form

    (c) Documentary evidence establishing that the bidder is eligible to Tender and is

    qualified to perform the contract, if its tender is accepted.

    (d) Bid security (Earnest money) furnished in accordance with the tender.

    (e) Authorization letter of the Tenderer, for the person representing his firm, that he isauthorized to discuss and with specific mention of this tender. In case of a dealer

    participating in the tender, he shall have to provide an authorization latter from hisprincipals, that he is participating in the tender as a single dealer for Uttar Pradesh for

    this tender. (as Annexure-X)

    3.3 BID PRICE

    3.3.1 The Tenderer shall indicate prices on the appropriate financial bid schedule attachedto these documents.

    3.3.2 DUTIES AND TAXESThe price quoted should include all taxes and duties, custom duty, excise duty, service

    tax, sales tax, C.S.T., local taxes, Trade Tax, Income Tax, Surcharge on income tax

    etc. if any.A supplier/ contractor shall be entirely responsible for all taxes, duties, license fees,

    etc. All taxes payable as per Government income tax & service tax norms will be

    payable by the contractor. If any new tax/duty is levied during the contract period the

    same will be borne by the firm exclusively. TDS will be deducted from the payment

    of the contractor as per the prevalent laws and rules of Government of India andGovernment of UP. in this regard.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    15/40

    15

    Tender Document-SSL-2006

    3.4 BID CURRENCIES

    3.4.1 Prices shall be quoted in Indian Rupees only.

    3.5 BID SECURITY

    3.5.1 Pursuant to clause 3.2 the bidder shall furnish, as part of its bid, bid security of Rs.5.5 lacs as mentioned in the tender notice in the form of a bank draft /pay order

    issued by a nationalized bank, or State Bank of India and its subsidiary banks, or inthe form of Bank Guarantee issued by a nationalized bank, or State Bank of

    India and its subsidiary banks valid for a period of thirteen months. Theinstruments issued by any other bank mentioned in this para will not be accepted.

    3.5.2 Any bid not secured in accordance with para 3.5.1 will be rejected by the

    NEDA as non-responsive.

    3.5.2 No Interest shall be payable on the amount of earnest money and the same will bereleased, after the tenders have been decided, to those tenderers who fail to get the

    contract.

    3.5.3 The successful Tenderers bid security (earnest money) shall be kept as a Securitydeposit against the work awarded to them. If the earnest money has been provided in

    the form of bank guarantee, then the Tenderer will have to extend it, equivalent to

    the contract period and additional four months. The Tenderer shall also be

    responsible to extend the period of bank guarantee, if the work is not completed

    within the stipulated period , upto a period, from the date of execution of last order

    and four months.

    3.5.4 The security deposit/ bank guarantee shall be released only after completion of workin all respect along with the final payment. This security deposit shall be forfeited,

    or the bank guarantee may be invoked, if the tenderer fails to execute the work or itsparts.

    3.5.5 The Tender security (earnest money) may be forfeited:

    a) If a Tender withdraws its tender during the period of tender validity specified by theTenderer on the tender from.

    b) If the successful tenderer fails to sign the contract within stipulated period.

    3.6 PERIOD OF VALIDITY OF TENDER

    3.6.1 Validity of the offer shall be twelve months from the date of opening of the tender.Without this validity the tender will be rejected. The validity must be mentioned on

    the envelope otherwise tender may not be opened.

    3.6.2 In exceptional circumstances; the NEDA will solicit the tenderers consent to anextension of the period of validity. The request and the response there of shall be

    made in writing (or by cable). The contract performance security provided underclause 3.5.4 shall also be suitably extended.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    16/40

    16

    Tender Document-SSL-2006

    3.7 FORMAT AND SIGNING OF TENDER

    3.7.1 The bid must contain the name, residence and places of business of the persons

    making the tender and must be signed and sealed by the Tenderer with his usual

    signature. The name and designation of all persons signing should be typed or printed

    below the signature.

    3.7.2 Tender by a partnership firm must be furnished with full name of all partners with acopy of partnership deed.

    3.7.3 Tender by corporation/ company must be signed with the legal name of the corporation/

    company be the President, Managing Director or by the Secretary, Agent orother designation. Without disclosing his principal the tender may be rejected.

    3.7.4 The original copy of the tender shall be typed or written in indelible ink and shall be

    signed by the Tenderer or a person duly authorized to bid and bidder to the contract.

    The letter of authorization shall be indicated by written power-of-attorney

    accompanying the tender. All pages of the bid shall be initialed by the person orpersons signing the tender.

    3.7.5 The bid shall contain no interlineations, erasures or overwriting except as necessary to

    correct errors made by the tender in which case such corrections shall be initialed by

    the person or persons signing the tender.

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    17/40

    17

    Tender Document-SSL-2006

    SECTION 4 : SUBMISSION OF TENDER

    4.1 SEALING AND MARKING OF TENDER

    4.1.1 The tender must be complete in all technical and commercial respect and should

    contain requisite certificate, drawings, informative literature etc. as required in thespecification. Any queries made should be promptly replied within following time

    schedule.

    4.1.2 Fax query required to be replied by fax 4 days

    4.1.3 Query by letter to replied by letter 14 days

    4.1.4 First sealed envelope (part-I) should contain earnest money, technical specifications,brochure, literature etc. It should be superscribed with Tender No:

    NEDA/PVSSL/1006 &EM & TC. All parts of tender documents except price bidduly signed should be submitted in the first envelope. Requisite earnest money in the

    form of Bank Draft/ Bank Guarantee should be attached.

    4.1.5 The tenderer should submit price bid duly signed on the original Financial Bidattached with this tender document Second sealed envelope (part-II) should containfinancial bid only. It should be superscribed with Tender No:NEDA/PVSSL/2006.and Financial bid. Anything in regard of financial condition, payment terms,rebate etc. mentioned in Financial bid may make the tender invalid. Therefore, it is

    in the interest of the tenderer not to write any thing extra in part-II except price.

    4.1.6 The envelope shall be addressed to the Director, Non-conventional EnergyDevelopment Agency, U.P, Vibhuti Khand, Gomti Nagar, Lucknow-226010 (U.P.)

    4.2 EXPENSES OF AGREEMENTA formal agreement shall be entered with the contractor, according to the draft

    agreement issued by the NEDA, for the proper fulfillment of the contract. The

    expenses of completing and stamping of the agreement shall be paid by the contractor.

    The agreement shall be rate contract type valid for 12 calendar months from the

    date of signing the contract

    4.3 DEADLINE FOR SUBMISSION OF BIDSBids must be received by the NEDA at the date, time and address specified in the

    tender notice/ tender documents.

    4.4 LATE BIDSAny bid received after the deadline for submission of bids prescribed by the NEDA

    pursuant to clause 4.3 shall be rejected and / or returned unopened to the Tenderer.

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    18/40

    18

    Tender Document-SSL-2006

    SECTION - 5 : TENDER OPENING AND EVALUATION

    5.1 OPENING OF TENDER

    The procedure of opening of the tender shall be as under:

    5.1.1 First envelope (part-I) bearing tender no and super scribed EM & TC shall be openedat the time and date mentioned in the tender notice by NEDAs representatives in thepresence of tenderers, who choose to be present.

    5.1.2 Second envelope (part-II) containing price bid shall be opened (after obtainingfinancial clarifications and establishing technical suitability of the offer) as per timeand date provided in the tender notice. Second envelope of only those tenderer shall

    be opened whose first envelope (part-I) shall be found commercially clear and

    technically suitable.

    5.1.3 In case it is not possible to open second envelope (part-II) on the day fixed due to

    unavoidable circumstances then the opening of the second envelope shall bepostponed, and intimation of this effect shall be sent to tenderers by telegram/ fax. It

    will be in the interest of the tenderer to send their authorized representatives well

    conversant with the tender and competent enough to take decision on technical and

    financial matter at the time of opening second envelope.

    5.2 CLARIFICATION OF TENDER

    5.2.1 To assist in the examination, evaluation and comparison of bids, the NEDA may at itsdiscretion ask the bidder for a clarification on its bid. The request for clarification and

    the response shall be in writing.

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    19/40

    19

    Tender Document-SSL-2006

    SECTION - 6 : AWARD OF CONTRACT

    6.1 NEDA RESERVES THE RIGHT OF NEGOTATION WITH ELEGIBLETENDERERS BEFORE THE FINALIZATION OF THE TENDER

    6.2 The NEDA reserves the right at the time of award of contract to increase or decrease

    the quantity of goods without any change in price or other terms and conditions.

    6.3 NEDA RESERVES THE RIGHT TO ACCEPT ANY BID AND TO REJECT ANYOR ALL BIDS.

    NEDA reserves the right to reject any or all the tenders or accept any tender in total or

    in parts or work may be divided among various tenderers without assigning any reason

    thereof.

    6.4 NOTIFICATION OF AWARD

    Prior to the expiration of the period of tender validity the NEDA will notify the

    tenders by registered letter or by cable or Fax, to be confirmed in writing by letter, that

    the bid has been accepted.

    6.5 EXECUTION PERIOD

    The work shall have to be completed within three month from the date of award of

    work

    6.6 CONTRACT

    Before execution of the work, a contract agreement for execution of the work shall besigned with the contractor, as per the draft agreement issued by NEDA. Since the

    agreement will be of rate contract type, it will be same for all the eligible tenderers andno deviations will be accepted. Tenderer has to sign the agreement within the 15 days

    of communication of acceptance of the offer, otherwise earnest money deposited

    with the tender shall be forfeited.

    If required and desired by the end user the successful tenderer may have to enter in an

    agreement with the end user on the similar terms & conditions as provided in the

    tender documents.

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    20/40

    20

    Tender Document-SSL-2006

    PART 3 : GENERAL CONDITIONS OF CONTRACT

    1. DEFINITIONS

    In the deed of contract unless the context otherwise requires:-

    1.1 NEDA shall mean The Director or his representative of Non-conventional EnergyDevelopment Agency, Govt. of U.P with Head office at Vibhuti Khand Gomti Nagar

    Lucknow and shall also include its successors in interest and assignees. Thecontractor shall mean the person whose tender has been accepted by NEDA and shall

    include his legal representatives, successor in interest and assignees.

    1.2 The agreement shall be on turn- key basis. The work shall be completed with in three

    months from the date of placement of work order. However NEDA may in case of

    urgency ask the firm to complete the work earlier, with the mutual consent of the

    contractor. In case the contractor fails to execute the said work within stipulated time,

    NEDA will be at liberty to get the work executed from the open market without

    calling any tender and without any notice to the contractor, at the risk and cost of thecontractor. Any additional cost incurred by NEDA shall be recovered from the

    contractor. If the cost of executing the work as aforesaid shall exceed the balance due

    to the contractor, and the contractor fails to make good the additional cost, NEDA may

    recover it from the contractors pending claims against any work in NEDA or in anylawful manner.

    1.3 That on the request of the tenderer and also in the interest of the organization the

    NEDA is authorized to extend the validity of the agreement.

    1.4 The tenderer, if they are major SPV module manufacturer of the country, may beallowed to operate in the state through a single authorized dealer for execution of the

    orders placed on them. It will be the sole responsibility of the tenderer, to executeorders placed as per time schedule, and to ensure quality parameters, specifications

    and other requirements provided in the tender document and as per agreement.

    1.5 In the interest of the work and the programme, agreement executed between the

    tenderer and the NEDA may be extended to a mutually agreed period, if the need so

    arises.

    2 LIQUIDATED DAMAGES

    2.1 If the contractor fails to perform the services within the time periods specified in the

    contract work order, the NEDA shall without prejudice to its other remedies under the

    contract shall deduct from the contract price as liquidated damage, a sum equivalent to1% of the price of the unperformed services for each week of delay until actual

    performance up to a maximum deduction of 10% of the delayed services, of thecontract price. Once the maximum is reached, the NEDA may consider termination of

    the contract.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    21/40

    21

    Tender Document-SSL-2006

    3 The contractor shall have to comply with all the rules, regulations, laws and by-lawsfor the time being in force and the instructions if any, of the organization, in whose

    premises the work has to be done. NEDA shall have no liability in this regard.

    4 FORCE MAJEURE4.1 Notwithstanding the provisions of clauses contained in this deed; the contractor shall

    not be liable for forfeiture of its performance security, liquidated damages, termination

    for default, if he is unable to fulfill his obligation under this deed due to the event offorce majeure circumstances.

    4.2 For purpose of this clause, "Force majeure" means an event beyond the control of thecontractor and not involving the contractor's fault or negligence and not foreseeable.Such events may include, but are not restricted to, acts of Govt. either in its sovereign

    or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine

    restrictions and freight embargoes.

    4.3 If a force mejeure situation arises, the contractor shall promptly notify the NEDA in

    writing within a week from the date, situation so arises.

    5 The High court of Judicature at Allahabad and Courts subordinate thereto, atLucknow, shall alone have jurisdictions to the exclusion of all other courts.

    6 The contractor shall not without the consent in writing of NEDA, transfer, assign orsublet the work under this contract or any substantial part thereof to any other party.

    7 NEDA shall have at all reasonable time access to the works being carried out by thecontractor under this contract. All the work shall be carried out by the contractor to

    the satisfaction of NEDA.

    8 If any question, dispute or difference what so ever shall arises between NEDA and thecontractor, in connection with this agreement except as to matters, the decisions for

    which have been specifically provided, either party may forthwith give to the othernotice in writing of existence of such question, dispute or difference and the same

    shall be referred to the sole arbitration of the Principal Secretary/Secretary, Dept. of

    Additional Sources of Energy, Govt. of U.P or a person nominated by him. This

    reference shall be governed by the Indian Arbitration Act, and the rules made

    thereunder. The award in such arbitration shall be final and binding on both the

    parties. Work under the agreement shall be continuing during the arbitration

    proceedings unless the NEDA or the arbitrator directs otherwise.

    9 NEDA may at any time by notice in writing to the contractor either stop the work alltogether or reduce or cut it down. If the work is stopped all together, the contractorwill only be paid for work done and expenses distinctly incurred by him as on

    preparation or the execution of the work upto the date on which such notice is received

    by him. Such expenses shall be assessed by NEDA, whose decision shall be final and

    binding on the contractor. If the work is cut down the contractor will not be paid anycompensation what so ever for the loss or profit which he might have made if he had

    been allowed to complete all the work included in the contract.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    22/40

    22

    Tender Document-SSL-2006

    10 INSPECTION AND TESTS

    10.1 The following inspection procedures and tests are required by the NEDA in the

    presence of NEDAs representative, if so desired by NEDA.

    10.2 The NEDA or its representative shall have the right to inspect and / or to test the goods

    to confirm their conformity to the contract. The special conditions of the contract and /or the technical specifications shall specify what inspections and test the NEDA

    required.

    10.3 Inspection at works.

    10.3.1 The NEDA, his duly authorized representative shall have at all reasonable times

    access to the suppliers premises or works and shall have the power at all reasonable

    times to inspect and examine the materials and workmanship of the works during its

    manufacture.

    10.3.2 The supplier shall give NEDA 15 days written notice of any material being ready fortesting. It shall be mandatory that such notice should reach NEDA within 30 days of

    placement of supply order. Such tests shall be on the suppliers accounts/ expenses

    except for the expenses of the inspector. NEDA reserves the full rights, to waive off

    the inspection of the materials.

    10.3.3 The supplier is required to get the entire lot of the ordered material inspected at one

    time, before the supply of the materials. In case the suppliers fails to get the entire lot

    inspected at one time, the total expenses of the further inspection will be borne by thesupplier/contractor.

    10.4 The inspection by NEDA and issue of dispatch instruction there on shall in no way

    limit the liabilities and responsibilities of the supplier in respect of the agreed qualityassurance programme forming a part of the contract.

    Nothing contained in clause 10 and in case NEDA waives off inspection at works shall

    in no any way release the supplier from any guarantee or other obligations under this

    rate contract.

    11. WARRANTY

    11.1 The supplier shall warrant as per standards for quality that anything to be furnished

    shall be free from all defects and faults in material, workmanship and manufacture,

    shall be of the highest grade and consistent with established and generally acceptedstandards for material of the type ordered, shall be in full conformity with the

    specifications, drawing or samples, if any and shall if operable, operate properly.

    11.2 Performance of Equipment: In addition to the warranty as already provided, the

    supplier shall guarantee satisfactory performance of the equipment and shall beresponsible for the period or up to the date specified in sub-clause (c) hereof after the

    equipment has been accepted by the NEDA to the extent for any defects that may

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    23/40

    23

    Tender Document-SSL-2006

    develop such defects shall be removed at his own cost when called upon to do so by

    the NEDA

    11.3 The Warranty period shall be 10 Years for the PV modules and two years for

    complete system including battery from the date of commissioning and handing over

    of the system. Defects developed in the system within warranty period shall be

    rectified by the contractor promptly. In case the defects are not rectified within 10days of the receipt of the complaint by the contractor, NEDA shall have full liberty to

    restore the system in working condition. The expenditure so incurred by NEDA shallbe deducted from the contractor pending claims, security deposit or in other law full

    manner.

    11.4 Since the maintenance of the system may also be taken up by the contractor after

    expiry 2 years of warranty period. If the end user so desires, the contractor shall take

    up annual maintenance of the installed system.

    11.5 The contractor shall maintain the system under annual maintenance contract with the

    end user.

    12. Notice statement and other communication send by NEDA through registered post or

    telegram or fax to the contractor at his specified addresses shall be deemed to have

    been delivered to the contractor.

    13. Any work which is not covered under this contract but is essentially required for the

    completion of job (to the satisfaction of NEDA) shall be carried out by the contractoras extra item for which payment shall be made separately at the rates decided by

    NEDA.

    14. The work shall be carried out by the contractor as per design and drawings approvedby NEDA, wherever necessary, the contractor shall submit relevant designs and

    drawings for approval in NEDA, well in advance. Work carried out without NEDAsapproval shall not be accepted and the NEDA shall have right to get it removed and to

    recover the cost so incurred from the contractor.

    15. The contractor shall provide one copy of instruction manual and routine maintenance

    manual with each system supplied or installed, this shall be both in Hindi and English.

    The following minimum details must be provided with

    (a) About the photovoltaic system including PV modules, battery andelectronics

    (b) Dos and Donts(c) Clear instructions on regular maintenance and trouble shooting of the

    system

    (d) Name & address of the contact person in case of non-functioning of thesystem.

    16 The contractor shall not display the photographs of the work and not take advantage

    through publicity of the work without written permission of NEDA.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    24/40

    24

    Tender Document-SSL-2006

    17. PATENT RIGHT AND ROYALITIES.

    The tender shall indemnify the NEDA against all third party claims of Infringement of

    patent, royalties trademark or industrial design rights arising from use to the goods or

    any part thereof.

    18. PACKING & FORWARDING

    18.1 Contractors wherever applicable shall after proper painting, pack and crate all theequipment in such a manner so as to protect them from deterioration and damage

    during rail and road transportation to the site and storage at the site till the time ofinstallation. The contractor shall be held responsible for all the damages due to

    improper packing.

    18.2 The contractor shall inform the NEDA of the date of each shipment from his works,

    and the expected date of arrival at the site for the information of the NEDA project

    offices at least 7 days in advance.

    19. DEMURRAGE WHARFAGE, ETC

    All demurrage, wharfage and other expenses incurred due to delayed clearance of the

    material or any other reason shall be to the account of the contractor.

    20. INSURANCE

    The goods supplied under the contract shall be fully insured against loss or damage,

    incidental to manufacture or acquisition, transportation, shall be included in the bidprice.

    21. TRANSPORTATION

    The Tenderer is required under the contract to deliver the goods to the site.

    22. TERMINATION FOR INSOLVENCY

    NEDA may at any time terminate the contract by giving written notice to the

    contractor without compensation to the contractor, if it becomes bankrupt or otherwise

    insolvent, provided that such termination will not prejudice or affect any right of

    action or remedy, which has accrued or will accrue there after to the NEDA.

    23. TERMINATION FOR CONVENIENCE

    The NEDA, may by written notice sent to the supplier, terminate the contract, in

    whole or in part at any time for its convenience. The notice of termination shall

    specify that termination is for the purchasers convenience in the interest of NEDA.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    25/40

    25

    Tender Document-SSL-2006

    24. APPLICABLE LAW

    The contract shall be interpreted in accordance with the laws of the purchasers

    country i.e. India. The station of NEDA Headquarter Lucknow shall have exclusive

    jurisdiction in all matters arising under this contract.

    25. NOTICE

    25.1 Any notice given by one party to the other pursuant to the contract shall be sent inwriting or by telegram or telex/ cable and confirmed in writing to the address specified

    for that purpose in the special condition of contract.

    25.2 A notice shall be effective when delivered or on the notices effective date, which everis later.

    26. TAXES AND DUTIES

    The price quoted should include all taxes and duties, custom duty, excise duty, service

    tax, sales tax, C.S.T., local taxes, Trade Tax, Income Tax, Surcharge on income taxetc. if any.

    A supplier/ contractor shall be entirely responsible for all taxes, duties, license fees,

    etc. All taxes payable as per Government income tax & service tax norms will be

    payable by the contractor. If any new tax/duty is levied during the contract period the

    same will be borne by the firm exclusively. TDS will be deducted from the payment

    of the contractor as per the prevalent laws and rules of Government of India and

    Government of UP. in this regard.

    27. OTHERS:

    27.1 I-V curve of the each module and technical details such as Voc, Isc, Vmp, FF cell

    efficiency and Pmax @ 16.4 V etc. shall be supplied along with each consignmentand copy should be sent to NEDA HQ for record shall be supplied along with the

    modules.

    27.2 The contractor in consultation with NEDA will conduct training programmes for the

    users, focussing on main features, operation and maintenance of the systems.

    27.3 The contractor shall continue to provide spare parts of the system supplied, after the

    expiry of warranty period at the users cost. If the contractor fail to continue to supply

    spare parts and services to users, appropriate action shall be taken against the firm.

    27.4 After successful commissioning of the system and training, the system will be handedover the person designated by the end user.

    27.5 It shall be the sole responsibility of the contractor to get verified the quality &

    quantity of the supplied material at the site of delivery.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    26/40

    26

    Tender Document-SSL-2006

    28. PAYMENTS:

    The payments shall be made as per the following terms and conditions.

    28.1 20% of the ordered value to be paid as mobilization advance against bank guarantee

    of equal amount valid for a period of six months as per contract value defined in thiscontract. Request for mobilization advance must be submitted within the 10 days of

    the release of work order. Release of mobilization advance in no way shall effectthe time schedule of the work order.

    28.2 The contractor shall raise bill of 70% of the ordered value after the supply of the

    complete system as per the technical specification and terms and conditions specifiedin the contract. The contractors, if they have taken advance as per clause 28.1, shall

    be paid 50% of the order value after the adjustment of mobilization advance.

    28.3 The contractor shall raise bill of 20% of the ordered value after installation and

    commissioning of the system along-with the handing over certificate, indicating bill of

    material and successful commissioning duly countersigned by the designated officerof end user.

    28.4 The 10% payment shall be released after the completion of two years of warranty

    period. However, this amount may be released against the bank guarantee of equal

    amount valid for the 48 months.

    28.5 Annual Maintenance cost shall be paid by the end user on annual basis after the expiry

    of two years of warranty period or against a bank guarantee of four years submittedat the time of expiry of warranty period.

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    27/40

    27

    Tender Document-SSL-2006

    PART- 4

    SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

    GENERAL TECHNICAL SPECIFICA'I'ION

    SOLAR STREET LIGHTING SYSTEMS

    DEFINITIONA stand alone solar photo voltaic street lighting system aims to provide solar electricity

    for operating overnight lights on streets. It comprises of a compact fluorescent lamp, 1eadacid battery, PV module(s), control electronics, inter-connecting wires/cables, module

    mounting hardware, battery box ,operation, instruction and maintenance manual.

    General Specifications:

    The system should be designed to automatically switch ON at dusk, operate throughoutthe night and automatically switch OFF at dawn under average daily insolation of 5

    kWh/sq.m on a horizontal surface.

    COMPONENT SPECIFICATIONS

    (A) SOLAR PHOTOVOLTIC MODULE

    CELL METERIAL: Single/ poly crystal silicon solar cell.

    CAPACITY: The power output of the module(s) should not be less than74 watts. The operating voltage corresponding to the power

    output mentioned above should be 16.4 volt. The opencircuit voltage of the PV module under STC should be at

    least 21.0 volts.

    LAMINATION: The cell string should be laminated between EVA orEquivalent and tempered glass. The encapsulate must

    possess Ultra violet stability, tolerance to temperatureextremes and thermal shocks, resistance to abrasion, self-

    cleaning ability and ability to keep cell temperature low tominimize the power loss.

    FRAME: The frame of the module should be corrosion resistance;

    bronze anodized extruded aluminum or equivalent andshould be properly screwed with each other.

    FILL FACTOR: The fill factor of modules should not be less than 0.65

    CELL EFFICIENCY The cell efficiency shall not be less than 11%.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    28/40

    28

    Tender Document-SSL-2006

    DEGRADATION : The degradation of modules should not be more than 10%in 10 years, in Indian climatic conditions.

    WARRANTY: The warranty of SPV module should not he less than 10years from the date of supply.

    JUNCTION BOX: Each module should be equipped with a suitable junction Box with

    cover. It should have a provision for opening of replacing the cableif required. In case more than one module is used each module

    should have a suitable rating diode fixed in junction box.

    NAME PLATE: Each module should have a name plate with followinginformation:-

    (a) Name of Manufacture or distinctive Logo(b) Module Type

    (c) Serial Number(d) Manufactured for NEDA, U.P.

    (e) Month and year of manufacturing.A strip containing the above details should be laminated inside the module

    so as to be clearly visible from the front side.

    (B) BATTERY: The battery should be of flooded electrolyte type, positive tubularplate, low maintenance lead acid battery, manufactured by the

    reputed Indian company approved by CECRI or SEC or MNESauthorized test centers such as ERTL, Kolkata, CPRI,

    Thiruananthapuram, for following specificationsPositive Plate - Tubular

    Negative Plate - PastedRating - 10 Hours

    RATING: The minimum rating of battery should be 12 Volt, 75 AH at C/10

    discharge rate.

    CONTAINER: All the 6 cells of battery should be assembled in one container. Thesize of container for 12 volt, 75 AH battery should not be less than

    517 X 273 X 240 mm (overall dimension). The material ofcontainer should be hard rubber/ polypropylene as per Bureau

    of Indian Standard specification number 13369-1992.

    VENTING : The venting device shall be ceramic vent plug to reduce the waterlosses during the use.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    29/40

    29

    Tender Document-SSL-2006

    GRID ALLOY: To ensure minimum maintenance, less resistance to the chargingand ability to deep discharging, the grid should be a lead alloy with

    antimony. The battery should be capable of with standingdischarge to a level of 75% of its rated capacity without damage

    or loss of cycle life.

    OTHERS: The ampere hour efficiency should not be less than 90% the watthour efficiency should be more than 75%. The loss of capacity of

    battery on storage should not be more than 10% other specificationof battery should be as per Bureau of Indian Standard 13369: 1992.

    Suitable clamp, nut bolt etc. should be provided with each battery.

    The word NEDA should be engraved on battery top along with battery Serial No.NEDA should be printed along with manufacturer Name. The month and year of

    activation of battery should also be engraved on battery.

    (C) BALANCE OF SYSTEM

    i) LAMP: Compact fluorescent lamp of 11 watt capacity having light outputof 900 +/- 5% Lumens. The tube light should be of

    Phillips/Osram/Surya/Indo-Asian or equivalent makes. MaximumDC current consumption for a 11 W CFL at 12 V, should not

    exceed 1Amp. The lamps should conform to relevant BISstandards.

    ii) LAMP FITTING: The tube light fitting shall be made of Cr-steel of minimum 24SWG duly painted with suitable enamel paint of good quality, in a

    waterproof suitable for outdoor use. It should be equipped withsuitable reflector and white acrylic diffuser. The lamp should be

    mounted in such a way that the base of the lamp should be onupper side.

    iii) INVERTER: High frequency DC to AC inverter suitable for instant glowing of

    fluorescent tubes light. The circuit should be protected againstshort circuit, open circuit, surge etc. The Component of inverter

    should be of reputed make for effective maintenance. It would bepreferred if the transistor used shall be either of 2N

    3055/6107/1061/6292 or equivalent. The inverter should not failwhen the output wire is short-circuited.

    Input Voltage : 9.5 V - 13.5V

    Output voltage: More than 30 volt AC.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    30/40

    30

    Tender Document-SSL-2006

    Frequency : 20Khz-35Khz

    Wave Form : It should be quasi-sine wave/sine wave and should be

    identical in both side form the Zero line. The distortion of

    waveform should not be more with fluctuation of inputvoltage & it should be free from harmonic. Half waveoperation is not acceptable.

    Efficiency : The efficiency of inverter should be more than 80%.

    PCB : The PCB of inverter should be glass epoxy type.

    BLACKING : No blackening or reduction in the lumen output by more

    than 10% should be observed after 1000 on/off cycle (twominutes on followed by four minutes off in one cycle).

    iv) CHARGE CONTROLLER: The unit should have the following feature:-

    1. This unit should be designed for charge regulation of storage

    battery and safe guard the battery against over charge & deepdischarging.

    2. The voltage cutoff should be set in such a way to utilize the

    75% of the fully charged battery capacity.

    3. The lower limit of cut off voltage should not be less than 11.4

    volts.

    4. The charge controller should reconnect the load when batterygets fully charged. The difference in these two voltage setpoint should be neither too small nor too large to avoid the

    relay chattering.

    5. 6. A reverse blocking diode should be provided to preventdischarge of battery in rainy season and in night.

    6. The various functions should be displayed through LEDindicator indicating the operations being carried out by the

    controller such as low battery warning sign (yellow), loadcurrent off (red) battery charging (green) The light indicator

    of lower voltage should be lower at 11.6 volts. However theunit with 2 red and Green shall also be accepted..

    7. The indicator should be fixed on front side of the battery box/charge controller.

    8. A switch & fuse should be provided with the controller.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    31/40

    31

    Tender Document-SSL-2006

    9 The unit should have protection against short circuit,lightening, reverse polarity surge etc.

    10. The PCBs of controller should be glass epoxy.

    11. The charge controller should be of 5 Amp load carrying

    capacity.12. The control box should be made of MS sheet duly painted with

    suitable paints and the control box should be fixed inside the

    battery box.

    13. The control unit fixed in battery box should be completelyseparate from battery chamber, so that acid fumes etc should

    not harm the control unit.

    14. All the connector indication should be covered with

    transparent hard plastic sheet screened properly.

    15 The total electronics efficiency should be at least 80%.16. The idle current consumption of complete electronics should

    not be more than 10mA

    v). MECHANICAL HARDWARE:

    (a) The SPV module should be fixed on a rigid pole. The poleshould be of minimum 75 mm inder dia GI pipe of at least 3mm thickness.

    (b) The pole should be made of GI steel pipe with a height of 4meters above the ground level after grouting and final

    installation. The pole should have the provision to hold theweather proof lamp housing. It should be painted with a

    corrosion resistant paint. The pole along with base plateshould have suitable cement concrete foundation to assisted

    local worst climate conditions. The base plate shall beconnected with the foundation with holding down bolted.

    (c) SPV panel shall be mounted on pole. The mounting structureshall be fixed in the center of MS tubular pole made flat at

    fixing end, square angle adjusting plate of 115 mm size 3 mmthick shall be provided. So that SPV panel can be fixed at

    inclination of 15 or 30 degree from horizontal.

    vi) BATTERY BOXThe battery box should be made to 20 SWG, MS sheet. The

    battery box shall be painted with acid proof corrosion resistantpaint with NEDA written on at least two faces. The box shall

    be properly painted after chemical cleaning & primer coating.The size of box should be as per battery size providing

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    32/40

    32

    Tender Document-SSL-2006

    sufficient clearance on all sides. Lovers for proper ventilationshould be provided on each side and back of the battery box.

    No vent shall be providing on top of battery box. Box shouldbe provided with proper locking arrangement. The edges of

    box should be turned properly to give smooth edge and good

    strength. Two wooden battens should be fixed inside thebattery box to avoid the electrical contract between batteryand box.

    vii) ELECTRIC CABLE

    The electric cable used shall be twin core PVC insulated

    copper cable of size 24/0.20. The size of wire between chargecontroller and battery should not be less than 32/0.20 copper.

    The battery lead should be provided with the suitable batteryclip.

    viii) OTHERS:

    (i) There will be a name plate on the system, which will givea) Name of the manufacturer or distinctive logob) Serial no

    (ii) Components and parts used in the solar street lightingsystem should conform to the latest BIS specifications,

    wherever such specifications are available and applicable.(iii) Other hardware such as clamp, nut bolt etc should be as

    per requirement of system. The material should be of goodquality.

    (iv) An operation, instruction and maintenance manual inEnglish and the local language should be provided with the

    solar street lighting system, in accordance with paraPart-3(15)..

    (v) Clear instructions on regular maintenance and troubleshooting of the solar street lighting system

    (vi) Name and address of the contact person in case of non-functionality of the solar street lighting system.

    SERIAL NO: Each system should have a serial number starting from

    NEDA/SSL/06/ (Serial No.) to be mentioned on a nameplate withmanufacture's Name on battery box.

    INSTALLATION OF SYSTEM:

    The system should be properly installed at site. The SPV module mounting structure

    along with pole should be properly grouted depending upon the location and requirementof the site. The grouting should be such that it should withstand the maximum wind speed/storm. The pole should be grouted with CC mixture of 1:2:4 of radius of 300 mm having

    depth of 900mm. Adequate space should be provided behind the PV module/array for

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    33/40

    33

    Tender Document-SSL-2006

    allowing un obstructed air flow for passive cooling. Cables of appropriate size should beused to keep electrical losses to a bare minimum. Care should be taken to ensure that the

    battery is placed with appropriate leveling on a structurally sound surface.The controlelectronics should not be installed directly above the battery. All wiring should be in a

    proper conduit or capping case. Wire should not be hanging loose. Any minor item,

    which are not specifically included in the scope of supply but required for properinstallation and efficient operation of the SPV systems is to be provided by themanufacturer.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    34/40

    34

    Tender Document-SSL-2006

    PART 5

    WARRANTY & ANNUAL MAINTENANCE CONTRACT

    AFTER EXPIRY OF 2 YEARS WARRANTY PERIOD

    (A) WarrantyIt is a essential part of the contract that the Tenderer shall provide warranty

    of the full system for 2 years. During the warranty period following

    maintenance shall be required to be carried out by the contractor.

    1. Quarterly checking, up keeping and replacement (if required) of the any

    component or sub-components of the system for proper operation of the

    system.2. Repairing/replacement of all defective components and sub-components

    including battery of the system as per the requirement to ensure proper

    operation of the system.

    3. The Scope of work includes repairing/replacement of battery charge

    controller inverter to make the system functional within warranty period

    whenever a complaint is lodged by the user. The contractor shall attend the

    some within a reasonable period of time and in any case of breakdown shall

    be corrected within a period not exceeding 3 days.

    4. In case of full damage or breakage of the component due to negligence or

    fault of beneficiary the same shall be replaced at users cost.

    5. In case of Solar PV module damaged due to natural calamity, contractor shall

    replace the same free of cost. Thus it is in the interest of the contractor to

    insure the Solar PV modules for such causality and the cost of the insurance

    should be included in the price bid.

    6. The safety and security of the system shall be the sole responsibility of the

    user.

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    35/40

    35

    Tender Document-SSL-2006

    B. Annual Maintenance

    1. After the expiring of the warranty period, it will be mandatory on the

    part of the contractor to enter into an annual maintenance contract with end

    user on annual basis. The acts under annual maintenance shall be same as

    those of covered under warranty under clause (A).

    (Signature of Tenderer)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    36/40

    36

    Tender Document-SSL-2006

    Part - 6

    TECHNICAL BID

    A. SPV MODULE:

    1- Manufacturer name of Solar Cell2- Material Structure3- Manufacturer name of Module4- VOC5- ISC6- Vmax7- Imax8- Minimum Power at Vm= 16.4 Volt9- Fill Factor10- Lamination Sheet11- Cell efficiency

    B. BATTERY

    1- Make2- Battery capacity3- Positive Plate4- Negative Plate5- Rating6- Separate Material7- Grid Alloy8- Vent Plug9- Ampere hour efficiency10- Watt hour efficiency

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    37/40

    37

    Tender Document-SSL-2006

    11- Other informationC. BALANCE OF SYSTEM

    I) LIGHT FITTING:

    1- Lumen Output

    2- Lamp MakeII) INVERTER:

    1- Output Voltage Vmx2- Maximum Current consumption3- No load current4- Frequency5- Wave form6- Efficiency

    III) CHARGE CONTROLLER

    1- Low voltage cut off2- Maximum current Rating3- Loads reconnect voltage4- Total Power Consumption5- No load Current

    IV) POLE:

    75 mm NB Class B MS pipe painted withcorrosion resistant paint

    V) BATTERY BOX:20 gauge MS Sheet with appropriate ventilation.Should be acid proof and painted with corrosion

    resistant paint

    (Signature of Tenderer)with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    38/40

    38

    Tender Document-SSL-2006

    PART-7

    PRICE BID - A

    Tender No. : NEDA/PVSSL/2006

    For supply, installation, commissioning and comprehensive maintenance ofSolar Street Lighting systems in various districts of Uttar Pradesh

    Unit Rates in Rs.Sl.No. Name of works

    In figures In words

    1. Supply, installation and

    commissioning of Solar StreetLighting systems in various districts of

    Uttar Pradesh.

    2. Supply, installation and

    commissioning of Solar StreetLighting systems in various districts ofUttar Pradesh including

    comprehensive maintenance cost for2 years from the date of installation

    3. Supply, installation andcommissioning of Solar Street

    Lighting systems in various districts ofUttar Pradesh including

    comprehensive maintenance cost for

    5 years from the date of installation

    1- Certified that above rates are as per specification terms & conditionmentioned in the tender.

    2- The rates are inclusive of all taxes and duties what so ever as detailed inthe tender document.

    (Signature of Tender)

    with seal

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    39/40

    39

    Tender Document-SSL-2006

    PART -7

    PRICE BID - B

    TENDER NO. NEDA/PVSSL/2006

    For supply, installation, commissioning and maintenance of Solar Street Lighting

    systems in various district of Uttar Pradesh

    Cost breakup of spare parts

    1- Certified those rates quoted above are as per specification, terms & condition

    mentioned in the tender.2- The rates are inclusive of all taxes & duties what so ever, as provided in the

    tender document.3- Above rates are inclusive of transportation up to Distt. H.Q.

    (Signature of Tender)

    with Seal

    Unite Rate (Rs.)S. No. Item

    In figures In words

    1 Solar PV module 74 Watts

    2 Battery 12 V, 75 AH

    3 PCB of charge controller

    4 Charge controller

    5 CFL 11 Watts

    6 Inverter 11 Watts

    7 Complete Tube light fitting

    8 Battery Box

    PDF Created with deskPDF PDF Writer - Trial :: http://www.docudesk.com

  • 8/8/2019 TDSSLV2

    40/40

    PART - 8

    Non Convevtional Energy Development Agency (NEDA)

    Vibhuti Khand, Gomti Nagar, Lucknow

    JOINT COMMISSIONING AND HANDING OVER CERTIFICATE :

    Name of The User:............................................. S/O................................................

    Block...................... Tehsil ............................. District........................

    It is hereby certified that ..Nos. Solar Street Lighting system has/have

    been supplied, installed and commissioned as per the specification, by M/S.................................................................. and is/are handed over to the user on

    .........................(date)

    The details of the system are as under

    1 SPV Modules Installed .......wp ............Nos,Make

    ModelSr. No

    Wattage under STC

    2. Battery make, capacity and Sr.No.Make

    ModelSr. No(s)

    Rated V & AH at C-10

    3. Detail of electronics and BOSMake

    ModelSr. No (s)

    4. Training for operation & maintenance : Provided/NotProvided of the systems

    5. Technical literature, operation & maintenance: Provided/Not Provided

    manual in English /Hindi

    (Signature) (Signature)

    Authorised Signatory of Name of user-

    Contractor