+ All Categories
Home > Documents > 6-TD-PVSL-2010

6-TD-PVSL-2010

Date post: 14-Apr-2018
Category:
Upload: soud98
View: 218 times
Download: 0 times
Share this document with a friend

of 38

Transcript
  • 7/30/2019 6-TD-PVSL-2010

    1/38

    1

    TENDER DOCUMENT

    FOR

    RATE CONTRACTOF

    SUPPLY

    OF

    Solar Lantern

    (CFL & LED based of Various Capacities)

    &Supply, Installation, Commissioning of

    Solar Lantern Charging Station(LED based of Various Capacities)

    IN

    VARIOUS DISTRICTS

    OF

    UTTAR PRADESH

    TENDER NO. UPNEDA/PVSL/2010

    Uttar Pradesh New and Renewable Energy Development Agency, U.P. (UPNEDA)(Deptt. of Additional Sources of Energy, Govt.of U.P.)

    Vibhuti Khand, Gomti Nagar, Lucknow-226010

    Tel.No. 91-0522-2720652, TeleFax: 0522-2720779, 2720829

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

  • 7/30/2019 6-TD-PVSL-2010

    2/38

    2

    TABLE OF CONTENTS

    ____________________________________________________________________________________

    SL. TOPIC PAGE NO.

    PART-1

    1 Tender Notice 3 - 42 Covering Letter 5

    3 Checklist of Annexures 64 Particulars of Tender 75 General Particulars of Tender 8

    6 Experience Relevant Project Completed 9

    7 Declaration by Tenderer 10

    PART-2Instructions to TenderersSection 1 Eligibility condition 11

    Section -2 Content of Tender document 12-13Section- 3 Preparation of Tender 14-16

    Section- 4 Submission of Tender 17

    Section 5 Tender opening and evaluation 18Section- 6 Award of Contract 19

    PART-3

    General conditions of contract 20-26

    PART-4

    Scope of work & Technical specification. 27-31

    PART-5

    Warranty and Annual Maintenance 32

    PART-6

    Technical Bid 33

    PART-7

    Financial Bid ( 2 X 9watt) 34Financial Bid (4X 9 watt) 35

  • 7/30/2019 6-TD-PVSL-2010

    3/38

    3

    Part-I1. Tender Notice:

    Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA)(Deptt. of Additional Sources of Energy, Govt.of U.P.)

    Vibhuti Khand, Gomti Nagar, Lucknow-226010

    Tel.No. 91-0522-2720652, Fax: 0522-2720779, 2720829Website:http://neda.up.nic.in E-Mail: [email protected]

    Sealed and separate tenders are invited on rate contract basis for the supply, installation and commissioning of

    following items in the State of Uttar Pradesh, from reputed manufacturers under Jawahar Lal Nehru Solar Energy Mission

    of MNRE, Govt. of India scheme for off-grid solar PV systems, for channel partners and non channel partners, as per the

    details given below:

    Sl.

    No

    Item Tender No. Earnest

    Money

    (Rs.)

    Cost of Tender

    Document

    (Rs.) including

    5% vat

    a Solar Lantern Charging Station for 20/ 60

    /100 lanterns-each 3 Watt LED

    b Solar Lantern (10 Wp module, 12V-7AHbattery and 7 watt CFL)

    c Solar Lantern (3.3 Wp module, 6 V-4.5AH

    lead acid battery and 3 watt LED)

    d Solar Lantern (5 Wp module, 12V-7AH

    Li-Ion or Ni-MH battery and 3Watt LED)

    UPNEDA/PVSL/2010 200000/- 1050/-

    Tender documents (TD) shall be sold from 9th

    November, 2010 to 4th

    December, 2010 any working days during

    10.00 a.m. to 5.00 p.m. Submission of tender documents shall be up to 6th

    December, 2010 till 12.30 hours noon and shall be

    opened at 6th

    December, 2010 at 1.00 p.m. The financial bid of technically qualified tenderers shall only be opened. TD's can

    be obtained by making payment through Demand Draft/pay order, (seperate for each TD) drawn in favour of Director

    UPNEDA, payable at Lucknow or by cash from Head Office, UPNEDA, Lucknow. TD's can also be downloaded from

    website http://neda.up.nic.in, in which case an amount, equal to the cost of TD is to be enclosed as demand draft in favour of

    Director UPNEDA payable at Lucknow, failing which tender shall not be considered. The Earnest Money (EMD) shall bedeposit in the form of Demand Draft or Bank Guarantee(seperate for each TD) issued from Nationalized Bank, or State Bank

    of India or its subsidiary banks in favour of Director UPNEDA payable at Lucknow. In case of EMD in the form of bank

    gurrantee, the stamp duty shall be on the norms of Revenue Department. Director UPNEDA reserves the right to reject any or

    all tenders without assigning any reason thereof.

    Director,UPNEDA

  • 7/30/2019 6-TD-PVSL-2010

    4/38

    4

    Details of Turnover and Networth

    Sl.

    No

    Item Tender No. Earnest

    Money

    (Rs.)

    Cost of

    Tender

    Documen

    t (Rs.)

    including5% vat

    Number

    of

    Systems

    (Approx)

    Average

    turnover of

    3 year (ie.

    2007-08,

    2008-09 &2009-10

    (Rs.)

    Average

    Net worth

    of 3 year

    (ie. 2007-

    08, 2008-09& 2009-10

    (Rs.)

    6

    a

    Solar Lantern Charging

    Station for 20/ 60 /100

    lanterns-each 3 Watt

    LED

    50 2250000 750000

    b Solar Lantern (10 Wp

    module, 12V-7AH

    battery and 7 watt

    CFL)

    3000 2700000 900000

    c Solar Lantern (3.3 Wp

    module, 6 V-4.5AHlead acid battery and 3

    watt LED)

    1500 315000 105000

    d Solar Lantern (5 Wp

    module, 12V-7AH Li-

    Ion or Ni-MH battery

    and 3Watt LED)

    UPNEDA/PVSL/

    2010

    200000/- 1050/-

    200 120000 40000

    Total 5385000 1795000

    Note: If one system is quoted than the turnover and net worth average shall be according to the

    respective column against the system and if all the systems are quoted than the turnover and net worth

    average shall be equal to Rs. 5385000 and Rs. 1795000 respectively. (Should be enclosed as

    annexure VI).

  • 7/30/2019 6-TD-PVSL-2010

    5/38

    5

    2. Covering Letter:

    FROM:-

    (Full name and address of the Tenderer)

    M/S..

    ....

    ..

    To:

    The Director ,

    Uttar Pradesh New and Renewable Energy

    Development Agency,

    Vibhuti khand, Gomti Nagar

    Lucknow-226 010

    Subject: - Offer in response to tender specification No: UPNEDA/PVSL/2010

    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 )

    With Seal

  • 7/30/2019 6-TD-PVSL-2010

    6/38

    6

    3. Check list of AnnexuresS.No Annexure No Particulars Yes/No (Flag No*)

    1 Annexure-I Details of tender document fee

    (bank draft no. and date)

    Annexure-I A Details of Earnest money

    (bank draft/bank guarantee no. and date)2 Annexure-II Experience - Relevant project(s) Completed

    (number of pages /copies attached)

    3 Annexure-III Certificate for solar module as per

    IEC Standards

    4 Annexure-IV The tenderer shall submit approved testcertificates of battery of IEC/ MNRE authorize

    test center.

    5 Annexure-V The Tenderer should have valid CST

    /UPTT/VAT registration certificate. A copy of

    which should be enclosed.6 Annexure-VI The Tenderer should have adequate financial stability

    and status as mentioned in the document to meet the

    financial obligations pursuant to the scope of works. A

    summarize sheet of turnover and net worth of year

    2007-08, 2008-09 and 2009-10 and their average

    respectively certified by registered CA should be

    compulsory enclosed.7 Annexure-VII The Tenderer should have adequate post

    installation services facilities in districts of

    U.P. The details of which should be

    enclosed.(In case of new firm participating inthe tender, a written commitment for opening

    of service centers should be enclosed)

    8 Annexure-VIII Authorization letter of the Tenderer, for theperson representing his firm, that he is

    authorized to discuss, with specific mentionfor this tender.

    9 Annexure- IX The Tenderer shall submit approved testcertificate for complete Solarlantern system of

    CFL and LED based for each quoted model

    from authorized test centers of MNRE Govt.of India as per latest specifications and

    guidelines of MNRE.The Certificate shall be

    issued after April 2008 shall only be stand

    valid.

    * Please flag the annexure and write flag number in the box.(Signature of Tenderer )

    With Seal

  • 7/30/2019 6-TD-PVSL-2010

    7/38

    7

    4. PARTICULARS OF TENDER

    1. Tender No. :2. Particulars of the work : Procurement supply installation and

    commissioning of Solar Lantern (CFL

    & LED based of Various Capacities) &Solar Lantern Charging Station (LEDbased of Various Capacities) with 05

    years warranty at the identified sites by

    UPNEDA.

    3. Period of work : Four month from the award of work.

    4. Cost of tender document Rs 1050/- (Vat incl.) in the form of BankDraft in favour of Director UPNEDA.

    5. Last date and time of : 06.12.2010 at 12.30 noonsubmission of tender

    6. Amount of Earnest money deposited : Rs 200000.00 in form of BankDraft/Bank guarantee. .(Stamp duty of

    Rs. 5/- per thousand, max Rs. 10000/- in

    case of EMD submitted in form of BG)

    7.8. Period of validity of tender for : One year from opening of financial bid of

    acceptance Tender.

    9. Date and Time of opening of tender : 06.12. 2010 at 1:00 pm

    10. Place of opening of tender : UPNEDA, HO, Vibhuti Khand Lucknow,U.P.

    11. Name and status of firm / :company/individual

    to whom tender document is issued.

    (Signature of Tenderer)

    With Seal

  • 7/30/2019 6-TD-PVSL-2010

    8/38

    8

    5. 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 the Earnest :Money Deposited. (EMD)

    Details of Bank Draft /Bank guarantee

    (as Annexure IA)

    9 Cost of tender document Rs 1050/- :(Vat incl.) in the form of

    Bank Draft (as Annexure I).

    10- Name and address of the Indian/foreign :

    Collaboration if any.

    11- Has anything/extra other then price of :

    items (as mentioned in price Schedule)

    have been written in the price schedule.

    12- Has the contractor/firm have to pay :

    arrears of income tax/if yes up to

    what amount.

    13- Has the contractor/firm have been ever :

    debarred By any Govt. deptt./Undertaking

    for undertaking any work.

    14. Monthly supply capacity against each item:

    15- Details of offer (please mention number :

    of pages and number of Drawings.)

    16- Reference of any other information :

    attached by the tender (please

    Mention no. of pages & no. of drawings)

    18- Has the tenderer have any relative :

    working in UPNEDA if yes state the

    Name and designation.

    ( Signature of Tenderer)

    with Seal

  • 7/30/2019 6-TD-PVSL-2010

    9/38

    9

    EXPERIENCE

    Tender No. UPNEDA/PVSL/2010

    6. Solar Lantern (CFL & LED based of Various Capacities) & Solar Lantern

    Charging Station (LED based of Various Capacities) PROJECT COMPLETED

    Please fill in information about similar projects undertaken, if any (Annexure -II)

    1. Name of organization, which has awarded the works. :(Please enclosed list of organization) annexure II

    2. Name of the location of the work. :(Please enclosed copy of work orders) annexure II

    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 satisfactory completed :

    with in stipulated period?

    (Please attach copy of the related document.)

    (Signature of Tenderer)

    with Seal

  • 7/30/2019 6-TD-PVSL-2010

    10/38

    10

    7. DECLARATION BY THE TENDERER

    (REGARDING TENDER NO. UPNEDA/PVSL/2010

    I/We______________________________________________________ (hereinafter

    referred to as the Tenderer) being desirous of tendering for the work under the above mentioned tenderand 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 theperformance of the tender.

    4. The Tenderer has no collusion with other tenderer, any employee of UPNEDA 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 of UPNEDA or any ofits 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 thesatisfaction of UPNEDA.

    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 andregulations of the Municipal, District, State and Central Government that may affect the work,its performance or personnel employed therein.

    10. The Tenderer has not been debarred from similar type of work by UPNEDA and or

    Government undertaking/ Department.

    11. This offer shall remain valid for acceptance for 12 (twelve) months from the date of openingof 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 UPNEDA 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

  • 7/30/2019 6-TD-PVSL-2010

    11/38

    11

    PART-2

    INSTRUCTION TO TENDERERS

    SECTION I: INTRODUCTION

    ELIGIBLITY CONDITIONS

    The Tenderer shall provide sufficient evidence to satisfy the following conditions that :

    1. The Tenderer who manufacturers SPV cells, modules or battery or system electronics

    conforming to relevant national / international standards under a reputed brand would

    be eligible. Authorized dealers/ subcontractors are not eligible.

    2 The Tenderer shall submit latest certificate for Solar PV module as per IEC

    Standards (Details to be enclosed as Annexure-III)

    3. The tenderer should have valid CST /UPTT/VAT registration certificate. A copy of

    which should be enclosed (Details to be enclosed as Annexure-V)

    4. The Tenderer should have adequate financial stability and status as mentioned in the

    document to meet the financial obligations pursuant to the scope of works. A

    summarize sheet of turnover and net worth of year 2007-08, 2008-09 and 2009-10

    and their average respectively certified by registered CA should be compulsoryenclosed. (Details to be enclosed as Annexure-VI)

    5. The Tenderer should have adequate post installation services facilities in districts of

    U.P. The details of which should be enclosed.(In case of new firm participating in thetender, a written commitment for opening of service centers should be enclosed)

    (Details to be enclosed as Annexure-VII)

    6. The Tenderer shall submit approved test certificate for complete Solar

    lantern system of CFL and LED based for each quoted model from

    authorized test centers of MNRE Govt. of India as per latest specificationsand guidelines of MNRE. The Certificate shall be issued after April

    2008 shall only be stand valid. (Details to be enclosed as Annexure-IX)

    6 The Use of imported complete PV systems is not permitted. However, use ofimported components would be permitted, subject to adequate disclosure and

    compliance to specified quality norms and standards

    Signature of Tenderer

    with SEAL

  • 7/30/2019 6-TD-PVSL-2010

    12/38

    12

    SECTION 2: THE TENDER DOCUMENT

    2.1 CONTENT OF TENDER DOCUMENT

    2.1.1 The Tender procedure and contract terms are prescribed in the Tender Documents.

    In addition to the Tender Notice the Bidding documents include.PART-I

    a) Covering Letter

    b) Tender Form

    c) General Particulars of Tender

    d) Experience - SPV projects completed.

    e) Declaration by the tenderer

    PART-II

    2. Instruction to Tenderer

    3. General Condition of Contract

    4. Scope of Work & Technical specifications

    5. Details of Warranty

    6. Technical Bid

    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 by the

    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 REOUIRED WITH THE PROPOSAL

    a) The tenderer may also provide information with the Tender in the form of separate

    sheets, drawings, catalogues etc.

    b) Any Tender not containing sufficient descriptive material to describe the equipment

    proposed may be treated as incomplete and hence may be rejected. Such descriptivematerials and drawings submitted by the Tenderer shall be retained by the UPNEDA.

    Any departure from these drawing and descriptive material submitted shall not be

    permitted during the execution of contract without specific written permission of the

    UPNEDA.

  • 7/30/2019 6-TD-PVSL-2010

    13/38

    13

    2.3 LOCAL CONDITIONS

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

    documents and specifications. UPNEDA shall not entertain any request for

    clarifications from the Tenderer, regarding such local conditions.

    2.4 CLARIFICATION OF TENDER DOCUMETS

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

    contact UPNEDA in writing or by Fax at the UPNEDA's mailing address indicated in

    the Invitation for Tender.

    2.4.2 Verbal clarifications and information's given by the UPNEDA or its employees or itsrepresentatives 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 thefinancial bid the UPNEDA may, for any reason, whether at its own initiative or in

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

    amendments.

    2.5.2 The amendment will be notified in writing or through website or by Fax to all

    prospective Tenderers, which have received the Tender documents and will be binding

    on them. UPNEDA will bear no responsibility or liability arising out of non-receipt of

    the same in time or otherwise.

  • 7/30/2019 6-TD-PVSL-2010

    14/38

    14

    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 UPNEDA shall be written in the English

    provided that any printed literature furnished by the Tenderer may be written in

    another language so long as accompanied by an English translation of its pertinent

    passages in which case, for purpose of interpretation units of measurement shall be

    MKS system.

    3.2 DOCUMENT COMPRISING THE BID

    3.2.1 The Tender prepared by the Tenderer shall comprise 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) Earnest money furnished in accordance with the tender requirements.

    (e) Authorization letter of the Tenderer, for the person representing his firm, that he isauthorized to discuss and with specific mention of this tender. (as Annexure-VIII)

    3.3 BID PRICE

    3.3.1 The Tenderer shall indicate prices on the appropriate financial bid schedule attached tothese documents.

    3.3.2 DUTIES AND TAXES

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

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

    tax etc. if any. A tenderer 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 tenderer. 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 paymentof the tenderer as per the prevalent laws and rules of Government of India and

    Government of UP. in this regard. The amount of taxes subject to TDS shall be shown

    clearly by the firm in the bills.

    3.4 BID CURRENCIES

    3.4.1 Prices shall be quoted in Indian Rupees (INR) only.

  • 7/30/2019 6-TD-PVSL-2010

    15/38

    15

    3.5 BID SECURITY (Earnest Money)

    3.5.1 The bidder shall furnish, as part of its bid, bid security as mentioned in the tender

    document in the form of a bank draft /pay order/Bank guarantee issued by a nationalized

    bank, or State Bank of India and its subsidiary banks. The bank guarantee shall be valid for a

    period of13 months from the opening of technical bid. (Annexure I A)

    3.5.2 Any bid not secured with the earnest money will be rejected by the UPNEDA as non-

    responsive.

    3.5.3 No Interest shall be payable on the amount of earnest money and the same will be

    released, after the tenders have been decided, to those tenderers who fail to get the contract.

    The earnest money of successful tenders shall be converted into agreement security and shall

    be released after the expiry of the agreement.

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

    a) If a Tender withdraws its tender during the period of tender validity specified by the

    Tenderer on the tender form.b) If the successful tenderer fails to sign the contract within stipulated period.c) If the tenderer fails to carry out the work as per the agreement.

    3.6 Work order security deposit:

    3.6.1 The successful tenderers, who execute the agreement with UPNEDA for the work

    tendered shall have to deposit a security amount equivalent to 2% of total ordered value,

    against each work order placed on them. The security deposit may be forfeited in case of non-

    execution of work against the work order placed.

    3.6.2 The security deposit may be deposited as Bank draft issued by Nationalized Bank, or

    State Bank or its subsidiary banks.

    3.6.3 After satisfactory completion of work, the security money shall be released.

    3.7.1 PERIOD OF VALIDITY OF TENDER

    3.7.2 Validity of the offer should be Twelve months from the date of opening of thefinancial bid of the tenders. Without this validity the tenders will be rejected. The

    validity must be mentioned on the envelope otherwise tender may not be opened.

    3.7.3 In exceptional circumstances; the UPNEDA will solicit the Tenderers consent to an

    extension of the period of validity. The request and the response there of shall bemade in writing (or by cable). The contract performance security provided under

    clause 3.5.4 shall also be suitably extended.

  • 7/30/2019 6-TD-PVSL-2010

    16/38

    16

    3.8 FORMAT AND SIGNING OF TENDER

    3.8.1 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 designations of all persons signing should be typed or printed below the

    signature.

    3.8.2 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 or other

    designation. Without disclosing his Principal the tender may be rejected.

    3.8.3 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 submitted along with power-of-attorney. All the

    pages of the bid shall be initialed by the person or persons signing the tender.

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

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

    by the person or persons signing the tender.

    (Signature of Tenderer)with SEAL

  • 7/30/2019 6-TD-PVSL-2010

    17/38

    17

    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 shouldcontain 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 days4.1.3 Query by letter to replied by letter 14 days

    4.1.4 First sealed envelope (part-I) should contain earnest money, technical specification,brochure literature etc. It should be super scribed with tender no.

    UPNEDA/PVSL/2010 & EM & TC. All parts of tender documents exceptfinancial bid duly 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 contain

    financial bid only. It should be super scribed with Tender No:.

    UPNEDA/PVSL/2010 and Financial bid. Anything in regard of financialcondition, 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 anything extra in

    part-II except price.

    4.1.6 The envelope shall be addressed to the Director, Uttar Pradesh New And Renewable

    Energy Development Agency, U.P, Vibhuti Khand, Gomti Nagar, Lucknow-226010(U.P.)

    4.2 EXPENSES OF AGREEMENTA formal agreement should be entered between UPNEDA and the contractor 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 UPNEDA 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 UPNEDA

    pursuant to clause 4.3 will be rejected and / or returned unopened to the Tender.

    (Signature of Tenderer)

    with SEAL

  • 7/30/2019 6-TD-PVSL-2010

    18/38

    18

    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 envelop (part-I) bearing tender specification no and subscribed EM & TC shallbe opened at the time and date mentioned in the tender notice by UPNEDAs

    representatives in the presence of tenders, who choose to be present.

    5.1.2 Second envelope (Part-II) containing financial bid shall be opened (after obtainingfinancial clarifications and establishing technical suitability of the offer) as per

    schedule provided in the tender notice/ details of tender. Second envelope of only

    those Tenderers 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 envelop (part-II) on the day fixed due tounavoidable circumstances then the opening of the second envelop shall be postponed,

    and intimation of this effect shall be sent to Tenderers by telegram/ fax. it will be inthe 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 of second envelope.

    CLARIFICATION OF TENDER

    5.2.1 To assist in the examination, evaluation and comparison of bids the UPNEDA

    may at its discretion ask the bidder for a clarification of its bid. The request for

    clarification and the response shall be in writing.

    Signature of Tenderer

    with seal

  • 7/30/2019 6-TD-PVSL-2010

    19/38

    19

    SECTION- 6: AWARD OF CONTRACT

    6.1 UPNEDA RESERVES THE RIGHT OF NEGOTATION WITH ELIGIBLETENDERERS BEFORE THE FINALIZATION OF THE TENDER

    6.2 The UPNEDA reserves the right at the time of award of contract to increase ordecrease the quantity of goods and locations of supply without any change in price or

    other terms and conditions.

    6.3 UPNEDA RESERVES THE RIGHT TO ACCEPT ANY BID AND TO REJECT

    ANY OR ALL BIDS.

    UPNEDA 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 UPNEDA will notify the

    Tenderers by registered letter or e-mail 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 four months from the date of award of

    work

    6.6 CONTRACT

    Before execution of the work, a contract agreement for execution of the work shall be

    signed with the tenderer, as per the draft agreement issued by UPNEDA. Since the

    agreement will be of rate contract type, it will be same for all the eligible tenderers and

    no deviations will be accepted. Tenderer has to sign the agreement within the 15 days

    of communication of acceptance of the offer by UPNEDA; otherwise earnest money

    of the tenderer 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 Tendererwith seal

  • 7/30/2019 6-TD-PVSL-2010

    20/38

    20

    PART 3 : GENERAL CONDITIONS OF CONTRACT

    1. DEFINITIONS

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

    1.1 UPNEDA shall mean The Director or his representative of Uttar Pradesh New And

    Renewable Energy Development Agency, Govt. of UP with Head office at Vibhuti

    khand, Gomti Nagar Lucknow and shall also include its successors in interest and

    assignees. The contractor shall mean the person whose tender has been accepted by

    UPNEDA and shall include his legal representatives, successors in interest and

    assignees.

    1.2 The agreement shall be on turn- key basis. The work shall be completed within four

    months from the date of placement of supply order. However UPNEDA 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,UPNEDA 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 the

    contractor. Any additional cost incurred by UPNEDA 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, UPNEDA

    may recover it from the contractors pending claims against any work in UPNEDA or

    in any lawful manner.

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

    UPNEDA is authorized to extend the validity of the agreement, subject to that the

    request of the contractor is received before the expiry of the agreement period, or anyextended period granted to the contractor.

    1.4 The contractor, if they are major SPV module manufacturer of the country, may be

    allowed to operate in the state through a single authorized dealer for execution of the

    orders placed on authorized dealer. It will be the sole responsibility of the contractor,

    to execute orders 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 The agreement shall be deemed to be extended till the date of completion of lastsupply order subject to the completion period as provided in the clause 1.2.

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

    contractor and the UPNEDA may be extended to a mutually agreed period, if the need

    so arises.

  • 7/30/2019 6-TD-PVSL-2010

    21/38

    21

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

    the supplied material at the site of delivery.

    2 LIQUIDATED DAMAGES

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

    contract, the UPNEDA shall without prejudice to its other remedies under the contract

    deduct from the contract price as liquidated damage, a sum equivalent to 1% 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. Once the maximum is

    reached, the UPNEDA may consider termination of the contract.

    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. UPNEDA shall have no liability in this regard.

    4 FORCE MAJEURE

    4.1 Notwithstanding the provisions of clauses contained in this deed; the contractor shallnot 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 event of force

    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 fright embargoes.

    4.3 If a force majeure situation arises, the contractor shall promptly notify the UPNEDAin 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 contract shall not without the consent in writing of UPNEDA, transfer, assign orsublet the work under this contract or any substantial part thereof to any other party

    7 UPNEDA 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 UPNEDA.

    8 If any question, dispute or difference what so ever shall arises between UPNEDA andthe contractor, in the connection with this agreement except as to matters, the

    decisions for which have been specifically provided, either party may forthwith give to

    the other notice 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

  • 7/30/2019 6-TD-PVSL-2010

    22/38

    22

    there under. 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 UPNEDA or the arbitrator directs otherwise.

    9 UPNEDA may at any time by notice in writing to the contractor either stop the workall together or reduce or cut it down. If the work is stopped all together, the contractor

    will only be paid for work done and expenses distinctly incurred by him as onpreparation or the execution of the work upto the date on which such notice is received

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

    and bidding on the contractor. If the work is cut down the contractor will not be paid

    any compensation 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.

    10 INSPECTION AND TESTS

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

    presence of UPNEDAs representative if so desired by UPNEDA.

    10.2 The UPNEDA 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 contract

    and/ or the Technical specifications shall specify what inspections and test the

    UPNEDA required

    10.3 Inspection at works.

    10.3.1 The UPNEDA, 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 the UPNEDA 15 day's written notice of any material being

    ready for testing. It shall be mandatory that such notice should reach UPNEDA

    within 30 days of placement of supply order. Such tests shall be on the supplier's

    accounts/ expenses except for the expenses of the inspector. UPNEDA reserves the

    full rights, to waive off inspection of material

    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 the supplier/contractor.

    10.3.4 The inspection by UPNEDA and issue of dispatch instruction there on shall in no way

    limit the liabilities and responsibilities of the supplier in respect of the agreed

    quality assurance programme forming a part of the contract.

    Nothing in clause 10 shall in any way release the supplier from any guarantee or other

    obligations under this rate contract.

  • 7/30/2019 6-TD-PVSL-2010

    23/38

    23

    11. WARRANTY

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

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

    manufacture, shall be of the highest grade and consistent with established and

    generally accepted standards 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 be

    responsible for the period or up to the date specified in sub-clause (c) hereof after the

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

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

    the UPNEDA

    11.3 The Warranty period shall be 15 Years for the PV modules and 5 years for complete

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

    system. The contractor shall rectify defects developed in the system within Warrantyperiod promptly. In case the defects are not rectified within a week of the receipt of

    the complaint by the contractor UPNEDA shall have full liberty to restore the system

    in working condition. The expenditure so incurred by UPNEDA shall be 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 of 05 years of warranty period if the end user/UPNEDA 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 UPNEDA through registered post

    or telegram or fax or Email 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 UPNEDA) shall be carried out by the

    contractor as extra item for which payment shall be made separately at the rates

    decided by UPNEDA.

    14. The work shall be carried out by the contractor as per design and drawings approved

    by UPNEDA, wherever, necessary, the contractor shall submit relevant designs and

    drawings for approval in UPNEDA, well in advance. Work carried out without

    UPNEDAs approval shall not be accepted and the UPNEDA 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 manual:

  • 7/30/2019 6-TD-PVSL-2010

    24/38

    24

    (a) About the complete 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 UPNEDA.

    17. PATENT RIGHT AND ROYALITIES.

    The Contractor shall indemnify the UPNEDA against all third party claims of

    Infringement of patent, royalty's 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 the

    equipment in such manner as to protect them from deterioration and damage during

    rail and road transportation to the site and storage at the site till time of installation.

    Contractor shall be held responsible for all damage due to in proper packing.

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

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

    offices at least 7 days in advance.

    19. DEMURRAGE WHARF AGE, ETC

    All demurrage, wharf age 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 bid

    price.

    21. TRANSPORTATION

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

    22. TERMINATION FOR INSOLVENCY

    UPNEDA 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

  • 7/30/2019 6-TD-PVSL-2010

    25/38

    25

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

    action or remedy, which has accrued or will accrue thereafter to the UPNEDA.

    23. TERMINATION FOR CONVENIENCE

    The UPNEDA, 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 shallspecify that termination is for the purchasers convenience in the interest of UPNEDA.

    24. APPLICABLE LAW

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

    country i.e. India. The station of UPNEDA 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 in

    writing or by telegram or telex/ cable or Email and confirmed in writing to the addressspecified for that purpose in the special condition of contract.

    25.2 A notice shall be effective when delivered or on the notices effective date, whichever

    is 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/VAT, 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 and Government of U.P. in this regard.

    27. OTHERS:

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

    and Pmax etc shall be supplied along-with each consignment and copy should be sent to

    UPNEDA HQ for records.

    27.2. The Contractor in consultation with concerned Project Officer of UPNEDA willconduct training programme for users, focusing on main features, operation and

    maintenance of the systems.

    27.3 The Contractor/supplier shall continue to provide spare parts after the expiry of

    warranty period at the users cost. If the contractor fails to continue to supply spare

    parts and services to users UPNEDA shall take appropriate action against the firm.

  • 7/30/2019 6-TD-PVSL-2010

    26/38

    26

    27.4 After successful supply/commissioning of the system and training, the system will be

    handed over 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.

    28. PAYMENTS:

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

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

    complete system at site (duly certified by the concerned officer of UPNEDA) as per

    the technical specification and terms and conditions specified in the contract.

    28.2 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 officerand end user.

    28.3 The balance 10% payment shall be released after the completion of05 (five) years of

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

    equal amount valid for the period of66 months.

    29. In case of any ambiguity in interpretation of any of the provisions of these tender, the

    decision of UPNEDA shall be final.

    (Signature of Tenderer)

    with seal

  • 7/30/2019 6-TD-PVSL-2010

    27/38

    27

    Part - 4

    TENDER NO. UPNEDA/PVSL/2010

    SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

    GENERAL TECHNICAL SPECIFICA'I'ION

    A SOLAR LANTERN CHARGING STATION

    THE CHARGING STATIONS SHOULD HAVE FOLLOWING MODEL

    CONFIGURATIONS.

    1 20 Lanterns, Module capacity 50 Wp 12 V based or 100Wp,

    6Volts based, battery capacity 6V- 4.5 Ah lead acid Sealed

    Maintenance free with 3 watt LED based lanterns and

    minimum 05 points of mobile charger at station.

    2 60 Lanterns, Module capacity 150 Wp 12 V based or 300Wp,

    6Volts based, battery capacity 6V- 4.5 Ah lead acid Sealed

    Maintenance free with 3 watt LED based lanterns and

    minimum 10 points of mobile charger at station.

    3 100 Lanterns, Module capacity 250 Wp 12 V based or 500Wp,

    6Volts based, battery capacity 6V- 4.5 Ah lead acid Sealed

    Maintenance free with 3 watt LED based lanterns and

    minimum 10 points of mobile charger at station.

    SPECIFICATION FOR SOLAR LANTERN CHARGING STATION

    1. SCOPE OF WORK:

    The scope of work includes supply, installation, commissioning and maintenance (for

    five years WARRANTEE PERIOD), of solar lantern charging system, in various

    districts of Uttar Pradesh, as per the following specifications.

    PV MODULES:

    1.1 The PV modules must conform to the latest edition of any of the following IEC

    / equivalent BIS Standards for PV module design qualification and type

    approval:

    Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286

    Thin Film Terrestrial PV Modules IEC 61646

    Concentrator PV Modules & Assemblies IEC 62108

    1.2 In addition, the modules must conform to IEC 61730 Part 1- requirements for

    construction & Part 2 - requirements for testing, for safety qualification.

  • 7/30/2019 6-TD-PVSL-2010

    28/38

    28

    1.3 PV modules to be used in a highly corrosive atmosphere must qualify Salt Mist

    Corrosion Testing as per IEC 61701.

    Mounting Structure

    The module & frame structure shall be mild steel, hot dipped galvanized (120 micron)with corrosion resistant painting for holding the PV modules.

    There shall be a minimum air gap of 3+/- 0.3-cm between the facing edges of twoadjacent modules on all sides.

    Each panel frame structure shall be so fabricated as to be grouted on ground on itslegs. The size of angle iron should not be less than 35X35X5 mm.

    Each panel frame structure shall have provision to adjust its angle of inclination to thehorizontal between 10 and 40 degree at an interval of 10 degree, so that the inclination

    can be adjusted at the specified tilt angle whenever required.

    Each panel frame shall be complete with a weatherproof junction box as per therelevant ISI specifications, where the module terminals shall be interconnected and

    output taken.

    All nuts and bolts should be made of very good quality and corrosion resistant.

    The structure should be designed to allow easy replacement of any module and

    shall be aligned with side requirement.

    The structure should be designed for simple mechanical and electrical installations.

    It shall support SPV modules at given orientation, absorb and transfer the

    mechanical loads to the ground properly.

    The array structure shall be so designed that it will occupy minimum space without

    sacrificing the output from the SPV panels.

    It will withstand severe cyclone/ storm with the speed max. 200 Km/Hr.

    Charging System

    The charging system should have adequate cable to charging place with a bus

    bar provision to provide charging. The lanterns provided with the stations

    should have the specifications as per LED solar lantern given in the tender

    document. The adequate connection system with proper length of cable should

    be provide to charge suitable numbers of lanterns.

    All the components provided should be of good quality and confirming to appropriate BIS

    standards.

  • 7/30/2019 6-TD-PVSL-2010

    29/38

    29

    B SOLAR LANTERNS

    (CFL Based) 10 W Module 12V 7Ah battery and 07Watt CFL

    1. DEFINITION:

    A Solar Photovoltaic Lantern is a lighting system consisting of a lamp, battery and

    electronics, all placed in a suitable housing, made of metal, plastic or fiber glass, a

    PV module. The battery is charged by electricity generated through the PV module.

    The lantern is basically portable lighting device suitable for either indoor or outdoor

    lighting covering a full range of 360 degree.

    2. DUTY CYCLE

    The solar lantern should provide a minimum of three hours of lighting per day under

    average daily solar radiation conditions of 5 kwh/sq.m on a horizontal surface. The

    actual duration on lighting may vary depending on the location, season etc.

    3. MODELESThe solar lanterns shall have the following model:

    Sl.

    No

    Model Lamp Battery capacity at C/20 rate PV module

    rating

    1 2 3 4 5

    1. Model II-A CFL- 7 watt 12V. 7 AH

    maintenance free

    10 .0 to 11.9 Wp

    The individual specifications for lamp, battery, module & electronics are

    given below:-

    4. LAMPa. The lamp will be compact florescent (CFL) type.

    b. For 4 pin type CFLs a suitable pre heating system must be provided.

    c. The lamp should be preferably by mounted in a base up configuration.

    d. The light output should be 230 +/- 5 % lumen for 5 watt lamp and variation in

    lumen out put after 1000 ON/OFF cycles should be maximum 10% ofmeasured value. For 07 watt lamp the light output should be 370 +/- 5%

    lumen and variation in lumen output after 1000 ON/OFF cycles should be less

    than +/- 10% of the measured value.

    5. BATTERYa. The battery will be sealed maintenance free lead acid type, and spill proof low

    maintenance lead acid.

  • 7/30/2019 6-TD-PVSL-2010

    30/38

    30

    b. The capacity of battery will be as specified in the model Nos. at C/20

    discharge.

    c. 80% of the rated battery capacity should be between the low voltage & high

    voltage cut-off points.

    d. The battery should be of reputed make.

    6. ELECTRONICSa. The inverter will be of quasi sine wave/sine wave type with a crest factor less

    than 1.7 and the frequency in the range of 20-35 KHz,. Half wave operation is

    not accepted.

    b. The over all efficiency of the control electronics should be at least 80%.

    c. No blackening or reduction in the lumen out put by more than 10% should be

    observed after 1000 ON/OFF cycles ( two minutes ON and 4 minutes OFF is

    one cycle).

    d. The ideal current (i.e. the current consumed when the lamp is switch OFF and

    no charging is in progress) should not be more than one MA

    e. The PCB containing the electronics should be capable of solder free

    installation and placement.

    7. P.V. MODULE

    a. The modules should contain single/poly crystalline solar cell.

    b. The wattage of the 12 V. PV modules should be at 16.4 volts under STC. The

    open circuit voltage of the PV module under STC should be at least 21.0

    volts.

    c. The module should preferably have an arrangement (stand) for mounting at an

    optimum angle in the direction facing to sun.

    d. The degradation of module shall not be more than 10% in 10 years of its life.

    e. The terminal box on the module should have a provision for opening for

    replacing the cable, if required.

    f. A strip containing the following details should be laminated inside the module

    so as to be clearly visible from the front side:

    i. Name of manufacturer or distinctive logo

    ii Model or Type no.

    iii. Serial no.

    iv. Year of manufacturing.

    It is mandatory to embed a metallic sticker inside the module glass

    comprising of Module serial number, year and month of manufacturing

    and warranty period clearly.

    There shall be two appropriate and qualified by pass diode connected

    across the output terminals of each module to prevent effects of partial

    shadowing

    8. ELECTRONICS PROTECTIONS

    a. Adequate protection is to be incorporated under no load condition (i.e. when

    the lamp is removed and the lantern is switched on).

  • 7/30/2019 6-TD-PVSL-2010

    31/38

    31

    b. Battery cut off and reconnect should be provided to protect it against

    overcharge and deep discharge condition.

    c. A fuse should be provided to protect against short circuit conditions.

    d. A blocking diode preferably a Schottky diode should be provided as part of the

    lantern electronics to prevent reverse flow of current through the PV Module.

    In case such a diode is not provide with the module itself. he inclusion of diode

    is the SPV module shall be preferred to protect the module in case of misuse.e. Full protection against open circuit accidental short circuit and reverse polarity

    should be provided.

    9. OTHER FEATURES

    a. The lantern should be provided with two LED indicators a green light to

    indicate charging in progress and a red LED to indicate deep discharge

    condition of the battery. The greed LED should glow only when the

    battery is actually being charged. A warning LED of yellow colour shall

    also be provided to indicate that the battery is getting discharge. The

    operating voltage of this LED should be 11 v cut of voltage.

    b. A good reliable switch suitable for DC use is to be provided on to the lantern.A cable at least 5 mtrs. long should be provided for inter connection

    between the module and the lantern.

    c. The following details should be marked indelibly on the lantern:

    i. Name of manufacturer or distinctive logo and year.

    ii. Model no.

    iii. Serial no.

    10. An operation, instruction and maintenance manual of the lantern printed in Hindi

    should be provided with solar lantern.

    11. The following minimum details must be provided in the manual:

    - About photovoltaic

    - About solar lantern

    - About pv module

    - About CFL

    - About battery

    - Clear instructions about mounting/using of pv module.

    - About electronics

    - About charging and significance of indicators.

    - Do and donts

    - Clear instructions on regular maintenance and trouble shooting of the lantern.

    - Name and address of the person or service centre to be contact in case of

    failure of component.- A warrantee card to be supplied with the system must contain the details of the

    system supplied.

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

    UPNEDA/PVSL/10 (Serial No.) to be mentioned on a name plate with

    manufacture's Name on body.

    12. Components and part used in the solar lantern should confirm to BIS specification

    wherever such specifications are available and applicable.

  • 7/30/2019 6-TD-PVSL-2010

    32/38

    32

    13. The PV module will be warranted for the minimum period of 10 years from the date of

    supply and the lantern including battery will be warranted for a minimum period of 2

    years from the date of supply. The warranty should include the regular inspections of

    the systems as well as repair/ maintenance / replacement of the defective system/

    component.

    Solar LED Lanterns

    THE CHARGING STATIONS SHOULD HAVE FOLLOWING MODEL

    CONFIGURATIONS.

    c- Solar Lantern (3.3 Wp module, 6 V-4.5AH lead acid battery and 3 watt LED)

    D- Solar Lantern (5 Wp module, 12V-7AH Li-Ion or Ni-MH battery and 3Watt

    LED)

    Specification of LED based lanterns

    DEFINITION

    Light Emitting Diode (LED) is a device which emits light when an electric currentpasses through it. A Solar lantern) is a lighting system consisting of a lamp, batteryand electronics, all placed in a suitable housing, made of metal, plastic or fiber glass,and a PV module. The battery is charged by electricity generated through the PVmodule. The lantern is basically a portable lighting device suitable for either indoor or

    outdoor lighting, covering a full range of 360 degrees. A LED based solar lanternsystem aims at providing solar electricity for operating LED lights for specified hoursof operation per day. The broad performance specifications of a white Light EmittingDiode (LED) light source based solar lantern system are given below.

    BROAD PERFORMANCE PARAMETERS

    Light Source White Light Emitting Diode (W-LED), dispersed, soothing to eyesLight Out put Minimum level of illuminance from WLED lantern

    S.No Distance Whendetector is in

    horizontal tocenter point ofbottom of lightsource

    When detectoris at right angle

    to the centerpoint of bottomof light source

    1 1 feet 32 Lux 105 Lux2 2 feet 6.5 Lux 32 Lux3 3 feet 3 Lux 16 Lux4 4 feet 2 Lux 9.5 Lux

  • 7/30/2019 6-TD-PVSL-2010

    33/38

    33

    5 5 feet 1.5 Lux 6.5 Lux

    Mounting of light Top or base mountedPV Module between 2.5 to 5 Wp under STCBattery Lead acid Sealed maintenance free or Ni MH or Lithium Ion,

    with a capacity upto - 7 AH, at voltages up to 12 V @ C/20,Max DoD 75% or equivalent capacity

    Electronics Min 80% total efficiencyAverage duty cycle 4 hours a dayAutonomy Minimum of 3 days (Minimum 14 operating hours per

    permissible discharge)

    It should be possible to charge the W-LED solar lanterns through a centralcharging station also. For central charging the battery capacity may be for amaximum of 8 hours and the design battery voltage may be specified.

    Other Details

    DUTY CYCLE

    The LED solar lantern system should be designed to operate for average 4 hours a day,under average daily insolation of 5.5 kWh /sq.m. on a horizontal surface.

    LIGHT SOURCE

    The light source will be of white LED type. Single lamp or multiple lamps can be used.Wider view angles preferred. The luminous performance of LEDs used should not beless than 55 lumen/watt. White colour, Higher light output will be preferred. The colour

    temperature of white LEDs used in the system should be in the range of 5500o K 6500oK. Use of LEDs which emit ultraviolet light is not permitted.

    The light output from the white LED light source should be constant though out theduty cycle.

    The lamps should be housed in an assembly suitable for indoor and outdoor use. The make, model number, country of origin and technical characteristics of white

    LEDs used in the lighting system must be furnished to the test centers and to thebuyers. In absence of this data the solar lantern may not be tested by the test center.

    BATTERY

    (i) Sealed maintenance free battery. Battery should conform to latest BIS standardsor international standards. A copy of the test certificate for the battery (includingits make, country of origin and model number) used in the system should beprovided.(ii) At least 75 % of the rated capacity of the battery should be between fullycharged & load cut off conditions.

    ELECTRONICS

  • 7/30/2019 6-TD-PVSL-2010

    34/38

    34

    (i) The total electronic efficiency should be at least 80 %.(ii) Electronics should operate at 4.5/6/12 V and should have temperature compensation

    for proper charging of the battery through out the year.(iv) The light output should remain constant with variations in the battery voltages.(v) Necessary lengths of wires / cables, switches suitable for DC use and fuses should

    be provided.

    PV MODULE

    The PV modules based on crystalline silicon solar cells or thin films may be used. Inall cases a test report is required from authorized test center.

    The power out put of the PV module must be reported under standard test conditions(STC) at loading voltage. I_V curve of the sample module should be submitted to thetest center at the time of system qualification testing.

    The open circuit voltage of the PV modules under STC should be at least .. Volts. The terminal box on the module should have a provision for opening for replacing the

    cable, if required. A strip containing the following details should be laminated inside the module so as to

    be clearly visible from the front side:

    a) Name of the Manufacturer or distinctive Logob) Model or Type No.

    c) Serial No.d) Year of make

    ELECTRONIC PROTECTIONS

    Adequate protection is to be incorporated under no load conditions, e.g. whenthe lamps are removed and the system is switched ON.

    The system should have protection against battery overcharge and deep dischargeconditions. The numerical values of the cut off limits must be specified, whilesubmitting the samples for the testing purposes.

    Fuses should be provided to protect against short circuit conditions.

    A blocking diode should be provided as part of the electronics, to prevent reverse flowof current through the PV module(s), in case such a diode is not provided with the PVmodule.

    Full protection against open circuit, accidental short circuit and reverse polarity shouldbe provided.

    OTHER FEATURES

    (i) The system should be provided with 2 LED indicators: a green light to indicate charging inprogress and a red LED to indicate deep discharge condition of the battery. Thegreen LED should glow only when the battery is actually being charged.

    (ii) There will be a Name Plate on the system body which will give:

    Name of the Manufacturer or Distinctive Logo. Model Number Serial Number Year of manufacture

  • 7/30/2019 6-TD-PVSL-2010

    35/38

    35

    QUALITY AND WARRANTY

    (iii) Components and parts used in White LED solar lantern systems should conform tothe latest BIS / international specifications, wherever such specifications are availableand applicable. A copy of the test report / certificate stating conformity of BIS /international standards must be submitted to the test centre.

    (iv) The PV module will be warranted for a minimum period of 15 years from the date ofsupply and the White LED solar lantern system (excluding the battery) will bewarranted for a period of at least 5 years from the date of supply. The battery shouldbe warranted for a period of atleast two year.

    DOCUMENTATION

    (v) An Operation, Instruction and Maintenance Manual, in English and the locallanguage, should be provided with the solar lantern system.

    The following minimum details must be provided in the Manual:(a) About Photovoltaics(b) About White LED solar lantern system - its components and expected

    performance(c) About PV module. In case of imported modules it is mandatory to provide acopy of the international product qualification certificate to the test centre.

    (d) About White LED Lights. The make, model number, country of origin andtechnical characteristics of LEDs should be stated in the product data sheetand furnished to the test centres

    (e) About battery.(f) Clear instructions about mounting of PV module.(g) About electronics.(h) About charging and significance of indicators.(i) DO's and DONT's,(j) Clear instructions on regular maintenance and trouble shooting of solar

    lantern system.

    (h) Name and address of the person or service center to be contacted in case offailure or complaint.

    (Signature of Tenderer)

    with seal

  • 7/30/2019 6-TD-PVSL-2010

    36/38

    36

    PART - 5TENDER NO. UPNEDA/PVSL/2010

    WARRANTY (INCLUDING COMPREHENSIVE MAINTENANCE) OF 05 YEARS

    WARRANTY:

    It is an essential part of the contract that the tenderer shall provide warranty of the all

    the systems for 5 years. During the warranty following maintenance will required to be

    carried out by the contractor.

    1. 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.

    2. The scope of work includes repairing/replacement of part(s) /system to make the

    system functional within warranty period whenever a complaint is lodged by the user

    at site. The contractor shall attend the same within a week and in any case of

    breakdown shall be corrected within a period not exceeding 5 days.

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

    beneficiary or theft etc, 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 at his own cost, if required during warranty period.

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

    7 It is mandatory for the contractor to submit a quarterly performance/ maintenance report

    for each system to the concerned project officer UPNEDA.

    8 The Comprehensive Maintenance (within warranty period) shall be executed by the

    firm himself or the authorized dealer/ service center of the firm in the concerned district.

    The Comprehensive Maintenance (within warranty period) will include the total system

    including Battery etc whatsoever at site. It is mandatory for the contractor to open an

    authorized service center in the concerned district before the supply/installation of the

    system.

  • 7/30/2019 6-TD-PVSL-2010

    37/38

    37

    PART - 6

    TENDER NO. UPNEDA/ PVSL/2010TECHNICAL BID

    1. Solar Module:

    1.1 Type of Cell :

    (Material Structure)

    1.2 Manufacturers name of Module :

    1.3 Voc

    1.4 Isc :

    1.5 Module efficiency :

    1.6 Total capacity of SPV panels at STC :

    (2) BATTERY:

    2.1 Make :

    2.2 Rating :

    (3) CFL use in lanterns

    2.1 Make :

    2.2 wattage :

    (3) LED used in lanterns

    2.1 Make :

    2.2 wattage :

    (Signature of Tenderer)

    with seal

  • 7/30/2019 6-TD-PVSL-2010

    38/38

    TENDER NO.: - UPNEDA/PVSL/2010

    FINANCIAL BID

    For supply ofSolar Lantern (CFL & LED based of Various Capacities)

    andFor supply, installation, commissioning and comprehensive maintenance within

    warrantee period ofSolar Lantern Charging Station (LED based of Various

    Capacities)in various districts of Uttar Pradesh at identified sites of UPNEDA

    Name of Firm:------------------------------------------------------------------------------

    NOTE:-1. Certified that rates quoted above is as per the requirement, specification terms &

    condition mentioned in the tender document.

    2. The rates are inclusive of all taxes & duties, storage, transportation up to site,insurance etc what so ever.

    (Signature of Tenderer)

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

    In figures In words1 Supply, installation, commissioning and 05

    years comprehensive maintenance in

    warrantee period of Solar Lantern Charging

    Station for 20 lanterns-each of 3 Watt LED

    2 Supply, installation, commissioning and 05years comprehensive maintenance in

    warrantee period of Solar Lantern Charging

    Station for 60 lanterns-each of 3 Watt LED

    3 Supply, installation, commissioning and 05years comprehensive maintenance in

    warrantee period of Solar Lantern Charging

    Station for 100 lanterns-each of 3 Watt LED

    4 Supply of Solar Lantern (10 Wp module,

    12V-7AH battery and 7 watt CFL) withcomprehensive maintenance in warrantee

    period of 05 years.

    5 Supply of Solar Lantern (3.3 Wp module,6 V-4.5AH lead acid battery and 3 watt

    LED) with comprehensive maintenance in

    warrantee period of 05 years.

    6 Supply of Solar Lantern (5 Wp module,12V-7AH Li-Ion or Ni-MH battery and

    3Watt LED), with comprehensive

    maintenance in warrantee period of 05 years.


Recommended