+ All Categories
Home > Documents > Tender Document: C-2(b)/RC/0700/4331/2015 FORMAT · PDF file5 years of 2x50KWp Grid Tied &...

Tender Document: C-2(b)/RC/0700/4331/2015 FORMAT · PDF file5 years of 2x50KWp Grid Tied &...

Date post: 31-Mar-2018
Category:
Upload: ngokhuong
View: 217 times
Download: 4 times
Share this document with a friend
40
Tender Document: C-2(b)/RC/0700/4331/2015 Page 1 of 40 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT for the “Supply of balance of system, Installation, commissioning, Testing and warranty for 5 years of 2x50KWp Grid Tied & 5KWp off-grid SPV Power Plant along-with all the necessary accessories required as per tender at suitable location including all the required parts, complete in all respect, F O R site per set” Tender notice no. C-2(b)/RC/0700/4331/2015 dated August’ 31, 2015 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.inz
Transcript

Tender Document: C-2(b)/RC/0700/4331/2015

Page 1 of 40

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

for the

“Supply of balance of system, Installation, commissioning, Testing and warranty for

5 years of 2x50KWp Grid Tied & 5KWp off-grid SPV Power Plant along-with all the

necessary accessories required as per tender at suitable location including all the

required parts, complete in all respect, F O R site per set”

Tender notice no. C-2(b)/RC/0700/4331/2015 dated August’ 31, 2015

Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.inz

Tender Document: C-2(b)/RC/0700/4331/2015

Page 2 of 40

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA

Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

TENDER NOTICE

Tender Notice no. C-2(b)/RC/0700/4331/2015 August’ 31, 2015

Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which are valid for a minimum period of 90 days from the date of opening (i.e.,11/09/2015) for “Supply of balance of system, Installation, commissioning, Testing and warranty f or 5 years of 2x50KWp Grid Tied & 5KWp off-grid SPV Power Plant along-with all the necessary access ories required as per tender at suitable location including all the required parts, complete in all r espect, F O R site per set”

Scope of Work Supply of balance of system, Installation, commissioning, Testing and

warranty for 5 years of 2x50KWp Grid Tied & 5KWp off-grid SPV Power

Plant along-with all the necessary accessories required as per tender at

suitable location including all the required parts, complete in all respect, F

O R site per set Site Details 1. CPM, Panchgram (Railway Station), Hailakandi Distt., Assam (Nearest

Airport- Silchar-37KM) -- 50KWp

2. NPM, , Kagaj Nagar, Jagi Road (Railway Station), Morigaon, Assam

(Nearest Airport- Guwahati-70KM) -- 50KWp

3. Shillong City -- 5KWp

Earnest Money

Deposit

Rs. 98,000/- (Rupees Ninety Eight Thousand Only)

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

conditions, free of cost from the website http://eprocure.gov.in/ or http://www.celindia.co.in

Please see document control Sheet at Annexure-1

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Tender Document: C-2(b)/RC/0700/4331/2015

Page 3 of 40

Annexure-1

Important dates

Tender Reference No. C-2(b)/RC/0700/4331/2015 Name of Organization Central Electronics Limited

Tender Type

(Open/Limited/EOI/Auction/Single)

Limited

Tender Category (Services/Goods/works) Goods

Type/Form of Contract (Work/Supply/

Auction/Service/Buy/Empanelment/Sell)

Buy

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 31/08/2015(18:00 Hrs)

Document Download/Sale Start Date 31/08/2015(18:00 Hrs)

Document Download/Sale End Date 11/09/2015(15:00 Hrs)

Bid submission Start Date 31/08/2015(18:00 Hrs)

Last Date and Time for Submission of Bids 11/09/2015(15:00 Hrs)

Date and Time of Opening of Bids 11/09/2015(15:30 Hrs)

Note: This is a limited tender and only EPC contractors/ Channel Partners registered in CEL are eligible

to quote in this tender. Other prospective bidders who deal in similar field and are interested to

supply these items may apply through our EOI No. C-2(b)/EOI/704/001/2014 published on our

website www.celindia.co.in for supplying these or similar items in our future tender.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 4 of 40

TENDER DOCUMENT for Tender notice no. C-2(b)/RC/0700/4331/2015 Important Instructions: - 1. The following documents/Annexures are part of tender document:

a. Tender notice b. Document Control Sheet - Annexure -1 c. Price bid format Annexure –2 d. Detailed Specifications & Eligibility Criteria Annexure ‘A’ e. Commercial terms & conditions: - Annexure ‘B’ f. Format for submission of Vendor Data: Annexure ‘C’ g. Tender acceptance letter: Annexure ‘D’

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications. 3. Escalation in price (except where price variation clause is applicable and given as per Clause 12of annexure B

of tender), deviation from delivery schedule, terms and conditions will not be permitted in your quotation. Statutory Taxes & Duties should be shown separately from the price.

4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”.

5. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are liable to be rejected.

6. Any deviations whether technical or commercial stat ed anywhere in the bid shall not be taken into account and may render the bid non-responsible and liable to be rejected .

7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure C. 8. Quotation should be submitted in Two bid system . 9. Tender/Quotation/Bid should be submitted in sealed cover super-scribing the tender notice no., name of

the item and due date should be delivered at the Office of the Asstt. General Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 11th Sep. 2015 duly up to 15:00 hrs IST. There will be two sealed covers/envelopes in the quotation. The following are to be submitted in your quotation signed and stamped on all pages: Cover-1

i. Demand Draft/FDR/RTGS details towards Earnest money deposit/copy of NSIC/DIC certificate (should be enclosed along with bid)

ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Data sheet/catalogue clearly showing that the offered material is meeting the specifications given

in the tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents with respect to fulfilling of eligibility criteria.

Cover-2: This must contain only price bid as per given Annexure-2

Tender Document: C-2(b)/RC/0700/4331/2015

Page 5 of 40

Annexure 2

Price Bid Format for Indian Bidders

Tender no.: C-2(b)/RC/0700/4331/2015 Bidder Name: (Please fill all columns, Incomplete price bids wou ld be rejected)

1. VAT/Sales Tax % taken in column G =…… %. Form C required/not required (Please √ the relevant). *Please mention percentage of excise duty and sales tax whichever is applicable 2. The bidder should give the complete breakup of all supply material, excise duty and CST/VAT/Service tax. 3. Excise duty exemption will be provided wherever applicable. Lead Time for supply= …………….days

Note: Please provide Price Break-up as per format given below.

Sl. No.

Item Description Quantity

Units Basic Price (in. Rs.)

Excise Duty

@....%* (in Rs.)

VAT/ Sales Tax

@...%* (in Rs.)

Packing, Forwarding, Insurance &

Freight Charges (in Rs.)

Amount per each unit (in Rs.)

FOR CEL’s site

Total Amount (in

Rs.) FOR CEL’s

Site J=I x C

A B C D E F G H I=E+F+G+H J 1

Supply of balance

of system,

Installation,

commissioning,

Testing and

warranty for 5

years of

2x50KWp Grid

Tied & 5KWp off-

grid SPV Power

Plant along-with

all the necessary

accessories

Detailed

specifications

as per

Annexure-A

1.00

Sets

Total in Words:

Tender Document: C-2(b)/RC/0700/4331/2015

Page 6 of 40

Supply of balance of system, Installation, commissioning, Testing and warranty for 5 years of 2x50KWp

Grid Tied & 5KWp off-grid SPV Power Plants

Price Break up

Sr. No.

Description Amount (Rs.)

Amount (Rs.)

50KWp 5KWp

1.

Supply of Materials

2. Taxes on supply

3.

Rates for Installation &

commissioning of the systems

4. Service Tax on Installation and

commissioning

5. Annual Maintenance Charges

6. Service tax on AMC

Unit Price Rs.

Quantity 02 sets 01 Set

Total in Figure

Total in Words

In Words: _____________________________________________________________

_____________________________________________________________

(Signature authorized representative)

Name:

Designation:

Seal of the company:

Tender Document: C-2(b)/RC/0700/4331/2015

Page 7 of 40

Annexure ‘A’

BILL OF QUANTITIES FOR SUPPLY OF BOS, INSTALLATION AND COMMISSIONING OF 50KWp GRID

TIED SPV POWER PLANT (Sr. No. 1 & 2)

*Note: Size and quantity of items may vary according to the actual site conditions. Any item, which is not specifically

mentioned but necessary for making the Solar Power Plant fully functional, shall be deemed to be included in

the scope of work of the contract and shall be supplied and installed by the successful bidder without any extra

cost to CEL.

Sl no. Description Quantity

01. Supply of MS Galvanized Module Mounting Structures MS Galvanised/Anodised

aluminium along with necessary hardware (As per Drawing attached)

As per Drawing

02. Panel Junction Box as per enclosed drawing with IP 65 protection. Preferably

Hensel Make or equivalent

10 nos.

03. Supply of String Inverters (Total 50KW) with accessories as per enclosed

specifications (SMA, Delta, Fronius)

01 set

04. Supply of communication system (web monitoring) with accessories along-with

Temp. , Radiation sensors etc. with termination (cabling etc.) upto customer’s

computers using suitable data cables (cat-6 & others)

01 set

05.* Supply of copper cable PVC insulated, Flexible multistrand, annealed copper

conductor un-armoured 1100V grade, conforming to relevant latest IS-694 & IS

1554 part-1 and duly ISI mark of following sizes suitable for -40º to 50ºC

temperature

1 X 6 mm2 for Interconnection

2 X 6 mm2 from PJB to Inverter

4 X 16 mm2 from Inverter to LT Panel

1 X 10 mm2 for earthing (Green)

3.5 X 25 mm2 from Bus Bar Box to LT Panel to Grid Panel (Al. Armoured)

250Mtrs

150Mtrs

50Mtrs

50Mtrs

50Mtrs

06. Supply of Bus bar Box & LT Panel as per enclosed Drawings & specifications with all

glands etc.

01 job

07. Supply and installation of earthing system for complete array field and inverters,

Bus Bar Box, LT panel etc. as per IS -3043 (1987) including using min 25x3mm GI

strip.

04 jobs

08. Supply and installation of Lightning arrestor system with separate earthing as per

relevant IS including using min 25x3mm GI strip.

02 jobs

09. Other Misc. work like cleaning, Plastering painting, white wash etc. related to

installation and commissioning of Power Plant. Testing & Commissioning of system

of the whole system prior to hand over of the system.

01 job

Tender Document: C-2(b)/RC/0700/4331/2015

Page 8 of 40

BILL OF QUANTITIES FOR INSTALLATION AND COMMISSIONING OF 5 KWp

SPV POWER PLANT

Sl No. Item / Work Quantity

01. Supply of MS Galvanized Module Mounting Structures along with necessary hardware

as per site condition.

01 set

02*. Supply of Junction Boxes with suitable nos. of blocking diode (15A), fuse base with HRC

fuse (15 Amp) each , one pair of copper bus bar (30A), three nos. of MOVs (500 volt

rating) with IP 65 protection Preferably Hensel Make or equivalent (Drawings to be

get approved from CEL before supply)

01 set

03*. Supply of Main Junction Box with one pair of copper bus bar of 100 Amp capacities as

per enclosed drawing with IP 65 protection. Preferably Hensel Make or equivalent.

01 set

04*. Supply of copper cable PVC insulated, PVC Sheathed, Flexible multistrand, annealed

copper conductor un-armoured 1100V grade, conforming to latest IS 694 and duly ISI

mark of following sizes suitable for -30º to 50ºC temperature

a) 1 x 6 mm² (Red & Black)

b) 2 x 6 mm²

c) 2 x 25 mm²

d) 2 x 6 mm²

50Mtrs.

30Mtrs.

30Mtrs.

15Mtrs.

05. Supply of 48V/96V, 4KVA PCU (5KW Charge controller & 4KVA Inverter) as per enclosed

specifications

01 job

06. 48V, 300AH or 96V, 150AH VRLA battery bank and accessories required for installation

of the battery bank as per enclosed specifications.

01 set

07*. DCDB & ACDB as per site requirement 01 set

08. Pipe/plate/chemical earthing as per IS 3043 (1987), to cover entire array, PCU etc. with

Pit cover

03 sets

09. Lighting arrestor as per relevant IS 01 set

10. GI strip 25 x 3 mm 50Mtrs.

11. GI wire 10 SWG 50 Mtrs.

12. Installation & commissioning 01 Job

13. Other Misc. work like cleaning, painting, white wash etc. related to installation and

commissioning of Power Plant. Testing & Commissioning of system of the whole

system prior to hand over of the system.

01 ob

*Qty of cables and other items may vary according to site conditions. (Drawings to be get approved from CEL before

supply)

Tender Document: C-2(b)/RC/0700/4331/2015

Page 9 of 40

Job Works

1. Construction of pedestals (PCC 1:2:4) for each of the module mounting structures as well as fixing of

the above structure at the roof top including supply of civil foundation materials. Civil foundation

Drawings may get approved from CEL before start of the work for which design details shall be

submitted. The foundation design shall be designed to withstand wind speed upto 150 kmph..

2. Mounting & fixing of 180 nos. SPV Module (supplied by CEL) on the above installed structure. (The

entire fixed module should be aligned systematically)

3. Mounting of all the junction boxes with suitable arrangement as required for the power plant.

(10PJBs, Bus Bar Box & LT Panel)

4. Interconnection of modules in series-parallel combinations as per following:

a) Each source-circuit to have 18/20 modules in series (depending upon selection of inverters) using

1x6 mm2 wires.

b) Output of 18/20 series connected modules to be taken to JB using 1 X 6 mm2 wires.

c) Output of JB to be taken to corresponding Inverter using 2 X 6 mm2 wires.

d) Output of inverters are to be taken to Bus Bar box using 4 X 16 mm2 wires and 1x10 mm2 for

earthing.

e) Output from Bus Bar Box to be connected to LT Panel (to be installed in basement control room)

and output is to be connected to existing LT Panel of building using 3.5 x 25 mm² cables.

Note: All the cables interconnection is to be carried out using conduit or cable tray, UV protected for

outdoor applications.

5. Installation and commissioning of inverters with suitable cable tray etc. along-with the cabling for

data communication etc. throughout the Power Plant up to customer’s computers using suitable

data cables (web communication).

6. Installation of earthing and lightning arrestor system as per relevant IS for the entire PV array field &

Inverter etc..

7. Other Misc. work like Plastering, cleaning, painting, white wash etc. related to

installation and commissioning of Power Plant. Testing & commissioning of system of the whole

system prior to hand over of the system.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 10 of 40

SCOPE OF WORK:-

a) Bidder must start the work at site within 15 days from the date of issue of purchase order.

b) To arrange for pre-dispatch inspection by CEL officials.

c) To deliver the materials at site.

d) Contractor shall make his own arrangement for safe storage of their as well as CEL material (Which

will be supplied to him by CEL) till the handing over of project.

e) To co-ordinate with CEL officials/our customer for verification of completed works.

f) Materials, wherever supplied, shall be provided with fresh quality. Workmanship shall be neat &

clean without any blemish. In case of any observation by CEL official regarding materials &

workmanship, the same have to replaced and/or repaired to the satisfaction of CEL official.

g) No extra transportation charges shall be paid during the period of contract.

h) No escalation shall be applicable on the quoted prices.

i) In case of any losses, theft or damage of material, the contractor shall alone be responsible to make

alternate arrangement for completion of the project within contractual delivery, commissioning and

handing over within quoted price. The purchaser shall in no way, whatsoever, responsible to

compensate the contractor in this account.

j) Contractor shall arrange all the utilities required to complete the work. No payment on this account

shall be paid by CEL.

k) Inspection:- All the materials shall be inspected by CEL officials before despatch to site.

l) Any other work as required on the site for completion of the project.

m) The contractor/bidder shall not display the photographs & content of the work and not

take advantage through publicity of the work without written permission of CEL. Non-

compliance to this clause may result the removal from the EPC list and the contractor will

be blacklisted.

n) Service level agreement has to be signed on 100/- stamp paper after award of PO.

o) During Warranty of 2 years and AMC of 5 years contractor has to perform the following duties:

1. Contractor is fully responsible for the trouble free maintenance and is liable to rectify / remove

any defect noticed within the aforesaid period free of cost for the materials supplied by them.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 11 of 40

2. The Contractor and CEL jointly impart training to the user’s on day to day repair and

maintenance of the systems.

3. The Contractor shall undertake the periodical maintenance work of complete Solar Power plant

on half yearly basis duly countersigned by the concerned officials of beneficiary.

4. The Contractor should be in readiness to attend to the defects of any system, as and when

required by the beneficiary and ensure rectification of defects and restore functionality within

ten working days of lodging the complaints. The Contractor shall furnish the status report after

the maintenance work are over, which shall invariably bear the signature of the beneficiaries.

5. It will be the liberty of the CEL to cross check the systems maintained by the contractor. Random

verification of the maintenance may be carried out by the CEL party wherever necessary.

p). Payment Terms: - Payment shall be made on back to back basis as per the following terms:

1. 70% of supply immediately after supply of materials in good condition at

site.

2. 20% towards supply & 90% of I/C after installation, commissioning &

handing over of system to customer.

3. Balance 10% of supply after submission of BG of equivalent value valid till

the warranty period.

4. Payment towards AMC charges are to be paid after successful completion of

each year and submission of documents as per AMC terms.

q). Completion Time: The entire job has to be completed within 60 days from the date of issue of

purchase order.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 12 of 40

TECHNICAL SPECIFICATIONS

1.0 Module Mounting Structure

1. Array structure shall be so designed that it will occupy minimum space without sacrificing the

output from SPV panels.

2. The structure shall be designed to allow easy replacement of any module and shall be in line with

the site requirements.

3. The foundation for module mounting structure shall be preferably 1:2:4 PCC constructions or any

other combination based on the local site condition.

4. The support structure design and foundation shall normally be designed to withstand wind speed

upto 150 kmph for which design details and drawings shall be approved by CEL.

5. In general, bolt, nuts, shims and other hardware should be of stainless steel as per IS.

2.0 Junction Boxes

i) Array junction boxes, shall have the following properties:

a. They shall be dust, vermin & waterproof and made of Polycarbonate-Glass Fiber Substance

(PC-GFS), thermoplastic material and the protection class shall be marked on the enclosure.

b. The enclosures shall have IP 65 protection in accordance with IEC 60529.

c. The enclosure shall have a usage temperature rating of -10°C to 55°C.

d. The enclosure should be chemically resistant to acid, lye, petrol, mineral oil

e. The material of the enclosure shall be UV stabilized.

f. Though not mandatory, manufacturers are encouraged to provide breather glands in the array

junction boxes to prevent overheating and explosions.

ii) Internal Surge protection (SPDs) shall consist of three MOV type arrestors connected from + ve

and – ve terminal to earth (Via Y arrangement) for higher withstand of the continuous PV-DC

voltage during earth fault condition.

iii) The junction boxes shall have suitable cable entry points with cable glands of appropriate sizes

for both incoming and outgoing cables. Though not mandatory, manufacturers are encouraged

to provide suitable cable entry points fitted with MC-4 Connectors.

iv) Suitable markings should be provided on the each Jn Box for easy identification, and cable

ferrules shall be fitted at the cable termination points for identification.

3.0

Earthing for PV array, Balance of System (BOS), lightning protection and other components.

I. The photovoltaic modules, Balance of system (BOS) and other components of power plant

require proper grounding for protection against any serious faults.

II. The earthing resistance must not exceed the limits generally in practice for such applications.

III. The Bidder shall submit the detailed scheme of earthing and grounding before start.

IV. The contractor will supply and install an adequate number and appropriate size of earthing

kits as per tender; for AC circuit, DC circuit and lighting protection system.

V. The source of over voltage can be lightning or other atmospheric disturbance. Main aim of

over voltage protection is to reduce the overvoltage to a tolerable level before it reaches the

PV or other sub-system components. Lightning protection should be provided as per IEC.

VI. Necessary concrete foundation or any other arrangement for holding the lightning conductor

in position is to be made after giving due consideration to shadow on PV array, maximum

wind speed and maintenance requirement at site in future.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 13 of 40

VII. The lightning conductor and structures shall be earthed through flats as per applicable Indian

Standards with earth pits. Each lightning conductor shall be fitted with individual earth pit as

per required Standards including accessories, and providing masonry enclosure. Else, a matrix

of lightning conductors is to be created which will be required to be connected to an earth.

VIII. If necessary, more numbers of lightning conductors may be provided.

4.0 Power Conditioning Unit (PCU) : GRID TIED

4.1 PCU shall supply the DC energy produced by array to DC bus for inverting to AC voltage

using its MPPT (Maximum Power Point Tracking) control to extract maximum energy from

solar array and produce 415V (+15% and -20%) AC, 3 phase, 50 ± 5% Hz (47.5 to 52.5 Hz) to

synchronize with the local grid. The array output should be well within the input voltage

range of the inverter so that the inverter works in MPPT range for most of the solar

insolation range. PCU should be able to handle maximum open circuit DC voltage of 1,000V.

MPPT controller, inverter and associated control and protection devices, etc. all shall be

integrated into the PCU. PCU/ string inverter shall provide 3 phase, 415V (with grid tracking

of +15%/-20%), 50 Hz (with grid tracking of ±5% i.e. 47.5 to 52.5 Hz) supply on AC side with

voltage THD of less than 3% and current THD of less than 5%. Efficiency of PCU shall not be

less than 96% for the systems. Degree of protection shall be IP65. The inverter shall be

efficient with IGBT based reliable design. The control system should be of highest reliability

Digital Signal Processors redundant type.

The PCU shall be capable of complete automatic operation, including wake-up,

synchronization and shut down.

PCU shall have the facility to display the basic parameters of the system on a typical LCD

display. Displays of a bigger size can also be provided.

PCU shall be able to synchronize independently and automatically/ phase-lock with existing

grid power line frequency to attain synchronization.

Built-in data logging to monitor plant performance through external PC shall be provided.

Inverter shall be tested for islanding protection performance.

4.2.1 Indications (through LEDs/ LCD display)

Following is an indicative list of indications (the actual scheme will be finalized at design

stage): i) Inverter ON ii) Grid ON iii) Inverter under voltage/over voltage iv) Inverter over-

load v) Inverter over-temperature vi) Earth Fault

4.2.2 Protections

Following is an indicative list of protections (the actual are as per the data sheet of SMA

Inverter)

i) Over-voltage both at input and output

ii) Over-current both at input and output iii) Over/under grid frequency iv) Over

temperature v) Short circuit on AC side vi) Reverse polarity protection vii) Array ground fault

protection drop in the wiring.

Voltage drop on the DC side from array to the inverter should not be more than 3%.

Necessary calculations in this regard shall also be submitted during design approval.

4.2.3 PCU will log the inverter performance data and transmit the same to the data logger.

It shall also monitor basic parameters like power generated, etc.

Data logger shall gather information and monitor the performance of the inverter. It shall

Tender Document: C-2(b)/RC/0700/4331/2015

Page 14 of 40

also support measurements from the external sensors. Data Logger shall also monitor the

Solar Insolation and Temp of Array Yard. Owner shall be afforded free of cost facility for

viewing the system performance data on the manufacturer’s or system integrator’s or

owner’s web portal for until the contractual warranty period of the system.

Data logging system/software shall enable automatic long-term storage of measured data

from PV plant. It shall allow visualization, monitoring, commissioning and service of the

installation. The software for access/ visualization of data from data logger should be

provided by the supplier free of cost. Necessary executable files, if any, will be required to

be given free of cost by the supplier on a CD/ any other storage device.

Power conditioning unit (off-grid)

The principal features of the Solar PCU included the following:

• Bi-directional Inverter topology

• Highly efficient true on-line single conversion topology

• Auto transfer to battery and renewable energy power in the event of grid failure

• In built protection on Inverter control and hard ware interfaces

• Integrated PWM Solar Regulator

operating modes

Parallel Mode: All solar power available to the Solar PCU is prioritized and used. Solar PCU

will try and bring up and maintain the battery at float condition at all times when connected

to the grid or Solar.

Inverter Mode: The Solar PCU switches from the Parallel mode to the Inverter mode when

the Grid is not within range. In this mode the PCU will operate as a stand-alone inverter and

provide power to the load from the solar array and battery bank. The PCU will automatically

return back to the parallel mode when the grid becomes available or the battery goes below

a preset terminal voltage.

SYSTEM SPECIFICATIONS

OPERATING PARAMETERS INFORMATION

Control Type Micro controller assisted output current regulation

Output Voltage 230V (single Phase) . Inverter to follow grid to +10% -20% of the

nominal output voltage before switching to stand-alone mode

Array input 40-88V DC for 48V system & 80-96V Dc for 96V system

Max. open Ckt Voltage 88V for 48V & 196V for 96V

MPPT Range 44-80V for 48V & 88-160V for 96V

Output Frequency 50Hz Will track the grid frequency when operating in Parallel mode.

±3% when working in stand alone mode

System Rating 5KW for Solar Charge controller & 4KVA for Inverter

THD / Over Load < 3% at full load / 125% for 4 min & 150% for 30 sec

Tender Document: C-2(b)/RC/0700/4331/2015

Page 15 of 40

OPERATING PARAMETERS INFORMATION

RFI Designed to minimise both conducted and radiated RFI emissions

Efficiency at full load > 91%

Waveform Sinewave

Soft Start Yes

Cooling Thermostatically Controlled Fan

LED Indications � System Operating

� Grid OK

� System Fault

� Battery OK / Low / Fault

Protection � Electronic Peak Overload detection

� Over Current Protection

� Battery Over voltage & Under voltage protection

� Grid Voltage and Freq Protection

� Analogue Sensing fault

� Control Integrity Protection

� Hest Sink Temperature protection

� Reverse Polarity Protection for battery and PV input

Grid Interface Protection � Over / Under Voltage

� Over / Under Frequency

� Grid loss protection

Front Panel Interface � Real Time Monitored Parameter

� DC Bus Voltage

� Inverter Real Power Output

� Inverter & Battery Current Direction

� Solar Power

� Grid Connection Status

� Power flow direction

� Annotation of PV Power & absolute value of inverter power

� Bar Graph Indicators on Battery status

Operating Temperature 0-50 degrees Celsius

Humidity 0-95% non condensing

Enclosure Rated for IP30 – not weatherproof

4.2.4 Communication interface

The system should offer RS232/RS485 port and LAN/ WAN interface to facilitate remote

monitoring of the system.

a. INSTALLATION & COMMISSIONING:

The installation shall be done by the supplier/manufacturer that is responsible for system

performance, direction of installation and structural stability. The supplier shall conduct a

detailed site assessment. The PV installer shall obtain data specific to the site, rather than

relying on general data. While making foundation design, due consideration shall be given.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 16 of 40

MAINTENANCE FREE EARTHING

Supply of Earthing and bonding system as per descri ption below and drawing.

S.No. Description

Qty.

1. Earth Electrode of copper bonded high tensile low carbon steel rod, specially designed for electrical grounding and this includes copper tape of suitable length as required

01 No.

2. Approved earth enhancement compound in 10Kg pack 30-35 KGs per earth

01 No.

3. Copper tape of 300x25x6mm and 150x25x6mm to terminate on each earth electrode

01 No.

4. Supply of insulated connecting cable of size 35 Sq mm for connecting earth to main equipment

01 No.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 17 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 18 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 19 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 20 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 21 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 22 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 23 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 24 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 25 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 26 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 27 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 28 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 29 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 30 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 31 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 32 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 33 of 40

Tender Document: C-2(b)/RC/0700/4331/2015

Page 34 of 40

Annexure B

Commercial terms and conditions:

1. This is a limited tender and only EPC contractors/C hannel Partners registered in CEL are eligible to quote in this tender. No Deviation from Specification, Terms & Condition of Tender allowed. Quotations having deviation from our speci fication, terms & condition would be rejected.

2. Basis of price : The offer should clearly indicate units and rates. Prices should be submitted on FOR CEL’s site basis The quotations submitted with basis of price other than the above are liable to be rejected.

3. All requirements of export licensing, Govt. permissions or any other statutory clearance from the country of export as per regulations existing in the supplier’s country shall be the responsibility of supplier.

4. In a tender either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously in the same tender. If an agent submit bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender. Agent quoting on behalf of OEM /Principal shall submit valid authorization certificate along with their offer.

5. Taxes and duties : The taxes and duties are to be clearly mentioned, if any.

6. Delivery/completion schedule: .Within 60 days of issue of Purchase order as per Annexure-A .

7. Payment terms: As per Annexure-A clause no. p. at page no. 11

8. Guarantee/Warrantee period : As per Annexure-A clause no. o at page no. 10

9. Performance bank guarantee (PBG) : PBG for 10% order value valid for 2 Years for the guarantee/Warrantee period as per clause o of Annexure-A.

10. Price reduction for delayed delivery In the event of delay in affecting the delivery within agreed

period, a reduction in the price shall be levied @ 0.5% of the total order value per week or part thereof subject to maximum of 5% of the total order value.

11. Inspection: CEL reserves the right to inspect the material during manufacturing before dispatch and/or get it dispatch as per specifications and test protocols. In this case internal inspection report must accompany the supply. Inspection will be done by CEL representative. CEL shall have free access to the supplier’s works during testing and final inspection. Vendor shall inform the purchase not less than one week in advance. All testing arrangements shall be the responsibility of the vendor.

12. Price variation Clause: Variation in quoted rates is not allowed. Quotations having price variation clause would be rejected.

13. Validity of offer : The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of 90 days from date of opening.

14. CEL reserve the right to split the quantity and award on two or more vendors as per the production requirement. The following norms would be adopted in case of spilt of quantity:

a) If the lowest quoting vendor is an approved vend or and the second lowest and third lowest bidders are also approved vendors to CEL 100 % of tender quantity would be split amongst the approved vendors only. In case of split of quantity in two approved

Tender Document: C-2(b)/RC/0700/4331/2015

Page 35 of 40

vendors, the same shall be applicable for lowest (L 1) & second lowest (L2) in the ratio of 70:30 at the rate & terms applicable to L1 appro ved vendor, keeping in view the objective that the per unit landed cost to CEL in c ase of purchase from L1 or L2 approved vendor remains same. In case of split of q uantity in three approved vendors 60% quantity would be awarded to L1 approved vendor and balance 40% quantity will be awarded to the L2 approved vendor and L3 approve d vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L 1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rat e and terms then the quantity will be split between L1 approved vendor and L3 approved vendor.

b) Minimum 90% quantity of any open tender would be procured from amongst the approved vendors of CEL at the rate of lowest appro ved vendor as per splitting criteria at S.No.14 (a).

c) Maximum 10% quantity open tender may be procure from unapproved/New vendor to develop bidders as a approved vendor to CEL as per vendor policy S.No.15.

Micro & Small Enterprises quoting price within price band of L1+15 per cent shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs (as per “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”)

15. NEW / UNAPPROVED VENDOR POLICY: Bidders who are not in the approved vendor list of CEL and are unapproved in CEL would be allowed to participate in open tenders. However, the quotation of such bidders would be evaluated based on the eligibility criteria defined in the tenders. If the bidders satisfies the eligibility criteria and meets the specifications and terms and conditions given in the tender then that bidder may be awarded with purchase order/work order of maximum 10% of the tendered quantity in order to develop that bidder as a vendor to CEL for participation in future tenders subject to the following conditions:-

a) The bidder should be either the 1st lowest quoting bidder or 2nd lowest quoting or 3rd lowest quoting bidder.

b) The bidder should agree to supply the tendered material at the lowest quoting bidder’s rate if the bidder is unapproved and is L2 or L3 bidder.

c) The bidder must fillup the vendor registration form and follows the vendor approval procedure.

d) The maximum quantity to be divided between the unapproved bidders would be 10% of the total tendered quantity.

e) Supply from unapproved bidders who are awarded purchase/work order would be taken only after approval of samples, wherever applicable.

f) In case of Capital items/Projects/EPC/Works Contract or even regular procurement for production where splitting of tender is not possible, purchase/work order would be placed on lowest eligible & technically qualified vendor only.

16. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL does not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit.

17. Earnest money amount of ₹ 98,000/-in the form of demand draft/FDR favoring Central Electronics Limited and payable at Delhi and valid for 3 month to be submitted along with tender documents. No interest shall be payable on the earnest money deposited by bidder/ tenderer. The earnest money may be deposited through TT/SWIFT into CEL’s account with Syndicate Bank. The details of account are as below: Beneficiary Name: Central Electronics Limited Beneficiary Account Number/IBAN: 87761250000014 Beneficiary Bank SWIFT Address/BIC: SYNBINBB161 Beneficiary Bank Name: Syndicate Bank Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Site 4, Sahibabad 201010 INDIA

Tender Document: C-2(b)/RC/0700/4331/2015

Page 36 of 40

The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / tenderer will be refunded within one month of finalization of tender. The earnest money of successful bidder would be converted into security deposit and would be returned (after deduction of bank charges, if any) to the bidder after 2 months of successful completion of work.

Exemption from submission of EMD : The following type of bidders are exempted from submission of EMD subject to submission of relevant documents mentioned herein: a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India. A copy of valid registration certificate should be submitted with technical bid of quotation.

18. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production at CEL or to modify the order without liability for any compensation and or claim of any description.

19. Submission of Tender : Submission of Tender : Tender/Quotation/Bid in sealed cover super-scribing the tender notice no., name of the item and due date should be delivered at the Office of the Asstt. General Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 11th Sep. 2015 up to 15:00 hrs IST. The offer shall be submitted in two separately seal ed envelopes marked Part A (Techno-Commercial ) and Pa rt B (price offer – not to be opened ) along with tender number and due date written on ea ch ) as detailed below: Part A: This should contain the following documents

i. Demand Draft/FDR/RTGS details towards Earnest money deposit/copy of NSIC/DIC certificate (should be enclosed along with bid)

ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Data sheet/catalogue clearly showing that the offered material is meeting the

specifications given in the tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents with respect to fulfilling of eligibility criteria

Part-B : This should contain only Finance/Price Bid only as per format vide Annexure 2.

20. Opening of Tenders : Technical Bids/Quotations/tenders will be opened on 11th September 2015 at 1530 hrs (IST). The date for opening of price bids would be fixed after evaluation of the technical bids, usually within a week of opening of technical bids. Price bid of only those bidders would be opened who qualify the technical bid. The date of price bid opening would be intimated to the eligible bidders (qualified in the technical evaluation) at least 1 day in advance.

21. Technical Clarifications: Bidders desiring any technical clarification may visit CEL and contact Assistant General Manage Bidders desiring any technical clarification contact Assistant General Manager, MMD, Central Electronics Limited, 4, Industrial Area, Sahibabad – 201010 Phone no. 0120-2895145 Fax: 0120-2895148 email: [email protected] at 10:00 hrs on 06th September. 2015. However, the tender submission and opening dates would remain firm as per above clause 19 & 20.

22. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 37 of 40

23. Replacement of Rejected Material: Any material supplied against order place on basis of this tender and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics Limited including freight and insurance and other incidental charges at our discretion.

24. Arbitration : Any disputes, difference controversies/ difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. between the parties shall be resolved by mutual discussion/reconciliation in good faith. If disputes, difference controversies/difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. cannot be resolved with in 30 days of commencement of reconciliations/ discussions then the matter shall be referred to the Sole arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the parties. There will be no objection to any such appointment on the grounds that the Arbitrator is an employee of CEL and no appeal on any order passed by the Arbitrator for this purpose shall be filed in any Court of Law on such ground.

Tender Document: C-2(b)/RC/0700/4331/2015

Page 38 of 40

Annexure C

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Phone No.

Fax No.

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

6.

Name of Contact Person

Designation

Phone/Mobile no.

Fax No.

Email id

7. Website

Tender Document: C-2(b)/RC/0700/4331/2015

Page 39 of 40

I certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern

8. Sales Tax related information

TIN No.

L.S.T. No.

C.S.T. No.

Sales Tax Exemption No. (if any)

9. Income Tax related information

PAN No.

PAN reference no. (in case PAN applied for)

PAN Status (in case PAN applied for)

10. Excise duty related information

ECC No.

Range

Collectorate

11. Registration No. with Directorate of Industries

12. MSE registration no. (for Mirco & Small Enterprise)

13. Name & address of organization with whom MSE is registered

14. Whether MSE is owned by ST/SC?

Yes / No (please strike-off non-relevant and attach supporting document)

15. Bank related information

Bank name

Branch name

Bank address

Bank phone no.

Bank fax no.

Bank MICR Code (9 digit)

RTGS-IFC Code

Account type

Account no.

Swift Code

Tender Document: C-2(b)/RC/0700/4331/2015

Page 40 of 40

Annexure – D TENDER ACCEPTANCE LETTER

(To be given on Company L etter Head)

Date: To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: Name of Tender / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the tender docu ment(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule (s), etc .,), which form part of the contract agreement and I / we shall abide h ereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by y our department/ organization too have also been taken into consideration, while submitting this acc eptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be a t liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)


Recommended