BIDDING DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING … · C:\Users\peda\Desktop\SLS 50000...

25
C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc 1 E-Tender No.: PEDA/2016-17/02 BIDDING DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LED BASED SOLAR PHOTOVOLTAIC STREET LIGHTING SYSTEMS IN THE STATE OF PUNJAB PUNJAB ENERGY DEVELOPMENT AGENCY SOLAR PASSIVE COMPLEX Plot no. 1&2 Sector 33-D CHANDIGARH 160 022, INDIA TELEPHONES: (91) 0172 - 2663382, 2667007 FAX : (91) 0172 2662865 WEBSITE: HTTP://PEDA.GOV.IN

Transcript of BIDDING DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING … · C:\Users\peda\Desktop\SLS 50000...

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

1

E-Tender No.: PEDA/2016-17/02

BIDDING DOCUMENT

FOR

SUPPLY, INSTALLATION &

COMMISSIONING OF

LED BASED SOLAR PHOTOVOLTAIC

STREET LIGHTING SYSTEMS IN THE STATE OF PUNJAB

PUNJAB ENERGY DEVELOPMENT AGENCY SOLAR PASSIVE COMPLEX

Plot no. 1&2 Sector 33-D CHANDIGARH 160 022, INDIA

TELEPHONES: (91) 0172 - 2663382, 2667007 FAX : (91) 0172 – 2662865

WEBSITE: HTTP://PEDA.GOV.IN

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

2

CONTENTS

S. No. Subject Page No.

1. Notice Inviting Tender 3

2. Critical Information 4

3. Detailed Notice Inviting Tender 5-12

4. Annexure I (Technical Specification) 13-17

5. Annexure –II Manufacturer's Authorization form 18

6. Annexure –III Performance Security Form 19

7. Documents to be Enclosed along with the bid 20

8. Performa –I 21

9. FORM 2 Turn over Record 22

10. FORM 2A Financial Capability 23

11. FORM 2B Financial Sources 24

12. Line Design of Stand Alone Street Light 25

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

3

NOTICE INVITING E-TENDER FOR

INSTALLATION OF SOLAR STREET LIGHTS

E-tender notice no. PEDA/2016-17/02

Sr. No

Name of work EMD (Rs. in Lacs)

Date of start of downloading

E-tender document

Last Date & time for

submission of E-bids

Date & time of opening of

Techno-commercial

E-bids

1. Supply, Installation and Commissioning of LED Based 50000 SPV Street Lighting Systems in the state of Punjab

30 29.04.2016 12.05.2016

upto 3:00 PM 13.05.2016 at

3:00 PM

1. Eligibility criteria and other terms & conditions for the works are given in the Tender Document which can be downloaded from www.etender.punjabgovt.gov.in or www.peda.gov.in.

2. Bidders shall have to get themselves registered with etender.punjabgovt.gov.in and get user ID and Password. Class-3 Digital Signature, mandatory to participate in the e-tendering process. For any clarification/difficulty regarding e-tendering process flow, please contact PEDA at 0172-2663328, 2663382, 85588-70510 or 0172-3934667, 92572-09340, 80546-28821.

3. PEDA reserve the right to accept or reject any or all the tenders without assigning any reason thereof.

CHIEF EXECUTIVE

Punjab Energy Development Agency, Solar Passive Complex, Sec-33-D, Chandigarh

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

4

CRITICAL INFORMATION

Availability of Bid Document www. etender.punjabgovt.gov.in

Last date & time for receipt of bids 12.05.2016 upto 3:00 PM

Date and Time for opening of Technical bids

13.05.2016 at 3:00 PM

Earnest Money Deposit 30 Lacs (Rs. Thirty Lacs)

Tender Document Fee Non refundable Tender Document fee Rs.10,000/- through IPG/ RTGS Mode only to be paid at the time of downloading of bid document.

E-Processing Fee Non-refundable e-processing fee Rs. 2,247/- through IPG/ RTGS mode.

Submission of E-tender, Bid document fee and EMD/ Bank Guarantee (Bid document fee & E-Processing fee deposited through IPG/RTGS mode only)

Through E-Tender

www. etender.punjabgovt.gov.in

Place of opening of E-bids Conference Room, Punjab Energy Development Agency, Solar Passive Complex, Plot No -1 &2, Sector -33D, Chandigarh

Contact person for any queries Jaspal Singh, Senior Manager (SPV)

Punjab Energy Development Agency,

Solar Passive Complex, Plot No -1 &2,

Sector -33D, Chandigarh

Ph No.0172-2663328, 2667007

Fax: 0172-2662865

Email:- [email protected]

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

5

PUNJAB ENERGY DEVELOPMENT AGENCY PLOT NO. 1-2, SECTOR-33 D, CHANDIGARH

DETAILED NOTICE INVITING TENDER

1 Name of the Work Annual rate contract for the supply, Installation & Commissioning of 50000 LED Based SPV Street lighting Systems, For destination anywhere in the State of Punjab, strictly as per latest specifications & guidelines of MNRE, GOI.

2 Last date of receiving the tenders

12.05.2016 upto 3:00 PM

3 Date and time of opening of technical bids

13.05.2016 at 3:00 PM

4 Financial bids The price bids of Technical qualified bidder only will be opened on later date and intimated by FAX/ E-Mail.

5 Earnest Money Deposit (EMD) 30 Lacs (Rs. Thirty Lacs) payable through Internet Payment Gateway (IPG) mode/ Bank Guarantee issued by Public/Private Sector Bank.

6 Technical Specifications As per Annexure-I

TERMS & CONDITIONS:

1. E-tenders shall be submitted on etender.punjabgovt.gov.in. Conditional tenders and

tenders without EMD shall be rejected.

2. The Rates quoted should be on the basis of FOR destinations anywhere in the State of

Punjab. Prices alongwith all applicable taxes/ VAT/CST, octroi etc. to be indicated in Financial

E-Bid Format. Quoted rates shall be valid upto one year from the date of opening of tender.

3. The purchased material shall be supplied to different beneficiaries/ sites of Punjab state

hence the total cost for evaluation purposes will be decided on the basis of basic cost

including FOR destination, taxes/ vat as applicable ,duties and any other charges indicated

by the bidder in Financial Bid Format.

4. Supply, installation and commissioning should be completed within 90 days of the

placement of the work order / orders as per terms and conditions of DNIT.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

6

5. PAYMENT TERMS: The total value of work order for the payment release under clause 5(a) to 5(d) is as per the

cost indicated in Sr. No (A) Column no 8 of Financial Bid Format.

a) 15% payment of the total value of work order would be as Mobilization advance

against Bank Guarantee of 110% amount valid for six months or till the time of

mobilization advance is adjusted.

b) 70% payment of the total value of complete consignment for each site mentioned in

the work order along with100% Taxes and duties will be released after inspection and

acceptance of material by PEDA and receipt in good condition at destination by

concerned beneficiaries.

The 15% mobilization advance released under clause (a) will be adjusted in

this payment and relevant BG will be released on completion of adjustment of entire

15% advance. The supplier shall submit invoice of the material, material inspection

report and receipt of material for release of payment.

c) 20% payment of the total value of each site shall be released after commissioning of

the complete consignment for that site. The supplier shall submit the joint inspection

report, satisfactory working report of lights duly verified by representative of the

company, concerned PEDA DM and beneficiaries.

d) Balance 10% payment shall be released after trouble free working of the system under

warranty period of five years from the date of commissioning. However this amount

can be released against bank guarantee of equal amount valid for five years from the

date of commissioning of the systems.

The due amounts under above payment terms shall be released within 30 days

of the submission of technically & commercially clear bills.

6. PERFORMANCE SECURITY

6.1 Within ten (10) days from the date of issue of award, from the purchaser, successful bidder/

bidders shall furnish to the Purchaser the performance security (Annexure-III) amounting to

10% value of the contract valid throughout the execution of the contract and further upto

one year from the actual date of commissioning of the project.

Or

The successful bidder can also submit the composite Bank Guarantee against above

mentioned Performance Security and 10% balance payment as per the requirement of DNIT.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

7

The balance 10% payment shall be released after actual date of commissioning of street

lights with the satisfaction of PEDA.

6.2 Failure of the successful Bidder to comply with the requirement of Clause 6.1 within the

stated time periods shall constitute sufficient grounds for the annulment of the award and

forfeiture of the bid security, in which event the Purchaser may make the award to the next

lowest evaluated bidder or call for new bids.

6.3 The proceeds of the performance security shall be payable to the Purchaser as

compensation for any loss resulting from the Supplier's failure to complete its obligations

including warranty and workmanship under the Contract.

6.4 The Performance Security shall be denominated in the currency of the Contract, and shall be

in one of the following forms:

(a) A Bank guarantee, issued by the Public/Private sector bank located in the

purchaser’s country, acceptable to the Purchaser, in the form provided in the

Bidding Documents or another form acceptable to the Purchaser; or

(b) Demand Draft favouring PEDA, payable at Chandigarh.

7. EARNEST MONEY DEPOSIT

7.1 The earnest money deposited (EMD) of Rs. 30 lacs is to be paid through internet

payment gateway mode (IPG)/ Bank Guarantee. If the bidder deposited the EMD

through bank guarantee, then 7.50 lacs is to be paid through internet payment

gateway mode (IPG) and balance 22.50 lacs deposit through bank guarantee.

7.2 The Bank Guarantee (BG) should be issued by the Public/Private Sector Bank and valid

for six months from date of opening of E-tender.

7.3 The Original Bank Guarantee should be deposited on or before opening of E-tender

date and time. The scanned copy of Bank Guarantee (B.G.) should submitted with

technical part of the E-bid.

7.4 Unsuccessful Bidder's EMD will be discharged/ returned as promptly as possible within

thirty (30) days after the issuance of work order to successful bidder.

The bid security may be forfeited:

a) if a Bidder :

(i) withdraws its bid during the period of bid validity specified by the Bidder on

the Bid Form

b) in case of a successful Bidder, if the Bidder fails:

(i) to sign the Contract within the specified period.

8. Financial bid of only those bidders will be opened on later date whose technical bid will

qualify after evaluation by PEDA as per the specified technical criteria.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

8

9. The complete Street lighting system as per scope of supply clause 30 shall be inspected by

the committee constituted for the purpose at the manufacturer’s/vendor’s or respective site

works before dispatch of the systems. Manufacture must ensure that all equipments should

have certified/ calibrated to be used for testing. The supplier will intimates PEDA one week

before intended inspection date.

10. The complete SPV system including battery will be warranted by the manufacturer and

bidder for five years from the date of commissioning and twenty five years warranty for the

SPV module from the date of commissioning of Street lights. The successful bidder shall

submit monthly report of SPV Street Lights with regards to its functioning. The report is

required to be jointly verified by the user or representative of PEDA. Such reports are required to

be submitted throughout the Five years warranty &AMC period.

11. The successful bidder shall setup an office/ store in Punjab and depute a man for urgent repair of

the system. The bidder shall store atleast 1% of spare parts/ equipments of the allotted work

throughout the maintenance period i.e. five years.

12. All the street lights should be functional during the five years warranty and AMC period. The

bidder shall be fully responsible for the functioning of all street lights.

13. During the warranty and maintenance period of the street lights, if found are not operational

due to fault if any in the system including SPV Panels, Batteries & BOS, it shall be attended &

rectified at site within three days from the date of receipt of complaint. Failure to rectify the

non-functional street lights within the three days from the receipt of complaint, PEDA reserves

the right to levy penalty for non-performance Rs. 20/-per day/ per light till 2 weeks and Rs. 50/-

per light/ per day for 3rd week. This penalty shall be deducted from balance 10% payment of

security amount. After 3 weeks the defective/ non functional street lights shall be rectified on

the risk and cost of the supplier without any further notice and above mentioned penalty will be

also imposed.

14. Failure to complete the installation & commissioning work in time shall attract penalty @ 0.5%

for every week of delay or part thereof to a maximum of 10% of the total value of work order.

However, under force majeure condition extension may be granted with approval of competent

authority. Reaching on Maximum, Penalty may also attract cancellation of the work order and

forfeiture of performance security. The penalty shall be calculated from the actual date of

commission.

15. The quantity of SPV Street Lighting systems shall be specified in the work order/ orders. The

tentative quantity in 50000 lights which will be procured under this contract. However the figure

is tentative which may be increased or decreased by PEDA. The PEDA reserves the rights to

increase or decrease the quantum of work and there shall be no financially liability in any case if

the quantum of work is less than the tentative quantities given in the tender.

16. The bidder should have 3 years experience in installation of minimum 2000 SPV Street Lights,

without experience the offer will be rejected. Bidder is required to submit the performance

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

9

experience and their eligibility. The bidder is also required to submit the documentary proof like

copy of work orders, completion reports and performance certificates.

17. The Minimum Annual Turnover of the bidder should Rs.10 Crore (INR) annually for three

financial years i.e., 2012-13, 2013-14.and 2014-2015 To meet the financial criteria. The bid may

be submitted with consortium. In that case the minimum Annual Turnover of the bidder should

be Rs. 5 Crore (INR) per each financial year i.e. 2012-13, 2013-14 & 2014-15. The consortium

agreement should be submitted on Stamp Paper of Rs 100/- duly signed by the Notary.

18. The Bidder should be in profit at least during last two financial years i.e. 2013-14 & 2014-15 or The

Bidder should have net worth at least Rs.2.5 crore for each financial year i.e. 2013-14 & 2014-15.

19. The successful bidder have to set up Company owned two service centres in Punjab within 50

days from the date of placement of Work Order and depute required manpower at service

centres.

20. The offers shall be accompanied with a set of complete technical literature, operation and

maintenance manual of the product offered both in Punjabi and English Languages.

21. The bidder shall submit the bids with single make of PV Module, Battery and LED Luminary.

The bidder can submit the bids with three makes of PV Modules alongwith IEC certificates

and testing certificates (if required).

22. The offers shall be accompanied by the sample of the product with latest valid test

certificate from approved testing centers of the MNRE, Government of India. Offer received

without sample and valid test certificate shall not be accepted.

23. Only those manufacturers for solar lighting systems who manufacture at least one of the

major items used in a lighting system i.e SPV modules or storage battery or electronics used

in the street light system and have adequate facilities for testing of the complete offered

solar lighting systems or their authorized suppliers/channel partner of MNRE/System

Integrator are eligible to participate in the tender. The bidder will enclose related

information and documents as support of the qualifying in the technical bid. The technical

qualifying criteria is to be filled in Technical Bid Format.

24. PEDA reserves the right to split the work order on the lowest quoted rates to one or more

than one technically qualified bidders other than L1 for meeting with early completion of

supply or any other reasons. The decision of PEDA regarding quantity will be final and

binding on selected bidders in this case, keeping in view the cost it is felt that the capability

of the L-1 party to execute the work is limited and or in order to expedite the work the

quantity can be split and allocated to other technically qualified bidder/ bidders at L-1 rates

provided that minimum 40% quantity shall be allocated to L-1 Party.

25. Material shall be strictly as per the DNIT specifications other than specifically specified in DNIT. If there is any left out specifications, in the DNIT the same shall be considered as per the latest MNRE specifications.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

10

26. The material shall be supplied at the specified site after confirming from the concerned beneficiary and PEDA as per the beneficiary list. The company shall be fully responsible if the material is not supplied at specific site and PEDA shall have nothing to do with that.

27. The work order/ orders shall be placed depending upon the requirement of the agency

from time to time within the validity period of tender. The supply of quantity of work order/

orders may be staggered on monthly basis. In such case/ cases, clause-5 will be applicable

for first lot and period of staggered lots will be indicated in the work order/ orders. These

staggered lots, if delayed beyond indicated period, will attract penalty as per clause 14.

28. Transit Insurance will be taken by the supplier at his own cost

29. Conditional offers with addition/ omission to original DNIT are liable to be rejected.

30. Scope of Supply: The Street lighting system will be supplied by the finalized bidder as per

the MNRE Guidelines Annexed as Annexure –I in the DNIT. Each Street Lighting System

mainly will consist of the following parts:

1. SPV Module(40 Wp) 1 No 2. 12 V 40 AH Battery 1 No 3. Complete Luminary with LED 1 No 4. 5 Meter B Class ISI Mark GI Pole 1 No

(OD 75 mm)with Module Frame and Arm.

5. Tin coated Copper wire set 1 Set 6. Battery Box 1 No 7. Spare set of fuse 1 Set 8. O&M manual both in Punjabi and

English language 1 Set

Any other parts required as per MNRE Specification/ accessories.

Each SPV Module should be individually packed for safe transportation. Item No 3, 5

and 7 should be packed in one package properly stuffed with thermocol/ suitable material

for safe transportation. 12V Battery should be packed separately.

31. The bidder should have atleast 10 teams for installation of solar street lights which can be deployed simultaneously.

32. Warranty obligations :The manufacturers/ suppliers will warrants that the good supplied under the contract are as per MNRE, Guidelines/ specifications , new, unused , of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in DNIT. The manufacturer further warrants that the goods supplied under this contract shall have no defect arising from design, materials or workmanship. The manufacturer shall guarantee that the goods supplied shall perform satisfactorily as per the said specifications/ guidelines, designed rated/ installed capacity as

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

11

provided for in the DNIT. The warranty shall remain valid for 5 years from the date of commissioning on all components including SPV Modules. The warranty for SPV module shall remain valid for 25 years from the date of commissioning. The above warranty shall be submitted by the manufacturer along with the invoice at the time of delivery. If the above said warranty is submitted by an authorized supplier, then it will be taken as an undertaking by the manufacturer. PEDA shall promptly notify the supplier in writing of any claims arising under this warranty. Upon the receipt of such notice the supplier shall within three days, repair or replace the defective goods or parts thereof, without costs to PEDA. As mentioned in the ‘Terms and Conditions’ at Sr. No. 11, the supplier will replace the defective material including battery with new one during the warranty period. Such replacements will be part of the warranty obligations and it will be made at site as soon as possible time but within three days of lodging of complaint by the District Representatives of PEDA. Further under these warranty obligation the supplier will also provide the following services to keep the SPV–SLS systems in good working order.

a. Schedule visit of engineer to the site on monthly basis for maintenance/ assessing the maintenance requirements. After visit of site/ sites the inspection reports shall be submitted to village Sarpanch on Spot and also submitted to PEDA by email/online within 24 hrs. Any delay in inspection will be condition to breach the agreement.

b. Visit to the site on call basis and to provide correcting and remedial maintenance services within a three days.

c. Corrective & remedial maintenance services to set right the malfunction of the SPV-SLS system. This includes supply and replacement of damaged parts/ components includes electronics/ charge controller, LED, luminaries of the system and Inter connected cables/ parts and fuse etc. with new parts.

d. In case the replacement of part, the defective part removed from the system will become the property of supplier.

e. The defective lights shall be replaced/ rectified within 72 hrs. from the time of lodge of complaint.

f. The company representative will take weekly feedback on the phone from the Village Sarpanch or his representative for functioning of lights.

g. The bidder shall submit the status reports to PEDA by 7th of every month throughout the Five Years Warranty & AMC period regarding the inspection & visit of previous month and action taken to rectify the defective lights.

33. This invitation for bids is open to all eligible Manufacturers or their authorized suppliers/ channel partner of MNRE/System Integrator who otherwise have not been debarred/ blacklisted by any Govt. Deptt.’s / organization/ PSU’s / institutions/ agencies/ autonomous Organizations. The bidders shall be required to submit a self certification by a authorized signatory duly notarized to this effect.

34. If bidder is authorized supplier, submit the certificate from their principal as per Annexure-

II.

35. Storage of Supplied Systems: Manufacturer/Supplier shall be responsible for the proper storage and maintenance of all the systems supplied at each site. Supplier shall take all the required steps to carry out the frequent inspection of the equipment/material stored as well as erected until the same is taken over by the purchaser on commissioning. This includes

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

12

adequate security measures to be taken by the suppliers to prevent theft and loss of delivered equipment/ material. All systems/material shall be stored in closed shed/secured place and necessary protection for the same shall be arranged by the Supplier as mentioned above and cost to be incurred on such activity be included in the contract price. The purchaser shall not be responsible or held liable for any loss on above account and the supplier will be responsible to make good the loss at his cost.

36. The Solar Street Lights have to be installed as per Diagram as per Annexure -X. The design should be approved by the PEDA .

37. All disputes relating to this work shall be subject to the jurisdiction of Chandigarh and Chief

Executive of PEDA shall be the sole arbitrator

38. The undersigned reserves the right to accept or reject any or all the tenders without

assigning any reason in the interest of the Punjab Energy Development Agency.

CHIEF EXECUTIVE

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

13

ANNEXURE-I

SPECIFICATIONS OF WHITE-LED (W-LED) BASED SOLAR STREET

LIGHTING SYSTEMS (STANDLAONE LIGHTS)

White Light Emitting Diode (W-LED) is a solid state device which emits light when forward electric current passes through it. A LED based solar street lighting system consists of a PV Module, control electronics, battery, and W-LED based Luminaries, all suitably mounted on a Pole. The battery is charged by electricity generated through the PV module during day time and the luminary provides light from dusk to dawn. BROAD PERFORMANCE PARAMETERS

Light Source White Light Emitting Diode (W-LED)

LED Make- CREE, NACHIA, PHILIPS Light Out put White colour (colour temperature 55000-65000K) minimum 16

LUX when measured at the periphery of 4 meter diameter

from a height of 4 meter. The illumination should be uniform

without dark bands or abrupt variations, and soothing to the

eye. Higher light output will be preferred. Mounting of light Minimum 4 metre pole mounted PV Module 1. 40 Wp under STC, measured at 16.4 V at load. Module

Voc minimum of 21V

Battery 12 V- 40 AH @ C/10, Max DoD 75%. Tubular GEL/ VRLA, Make: Exide/ HBL

OR 12 V- 40 AH @ C/10, Max DoD 75%. Tubular Lead Acid Floated Make: Exide/ HBL

Electronics Efficiency Min 90% total Duty Cycle Dusk to dawn

Autonomy 3 days or Minimum 42 operating hours per permissible discharge

Note: - (i) PEDA reserve the rights to select the type of batteries from T-GEL or Tubular lead acid

floated, decision of PEDA in this regard shall be binding on selected bidder / bidders. (ii) It will be the responsibility of bidder to ensure that an additional adherence to above

mentioned specification practically as per filed conditions. Battery back up of 20 operational hours i.e. minimum two days of lighting being functional atleast 10 hours per day even during cloudy/foggy weather.

OTHER DETAILS DUTY CYCLE The W-LED solar street lighting system should be designed to operate from dusk to dawn, under average daily insolation of 5.5 kWh /sq.m. on a horizontal surface.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

14

LIGHT SOURCE & LED LUMINARY i. The light source will be a white LED type.

ii. The colour temperature of white LED used in the system should be in the range of 55000K–65000K.

iii. W-LEDs should not emit ultraviolet light.

iv. The light output from the white LED light source should be constant throughout the duty cycle.

v. The lamps should be housed in an assembly suitable for outdoor use.

vi. The temperature of heat sink should not increase more than 20oC above ambient temperature during the dusk to dawn operation.

vii. Photo biological safety report of LED.

viii. LED driver efficiency should have ≥90%.

ix. LED Driver performance as per IEC 62384 or equivalent.

x. The LEDs used in the luminary should have operating life time more than 50000 hrs as per LM-70 test methodology are other instrumental/ BIS Standard.

xi. Aluminium Pressure Die cast for Luminary Housing.

xii. The LED Luminary should have IP 65 standard.

xiii. All LED in circuit must be connected in series.

xiv. The third party test report of LED as per LM-79-08 & LM-80-08 from MNRE accelerated test centre.

BATTERY i. 12V, 40Ah lead Acid, Tubular Positive Plate flooded electrolyte or VRLA Gel Type.

ii. The battery will have a minimum rating of 12V, 40Ah at C/10 discharge rate.

iii. 75 % of the rated capacity of the battery should be between fully charged and load cut off conditions.

iv. Battery should conform to the latest BIS/ International standards. v. PWM charging efficiency ≥96%.

ELECTRONICS i) The total electronic efficiency should be at least 90%. ii) Electronics should operate at 12 V and should have temperature compensation for proper

charging of the battery throughout the year. iii) No Load current consumption should be less than 20 mA.

iv) The PV module itself should be used to sense the ambient light level for switching ON and OFF the lamp.

v) The PCB containing the electronics should be capable of solder free installation and replacement.

vi) Necessary lengths of wires/cables, switches suitable for DC use and fuses should be provided.

PV MODULE (i) Indigenously manufactured PV module should be used.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

15

(ii) The PV module should have crystalline silicon solar cells and must have a certificate of testing conforming to IEC 61215 Edition II / BIS 14286 from an NABL or IECQ accredited Laboratory.

(iii) The power output of the module(s) under STC should be a minimum of 40 Wp at a load voltage* of 16.4 ± 0.2 V.

(iv) Open circuit voltage* of the PV modules under STC should be at least 21.0 Volts.

(v) The module efficiency should not be less than 12 %.

(vi) The terminal box on the module should have a provision for opening for replacing the cable, if required.

(vii) PV modules must be warranted for their output peak watt capacity which should not be less than 90 % at the end of 12 years and 80% at the end of 25 years.

(viii) Identification and Traceability

(ix) There should be a Name Plate fixed inside the module which will give :-

a. Name of the Manufacturer or Distinctive Logo .

b. Model Number

c. Serial Number

d. Year of manufacture

(x) A distinctive serial number starting with NSM will be engraved on the frame of the module or screen printed on the tedlar sheet of the module.

The Load voltage conditions of the PV modules are not applicable for the system having MPPT.

ELECTRONIC PROTECTIONS i. Adequate protection is to be incorporated under “No Load” conditions e.g. when the lamp is

removed and the system is switched ON.

ii. The system should have protection against battery overcharge and deep discharge conditions.

iii. Fuse should be provided to protect against short circuit conditions.

iv. Protection for reverse flow of current through the PV module(s) should be provided.

v. Electronics should have temperature compensation for proper charging of the battery throughout the year.

vi. Adequate protection should be provided against battery reverse polarity.

vii. Load reconnect should be provided at 80% of the battery capacity status. MECHANICAL COMPONENTS i. A corrosion resistant metallic frame structure should be fixed on the pole to hold the SPV

module.

ii. The frame structure should have provision to adjust its angle of inclination to the horizontal between 0 and 45, so that the module can be oriented at the specified tilt angle.

iii. The pole, arms, bracket, luminary and other mounting structures should be made of Galvanized Iron (GI).

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

16

iv. The height of the pole should be 4 meters above the ground level, after grouting and final installation.

v. The pole should have the provision to hold the luminary.

vi. The lamp housing should be water proof and should be painted with a corrosion resistant paint.

vii. A vented, acid proof and corrosion resistant metallic box with a locking arrangement for outdoor use should be provided for housing the battery at the level of 8 feet from ground level.

viii. It should be possible to mount the light source on a metallic arm attached to the Pole. The metallic arm for holding the light assembly should be extended at least 1.5 meters from the pole and set at a suitable angle to maximize uniform illumination of desired level over the specified area.

ix. The hot dipped GI Pole should have B class pipe with 5 Mtr. Length and 75mm outside dia. OTHER FEATURES (i) The system 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 green 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: (a) Name of the Manufacturer or Distinctive Logo. (b) Model Number (c) Serial Number (d) Year of manufacture

(iii) Necessary lengths of wires / cables and fuse should be provided QUALITY AND WARRANTY i. The street lighting system (including the battery) will be warranted for a period of five years

from the date of supply. ii. The PV module(s) will be warranted for a minimum period of 25 years from the date of

supply. The PV modules must be warranted for their output peak watt capacity, which should not be less than 90% at the end of Ten (10) years and 80% at the end of Twenty five (25) years.

iii. The Warranty Card to be supplied with the system must contain the details of the system.

OPERATION & MAINTENANCE MANUAL

An Operation, Instruction and Maintenance Manual, in English and the local language, should be provided with the Solar Street Lighting System. The following minimum details must be provided in the Manual:

Basic principles of Photovoltaic.

A small write-up (with a block diagram) on Solar Street Lighting System - its components, PV module, battery, electronics and luminary and expected performance.

Type, Model number, Voltage & capacity of the battery, used in the system.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

17

The make, model number, country of origin and technical characteristics (including IESNA LM-80 report) of W-LEDs used in the lighting system.

About Charging and Significance of indicators.

Clear instructions about erection of pole and mounting of PV module (s) and lamp housing assembly on the pole.

Clear instructions on regular maintenance and trouble shooting of the Solar Street Lighting System.

DO's and DONT's.

Name and address of the contact person for repair and maintenance, in case of non-functionality of the solar street lighting system.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

18

(To be submitted on Stamp Paper of Rs.100/-)

ANNEXURE - II MANUFACTURERS' AUTHORIZATION FORM

To No. dated:___________

Tender No. PEDA/2016-17/02 Dear Sir: We who are established and reputable manufacturers of

________________________ (name & descriptions of goods offered) having factories at (address of factory)

do hereby authorize M/s ___________________ (Name and address of Agent) to submit a bid, and sign the

contract with you for the goods manufactured by us against the E-tender NO.PEDA/2016-17/02.

We hereby extend our full guarantee and warranty for the goods and services offered for supply

by the M/s ______________________________ firm against this a Project in the Punjab State. Our company

will be provide full support to M/s.__________________ (Name & Address of Agent) and is agree with terms &

conditions of bid document.

Yours faithfully, (Name) (Name of manufacturers) Note: This letter of authority should be on the Stamp paper and should be signed by a person competent and

having the power of attorney to legally bind the manufacturer. It should be included by the Bidder in its technical bid.

(The list of items for which this is required should be indicated by Purchaser).

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

19

ANNEXURE -III PERFORMANCE SECURITY FORM

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank) To: (Name of Purchaser) WHEREAS ................................................................... (Name of Supplier) (hereinafter called "the Supplier") has undertaken , in pursuance of Contract No................. dated,........... 20... to supply...................... .................................................(Description of Goods and Services) (hereinafter called "the Contract"). AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ........day of...................20...... Signature and Seal of Guarantors .................................................................... Date....................................................20..... .................................................................... .................................................................... Address:....................................................... .................................................................... ....................................................................

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

20

DOCUMENTS TO BE ENCLOSED WITHIN THE OFFER

Part-I &Part-II of the tender should be comprise the following document:-

i) Part-I-Technical bid

The technical bid Part-I of tender shall be furnished complete in all respect documents

mentioned therein and following documents. (Scanned copy of the following documents

submits with technical bid).

a) Forwarding letter as per Performa –I

b) Letter of authorized supplier from the manufacturer incase bids is being submitted by

authorized supplier.

c) Photocopy of partnership deed in case of partnership firm certificate of incorporation in case

of compares selected document for others.

d) Power of attorney for authorized signatory in case of companies.

e) Details of past experience against supply made to different state nodal agencies.

f) Photocopies of certificate of satisfactory performance of system supplied to state nodal

agencies/ Govt. department along with copy of purchase order.

g) Earnest money deposit

h) Valid test report issued by SEC/ Authorized test centre of MNRE, GOI as per latest guidelines

of MNRE, GOI

i) Balance sheets for three financial years.

j) Detail of make of material for SPV Street light.

k) Guarantee

ii) Part-II – Financial bid

a) The price of Solar Photovoltaic Street Lighting System in full and complete including , FOR

destinations in Punjab all taxes & levies, octroi, VAT and any other charges etc. including five

years of warranty obligations and Five years AMC to be quoted in Financial Bid Format.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

21

PERFORMA-I

Format for forwarding letter

(To be submitted by tenderers on the official letter head of the company) No. Dated:-

To

The Director, Punjab Energy Development Agency, Plot No 1 &2, Sector 33D, Chandigarh.

Subject: - Offer in response to Notice inviting Tender no. PEDA/2016-17/02 for supply, installation

and commissioning of 50000 LED Based Solar Photovoltaic Street Lighting Systems Sir,

We here by submit our offer in compliance with terms and conditions of the Notice

Inviting. As specified, the offer has been submitted.

We also further declare:-

a) That we are submitting this offer under the above mentioned notice after having fully read

and understood the nature of the work and having carefully noted all the specifications,

terms and conditions laid down in the tender document.

b) That we have never been debarred from executing similar type of work by any

central/state/public sector undertakings/departments.

c) That we shall execute the offers work as per specifications, guidelines & terms and

conditions of the tender document.

d) That our offer shall remain valid for placement of purchase order/ orders upto one year from

the date of opening of bids.

e) We are not involved in any major litigation that may have an impact of affecting or

comprising the delivery of services are required under this contract.

f) I hereby certify that I have checked the information furnished in E-bid, it is true & correct to

the best of my knowledge & belief.

g) I/we read and accepted all the terms and conditions of DNIT.

Yours faithfully,

Proprietor (………..)

Name, Seal &Signature

(Authorized Signatory)

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

22

FORM 2 TURNOVER RECORD

(Refer Clause -15)

Name of Bidder:

(Rs. In Crores)

Annual turnover data for past three years (in all class of engineering works only)

Sr. No.

Year Turnover Ref. to Page No. ___ to ______ of Bid

Profit Loss Net Worth

1 2 3 4 5 6 7

1. 2012-13

2. 2013-14

3. 2014-15

Signature with seal of bidder

Note:

1. Bidder must complete the information in this form. 2. The information provided shall be certified by Chartered Accountant and supported by Audited Balance

Sheets. Page marking of supported documents to be done & mentioned in column 4.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

23

FORM 2A FINANCIAL CAPABILITY

Name of Bidder

Banker Name of Banker

Address of Banker

Telephone

Contact Name and Title

Fax

Telfax E-mail ID

Financial information in Rs. Crores

Actual: Previous three financial years

2012-13 2013-14 2014-15

1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Profits before taxes

6. Profits after taxes

7. Net worth (Paid up share capital + reserves & surplus) (

8. Average Net worth for last Three Years

Signature with seal of bidder

1. Bidder must fill in the form. 2. Copies of the Audited Financial Statements, including Balance Sheets (stating that the above

statement is true – signature of Chartered Accountant), for the last three years along with certified copy of Income Tax return submitted in the Income Tax Office are to be attached. Firms owned by individuals or member ships may submit their balance sheets certified by a Chartered Accountant, along with certified copy of income tax return.

3. The statement of Net Worth is to be certified by a Chartered Accountant. 4. Attach certificate from a Chartered Accountant that the bidder not suffered losses for any

reasons whatsoever in two of the last 3 years.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

24

FORM 2B FINANCIAL SOURCES

Name of Bidder:

Specify the sources of credit limit from Nationalized or Scheduled Bank (Other than a Co-operative Bank) to meet the cash flow demands of the Project

Sr. No. Source of financing

Amount (Rs in Crores)

1.

2.

3.

4.

Total

Signature with seal of bidder

1. Bidder must fill the form. If necessary, use separate sheets to provide complete banker information. The letter from the bidder’s bankers should be dated not earlier than start date of issue of this tender.

C:\Users\peda\Desktop\SLS 50000 New\DNIT-02.doc

25

.