Government e -Procurement System Tender Input Form …intra.itiltd-india.com/nni/tenders/CPPP-Input...

36
Government e-Procurement System Tender Input Form-CPPP (for ePublishing) TENDER INPUT FORM Pl. do not use special characters in any field as these characters are not allowed to enter in the actual ONLine Form. e.g. & and Colon(:) but Comma(,), slash (/), bracket ( ), dot(.) and dash (-) can be used. (A) Basic details: 1 Tender Reference No. / Tender ID * NCA6F505 2 Tender Type *(Open / Limited / EOI / Auction/ Single) Limited 3 Form of Contract * (Buy / Supply / Piece Work / Lump-sum / Multi Stage / Fixed Rate / Turn-key / Works / Sale / Item Rate / Rate Contract) Turn-key 4 No. of Covers * (1 / 2 / 3 / 4) 2 5 Tender Category * (Goods / Services / Works) Services 6 Account Type Head * (State Government Funded / Central Government Funded / Others) Central Government 7 No of Bid Openers (2 of 2) (2 of 2) 8 Payment Mode * (Offline / Online) Off-line 8a If Offline : As Per Tender Document, Not Applicable DD-Demand Draft, BG-Bank Guarantee BC-Bankers Cheque, SS-Small Savings Instrument ACG-67 Receipts, Personal Cheque , FDR, RTGS / ECS / NEFT/ As Per Tender Document (B) Cover details: No. of Covers Cover Type Contents 1 Single Cover (Fee/Prequal/Technical/Financial) N/A /A 2 Two Covers (a) Fee/Prequal/Technical (b) Financial Two Covers a)Technical b)Financial 3 Three Covers (a) Fee (b) Prequal/Technical (c) Financial N/A N/A 4 Four Covers (a) Fee (b) Prequal (c) Technical (d) Financial N/A N/A (C) NIT Document (Attached files should be in Word and Excel only ) S No. File Name Document Description Type Size 1 NCA6F505 NIT Word/excel (D) Work / Item Details: 1 Work / Item Title * 18MW Automatic SPV Module Manufacturing Line(Turn-key Basis) 2 Work / Item Description * As per tender 3 Pre-qualification Details As per Tender 4 Product Category * (select from the provided list only) Services 4a Product Sub Category * Supply, Erection and Commissioning 5 Contract Type * (Tender / Empanelment / Rate Contract) Tender 6 Tender Value * (INR / US /EUR) INR 20 Cr 7 Bid Validity days * (120 / 90 / 60 /30) If other, specify 90 days 8 Calendar Completion / Delivery Period in Days 120 days

Transcript of Government e -Procurement System Tender Input Form …intra.itiltd-india.com/nni/tenders/CPPP-Input...

Government e-Procurement System Tender Input Form-CPPP

(for ePublishing)

TENDER INPUT FORM Pl. do not use special characters in any field as these characters are not allowed to enter in the actual ONLine Form. e.g. & and Colon(:) but Comma(,), slash (/), bracket ( ), dot(.) and dash (-) can be used. (A) Basic details: 1 Tender Reference No. / Tender ID * NCA6F505 2 Tender Type *(Open / Limited / EOI / Auction/ Single) Limited 3 Form of Contract *

(Buy / Supply / Piece Work / Lump-sum / Multi Stage / Fixed Rate / Turn-key / Works / Sale / Item Rate / Rate Contract)

Turn-key

4 No. of Covers * (1 / 2 / 3 / 4) 2 5 Tender Category * (Goods / Services / Works) Services 6 Account Type Head * (State Government Funded /

Central Government Funded / Others) Central Government

7 No of Bid Openers (2 of 2) (2 of 2) 8 Payment Mode * (Offline / Online) Off-line

8a If Offline : As Per Tender Document, Not Applicable DD-Demand Draft, BG-Bank Guarantee BC-Bankers Cheque, SS-Small Savings Instrument ACG-67 Receipts, Personal Cheque , FDR, RTGS / ECS / NEFT/

As Per Tender Document

(B) Cover details: No. of Covers Cover Type Contents 1 Single Cover (Fee/Prequal/Technical/Financial) N/A /A 2 Two Covers (a) Fee/Prequal/Technical

(b) Financial Two Covers a)Technical

b)Financial 3 Three Covers (a) Fee (b) Prequal/Technical

(c) Financial N/A N/A

4 Four Covers (a) Fee (b) Prequal (c) Technical (d) Financial

N/A N/A

(C) NIT Document (Attached files should be in Word and Excel only ) S No. File Name Document Description Type Size 1 NCA6F505 NIT Word/excel

(D) Work / Item Details: 1 Work / Item Title * 18MW Automatic SPV

Module Manufacturing Line(Turn-key Basis)

2 Work / Item Description * As per tender 3 Pre-qualification Details As per Tender 4 Product Category * (select from the provided list only) Services

4a Product Sub Category * Supply, Erection and Commissioning

5 Contract Type * (Tender / Empanelment / Rate Contract)

Tender

6 Tender Value * (INR / US /EUR) INR 20 Cr 7 Bid Validity days * (120 / 90 / 60 /30) If other, specify 90 days 8 Calendar Completion / Delivery Period in Days 120 days

9 Location Detail of Work / services / items * ITI Ltd, Naini Unit, Mirzapur Road, Naini Allahabad

10 Pin code 211010 11 Pre Bid Meeting * (Yes / No), If Pre Bid Meeting is Yes

11a Pre Bid Meeting Place * 11b Pre Bid Meeting Address *

No

12 Bid Opening Place * ITI Ltd, Naini Unit, Mirzapur Road, Naini Allahabad

13 Tenderer Class * (As per tender document / NA) As per tender document 14 Inviting Officer * Purchase officer

(Enquiry Cell) 15 Inviting Officer Address with Phone and email: *

MM department, ITI Ltd, Naini Unit, Mirzapur Road, Naini Allahabad Ph 0532-2682550/2682231

(E) Fee Details: 1 Tender Charges: NA

1(a) Tender Fee 1(b) Processing Fee 1(c) Surcharges 1(d) Other Charges 1(e) Tender Charges Payable To * 1(f) Tender Charges Payable At *

2 EMD Fee details: 2(a) EMD Fee (Fixed / Percentage) Fixed 2(b) If EMD Fee is Fixed then EMD Amount:

If EMD Fee is Percentage then EMD Percentage % INR 5 lakhs

2(c) EMD Exemption Allowed (Full / Partial / None) FULL for MSME 2(d) If EMD Exemption Allowed is Partial, then

EMD Exemption Percentage %

2(e) EMD Fee Payable To * ITI Ltd 2(f) EMD Fee Payable At * Allahabad

(F) Critical Dates: Sl No Dates (DD/MM/YY) Time (HH:MM) 1 Publishing Date 2 Document Sale / Download Start Date 3 Document Sale / Download End Date 4 Seek Clarification Start Date --- 5 Seek Clarification End Date --- 6 Pre Bid Meeting Date --- 7 Bid Submission Start Date 13-02-2016 11:00 (IST) 8 Bid Submission End Date 15-02-2016 16:30 (IST) 9 Bid Opening Date (G) Uploading the Tender documents;(only pdf,jpg,xls & rar files allowed) S No

File Name Document Description (NIT / Tender / BOQ / Additional )

File Type

Size

1 2 3

4 5 Note: Pl. use some prefix to the file name which can indicate the category it belongs to. e.g. NIT_xxxxx / Tender_xxxxx / BOQ_xxxxx / Addl_xxxxx, where xxxxx is ‘Actual file name’ Prepared by: Approved by: Name/Designation Name/Designation (with Phone No.) (with Phone No.)

Product Category * (Product Category depends on Tender category) A- (If,Tender Category is Goods , choose from the following options available only )

Aviation Computer-Data processing Computer H/W Computer Manpower Computer S/W Electrical Work / Equipment Electronics Equipment Food products Furniture / Fixture Gold and Silver coins / Bars Hiring of goods Hiring of vehicles Maintenance contracts

Mechanical Engineering Items Medals, Corporate mementos / Plates Medical Equipments / Waste Metal Plates Miscellaneous goods Non dietary items Pipes and pipe related activities Sports goods / Equipments Sugar and allied products Uniforms / Curtains / Clothes UPS Others

B- (If,Tender Category is Works , choose from the following options available only )

Access Control System Adhesives Agricultural or forestry Architecture / Interior design Audio-Visual Equipment Cargo / container Ceramics Chemical / Minerals Civil Work Coal Construction Documentary film / Video film Electrical Works Entertainment / Musical instruments Explosive Government stock / Security Gypsum House keeping / Cleaning Industrial / Medical gas Information technology Iron / Steel materials Land / Building Machineries Marine works Metal fabrication

Metals Minigs Miscellaneous Nobard and rural roads Non explosive Oil / Gas packaging Pesticide Plant protection input Power / Energy projects / Products / Services Publishing / Printing Pumps / Motors Repair and Maintenance Repair works Scrap / disposables Security system Shipping / Transportation / Vehicle Solid Waste Management Stationery Stones Support / Maintenance service Surgical and sutures Survey Textile Warehouse Water Equipments / Meter / Drilling / Boring

C- (If,Tender Category is Services , choose from the following options available only )

Aids and appliances for the disabled Air Compressor Air Conditioner Automatic Bus Washing Machine Bearings Bio-Fertilizer Production Material Bus Body construction Catering Services Consultancy Crane Services Fire and Safety Handy Craft Hotel / Catering

House Keeping Jute Product Marine Services Medicines Miscellaneous Services Network / Communication Equipments Plant Protection Equipment Solar Water Heater Stationery Items Supply, Erection and Commissioning Survey and Investigation Services Weighing System

Space Layout for 18 MW Solar Photovoltaic Module Manufacturing Line (Turnkey Basis)

4.5M

20 M

PASSAGE

P A S S A G E

41 M

20 M

Note: 1. Area (41m x 20m) enclosed in dotted line in the above diagram is to be used for SPV Line 2. Please specify minimum required roof height. 3. All dimensions are in meter 4. P1, P2, P3, P4,P5 are five pillars of dimension 0.5M x 0.5M.

3.3 M

4 M

4.5M

9 M

8.5 M

8.5 M

8.5 M

0.5M

P1

P2

P3

P4

MAIN GATE

PASSAGE

Sheet 1/2

P A S S A G E

P5

8.5 M

0.5M

PACKING AND STORE

Space Layout for 18MW Solar Photovoltaic Module Manufacturing Line (Turnkey Basis)

4.5M

20 M

PASSAGE

P A S S A G E

41 M

20 M

Note: 1. Area (41m x 20m) enclosed in dotted line in the above diagram is to be used for SPV Line 2. Please specify minimum required roof height. 3. All dimensions are in meter 4. P1, P2, P3, P4,P5 are five pillars of dimension 0.5M x 0.5M. 5.All the equipment will be Inline.

3.3 M

4 M

MAIN GATE

PASSAGE

Sheet 2/2

P A S S A G E

TABBER/ STRINGER WITH LAYUP

MANUAL BUSSING & VISUAL INSPECTION

L A M I N A T O

R 1

L A M I N A T O

R 2

EL TESTER

GLASS WASHER

REPAIRING STATION

EVA /BACKSHEET CUTTER BUS BAR

EDGE TRIMMING, SILICONE SEALANT, DISPENSING FRAMING, JUNCTION BOX FIXING, SUN SIMULATOR TESTING

PACKING AND STORE

S.No.

Vendor’s C

onfirmation

The complete line m

ust be suitable for SPV m

odule manufacturing of 9 x 4 m

atrix using1/3 cut cell to 12 x 6 matrix using full cell.

3Technical Specifications

Cell breakage (Line) : < 1 %

Cell Thickness : > 160 µm

Module Size : U

p to 2000 mm

x 1000mm

or larger

Solar Cell size : 156m

m x 156m

m. &

upto 1/3rd of 156mm

x 156 mm

.Solar C

ell type : Mono and M

ulti crystalline

Cell G

eometry : Square/ Pseudo square

Matrix : 6 x 12(C

ell size 156mm

x156mm

)

Working hours / D

ay : 14 hoursY

early working D

ays : 300 Days

Total hours : 4200 hours

Watts / M

odule : 300 Watts

No. of C

ells/Module : 72 Pcs.

Solar Cell size : 156 m

m x 156 m

m

The scope of this tender is for supply, installation & com

missioning, process optim

ization & w

arranty with spares for m

inimum

of 02 years for SPV m

odule m

anufacturing line on turnkey basis for the capacity (as defined below) of 18M

W. The scope also includes the layout design &

required training. Post w

arranty AM

C (com

prehensive : both labour & parts) to be quoted separately.

Scope:

Basis for capacity Calculation:

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

2

Lamination C

ycle time : 20m

in (with fast cure EV

A) including loading &

unloading

1

Uptim

e :3360 hours (80 % of 4200 hours)

Cell Pow

er : 4.17 Watt

S.No.

Vendor’s C

onfirmation

S.No.

Main Equipm

entQ

ty.4.1.1

Autom

atic Glass w

asher 1 N

o.4.1.2

Autom

atic Tabber & Stringer M

achine 1 N

os. of 1400 cells/hror

2 Nos. of 700cells/hr

4.1.3A

utomatic Lay up Station w

ith manual bussing facility

1 Sets4.1.4

ElectroLuminescencs tester

1 Nos.

4.1.5A

utomatic V

acuum Lam

inator2 N

os.4.1.6

Solar Module Tester (Sun Sim

ulator)1 N

o.

4S.N

o.M

iscellaneous Equipment

Qty.

4.2.1Edge Trim

ming Station

1 No.

4.2.2A

utomatic Silicone dispensing unit for Fram

es1 N

o.4.2.3

Framing Station for C

orner type Frames

1 No.

4.2.4Sealant A

pplicator for junction Box Fixing

1 No.

4.2.5A

utomatic EV

A &

Back sheet C

utting Machine

1 No.

4.2.6A

utomatic R

ibbon Cutting M

achine1 N

o.4.2.7

High V

oltage (HI-PO

T) Test Station1 N

o.4.2.8

Gel content &

Peel strength test setup1 Set.

4.2.9D

ark current Test Setup1 N

o.4.2.10.1

RFID

(Reader &

Writer) System

1 Set4.2.10.2

Bar code Printer &

Reader System

1 Set4.2.11

Repair Station

2 Sets4.2.12

Intermediate Transport alongw

ith required Go/N

o Go conveyor &

Handling System

As per ITI Ltd.layout &

m

entioned capacity

4.1 List of Main Equipm

ent for the Production Line :

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

4.2 List of Miscellaneous Equipm

ent for the Production Line :

List of Equipments:

4

S.No.

Vendor’s C

onfirmation

S.No.

Trolleys & C

arts Q

ty.4.3.1

Glass handling trollys (C

apacity minim

um 200 glasses)

2 Nos.

4.3.2C

ell handling trolly/carts2 N

o.4.3.3

Cut B

ack sheet handling cart 3 N

os.4.3.4

EVA

cut sheet handling cart3 N

os4.3.5

Laminated panel transfer trolly/cart

3 Nos.

4.3.6Fram

ed Module transfer trolly/cart

3 Nos.

4.3.7A

luminum

Frame Transfer Trolley

2 No.

4.3.8C

orner Block Transfer Trolley

1 No.

4.3.9B

uffer Stacks for Laminates

4 Nos.

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

4.3 List of Trolleys & C

arts :

NO

TE: Any item

not indicated in the above list but mandatory for sm

ooth functioning of 18 MW

Solar Photovoltaic Module M

anufacturing Line (Turnkey Basis) m

ust be part of the total offered line cost.

4

S.No.

Vendor’s C

onfirmation

4.1.1Sl N

o.Param

eterSpecification

1The glass sheet w

asher shall be 2 stage machine capable of doing the

operations indicated :> 1. Scrubbing w

ith Water

2. Drying

2M

aterial of Construction

Construction should be of Stainless Steel of suitable thickness

for sturdiness & non-corrosivness.

a) Scrubbing with hot w

ater on top & bottom sides w

ith rotating non abrasive nylon brush on both side of the glass sheet .

b)Provision of recirculating of water (for reduced consum

ption) is essential.

4H

ot water Tank

In-built Hot W

ater Stainless Steel cevered Tank with adjustable

Temperature setting of upto to 60 deg C

or higher.

5D

rying Mechanism

Through blower w

ith high velocity air knives. (Blower should

have replaceable Air Filter.)6

Minim

um G

lass Sheet Dim

ension under Cleaning

400mm

X 400mm

or lower

7M

aximum

Glass D

imension under C

leaning1000m

m X 2000m

m or higher

8G

lass Thickness3 m

m to 4 m

m

9C

leaning Process Speed1 M

eter/ min. or better

10M

otorized Conveyor Including Loading & U

nloading All m

otorized conveyors must be able to handle glass sheet of

above given size & must be fitted w

ith rubber coated rollers to safeguard the glass from

marks, im

pressions and scratches.

Loader & Unloader stage m

ust be capable of holding complete

glass sheet of 1000mm

X 2000mm

or higher.

11Vacuum

Pickup SystemVacuum

pickup system required for pickup of glass from

Glass

Trolley and placing it at loading stage of glass washer.

12W

aste Water D

rainage Suitable drainage outlet m

ust be provided for waste w

ater.

a) Auto stop safety sensor at Output conveyor

b) Splash Guard

3W

ashing Mechanism

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

13Essential Features

Specification of Autom

atic Glass w

asher (Qty: 01N

o.)4

S.No.

Vendor’s C

onfirmation

44.1.2

Sl .No.

Parameters

Specification>1400 cells / hour (1 m

achine) or > 700 cells / hour (2 m

achine).M

inimum

/ Average throughput should be more than 1300

cells/hour2

Cell Size

156 mm

x 156 mm

&upto 1/3rd of 156m

mx156 m

m.

Please specify provisions for other sizes of cut cells. 3

Cell G

eometry

Square & Pseudo square 4

Num

ber of busbars on cell 2, 3 and 4 busbar U

pgradation to 5 busbar is preferable (optional)5

Cell BusBar Spacing

Machine should be capable of handling 2, 3 & 4 bus bar

variable standard spacing.6

Ribbon w

idth1.2m

m to 2.0 m

m7

Accuracy of ribbon placem

ent on cell<

0.2mm

8C

ell Breakage<0.3%

9Cell thickness

> 160 m

icron 10

Loading of cellsLoading of cells from

cell stack11

Capacity of one cell stack

100 or more cells

12N

umber of cell stack

4 or more

13Soldering ribbon

Machine should be capable of soldering using S

n-Pb coated, S

n-Pb -Ag coated C

opper contacts & also lead

free soldering ribbons.14

Vision system

Autom

atic Cell alignm

ent & inspection for identification

of defective cells by camera system

.

1

Specification of Autom

atic Tabber & Stringer M

achine (Qty;01 nos.)

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

Throughput of the machine

S.No.

Vendor’s C

onfirmation

44.1.215

Rejection bin

Rejection bin for defective/broken cell

Preheating of the Cells

Pre fluxing & drying system for ribbon

Cutting of ribbon to the required length & positioning on cells

Soldering process : conduction / IR / H

ot Air / Induction or com

binationSoldering system

must be capable of soldering cells w

ith continuous & discrete bus bars on cells

17C

ell & string transport systemC

onveyor/Vacuum/R

obot/walking beam

.

18N

umber of cells for string

1 to 12 number of cells or m

ore of 156mm

x 156 mm

cells

19D

istance between C

ells within string

variable, 2 mm

to 5 mm

or beyond20

Distance betw

een stringsvariable, 2 m

m to 5 m

m or beyond

21O

perator controlEm

bedded PC w

ith touch-screen display (along with C

olour Laser printer) control for setting/adjusting process param

eter ie tem

perature, cell spacing, cell per string, tab length etc, .

22Loading of ribbon spool & flux

Hassle free loading system

for ribbon spool & flux23

Tools & jigs All the tools & jigs needed for full cells &cut cells m

ust be part of the basic m

achine.24

Rem

ote assistanceEthernet connection for online rem

ote assistance/defect tracking system

in machine to be provided .

Specification of Autom

atic Tabber & Stringer M

achine (Qty;01 nos.)

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

16Soldering system

S.No.

Vendor’s C

onfirmation

44.1.3

a)A

utomatic Lay up Station

Sl .No.

Parameters

Specification1

Throughput Throughput of layup station m

ust match or exceed Tabber-

Stringer & is to be integrated with the Tabber-Stringer m

achine.Specify throughput.

2G

lass size2000m

m x 1000m

m (L x W

) or higher , (3mm

to 4mm

thickness).

3Additional input Buffer conveyor

Additional input buffer conveyor required to place 02no. of G

lass with EVA, as a buffer .

4Loading & centering of glass

Motorized input conveyor for loading of glass w

ith EVA to the layup station . Arrangem

ent of centering of glass (with EVA)

5Vision system

Vision system w

ith camera for precision alignm

ent & positioning of cell string on glass

6M

atrix capacityAdjustm

ent for variety of cell sizes & cell matrix , eg. of 9 x 4

matrix using1/3 cut cell to 12 x 6 m

atrix using full cell.7

String rotationProvision of R

otation of cell string by 180 degree for interconnection by m

achine.8

Operation & C

ontrolTouch screen for setting param

eters for number of :

1. Strings per module,

2. String spacing & 3.O

rientation of cell string on glass. etc.Inspection system

for checking of soldering, cell alignment &

cell breakage.The defective string m

ust be placed on reject tray by the m

achine. 10

Rew

orked StringsM

inimum

2 positions.11

Conveyor system

Seamless m

ovement/transport of layup assem

bly through autom

atic conveyor.

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

Integrated motor driven Inline loading , unloading &

rejection conveyors.

9

Specification of Autom

atic Lay up Station with m

anual bussing facility (Qty:01 set)

Inspection system

S.No.

Vendor’s C

onfirmation

b)Ball table/C

onveyer with vacuum

holding cup facility (inline) for holding layup assem

bly suitable for interconnection of string. (2 nos bussing station)

Temperature controlled soldering station for bussing .

2nos soldering station for each bussing station (01each num

ber either side) Total 04 nos.

01 number Ball table/C

onveyer with vacuum

holding cup facility (inline) for holding layup assem

bly suitable for putting Cell

holding tape on cells.2

Station for final laminate assem

bly with EVA & Back sheet

01 number of Ball table/C

onveyer with vacuum

holding cup facility (inline) for final lam

inate assembly w

ith EVA & Back sheet

3Inspection table w

ith mirror

01 number of inspection system

(inline) with m

irror for physical inspection of pre-lam

inate assembly.

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

1M

anual bussing facilityM

anual bussing facility

S.No.

Vendor’s C

onfirmation

44.1.4

Sl .No.

Parameters

Specification1

EL systemThe inline EL system

should be capable to capture & display EL im

age of each individual silicon solar cell (mono & m

ulti crystalline) of any size & shape.

2Fault detection capabilities

EL tester should be capable of detecting Micro crack, Edge

defects, Printing defects, Low efficient area, False detection on

framed & unfram

ed modules before & after lam

ination of any thickness.

3Throughput

The EL tester station must m

atch or exceed the throughput of the line.

4M

odule size for measurem

entU

pto 2000mm

x1000mm

or larger5

EL test condition> 60 V & > 10 A (typical biasing)

6Test probe connection

Manual

7C

amera Specification

High resolution C

CD

IR/ near IR

camera

(minim

um 02nos. cam

eras system for taking im

ages).(D

etail to be provided by the vendor)8

Image acquisition tim

e< 90 seconds

9C

amera R

esolutionM

inimum

4 MPix

10Pixel size

10 micro m

eter or better11

Image resolution

500 micro m

eter or better12

Software & G

raphicsO

perator controlled user friendly automatic im

age processing softw

are to store & reload images for detailed analysis later on.

Detection & classification of defects.

Provision to enhance the field of view.

All the required software backup should be provided in

CD

/DVD

.

13C

omputer

Industrial computer w

ith latest OS, keyboard, m

ouse & all required interfaces,inbuilt high perform

ance graphic card, accessories w

ith display monitor of m

inimum

of 32 inches flat LED

screen.(D

etail to be provided by the vendor).C

olour Laser printer should be provided as a part of machine..

14R

emote access facility

Ethernet connection for online remote assistance/defect

tracking system in m

achine to be provided .

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

Specification of Inline Electro-Luminescence Tester (Q

ty :01 nos.)

S.No.

Vendor’s C

onfirmation

44.1.5

Sl .No.

Parameters

Specification1

Laminator stages

Single stage laminator capable of lam

inating minim

um of 03

numbers of PV lam

inate of size 2000mm

x 1000mm

per cycle.

Minim

um Length: 3300 m

mM

inimum

Width: 2050 m

m3

Loader & Unloader

Automatic Inline loader & U

nloader capable to accomm

odate 03 num

ber of laminates assem

bly (size 1000mm

x 2000mm

) w

ith suitable gaps.4

Type of heatingElectrical H

eaters 5

Lamination & C

uring Temp R

angeU

p to 160º C

6Tem

perature Uniform

ity± 2º C

at 150º C in the entire Lam

ination area7

Laminating Pressure

1 atm8

System C

ontrolPLC

with data back up facility.

Touch screen control to be provided for smooth operation &

setting different parameters like tem

perature , time, vacuum

, duty cycle of heaters, etc.D

isplay of above said process parameters.

9Final Vacuum

Pressure< 1 m

bar 10

Evacuation Time to 1 m

bar Less than 120 Sec

11Vacuum

Generator Pum

p In built (Leybold / Edw

ards /Pfeiffer/Varian/ Agilent /Alcatel/ Sim

ens/ Mitsubishi)

12Technology

Heavy duty vacuum

pump to achieve vaccum

< 1mbar in less

than 2 minutes w

ith condensable trap to prevent clogging of pum

p with additional external oil m

ist filter.13

Diaphragm

life> 4000 cycle (quick change over facility of diaphragm

)14

Cooling

Cooling facility to be provided at unloader stage

Laminator shall have provision for Program

mable

(Temperature, Pressure and Tim

e) profiling with standard

library.H

eater should be modular in type and quickly replaceable.

Two sets of release sheet of teflon covering w

hole platen area on both sides of the lam

inate should be provided.(total 04 nos)

Provision for cleaning of platen & silicon mem

brane.Equipm

entshould

haveprovision

ofallnecessary

protectionsincluding overheating.O

neset

ofSilicon

Mem

braneshallbe

providedas

sparew

ithstandard system

.

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

15O

ther requirement

Specification of Inline Autom

atic Vacuum Lam

inator (Qty: 02 nos)

2Effective Lam

ination Area

Fault indication through audio-visual alarms.

Allnecessary

safetyprovisions

forelectrical

andvacuum

systemare

tobe

incorporatedto

ensureproper

protectionof

man & m

achine against hazards.

S.No.

Vendor’s C

onfirmation

44.1.6

ABC

Parameters

Range

1R

atingA

AA

( Under IEC

60904 -09 specification)2

PV M

odule Dim

ensions2000 m

m x 1000 m

m or higher

3Lam

p TypeX

enon Lamp / LED

light source4

Flashing Method

Dual Flash or LED

type. 5

Pulse width at 1,000 W

/m2

Minim

um 10 m

s 6

SpectrumA

M1.5G

– Class A

, as per IEC 60904-3

7Total illum

inated areasize 2000m

m x 1000m

m or higher

8O

verall illumination N

on-uniformity

< 2%9

Irradiance Spatial Non-U

niformity

Class A ( IEC

Acceptable)10

Temporal Irradiance Stability

Class A ( IEC

Acceptable)11

Temp. &

Light irradiance correctionThe

Equipment

shouldhave

provisionfor

Temp.&

Lightirradiancecorrection

12Lam

p / LED Life

>2,00,000 flashes with 1,00,000 flashes for each lam

p.(m

ultiplelam

psw

ithcum

ulativelam

plife

ofspecified

valueis

acceptable)O

R> 30000 hours of life (in case of LED

light source)13

Light Intensity Range

Adjustable from

400 to 1000 W/m

2 or wider range

14V

oltage range 0 to 60 V

FS or better in multiple ranges

15C

urrent range 0 to 12A

FS or better in multiple ranges

16C

urrent & V

oltage Accuracy

0.2% of FS or better

17Total C

ycle Time

20 seconds or better 18

Reference C

ellM

onoC

rystallineSilicon,as

perIEC

60904-2(C

alibrationcertificate

from authorized test lab shall be provided)

19Filters

Appropriate filters,if any, of light source for measurem

ent must

be part of the standard equipment.

• Equipment should be capable of testing m

ono / poly crystalline silicon modules and Thin film

modules and shall take sufficient num

ber of data points to provide accurate and repeatable results

Specification of Solar Module Tester (Sun Sim

ulator) (Qty: 01 no)

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

• The equipment should m

easure illuminated P-V & I-V characteristics as per IEC

60904-1 and parameters like open circuit voltage, short

circuit current, maxim

um pow

er point current, maxim

um pow

er point voltage, load current and power at a fixed load voltage, fill factor, cell

efficiency, Module efficiency, R

-series, R-shunt, cell tem

perature, intensity of illumination D

ate & Time of m

easurement etc

Inline Automatic Table Top type Solar M

odule Tester(Sun Simulator w

ith loader & unloader) for Solar Modules testing , w

ith Xenon / LED light

source that closely match the solar spectrum

while avoiding the excessive solar cell heating

Technical Features

Technical Parameters of Sun Sim

ulator

20C

ontrol systemThe

equipmentshould

haveinbuilt/externalPC

&m

ustbesupplied

with H

eavy duty color Laser printers 21

RFId Interface

Necessary

arrangement

tobe

providedfor

interfacingw

ritabledata

transferfrom

SunSimulator

toR

FIdSystem

throughW

i-Fi(Third

Party system acceptable).

S.No.

Vendor’s C

onfirmation

44.2.1Sl .N

o. 1

Table typeTurn table / Ball table w

ith vacuum holding system

2D

imensions

Suitable to handle laminate upto 2000 m

mX 1000 m

m X 5.5

mm

OR

Higher.

3Trim

ming operation

Manual edge trim

ming by standard electric hot knife.

(04 nos of Electric hot knife to be supplied along with one table)

4.2.2Sl .N

o.

1D

ispenser typeAutom

atic machine to put defined am

ount of silicon sealant in alum

inum fram

e.2

Flow control

Selectable flow control.

3D

ispensing head/Frame m

ovement

Automatic adjustable X,Y & Z axis m

ovement of dispensing

head/frame w

ith speed control.4

Frame glueing length

Upto 2000m

m O

R H

igher5

Pump for silicon drum

Automatic silicone dispensing pum

p for silicone drums w

ith provision for single part sealant.

6O

perationTouch screen panel for operator control

4.2.3Sl .N

o. 1

Framing

Automatic fram

ing station with fixing facility of all four sides of

aluminium

frames.

2Fram

ing sizeFram

ing station must be capable of fram

ing upto 2000m

mx1000m

m O

R H

igher & frame height up to 50m

m.

Minim

um fram

e size must be indicated.

3C

orner block fixing & PunchingC

orner block fixing & punching for pressing the corner into the shorter/longer arm

frames.

4H

andling systemH

andling system for loading & unloading of the unfram

ed & fram

ed laminated panel should be through pneum

atic lifter .

4.2.4Sl .N

o. 1

Sealant dispenserPneum

atic dispensing gun to dispense silicone adhesive for attaching & sealing the junction box to the m

odule.Provision for connecting dispensing gun w

ith the silicon dispensing pum

p provided for frames.

2Flow

controlSelectable flow

control.

Specification/Requirem

ent

Framing Stations for C

orner type Frames: (Q

ty: 01no)Specification/R

equirement

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

Sealant Applicator for junction B

ox Fixing (Qty: 01no)

Edge Trimm

ing Station (Qty: 01no)

Specification/Requirem

ent

Autom

atic Silicone dispensing unit for frames (Q

ty: 01no)

Specification/Requirem

ent

3H

ot melt G

un2 N

os. Hot m

elt Gun required for quick fixing of junction box by

hot melt glue

4Turn table

Turn table with vacuum

holding system for holding the PV

modules during junction box fixing.

S.No.

Vendor’s C

onfirmation

44.2.5Sl .N

o. 1

Cut size

Maxim

um cut m

easure: 2000mm

(length) x 1100mm

(width) O

R

2M

achine controlTouch screen adjustm

ent for parameter for cut length, num

ber of cut, speed etc.

3piece counter

Automatic piece counter.

4Spool diam

eterSpool diam

eter 300mm

Typical5

Incision facilityFacility for m

aking incision/slit for the ribbon exit for connection to junction box

6Spool loading

Simple loading facility for spool

7Spares

02 nos of spare blades.

4.2.6Sl .N

o. 1

Cut ribbon type

Suitable for all types of ribbon material

2C

ut ribbon thickness & width

Facility to cut ribbon of different thickness (0.1mm

to 0.5mm

) & different w

idth ( from 1m

m to 6m

m)

3Piece counter

Automatic piece counter

4R

ibbon straightening M

achine must m

aintain straightness of the cut ribbon.5

Spool loadingSim

ple loading facility for ribbon spool6

L- shaping of Ribbon

Jig/ Tool for L-shaping of ribbon required in bussing operation.

4.2.7Sl .N

o. 1

Max m

odule size under testIn-line w

ith Sun simulator H

i-Pot test station must be able to

test the SPV module size upto 2000m

m x 1000m

m or larger.

2Param

eter setting & Display

Programm

able applied voltage , ramp tim

e, dwell tim

e & allow

able leakage current with LC

D display .

3Specific requirem

entSystem

should meet the H

igh voltage requirement of U

L-1703, IEC

-61215 & IEC-61730

4Failure detection

Test station must have built-in failure detection system

5Accessories

The test setup must include all necessary accessories for

6Safety kit

Safety kit for operators.

4.2.8Sl .N

o.

Test station with all necessary equipm

ent & accessories to evaluate gel content shall be provided.Test station w

ith equipment, chem

icals etc to evaluate peel strength, encapsulate adhesion & ribbon pull strength.

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

Specification/Requirem

ent

Gel content &

Peel strength test setup (Qty: 01 set)

Specification/Requirem

ent

High Voltage (H

I-POT) Test Station: (Q

ty: 01no)

Specification/Requirem

ent

1Q

uality test system

Specification/Requirem

ent

Autom

atic Ribbon C

utting machine (Q

ty: 01no)

Autom

atic EVA &

Back sheet cutting m

achine (Qty: 01no)

4.2.9Sl .N

o. 1

Dark current test

Programm

able test setup to check dark current of module upto

300 Watt or higher

Dark current Test setup (Q

ty: 01no)Specification/R

equirement

S.No.

Vendor’s C

onfirmation

4.2.10.1

1i)ii)iii)iv)v)vi)1.1i)ii)iii)

Tag Read/W

rite Distance: M

in. 10 cm

Client PC

: The station must include suitable client PC

for Data Back up and other activities

Interfacing Software for Fixed U

HF R

FID R

eader/Writer Station

Software for accessing com

plete Test Results & I-V C

urve of all OEM

make SPV M

odule Tester & writing the sam

e as per scope.

User friendly softw

are with drop dow

n menu

Provision for adding/ editing the values

(iv) For SPV Module: M

onth and year of manufacture & C

ountry of origin

RFID

system m

ust be integrated with Sun Sim

ulator equipment

Specification of RFID

System (Q

ty:01 no)Vendor M

ust fill up the compliance statem

ent/ Rem

arks

Part A: Passive U

HF R

FID System

for SPV Modules

(i) Nam

e of the manufacturer of SPV M

odule

To read & display the written data in the tag w

henever required

(vi) Peak Wattage, Im

p, Vmp, Isc, Voc and FF for the m

odule.(vii) U

nique Serial No and M

odel No of the m

odule(viii) D

ate and year of obtaining IEC SPV m

odule qualification certificate(ix) N

ame of the test lab issuing IEC

certificate

(ii) Nam

e of the Manufacturer of Solar cells

(iii) For solar cells: Month and year of m

anufacture & Country of origin

(v) I-V curve for the module w

ith ITI Logo

(x) Any other information required as per JN

NSM

Fixed UH

F RFID

Reader/W

riter StationTo W

rite encoded Test Results & I-V C

urve (as per scope) into the RFID

tags.

Protocol: EPC G

en 2 Com

pliantInterface: U

SB Type

Purpose: Passive UH

F RFID

System com

prising of:a)Fixed

UH

FR

FIDR

eader/Writer

Stationw

ithInterfacing

Software

toaccess

complete

TestResults

&I-V

Curve

ofallOEM

make

SPVM

oduleTester, b) H

and-held UH

F RFID

Reader &

respective suitable software/m

iddleware to interact w

ith the system.

Thesystem

shallbeused

forStoring

ofSPVM

oduledata

inthe

PassiveR

FIDTag

asper

JawaharlalN

ehruN

ationalSolarM

ission(JN

NSM

)guidelines for traceability &

read the same at site.

Scope:Supply&

InstallationofPassive

UH

FR

FIDSystem

.Thesystem

willaccess

complete

TestResults

&I-V

Curve

ofallO

EMm

akeSPV

Module

Tester,Storein

PassiveB

lankR

FIDTags

(UH

F)andboth

theR

eadercanread

thedata

atfixedplace

&atsite

asperJaw

aharlalNehru

National Solar M

ission (JNN

SM) guidelines for traceability. The System

shall be used to Store & R

ead following Inform

ation:

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

S.No.

4.2.10.1V

endor’s Confirm

ation2i)ii)iii)iv)v)vi)vii)viii)ix)x)2.1

Qty: 10000 nos (to be supplied w

ith RFID

System)

123456789

4.2.10.2

1Bar C

ode Printer Suitable

industrystandard

Barcodeprinter

systemincluding

computer

&its

software

etc.,for

coding&

printingof

alphanumeric data of the SPV m

odule on stickers. 2

Bar Code R

eaderSuitable

industrystandard

Barcodereader

includingdisplay

alongwith

software

etc.,for

readingof

thebarcode

fromstickers.

3Barcode sticker

Suitable Barcode stickers: Qty: 10000 nos (to be supplied w

ith Barcode Printer and R

eader System)

Hand-held U

HF R

FID R

eaderTo read & display Test R

esults & I-V Curve (as per scope) from

the RFID

tags of the SPV Modules installed at the site.

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

IP65 Com

pliant

Protocol: EPC U

HF C

lass 1 Gen 2 C

ompliant

Input: QW

ERTY keyboard, Touch Screen, O

utput: LCD

Screen

Specification of Barcode Printer and R

eader System (Q

ty:01 no)Vendor M

ust fill up the compliance statem

ent/ Rem

arks

Size: 4.5" x 1" (typical)Adhesive (U

L Certified) backing for easy attachm

ent directly to SPV Module Back sheet w

ith peel off paper

Tag should be laminated w

ith UV Proof M

aterialM

odule identification details as well as com

pany logo shall be pre-printed on RFID

Tag. Details to be provide at the tim

e of PO.

Mem

ory Size: 512 bits (suitable for storing SPV Module data)

TheR

FIDtag

shallbecom

patiblefor

writing

dataw

ithfixed

RFID

writer

stationusing

thedata

extractedfrom

theSPV

Module

testeras

perJN

NSM

guidelines. Portable RFID

reader must be capable to read the data stored in R

FID tag at site.

Face Material: PET or W

hite Polyester

RFID

TAG TEC

HN

OLO

GY: Passive U

HF (EPC

Gen 2 com

pliant)

Battery Life: 1.5 hours continuous read or more

Accessories: Rechargeable Battery (2 Sets), C

harger, Cable & Pow

er Adaptor, Mem

ory Card (2 G

B Minim

um)

Processor & Internal Mem

ory: 400 MH

z, 128 MB Flash, 64 M

B RAM

Tag Read R

ange: 1 meters (M

inimum

)M

inimum

External Mem

ory: 2 GB

Frequency Range: 865-867 M

Hz

Software: suitable s/w

to read & display in LCD

screen as per our scope.

PUR

POSE:Storing

ofSPVM

oduledata

inthe

Tag&

fixingiton

tothe

SPVm

odulesas

perJaw

aharlalNehru

NationalSolar

Mission

(JNN

SM)

guidelines for traceability.

Specification Part B

: Blank U

HF R

FID Tag

Type: Passive Blank RFID

Tags (UH

F) for writing SPV M

odule data

Vendor’s C

onfirmation

S.No.

4.2.11

Suitable for 1x12 string (For full cell & cut cells upto 1/3 of full cell)Tem

perature controlled soldering & Desoldering setup.

Hot plate for preheating.

4.2.12

1Interm

ediate Transport & Handling system

Standard Push button/ Ball roller / Motorised transport conveyer

system for sm

ooth transport along the line between each

manufacturing stage as per ITI lay out.

Qty.

2 Sets

1R

epair Station facility

Intermediate Transport &

Handling system

(Qty: 01 set)

Specification/Requirem

ent

Tools for Maintenance

Repair Station (Q

ty: 2 sets)

Spares :

Maintenance tools for the com

plete line.

Com

plete list of spare items to be listed &

quoted.Please provide List of spares against each equipm

ent (From 4.1.1 to 4.1.6 , From

4.2.1 to 4.2.12 & From

4.3.1 to 4.3.9)

Vendor shall provide training for operation &

maintenance as per requirem

ent at ITI Ltd. Naini at the tim

e of installation & com

missioning as a part of supply.

All utility requirem

ents , a) Electrical, b)Com

pressed air, c) Water (R

aw &

DI), d) Exhaust, e) D

rainage, f) Environmental requirem

ent or any other requirement, against

each equipments (From

4.1.1 to 4.1.6 & From

4.2.1 to 4.2.12) may please be provided:

10

Utilities:

Installation Com

missioning , Process optim

ization & Trial run:

Training

Com

plete list of Consum

ables items to be listed &

quoted.Please provide List of C

onsumables against each equipm

ent (From 4.1.1 to 4.1.6 , From

4.2.1 to 4.2.12 & From

4.3.1 to 4.3.9)

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

Consum

ables :

789 6 5

Vendor shall under take Installation and com

missioning of all equipm

ent at ITI Ltd. Naini site free of any additional cost.

Vender shall optim

ize the process & conduct trial run of the com

plete line. For trial run purpose vender has to arrange all the required material for

manufacturing of finished SPV

module (consisting of 6 x 12 m

atrix of 4.17 watt Poly C

-Si cells of size 156mm

x 156mm

& also for cut cell upto 1/3 of full cell).

After process stabilization vendor has to produce m

inimum

40 nos (30 nos with full cells , 5 nos w

ith 1/2 cut cells & 5 nos w

ith 1/3 cut cells) defect free complete

finished module using m

aterial brought by vendor for trial run. These samples w

ill remain at ITI Ltd. N

aini.The m

aterial for the above activities is to be arranged by vendor & it should be the part of the basic offer.

Specification/Requirem

ent

Vendor’s C

onfirmation

AM

C for a period of 5 years after expiry of w

arranty period shall be quoted (comprehensive -both labour and parts).H

owever, A

MC

may be aw

arded only after the com

pletion of Warranty period.

Annual M

aintenance Contract (A

MC

) for the Post Warranty Period:

Vendor shall provide On-site w

arranty including all necessary spares & consum

able for complete line free of cost (list m

ay be attached) for a m

inimum

period of 2 years from date of com

missioning.

On intim

ation by ITI Ltd., during first month of actual production, vendor has to station engineer at its ow

n cost at ITI Naini site for sm

ooth operation of Autom

atic SPV manufacturing line. Further vendor has to depute service engineer (w

ithin 48 hours) as & when required during the rem

aining warranty

period.

15

(II) Weight in Kg.

(III) Vendor shall provide a drawing/layout for the entire line along w

ith product flow as per ITI layout (Space layout draw

ing enclosed ) considering m

aintenance & service aspects also.

Floor Space requirement

Vendor shall provide follow

ing information for each equipm

ent

All necessary standard safety requirements for electrical, vacuum

, hydraulic systems m

ust be taken care off to ensure protection to both system and

operator against any malfunction. Installed equipm

ent must have easy accessibility for m

aintenance (electrical,mechnical , electronic & others)

(i) foot print dimension ( in m

m)

Safety & M

aintenance Features:

14 12 1113

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

OEM

inspectionPrior to dispatch O

EM has to inspect all the equipm

ents as per ITI Ltd. Specifications & also has to conduct trial run of equipm

ent at his works . O

EM has to enclose

inspection report & trial run report along w

ith the dispatched equipment.

(IV) Vendor has to indicate whether any special foundation is required for any equipm

ent (civil work).

Onsite W

arranty with Spares &

consumable for m

inimum

of 2 Years:

16S.N

.Particulars

Vendor's C

onfirmation

1V

endor shall supply , install, integrate 18 MW

SPV m

odule manufacturing line (Turn

Key basis) along w

ith conveyor/transport system.as per ITI specification.

YES/N

O

2A

ll the major equipm

ent (from 4.1.1 to 4.1.6) of 18 M

W SPV

module m

anufacturing line shall be from

a single OEM

or guaranteed by a single OEM

. The supplier m

ust furnish an undertaking from the O

EM on O

EM letter head in this regard.

How

ever the vendor/ supplier shall be fully responsible for the complete line in

respect of warranty, m

aintenance , spares & all other conditions.

Part offer is not acceptable.

Yes/N

oA

ttach undertaking from O

EM stating that they w

ill be responsible in respect of w

arranty, maintenance , spares &

all other conditions for the m

ajor equipment sold to ITI N

aini.

3The m

ajor equipment (from

4.1.1 to 4.1.6) are CE/SEM

I or UL certified.

Yes/N

o

4D

etail of individual equipment, consum

able, recomm

ended spare parts, installation &

comm

issioning, layout design, training etc. must be provided in the technical bid &

sam

e to be quoted in comm

ercial bid.

Yes/N

o

5Specifications of all the equipm

ent must be supported by technical catalogues and

data sheet of OEM

& the sam

e must be provided along w

ith the technical bid.Y

es/No

6O

ver all line breakage ≤ 1%Y

es/No

7O

ffers should be for new equipm

ent and not for any refurbished / used equipment

Certified new

equipment,Y

ES/NO

8V

endor shall have its own establishm

ent in India with full service support.

Yes/N

o

Pre-Qualification C

riteria Check-List:

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

9(a) The vendor m

ust have already supplied and installed similar SPV

Module

manufacturing line w

ith major equipm

ents of same m

ake, in India & it m

ust be operating successfully for at least last 1 year. (ITI officials m

ay visit the site for verification).(b) Please provide C

ustomer list for the above said line.

(a)Yes/N

o(b) custom

er reference list enclosed;Yes/N

o

10O

nsite warranty w

ith spares for period of minim

um tw

o (2) years from the date of

comm

issioning of SPV m

anufacturing line should be provided.Y

es/No

11C

ompany has to provide the guarantee for availability of spares and service support

for at least 5 years beyond warranty period of com

plete SPV m

anufacturing line.

Yes/N

o12

The vendor shall have trained engineers in India and should provide prompt on site

repair service & spares support for the offered equipm

ent for the period of atleast 7 years.

Yes/N

o

13An offer for com

prehensive AMC

for a period of 5 years after expiry of w

arranty period shall be provided (comprehensive -both labour & parts)

Yes/N

o

14Prior to dispatch O

EM has to inspect all the equipm

ents as per ITI Ltd. Specifications & also has to conduct trial run of equipm

ent at his works .

OEM

has to enclose inspection report & trial run report along with the

dispatched equipment.

Yes/N

o

Note:

The pre qualification criteria are mandatory requirem

ents and the technical bids will be considered only if all the above pre qualification criteria

are met.

Pre qualification will be carried out based on details furnished by the vendor / feedback from

their customers/ inspection of SPV

manufacturing

line as per customer list provided by vendor as m

entioned above (at Sl.No.8) by ITI officials if required.

Qualification of offer shall be at sole discretion of ITI Ltd.

Details of technical specification of 18M

W Solar Photovoltaic M

odule Manufacturing Line

(Turnkey Basis)

17Sl.N

oV

endor’s Confirm

ation1234567891011121314

Special conditionsVendor shall supply , install, integrate 18 M

W SPV m

odule manufacturing line (Turn Key basis) along w

ith conveyor/transport system.as per

ITI specification.

Two (2) sets of operation and m

aintenance manuals (H

ard copy in English ) for each equipment shall be supplied. M

aintenance manual

should include complete electrical schem

atics, all mechanical, pneum

atic, hydraulic diagram, trouble shooting chart. routine checks and

preventive maintenance schedule and recom

mended spare parts list. Soft copy of all the m

anuals in DVD

/CD

's should also be provided.

The major equipm

ent (from 4.1.1 to 4.1.6) should be from

a single OEM

or guaranteed by a single OEM

and should be CE/SEM

I or UL

certified.

List of spares, part numbers, and address of original suppliers of spares/subsystem

s should be provided.

The equipment shall be O

HSAS (O

ccupational Health & Safety Advisory Services) com

pliant. H

azards connected with operation & m

aintenance of all the equipment including line shall be indicated explicitly and instructions for

minim

izing the hazards (safety/environmental hazards) shall be indicated.

All pneumatics (ie. solenoid valves, isolation valves, gauges etc.) should be of w

ell known reputed m

ake. vendor should specify the make.

PC, PLC

, electronics module used for autom

ation in equipment should be of w

ell known reputed m

ake. vendor should specify the make.

Equipment should be rated for nom

inal 400V/3 phase 50 Hz /5 w

ire or 230 V 1 phase / 50 Hz 3 w

ire system only

Vendor shall under take Installation and comm

issioning of all equipment at ITI Ltd. N

aini site.Vender shall optim

ize the process & conduct trial run of the complete line. For trial run purpose vender has to arrange all the required

material for m

anufacturing of finished SPV module (consisting of 6 x 12 m

atrix of 4.17 watt Poly C

-Si cells of size 156mm

x 156mm

& also for cut cell upto 1/3 of full cell. Vendor m

ay use its own standard design.). After process stabilization vendor has to produce m

inimum

40 nos (30 nos w

ith full cells , 5 nos with 1/2 cut cells & 5 nos w

ith 1/3 cut cells) defect free complete finished m

odule using material brought by

vendor for trial run. These samples w

ill remain at ITI Ltd. N

aini. The material for the above activities is to be arranged by vendor & it should

be the part of the basic offer.R

FI filter / surge suppresser shall be provided at mains (incom

ing) stage as well as at the input stage of critical electronic instrum

ents / system

s used in the equipment.

The vendor should submit test and w

arranty certificates for all the supplied equipment. C

alibration certificates for all the instruments , gauges ,

indicators shall be provided. Calibration procedures m

ust be provided for equipment. Vendor shall ensure for trouble-free operation against

manufacturing defects during w

arranty period.C

alibration / preventive maintenance during w

arranty period to be done free of cost. (Vendor to specify the schedule).

The machine softw

are should be self diagnostic, which can identify the faults and appropriate m

essage with error and probable corrective

action should be flashed on the screen so that remedial m

easures can be taken..

Com

pany has to provide the guarantee for availability of spares and service support for at least 5 years beyond warranty period of com

plete SPV m

anufacturing line. The vendor shall have trained engineers in India and should provide prom

pt on site repair service & spares support for the offered equipment

for the period of atleast 7 years.

ITI LTD., NAINI PLANT, CENTRAL PURCHASE, NAINI, ALLAHABAD – 211010.

PH. 0532-2682273, 2682550 FAX : 0532-2686008, 2687345, EMAIL : [email protected] OUR WEBSITE : http://www.itiltd-india.com Govt. of India Web Site : http://tenders.gov.in ITI LIMITED: CIN NO. L32202KA1950GOI000640 SUB: TENDER ENQUIRY NO. : NCA6F505 DT. : 30.01.2016 -------------------------------------------------------------------------------------------------------------------------------------------- SNo ITEM DESCRIPTION QTY. DELIVERY -------------------------------------------------------------------------------------------------------------------------------------------- 1. 18MW Automatic SPV 01 Set June. ‘2016 Module Manufacturing Line ( Turnkey Basis ) NOTE –

A. Offers should be in two parts : (1) TECHNICAL BID & (2) COMMERCIAL Bid to be submitted separately. B. Vendor’s Confirmation for each clause of Technical spec. is required. C. EMD of Rs. 5 Lacs must accompany with the Technical bid & bid received witout EMD shall not be considered for

evaluation and further processing. D. EMD for MSME is exempted against the valid documentry evidences. E. Our Organization is ISO 14001 certified company. Offers should be in compliance

with ISO 14001 requirement. F. MSME Guideline may also be examined at the time of tendering/ ordering G. Enquiry is also hosted on: www.itiltd-india.com, www.tenders.gov.in, http://eprocure.gov.in/cppp as per norms. H. CIN Number of Company to be mentioned as per Norms.

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

DUE DATE FOR SUBMISSION OF OFFER: 13.02.2016 UPTO 4.30 PM. OFFER OPENING DATE: 15.02.2016 AT 11.00 AM. TERMS & CONDITIONS: As per enclosure. NOTE: For any further details if required pl. contact at our E-mail : [email protected]

STANDARD INFORMATION

1. Tender Title: 18MW Automatic SPV Module Manufacturing Line (turnkey Basis) 2. Tender Ref.No:NCA6F505 3. Product category: Services 4. Product sub category: Supply, Erection and Commissioning 5. Tender Value: Rs. 20 Cr. 6. Tender EMD : Rs. 05 Lacs 7. Tender Document cost: NIL 8. Tender Type: BUY 9. Location : NAINI 10.First Announcement date/time : 30.01.2016 11.Last date/time of document collection : N/A 12.Last date/time for submission : 13.02.2016 UPTO 4.30PM 13.Opening date/time: 15.02.2016 AT 11.00AM 14.Work description: supply, installation & commissioning, process optimization & warranty with spares for minimum of 02 years and also includes the layout design & training. 15.Pre-qualification: As per tender documents.

Purchase Officer -EC

TEND-IN.DOC

ITI LIMITED

CIN NO. L32202KA1950GOI000640 Annexure - I

Form No.:XPR14/M2/0995/24

TERMS AND CONDITIONS FOR SUBMISSION OF TENDER

ENCLOSURE TO ENQUIRY NO :……………………………………..

1 SUBMISSION OF TENDERS: A. This is only an enquiry to quote and not an order. This enquiry is not transferable. B. Tenders must be submitted in a SEALED ENVELOPE SUPERSCRIBED WITH OUR ENQUIRY NO. and DUE DATE ON THE face of the envelope and should be addressed to SIGNATORY OF THIS ENQUIRY. C. Bid must be submitted in two parts for Technical & Commercial. D. The party may indicate whether they fall under purview of MSMED Act2006 and if so the certified copy of relevant registration certificate as a proof may be submitted along with the tender bid. E. In case such certificate is not produced at the time of bid party will not be considered to be falling under this category. F. NEW BIDDERS QUOTED FROM WEBSITE MAY PLEASE CONTACT OUR VENDOR DEVLOPMENT SECTION FOR REGISTRATION AND APPROVAL PROCEDURES. NOTE: a. Tenders should reach us on or before the due date before 12.00 Hrs. of the due date. b. Separate envelopes should be used for each enquiry. c. Please send your offer in a sealed envelope. Offer should have commercial condition and technical details. d. The validity of offer should be for a minimum period of 90 days from the opening date of tender. 2 OPENING OF TENDERS: Tenders against enquiries will be opened in the presence of the tenderer / authorised representative on THE DUE DATE OF THE TENDER itself / the next working day i.e., on .......At 11.00 Hrs.(INDIAN STANDARD TIME). 3 LATE OFFERS: Tenders (not super scribed with our enquiry No... and Due date on the face of envelop) and / or tenders/FAX/E-mail which are received late are liable for rejection. NOTE: a. Send your quote well in advance of due date to avoid postal / courier delay. b. If you are not in a position to quote, for any reason please communicate the same without fail to enable us to keep you on our vendor list. c. Please indicate the Sl. No. and Code/Description exactly as per our enquiry. Any substitute or alternate code quoted should be clearly stated. In case the item quoted is under obsolescence, the same may be indicated with best last date of P.O. and supply feasibility. 4 Terms of Prices: Rates quoted should be firm and applicable to any qty within our enquired qty.

a. Indigenous Vendor : FOR Naini , ITI works.( Loading & unloading till ITI Works is the responsibility of supplier)

b. Foreign Vendor Preferred Terms of prices : DAP i.e Delivery at ITI Works,Naini, including Loading & unloading till ITI Works, is the responsibility of supplier. ITI Shall arrange Custom Clearance and Pay the Custom Duty.

c. FOREX RISK: In case of prices are quoted in Foreign currency exchange rate will be taken from RBI website (www.rbi.org.in ) for all the references & supplier’s acceptance of following clause is mandatory,,

i. “ The exchange rate on tender opening date shall be considered for the purpose of commercial evaluation of Tender. However for release of Payment ,the exchange rate as

ISO 9001:2008 ACCREDITED

TEND-IN.DOC

on date of Tender opening or as on due date of payment, whichever is lower shall be considered “

ii. Remittance on ITI in INR = Exchange rate as defined above X Order value in Foreign Currency

d. In case of any variation in quoted terms of price other than the preferred above in such an event while tabulating the offers loading of various charges will be done accordingly to arrive the prices to FOR-ITI Naini works.The quoted prices should include weather proof packing adequate to withstand transhipment damages till delivery at our Stores in our Plant.

e. ITI, under normal circumstances, may not negotiate for the price. We may also short list only two to three suppliers for ordering. Hence you are requested to quote your best price in the original quotation itself.

f. Any counter terms and conditions are not binding on us unless we agree to the same in writing. g. In case of an order on you, the ordered rate should be firm till the completion of the order.

5 STATUTORY LEVIES: a. All applicable statutory levies like Sales Tax, Excise Duty etc.( except custom duty etc ) should be separately indicated with the current rate applicable, otherwise rate quoted will be deemed as inclusive of taxes / levies. Vague terms like "As applicable at the time of supply" should be avoided. Apart from Statutory levies other charges like handling, P and F etc., will not be paid by us. b. In case of sales tax exempted delivery, authorisation letter from the competent authority should be enclosed along with the quote. c. In case of your absorbing the sales tax portion, the same be specified clearly in the quotation itself and not after the tender opening,which otherwise will be treated as post-tender correction and would disqualify your quote. d. In case of statutory levies like Sales Tax, Excise Duty, Surcharge etc., are modified, the same has to be intimated to ITI immediately. 6 MODVAT RELIEF: a. We are eligible to avail the credit of Excise Duty paid on items procured for manufacturing Tele-communication equipments under MODVAT RELIEF scheme. Hence "Invoice Cum Gate Pass" in original for payment, and transporter copy duly marked and authenticated is to be produced along with the consignment. In case of your failing to adhere to this instruction, no ED will be reimbursed by us. b. Invoices should be in the prescribed form and have all particulars as per the Central Excise Rules and notifications as amended from time to time, particularly Assessor code, Range Division, rate and amount of duty debited and debit particulars. c. Agents/Distributors, on whom an order is placed should also produce Invoice Cum Gate Pass as per the procedure laid down by Central Excise Rules and notifications issued from time to time. They should get registered with Central Excise authorities where ED is being passed on. 7. TERMS OF PAYMENTS: ITI Prefer the following Payment Terms :

A. Normal Terms of Payment (NTP) i.e. 60 days credit from the date of receipt of material or as agreed by ITI.

B. In case of LC payment terms: • LC Payment : 90 % Payment through irrevocable LC in the following manner, • 60% payment : Against shipment of equipment through documentary evidence as per PO Terms. • 30% Payment : After successful installation and commissioning(I&C) of full turnkey line on the basis of

Certificate issued by DGM-W/DGM ( OPT & SOLAR ). • Balance 10 % Payment : Against submission of PBG valid for a period of 2 Year from the date of I&C

• ITI will prefer long credit period.

Note: In the event of short supply and/or wrong supply , the supplier has to bear all expenses to complete the supply as per PO terms. Till supply completion as per PO terms, payment will be kept in abeyance & . NO PAYMENT WILL BE MADE FOR THE REJECTED QUANTITY. 8. INSPECTION: a. ITI reserves the right to restrict the ordering to 2 or 3 vendors who are capable of meeting the Quality, Delivery and Cost requirements. Preference will be given to the vendors with maintained and proven Quality Assurance Systems. b. We are planning to reduce inspection time with self certification scheme for the vendors who keep up good quality leading to "ship to stack system".

TEND-IN.DOC

c. Inspection of the material at our works will be final. ITI reserves the right to inspect the material at any other standard testing centre authorised by us. d. We or our representative including our customer may if required preliminarily inspect the product at vendor's premises. Such verification shall not absolve the vendor of the responsibility to provide the acceptable product nor shall preclude subsequent rejection during the final inspection at our works It is the responsibility of every vendor to ensure that only the inspected materials confirming to our specifications/drawings/requirements are supplied. e. The supplies shall be from the latest batch of production. Batch Number should be indicated on the components / packet / test certificate and accompanying delivery challan / test certificate. f. Test Certificate / check list should accompany each supply consignments without test certificate are liable for rejection. Rejected material should be collected immediately (within 30 days) after our intimation by giving two days prior notice for completing the necessary EXCISE FORMALITIES. You should make arrangements to collect the material either personally, or through your authorised representatives. ITI does not take any responsibility to send the material back to you. After 90 days from the date of rejection intimation to you the material will be scrapped at your risk if not collected. 9. WARRANTY/ consistent performance: Please note that we are an ISO 9001:2008 accredited company. Equipment warranty should be as called in the Tender specifications. Within this warranty period, if any of your component /subsystem is found defective during trial run or otherwise, the same is to be replaced free of cost immediately by you. 10.. GENERAL: a. We reserve the right to accept or reject any or all offers and order full or part quantities or cancellation thereof without assigning any reason whatsoever. b. Successful tenderer only will be intimated by post through/email/letter of intent/firm orders. c. Canvassing by tenderers in any form including un-solicited letters against tenders submitted or post-tender correction shall render their tenders liable for summary rejection. d. I T I Naini reserves the right to split Quantity/Services at ordered rates accepted by L1 bidder to meet the supply schedule / maintain uninterrupted services in view of the capacity of L1 bidder. e. Distribution of quantities for ordering to the selected bidders against this tender -

The quantity shall be distributed in the ratio between 60:40 to 70:30 between L1 and L2 in case order is to be given to two bidders. In case if the order is to be placed on three selected bidders, the guiding ratio would be 50:30:20 for L1,L2 & L3 bidders. More than three bidders may be considered in case of larger volume or in case of capacity restriction. However ITI, reserves the right to depart from the above guidelines for distribution of quantity amongst successful bidders depending upon the urgency and other factors prevailing at the time of deciding the bid.

11. DELIVERY SCHEDULE: a. Please indicate minimum LEAD TIME REQUIRED, manufacturing capacity and the quantity that can be reserved for us. b. Liquidated Damages Clause Time is the essence of contract and the materials, against an order arising outof this enquiry must be delivered by the supplier according to the delivery schedule indicated in the P.O. In case of any change, the supplier should inform us in advance and obtain our approval to the revised delivery schedule. Should the supplier fail to deliver the material or part thereof as per the delivery schedule, or any extension thereof, we shall be entitled at our option either to recover from the supplier, as penalty, a sum equivalent to 1/2% (half percent) per week for first four weeks and 0.7% per week thereafter for such delay or part thereof or terminate the contract in respect of the balance supply so delayed and purchase materials elsewhere at the risk and cost of the defaulting supplier. 12. EMD/Security deposit: Interest free EMD for an amount of Rs. 05 Lakhs to be deposited by supplier along with the Tender in INR in the form of DD etc. favoring ITI Ltd , Payable at Allahabad valid for a period of 3 months. The EMD of unsuccessful bidders will be refunded within 1 Month of finalization of Tender. EMD of successful bidder will be converted in to security deposit . The Security deposit amount is Rs. 10 Lakhs so additional Rs. 5 lakhs have to be deposited by the successful bidder.. SD will be returned after 2 Months of successful Installation and Commissioning of the SPV Module Manufacturing Turnkey line. 13. PBG : PBG to be furnished for 10 % of the PO value in INR , valid for warranty period from the date of successful commissioning to cover the warranty of Equipment for the release of 10% of Payment 14 LOCAL REPRESENTATION: Please indicate your local representative's address, telephone, Telex No. Fax No., Pager No./E-mail address the person to be contacted, in the offer.

TEND-IN.DOC

15 TECHNICAL CATALOGUE: In the event of any change in the technical catalogue, updated version may be sent to us immediately. It is essential that you simultaneously take up the same with approving authority and their approval copy sent to us. 16 SALES TAX: Form "C"/Form III-B/III-D will be financial year wise. You are requested to give the details (4 copies) strictly as per the format shown below to enable us to issue the same. The filled in format will be returned back to you by endorsing on the same. Hence use plain paper only. Any demand for these Forms before full settlement of purchase order will not be entertained. ENCLOSURE TO FORM III-B/III-D/FORM 'C' FOR THE FINANCIAL YEAR 20 -20 NAME OF THE SUPPLIER P.O. REF :- INV.NO

AND DATE

ITEM DESPN

QTY.

NOS.

UNIT RATE

Rs.

VALUE

Rs.

EXCISE DUTY

% Rs.

UPST CST

% Rs.

OTHER CHARGE IF

ANY (PKG FDG FRT ETC) Rs.

TOTAL Rs.

17. APPLICABLE LAW AND DISPUTE RESOLUTION:

All disputes arising in connection with Purchase Order shall be settled between the Parties, the Parties shall try to resolve it through mutual discussions. In case the dispute could not be resolved through mutual discussions, the dispute shall be referred as per ICADR rules.

"Since , ITI is the ISO 14001 : 2004 certified company hence, you may introduce eco friendly material in your process and packing as much as possible & adopt standard symbol as per norms to satisfy ISO 14001 : 2004 during handling , storage and transportation of material"

Purchase Officer

ENQUIRY CELL Date: