Appointment of Consultant for Detailed Engineering of LFR with PCM
Appointment of Consultant
for Detailed Engineering and Execution of
Linear Fresnel Reflector (LFR) with Phase
Change Material (PCM)
Tender Number: 201600035
INDIAN INSTITUTE OF TECHNOLOGY BOMBAY
MMD, IIT Bombay Page No.1 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
Table of Contents
SECTION 1 – INVITATION OF THE BIDS
SECTION 2 – PREQUALIFICATION CRITERIA
SECTION 3 SELECTION CRITERIA
SECTION 4 – INSTRUCTIONS TO BIDDERS
SECTION 5 TERMS AND CONDITIONS
SECTION 6 TECHNICAL BID
SECTION 7 – PRICE BID
SECTION 8– ANNEXURES
ANNEXURE 1: EARNEST MONEY DEPOSIT
ANNEXURE 2: PERFORMANCE GUARANTEE BOND
SECTION 9 – CHECKLIST
MMD, IIT Bombay Page No.2 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION 1 – INVITATION OF THE BIDS
Tender Details
Tender Number: 201600035
Tender Type: Open
No. of Covers: 2
Tender Date: 9May2016
Form of Contract: Buy
Payment Instruments
Payment Mode Offline Instrument Type: As per Tender Document
Covers Information
Cover No. Cover Type Description Document Type
1 Technical Tender Document,
Tender Fee, EMD and
Technical Specification
2 Financial Financial bid .pdf
Bidder must submit their offer in separate sealed envelopes as – Technical Bid and Commercial Bid. Separate technical bid and commercial bid envelopes should be clearly marked as "Envelope No. 1 Technical Bid" and "Envelope No. 2 Commercial Bid". Both these sealed covers are to be put in a bigger cover which should also be sealed and duly superscribed with our Tender No. & Due Date and to be submitted to the concern department/section mentioned in tender document.
Tender Fee Details
Tender Fee(INR):
500.00
Payable to: The Registrar, IIT Bombay Payable at: Mumbai
Earnest Money Deposit Details
EMD Fee
(INR):2,00,000.00
In favour of : The Registrar, IIT Bombay
EMD Fee Type: Fixed Payable at: Mumbai
Item Details
Item Name Item Description
Detailed Engineering of Linear Fresnel Reflector (LFR) with PhaseChange Material (PCM)
Detailed Engineering of Linear Fresnel Reflector (LFR) with PhaseChange Material (PCM)
Pre Qualification:
Period of Work/
Delivery Period (Days)
As per Tender
Document
730
Bid Validity (Days)
Product Sub Category
Pre Bid Meeting Date &
180
N/A
30MAY2016 02:00 PM
MMD, IIT Bombay Page No.3 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
Product Category
Contract Type
Location
Pincode
Others
Tender
IIT Bombay Campus &
Greater Noida
400076
Time
Pre Bid Meeting
Address & Place
Materials Management
Division, IIT Bombay
Critical Dates
Bid Submission End
Date/
Date & Time of
Submission
Place of Submission
17June2016 01:00
PM
Materials
Management Division,
IIT Bombay
Bid Opening Date &
Time
Bid Opening Place
17June2016 03:00
PM
Materials Management
Division, IIT Bombay
Warranty as per mentioned in technical specifications.
Technical Clarification
Name:
Dept:
Email:
Contact No.
Prof. Shireesh B. Kedare
Dept. Of Energy Science & Engg.
25767835
Tender Inviting Authority
Name:
Address:
Date: 9May2016
Deputy Registrar
Materials Management Division, IIT Bombay,
Powai, Mumbai 400076
Signing Authority:
Deputy Registrar (MM)
MMD, IIT Bombay Page No.4 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
1. SECTION 2 – PREQUALIFICATION CRITERIA
• The bidder on its own or through its affiliates or subsidiaries (with relations of not less than 5
years clarified adequately with appropriate legal / registered document/s) should have
executed solar thermal R and D projects with government agencies, educational institutes
and/or industry in India. The tabulated information to this effect should be submitted by the
bidder along with the tender.
• The bidder on its own or through its affiliates or subsidiaries (with relations of not less
than 5 years clarified adequately with appropriate legal / registered document/s) should
have experience of handling large solar projects of value more than Rs. 50 Lakhs (Rs. 5
Million) with cumulative value of more than Rs. 2 Crore (Rs. 20 Million) over the last 7
years. The audited annual financial statements to this effect should be submitted by the
bidder along with the tender.
MMD, IIT Bombay Page No.5 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION 3 SELECTION CRITERIA
Selection criteria and process along with details and format of data to be submitted for selection:
Twobid system will be followed wherein the technical bids will be opened first and evaluated. Bidders whose technical bids are acceptable as per the selection criteria (elaborated below), will be considered for opening of the respective commercial bids.
Detailed format for the data to be submitted for the technical bid is given under different headings. Approach for calculating the marks under different headings is specified here.
Selection criteria for technical bid: Maximum marks for the technical bid are 100. Minimum 60 (sixty) marks are needed for selection of the bidder in technical bid. However, the approved purchase committee can modify the minimum limit, if required.
For headings A and C: 10 (ten) marks will be allotted to the bidder on each of the headings A and C if minimum criterion is satisfied. 2.5 (two and a half) marks will be allotted for each additional job (over and above the minimum specified) subject to maximum of 15 (fifteen) marks under each of the headings A and C. No marks will be allotted if minimum criterion is not satisfied.
For heading B: 30 (thirty) marks will be allotted to the bidder on heading B if minimum criterion is satisfied. 10 (ten) marks will be allotted for each additional major innovation or development (over and above the minimum specified) subject to maximum of 50 (fifty) marks. No marks will be allotted if minimum criterion is not satisfied.
For headings D and E: 10 (ten) marks will be allotted to the bidder for headings D and E each if appropriate manpower is available. Otherwise no marks will be allotted.
Heading A: Detailed engineering design experience:The bidder should have extensive experience of undertaking and completing engineering design and detailing of multidisciplinary industrial engineering assignments with Indian industry or other users in India including civil industrial structure designing and detailing, piping, thermal system designing, electrical, controls design and development, solar system design and development, etc. in a single or multiple assignments. The bidder is required to submit a list of such assignments undertaken over the last 12 years (maximum) giving details of the nature of job with appropriate documentary proof. Any of these may be verified by IIT Bombay by contacting the corresponding client. The list should mention the following details (minimum 2 (two) required):
1) Name of the client with corporate address, site address
2) Name of contact person/s and phone/email of the contact person
3) Category of job as civil industrial structure designing and detailing, piping, thermal system designing, electrical, controls design and development or solar system design and installation
4) Nature of job whether, R and D, engineering development, engineering designing, detailing, engineering supervision, etc.
MMD, IIT Bombay Page No.6 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
5) Order value in Indian Rupees
6) Year of start and job completion
7) Nature of documentary evidence provided, like copy of POs, reports, appreciation letters, etc.
Heading B: Solar technology development experience:The bidder is required to submit a list of projects related to development of new technology or major innovations undertaken and completed on its own or through its affiliates or subsidiaries (with relations of not less than 5 years clarified adequately with appropriate legal / registered document/s) in solar concentrator systems using concept of Fresnel optics, tubed receiver and thermal storage, which involve development of LFR technology of about 200 sq.m or more with tubed receivers for handling pressurized water or steam (IBR or non IBR to be mentioned clearly) or hot oil at more than 150°C and are undertaken over the last 12 years (maximum) in India. Bidder shall give details of the nature of innovation or development with appropriate documentary proof. These may be verified by IIT Bombay by contacting the corresponding client. The bidder shall report a minimum of 1 (one) such assignments. The list should mention the following details:
1) Under self or affiliates / subsidiary
2) Name of the client with corporate address, site address
3) Name of contact person/s and phone/email of the contact person
4) Short description of the project clearly specifying the major innovation or new development.
5) Nature of innovation or development whether, R and D, technology development or innovation for inhouse research, technology development or innovation for industrial client, etc.
6) Order value / expenditure in Indian Rupees
7) Year of start and completion of project
8) Nature of documentary evidence provided, like copy of sanction letters, POs, reports, appreciation letters, etc.
Heading C: Implementation of solar technology in industry or other users and / or its commissioning / testing / operation : The bidder is required to submit a list of projects related to implementation on its own or through its affiliates or subsidiaries (with relations of not less than 5 years clarified adequately with appropriate legal / registered document/s) of solar concentrator systems of 200 sq.m or more in Indian industry or other users using concept of Fresnel optics, tubed receiver and thermal storage, which involve implementation of LFR technology with tubed receivers and are undertaken over the last 12 years (maximum). Bidder shall give details of the nature of technology, and type of job whether engineering details, fabrication, installation, commissioning, testing was carried out with appropriate documentary proof. A few of these will be randomly selected and verified by contacting the corresponding client. The bidder shall present a minimum of 1 (one)such assignments. The list should mention the following details:
1) Under self or affiliates / subsidiary
2) Name of the client with corporate address, site address
3) Name of contact person/s and phone/email of the contact person
4) Short description of the project.
MMD, IIT Bombay Page No.7 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
5) Nature of job whether, R and D, engineering development, engineering designing, detailing, engineering supervision, etc.
6) Order value in Indian Rupees
7) Year of start and job completion
8) Nature of documentary evidence attached, like copy of POs, reports, appreciation letters, etc.
Heading D: Inhouse manpower available:The bidder is required to submit short CVs of inhouse (or with affiliates / subsidiary) manpower for design and detailing activities for solar thermal System, mechanical design, P&ID, instrumentation & controls and project coordination.
Heading E: Availability of senior technical personnel for the present project:The bidder should be able to involve in the present project senior engineering personnel with not less than 5 years’ experience of the abovementioned skills. The bidder is required to submit the list of such manpower with their qualification along with short CVs.
For ease of processing, the bidder is required to present this data in tabular form separately for each heading under the columns as mentioned.
The details provided by the bidder will be analysed by the approved purchase committee to check the fulfilment of the above prequalification and selection requirements.
Calculation of marks for commercial bid: The lowest bid for the technically qualified bidder will be allotted 25 (twenty five) marks, the second lowest will be allotted 15 (fifteen) marks, the third lowest will be allotted 05 (five) marks. No marks will be allotted to other bidders.
Final selection criteria including technical and commercial bid:
Maximum marks for the technical bid + commercial bid are 125. Bidder with highest total marks (technical bid marks + commercial bid marks) will be awarded the contract.
MMD, IIT Bombay Page No.8 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION 4 – INSTRUCTIONS TO BIDDERS
Preparation and Submission of offers : • The Quotation MUST BE ENCLOSED IN A SEALED COVER superscribing Tender number / due
date & should reach the undersigned on or before due date mentioned in the tender notice. If the quotation cover is not sealed, it will be rejected.
• Tender should be dropped in the tender box kept in the office of concerned Department / Section or to Indenter. No tender is to be handed over to our staff personally unless otherwise specified. All communications are to be addressed to the undersigned only. In case due date happens to be holiday the tender will be accepted and opened on the next working day.
• The bid can be submitted in person or through post/ courier (IIT Bombay shall not be responsible for any postal delays or any other reason for not submitting the bid in the specified time and resulting in disqualification / rejection of any bid) so as to reach on or before the due date and time.
• The leaflets catalogue, etc. should be sent invariably so that a proper evaluation of the equipment offered is possible.
Cost of Bidding :• The Bidder shall bear all costs associated with the preparation and submission of its Bid and
the Purchaser shall not be responsible or liable for those costs regardless of the conduct or outcome of the bidding process.
Validity of the Bid : • 180 Days from the last date of submission of bid.
Amendment of Bidding Documents :• At any time prior to the deadline for submission of bids, IIT Bombay may, for any reason,
whether on its own initiative or in response to the clarification request by a prospective BIDDER may modify the bid document.
• All prospective BIDDERs who have downloaded the bidding document may visit IIT Bombay, website for amendments / modifications which will be binding on them.
Deadline for Submission of Bids• Bids must be received by IIT Bombay before the due date and time at the address specified in
the tender document. In the event of the specified date for the submission of bids being declared as a holiday for IIT Bombay the bidclosing deadline will stand extended to the next working day up to the same time.
Late Bids :• IIT Bombay will not be responsible:
i) For delayed / late quotations submitted / sent by post / courier etc. ii) For submission / delivery of quotations at wrong places other than the mentioned in the tender.iii) Fax / Email / Telegraphic / Telex tenders will not be considered. iv) Any bid inadvertently received by IIT Bombay after the deadline i.e. due date &
MMD, IIT Bombay Page No.9 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
time for submission of bids, will not be accepted and returned unopened to the BIDDER.
Supplementary offer /Modification of Original Bid: • Tender submitted against Notice Inviting Tender (NIT) shall not be returned in case the tender
opening date is extended/postponed. BIDDER desirous to modify their offer/terms may submit their revised/ supplementary offer (s) within the extended Tender Opening Date (TOD) by clearly stating to the extent of updation done to the original offer. The purchaser reserves the right to open the original offer along with the revised offer.
Confidentiality:
• Information relating to the evaluation of Bids, and recommendation of Contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.
• Any attempt by a Bidder to influence the Purchaser in the evaluation of the Bids or Contract award decisions may result in the rejection of its Bid.
• Notwithstanding, from the time of Bid opening to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it shall do so in writing.
Deviation, Reservations and Omissions:
• During the evaluation of Bids, the following definitions apply:(a) “Deviation” is a departure from the requirements specified in the Bidding Documents;(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Documents; and
(c)“Omission” is the failure to submit part or all of the information or documentation required in the Bidding Documents.
Correction of Arithmetical Errors :
Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected;(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.
Bidders shall be requested to accept correction of arithmetical errors. Failure to accept the correction in accordance with the same, shall result in the rejection of the Bid.
Evaluation of Bid :• IIT Bombay evaluate technical and commercial acceptable offers on landed net Price basis.• In case any BIDDER is silent on any clauses mentioned in this tender documents, IIT Bombay
shall construe that the BIDDER had accepted the clauses as per the invitation to tender no further claim will be entertained.
• No revision in the terms and conditions quoted in the offer will be entertained after the last
MMD, IIT Bombay Page No.10 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
date and time fixed for receipt of tenders.
Corrupt & Fraudulent Practices:• IIT Bombay requires that bidders, suppliers, contractors and consultants, if any, observe the
highest standard of ethics during the procurement and execution of such contracts. In pursuit of this policy, (a) The terms set forth below are defined as follows:
• (i) “Corrupt practice”means the offering, giving, receiving, or soliciting, directly or in directly, of anything of value to influence the action of a public official in the procurement process or in contract execution;
• (ii)“Fraudulent practice”means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;
• (iii) “Collusive practice”means a scheme or arrangement between two or more bidders, designed to establish bid prices at artificial, noncompetitive levels; and
• (iv)“Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract;
• (b) IIT Bombay will reject a proposal for award if it determines that the Bidder recommended for award has,directly or through an agent, engaged in corrupt,
• fraudulent, collusive or coercive practices in competing for the Contract in question.
Communication for Nonparticipation of Tenders :• For registered vendors with IIT Bombay, in case you choose not to participate in the tender a
regret letter by way of fax/letter/email may be submitted before the due date duly superscribing “Regret” and tender No. If no communication received by the due date and time, it shall be inferred that you are not interested in participation and your name is liable to be removed from the vendor's list.
Cancellation of Tender : • Not withstanding anything specified in this tender document, Purchaser / IIT Bombay in his
sole discretion, unconditionally and without having to assigned any reasons, reserves the rights:a) To accept OR reject lowest tender or any other tender or all the tenders.b) To accept any tender in full or in part.c) To reject the tender offer not confirming to the tenders terms.
• To give purchase preference to Public Sector undertakings when applicable as per Govt. Policy/ Guidelines.
• Offer which deviates from the vital conditions (as illustrates below) of the tender shall be rejected:a) Nonsubmission of complete offers.b) Receipt of offers after due date and time and or by email / fax (unless specified otherwise).c) Receipt of offers in open conditions.
Price Bid:• Bid Prices MUST BE SUBMITTED IN ENCLOSED PRICE BID FORM ONLY.• If the price is not quoted in Price Bid Form provided in tender document then, IIT
Bombay will reject bid. If supplier wish to give pricing details may be attached in separate sheet.
• Any new taxes and duties liable on the subject contract due to change in legislation during the
MMD, IIT Bombay Page No.11 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
contract period shall be reimbursed subject to the applicability of the said act to the satisfaction of the purchaser and the production of documentary evidence after availing of statutory concession, benefits etc.
• The supplier shall pay and bear all other liabilities, taxes and duties not specifically agreed by the Purchaser in the contract.
• VAT/Other Govt. Taxes : Excise Duty (ED), other taxes, levies, like Service Tax (ST), Education Cess, etc., are to be indicated separately. BIDDER should mention Central and State Sales Tax/VAT Registration, PAN Number are to be necessarily indicated in the offer.
• We are not authorised to issue any Sales Tax forms like form “C” & “D”.
Legal Matter :• All Domestic and International disputes are subject to Mumbai Jurisdiction Only.
Transfer and Subletting :• The seller shall not sublet, transfer, assign or otherwise part with the acceptance to the tender
or any part thereof, either directly or indirectly, without the prior written permission of the Purchaser.
Force majeure : • Force Majeure will be accepted on adequate proof thereof.
Penalty/ Liquidated Damages : • Timely delivery is essence of the contract and hence if any consignment be delayed, liquidated
damages at the rate 0.5% of the price of the delayed consignment, for each week or part whereof shall be levied and recovered subject to maximum of 5% of total purchase order value.
• IIT Bombay reserves the right to cancel the order in case the delay is more than 10 weeks . Penalties if any will be recovered by forfeiting PBG.
MMD, IIT Bombay Page No.12 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION 5 – TERMS AND CONDITIONS
1. Innovations, Patents, design calculations, engineering calculations and detailed drawings related to all components, subsystems and systems as well as package items and boughtouts generated during this work will be owned by IIT Bombay.
2. The bidder shall also deliver all documentation in editable soft copies to the client.
3. The selected bidder will be required to sign a NonDisclosureAgreement (NDA) binding for the project duration and 5 years thereafter.
4. Basic documentation and deliverables will be communicated by IIT Bombay in the beginning of the detailed engineering activity. Further details may evolve based on the progress of detailed engineering.
5. It is bidder’s responsibility to provide adequate documentation as required for engineering, procurement, erection, installation, commissioning, testing of performance and O&M so as the client can implement successful solutions demonstrated without any trouble. The bidder is expected to extend necessary support as required for the same both onsite and offsite.
6. The bidder is required to provide details of the cost for travel, boarding & lodging and local transportation during review meetings (assuming 4 meetings will be held at IIT Bombay) and site (at Greater NOIDA, UP) related activities (to be estimated by the bidder). These shall be separately shown in separate sheet.
Detailed phased payment schedule linked to the deliverables along with expected timeline is mentioned below.
Delivery linked payment schedule :
S. No Key DeliverablesTimeline
(months)Payment (%)
1 Overall Design Document submission by the present
bidder
0 – 1 10%
2 Completion of Detailed Design Document of LFR Primary
reflector, Secondary Reflector, Receiver, Tracking, Process,
PCM based TES and Control system along with Integration
by the present bidder
2 – 3
25%
3 Placement of Purchase Order by IIT Bombay for goods and
services
4 – 9 10%
4 Completion of civil work and fabrication work by other
vendors
10 – 11 15%
5 Installation, commissioning and successful testing of LFR
collectors with PCM based TES by the present bidder
12 25%
6 Continuous Operation of LFR collectors with PCM based TES (1st Quarter) by the present bidder
13 –15 3%
7 Continuous Operation of LFR collectors with PCM based TES (2nd Quarter) by the present bidder
16 – 18 3%
MMD, IIT Bombay Page No.13 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
8 Continuous Operation of LFR collectors with PCM based TES (3rd Quarter) by the present bidder
19 –21 3%
9 Continuous Operation of LFR collectors with PCM based TES (4th Quarter) by the present bidder
22 –24 3%
10 Installation, commissioning and continuous operation of LFR collectors with PCM based TESwith integration with VAM by the present bidder
22 – 24 3%
TOTAL 100%
Payment will be made within 30 days of submission of invoice for every successful completion of timeline.
MMD, IIT Bombay Page No.14 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION – 6 TECHNICAL BID
1. Background
This project is targeted towards development and setup of indigenous 3.5 MWe x 24 hour/day Solar Thermal Power Plant. The research and development component of the targeted initiative was divided into several projects over the last 2 to 3 years. Each of these projects was formulated in tune with the overall perspective and handled independent of each other involving various faculty members across the departments at IIT Bombay.
Setting up of the above mentioned indigenous Solar Thermal Power Plant would now require development and testing of prototypes of various CSP components conceptualized till now and experimented with. This prototype development and testing is being taken up as three R&D projects mentioned below;
1. Linear Fresnel Reflector (LFR) based collector development with receiver and steam storage.2. Molten salt loop with central receiver, salt storage and heat exchanger.3. Heliostat reflector development with tracking and flux measurement.
These R&D projects are being taken up in parallel.
This Design Specification Document is for the LFRPCM project i.e ‘Linear Fresnel Reflector (LFR) based collector development with receiver and with PhaseChange Material (PCM) based steam storage’ which includes Development of Indigenous Efficient and Economical LFR system and Thermal Energy Storage. This project will be implemented at Greater NOIDA, Uttar Pradesh for testing and performance evaluation. After testing the setup online, the system is to be integrated to existing VAM of 50TR capacity.
1.1.Present Status of Technology
Size and configuration of LFR
LFR technology is a proven, mature and competitive technology with plant track record of over 200 MWe.
Typically, the LFR collector systems consist of reflector assembly consisting of elastically curved low iron glass reflectors. The width is constrained by the requirement of mirror curvature dictated by focal length, tracking accuracy demands and receiver width. Considering all these constraints, the configuration is selected for the present project.
The most of the LFR systems use multiple tubes receiver in India. Recently, single tube receivers with evacuated glass cover are being used globally as well as in India, which also require secondary reflector in the form of CPC mounted as a downward facing cavity. However, these evacuated tube receivers are comparatively costly. The multiple tubes receiver has more thermal losses when compared with the evacuated tube receiver mounted inside the secondary reflector mounted as a downward facing cavity enclosure.
In the present project, receiver with nonevacuated, glass covered single tube is proposed, that has reduced cost, without increasing the losses significantly.
Overall instantaneous collector EfficiencyThe typical mean optical efficiency of LFR is around 42% in most of the configurations. Presently, LFR technology with multiple tubes receiver has peak thermal efficiency of around 52% at the operating temperature of about 250˚C at the effective DNI of about 800 W/m2. With the improved receiver having nonevacuated, glass covered tubes this is expected to increase to about 55% without
MMD, IIT Bombay Page No.15 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
compromising on the cost. Of course, at lower effective DNI, this is expected to reduce.
Cost of Thermal Energy Storage (TES)
Thermal energy storage includes a number of different technologies, each one with its own specific performance, application and cost. TES systems based on sensible heat storage offer a storage with efficiencies between 6090%, depending on the specific heat of the storage medium and thermal insulation technologies. Phase change materials (PCMs) can offer higher storage capacity per volume and storage efficiencies from 7590%. In most cases, storage is based on a solid/liquid phase change with energy densities of the order of 100 kWh/m3 (e.g. NaNO3). Thermochemical storage (TCS) systems can reach storage capacities of up to 250 kWhth/m3 with operational temperatures of more than 300°C and efficiencies from 75% to nearly 95%.
The cost of a complete system for sensible heat storage is up to 10/kWh€ th, or Rs.800/kWhth, depending on the size, application and thermal insulation technology. The costs for PCM and TCS systems are in general higher. In these systems, major costs are associated with the heat (and mass) transfer technology, which has to be installed to achieve a sufficient charging/discharging power. Cost of latent heat storage systems based on PCMs is up to 50/kWh€ th, or Rs.4000/kWhth, while TCS cost is up to 100/kWh€ th, or Rs.8000/kWhth,. The economic viability of a TES depends heavily on application and operation needs, including the number and frequency of the storage cycles.
Cost of LFR
Cost of solar field is in the range of 10,000 – 12,000 Rs./m2. The cost of the power plant can be significantly reduced by reducing the cost of the solar field per reflector area and by increasing the energy output per reflector area.
1.2 Goals
Development of Indigenous Efficient and Economical Linear Fresnel Reflector (LFR) collector system and Thermal Energy Storage (TES) with the following attributes:1. Overall instantaneous collector efficiency target: 55%@ 800 W/m2 DNI and 45%@ 500 W/m2
DNI, at the fluid operating temperature of about 250°C2. LFR system target cost of Rs. 8,000 to 10,000 per sq.m of reflector area is planned in long
run. This should be achieved for the large scale projects based on the learnings from the present project
3. Cost target for Thermal Energy Storage (TES): Rs. 3,500 per kWhth at 250 to 317°C
1.3 Objectives
To develop and demonstrate:1. Efficient, cost effective and indigenous LFR system for saturated steam2. Efficient, cost effective and indigenous LFR system for superheated steam3. Low cost indigenous Phase Change Material based Thermal Energy Storage (TES)4. Control scheme for integrating TES with LFR system5. Balance piping and piping accessories
2. Design Concepts and research approach
The basic technical design concepts, considerations and approach for components and / or subsystems are given below.
MMD, IIT Bombay Page No.16 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
2.1 LFR solar energy collector System
A prototype of direct superheated steam generating LFR solar energy collector shall be developed and installed at the mentioned location to test and optimize various components such as primary reflectors, secondary concentrator, absorber tube with glass cover (with or without evacuation), support structures, tracking unit and control system designed for given process parameters like pressure as high as 108 bar in order to achieve high thermodynamic efficiency and low cost thermal energy storage system.
Primary Reflector of LFR will be optimally designed through ray tracing by considering the reflector parameters namely, geometry of primary reflectors, their size, spacing, radius of curvature as well as height of receiver tower. The project envisages use of secondary reflectors on LFR for better solar flux utilization. Secondary concentrator profile will be designed and optimized through ray tracing. The flux distribution on receiver and intercept factor will be estimated. Secondary reflector material will be selected for high reflectivity, thermal cycling and durability.The research will be carried out to ascertain the efficiency gains by using single tube absorber in such system. The experiment and analysis is to be carried out to assess the abovementioned efficiency gains. In addition, optimization of the system will be carried out. Single tube receiver of LFR will be designed based on the flux distribution around the absorber tube and comparison with ray trace analysis. Testing of stagnation temperature and heat loss of absorber tube will be carried out along with study of thermal stress of receiver tube and secondary reflector. Heat transfer and process parameter optimization will be carried out before finalizing the design. However the consultant shall carryout best option studies considering receiver with multiple tubes, evacuated tube and non evacuated tube with glass cover from the point of view of cost, possibilities of indigenization and performance. The final design for the receiver to be fabricated and demonstrated shall be based on the best option studies.
Efficient tracking system shall be designed with closed loop control system based on heat flux measurement. Reduction in auxiliary power requirement shall be achieved by increasing the effective collector area per tracking unit by coupling the modules.
Thermal Energy Storage (TES) shall be primarily based on pressurized water accumulator. Capacity of TES will be enhanced by use of PCM. The identification of PCM and design of the TES with PCM shall be carried out in this project. Phase Change Material for the Thermal Energy Storage (PCMTES) shall be selected based on allowable temperature range, material stability and corrosion properties. PCM module and steam accumulator shall be designed and optimized for operating pressure and size linked to cost. Simulation model shall be developed and studied to predict performance of PCMTES.
The process line shall be designed such that the feed water from the deaerator is pumped to the absorber tube of evaporator section where it gets heated up as it flows through the absorber tube. Saturated liquid steam mixture of dryness fraction of about 30% or higher will be obtained at the outlet. This saturated liquid steam mixture will be fed to a steam drum which separates the saturated steam and will be passed to the thermal energy storage unit and superheater section. The saturated liquid will be recirculated to the evaporator section using a recirculating pump. The schematic for the LFR–PCM prototype system is given in Figure 1. It shows the system process parameters of the LFR collector integrated with thermal energy system having provision for supplying saturated steam for heat exchanger as well as for operating VAM.
The sizing of the prototype shall be based on minimum water flow requirement and maximum allowable dryness fraction in the receiver for achieving acceptable level heat transfer coefficient inside the receiver tube. The performance design specifications for the prototype LFR system with evaporator and superheater are given in Table 1.
During testing of the prototype, steam output shall be targeted at 40 bar 376°C. After the
MMD, IIT Bombay Page No.17 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
testing period, steam output shall be at 10 bar 180°C for supply to VAM over its lifetime of 25 years.
Figure 1: the schematic for the LFR – PCM system
2.2 Thermal Energy Storage System
A 2 GJ (555 kWh) PCMAccumulator based thermal energy storage (TES) module shall be developed and tested using the saturated steam produced by the LFR solar energy collector. Identification of suitable storage material, determination of thermophysical properties, corrosion studies of construction materials used in TES system, simulation of charging and discharging characteristics etc. shall be conducted to optimize the design of TES.
The PCM enhanced steam accumulator shall be designed to store thermal energy at a pressure of 108 bar that will be discharged in the form of saturated steam at 86 bar. The PCM module is to store 1.1 GJ (308 kWh) in the form of latent heat of salt and 0.9 GJ (247 kWh) in the form of sensible heat by the accumulator. The accumulator shall be designed to support the varying loads during the transient period of insolation.
The high pressure process line and its components shall comply with the ASME / IBR standards. PLCSCADA Controls and instruments will be suitably included to ensure stable operation of the system. The performance design specifications for the prototype TES system are given in Table 2.
Table 1: Indicative design specifications of the prototype LFR plant
Description ParameterGENERAL
Average daily DNI 4.33 kWh/m2/day (Typical)Estimated Reflector area for evaporator 936 m2
Estimated Reflector area for super heater 156 m2
PROCESS PARAMETER OF EVAPORATOR SECTION
MMD, IIT Bombay Page No.18 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
Evaporator flow rate 0.57 TPHEvaporator operating pressure 108 barInlet temperature 30°CEvaporator outlet temperature 317°CEvaporator thermal energy produced 2335 kWh/day or 8.4 GJ/day (corresponding
to the abovementioned typical daily DNI)Dryness fraction at the absorber outlet Above 30%Operating average target for overall efficiency of evaporator
About 55% corresponding to the effective DNI of 800 W/m2
Energy going to storage About 555 kWh/day or 2 GJ/dayPROCESS PARAMETER OF SUPER HEATER SECTION
Superheater flow rate 0.39 TPHSuperheater operating pressure 106 barsSuperheater inlet temperature 317°CSuperheater outlet temperature 420°CSuperheater thermal energy produced 203kWh/day or 0.73GJ/day (corresponding to
the abovementioned typical daily DNI)Operating average target efficiency of superheater 30%
Table 2: Indicative design specifications of the prototype TES module & Steam Accumulator
Description Parameter
Total TES capacity 555 kWh or 2 GJ
Energy stored in Accumulator 0.9 GJ (247 kWh)
Energy to PCM 1.1 GJ (308 kWh)
Steam flow 180 kg/hr
Charging pressure (at steam saturation temperature) 108 bar (316°C)
Discharge pressure (at steam saturation temperature) 86 bar (300°C)
2.3 Design features with fabrication, erection and commissioning details
The design features with details relating to fabrication, erection and commissioning of the LFR system are given in Table 3.
Table 3: Design features with details relating to fabrication, erection and commissioning of the LFR system
Component Design Features
1 Reflector Unit Elastically Curved mirrors Rigid and light weight
MMD, IIT Bombay Page No.19 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
Galvanized steel frames provide utilitygrade strength and weather resistanceEasy for maintenance
2 Linear Cavity Receiver
Secondary Reflector based receiver for high concentrationHigh efficiency single tube receiverWater as working fluid Closed loop system to conserve waterFixed receiver design
3 Tracking System Ganged mechanical tracking system for eliminating mechanical errorsQuick and accurate response
4 Steam Accumulator or separator
IBR approved designContinuous supply of pure dry steamOptimized insulation for required storage
5 Instrumentation and controls
Fully automated control using PLC and SCADAProcess line installed with instruments and sensors for detecting process parameters and communicating to PLC
Fabrication details:
1) The reflector, receiver, components of tracking mechanism and, support frames and structure will be designed for the prevailing wind and to withstand thermal stresses as applicable and such that they can be fabricated at insitu workshop and locally transported to the installation area.
2) The structures for reflector and receiver and support frame will be manufactured using lowcarbon structure steel of ISO standard and galvanized after fabrication.
3) The steam drum and accumulator to be designed for IBR certification.4) Details of fabrication, transport, erection, commissioning and testing to be worked out.
Commissioning details:
1) Hydro test and IBR inspection will be conducted after completion of plant installation.2) Cold commissioning will be performed after inspection and testing of control interlocks and
tracking system will be validated.Hot commissioning will be completed by running the plant for obtaining desired output
parameter.
3. Measurement &Testing
Overall, the LFR and TES will be tested for the following :
Measurement &Testing of Goals
The LFR system performance testing will be carried out to determine the overall instantaneous
collector efficiency. This will be done in the standard way by measuring thermal output from the LFR
system at the steady state conditions by keeping inlet temperature constant while getting constant
steam output conditions when DNI variation is less than 5%. Target instantaneous collector efficiency
is 55%@ 800 W/m2 DNI and 45%@ 500 W/m2DNI, at the fluid operating temperature of about
250°C.
Thermal Energy Storage (TES) performance will be tested on the basis of the thermal efficiency based
MMD, IIT Bombay Page No.20 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
on energy input (charging energy) and energy output (discharge energy).
Quality Tests during Erection and Commissioning
The details of quality tests need to be worked out which are to be carried out during erection and commissioning.
Cold commissioning Cold commissioning will be performed after inspection and testing of control interlocks and tracking system will be validated.
1. Validate temperature, pressure and flow sensors feedback 2. Validate PLC control logic
Hot commissioning Hot commissioning will be completed by running the plant for obtaining desired output parameter.1. Ensure the steam generation 2. Ensure the designed steam parameter like pressure and temperature are achieved.
Storage charging and dischargingTo be detailed out in the design.
4. Scope of the work under this tender document
1. Assist IIT Bombay team to develop details of concept of the prototype as explained in the basic design document and eventual reconfiguration of the system to longterm VAM operation mode
2. Prepare detailed project plan and monitor execution progress
3. Carryout and document the engineering design calculations for all components, subsystems, package items and boughtout items
4. Workout detailed wind load analysis and stressstrain analysis for different orientations in details for the relevant components and submit the same.
5. Carryout detailed engineering design of components and subsystems
6. Prepare detailed constructible drawings as well as documents for all components and subsystems in knockeddown form suitable for easy fabrication, transportation, assembly at site, erection and commissioning and provide the same in soft form. Hard copies for checking may also be provided if required.
7. Prepare datasheets and specifications of all package items and boughtout items
8. Prepare and carry out QA and QC plan for all fabricated components and subassemblies
9. Prepare and carry out delivery acceptance tests for package items and boughtout items
10. Provide engineering support for preparing and floating the enquiries for supply of all components, subsystems, package items and boughtout items
11. Provide engineering support for vendor development and technical evaluation of bids received for supply of all components, subsystems, package items and boughtout items
12. Monitor QA and QC plan for all fabricated components and subassemblies
13. Monitor delivery acceptance tests for package items and boughtout items
14. Expedite and supervise fabrication of components, subassemblies
15. Supervise assembly of components and subsystems at site
MMD, IIT Bombay Page No.21 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
16. Supervise erection and commissioning of all components, subsystems and assembled systems at site at Greater NOIDA
17. Supervise out installation and commissioning of package items and boughtout items at site with support from the suppliers
18. Carryout performance testing of all the prototype components and units with the support from the equipment vendor if necessary
19. Provide support for suitable reconfiguration of the system to longterm VAM operation mode after testing
20. Operating the system for one year after commissioning
21. Help in benchmarking and comparing the performance and costs of the components and systems and enable assessment of viability
22. The schedule for design and detailed engineering component as well as other engineering services provided covered under this tender is mentioned in the attached tables.
23. The project duration is 2 years
24. The bidder will have to attend review meetings as and when required by IIT Bombay and on site (Greater Noida, UP), cost to be included in the price.
List of documents and drawing to be submitted by the bidder are as follows:
Documents:1) Specifications for all the components2) Data sheets for the bought out / out sourced items3) Enquiry documents for all the bought out / out sourced items4) Bill of material for all the items5) Line List and Equipment List6) Electrical Load List7) Instrument List8) Inspection Reports for all the outsourced items9) Testing procedures for the items to be tested10) Operating Manual for the system
Drawings:1) Overall plot plan2) P&I D3) Layouts and G.A. Drawings4) Piping Layouts and Isometrics5) Interlock Diagrams6) Electrical SLDs7) Fabrication / Construction Drawings
MMD, IIT Bombay Page No.22 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION 7 PRICE BID
Reference No: 201600035 Due date: 17th June,2016 at 01.00 pm
Sr.
No
.
Description of Item &
SpecificationQty in Units
Lump sum Price
Service tax
& other
taxes/charg
es if any
please
specify
details
(%/in Rs.)
Total Price
in Rs.
1. Appointment of consultant Detailed Engineering and Execution ofLFR with PCM This Basic Technical Design Document is for the LFRPCM project i.e Linear Fresnel Reflector (LFR) based collector development with receiver and with PhaseChange Material (PCM) based steam storage which includes Development of Indigenous Efficientand Economical LFR system and ThermalEnergy Storage. This project will be implemented at NETRA at Greater NOIDA, Uttar Pradesh for testing and performance evaluation. After testing the setup online, the system is to be integrated to existing VAM of 50TR capacity. Details mentioned in technical bid.
1 No.
1. The bidder should quote the price on the lumpsum basis for the scope mentioned in scope of work, manpower, travel, boarding & lodging & any local transportation during meetings at IIT Bombay & on site etc.)
2. The bidder is needed to provide details of the estimated manpower required and the rate thereof with supporting documents justifying the manpower rate in separate sheet.
Validity 180 days from the date of submission of quotation/tender.
Delivery period .......................... days
PAN No:.....................................................
VAT/TIN Registration No:..........................
MMD, IIT Bombay Page No.23 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
Signature: .................................................
Place: Name:........................................................
Date: Business Address:......................................
Affix Rubber Stamp:..................................
Note: Price bid should be submitted in given format only. For additional information/extra items above format may be typed and used.
MMD, IIT Bombay Page No.24 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION 8 ANNEXURES
ANNEXURE 1: FORMAT FOR EARNEST MONEY DEPOSIT / BID BOND
(To be typed on Nonjudicial stamp paper of the value of Indian Rupees of One Hundred) (TO BE ESTABLISHED THROUGH ANY OF THE NATIONALED BANKS (WHETHER SITUATED AT MUMBAI OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT MUMBAI OR ANY SCHEDULED BANK (OTHER THAN NATIONALISED BANK) SITUATED AT MUMBAI. BONDS ISSUED BY COOPERATIVE BANKS ARE NOT ACCEPTED)
LETTER OF GUARANTEE
To,Registrar,Indian Institute of Technology,Powai, Mumbai – 400 076
IN ACCORDANCE WITH YOUR TENDER No:................... dated.................. for supply of
….............................., M/s. ............................. (hereinafter called the “Bidder”) having its Registered
Office at …........................, wish to participate in the said bid for the supply
….................................................... as an irrevocable Bank Guarantee against Earnest Money Deposit
for an amount of Rs. …................... (Rupees...............................) valid up to …............ (180 days
from the date of issue of Bank Guarantee), is required to be submitted by the bidder as a condition
precedent for participating in the said bid, which amount is liable to be forfeited by the Purchaser on
(1) the withdrawal or revision of the offer by the bidder within the validity period, (2) Non
acceptance of the Letter of Indent / Purchase order by the Bidder when issued within the validity
period, (3) failure to execute the contract as per contractual terms and condition with in the
contractual delivery period and (4) on the happening of any contingencies mentioned in the bid
documents.
During the validity of this Bank Guarantee :
We, ….......................(Bank name) having its registered Office at ….......................guarantee
and undertake to pay immediately on first demand by …................................... the amount of
Rs................... (Rupees..............................) without any reservation, protest, demur and recourse.
Any such demand made by the IIT Bombay shall be conclusive and recourse. Any such demand made
by the purchaser shall be binding on the Bank irrespective of any dispute or difference raised by the
Bidder.
The Guarantee shall be irrevocable and shall remain valid up to …............(180 days from the
date of issue of Bank Guarantee) If any further extension is required, the same shall be extended to
MMD, IIT Bombay Page No.25 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
such required period on receiving instruction form the Bidder, on whose behalf the is Guarantee is
issued.
Notwithstanding anything contained herein :
⁎ Our liability under this Bank Guarantee shall not exceed Rs....................
(Rupees....................) .
⁎ This Bank Guarantee shall be valid up to ….........................................................(date).
⁎ We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
Only and only if you serve upon us a written claim or before …............ (date).
This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceable at
our branch office at ........................................ situated at .............................. (Address of local
branch).
Yours truly,
Signature and seal of the guarantor:
Name of Bank:
Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond will not be returned to the Bank. Bank is requested to take appropriate necessary action on or after expiry of bond period.
MMD, IIT Bombay Page No.26 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
ANNEXURE 2: FORMAT FOR PERFORMANCE GUARANTEE BOND
(To be typed on Nonjudicial stamp paper of the value of Indian Rupees of One Hundred) (TO BE ESTABLISHED THROUGH ANY OF THE NATIONAL BANKS (WHETHER SITUATED AT MUMBAI OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT MUMBAI OR ANY SCHEDULED BANK (OTHER THAN NATIONALISED BANK) SITUATED AT MUMBAI. BONDS ISSUED BY COOPERATIVE BANKS ARE NOT ACCEPTED.)
To,Registrar, Indian Institute of Technology,Powai, Mumbai – 400 076.
LETTER OF GUARANTEE
WHEREAS Indian Institute of Technology, Bombay (Buyer) have invited Tenders vide Tender
No............................... dated ............................. for purchase of ........................................................
AND WHEREAS the said tender document requires that any eligible successful tenderer (seller)
wishing to supply the equipment / machinery,etc. in response thereto shall establish an irrevocable
Performance Guarantee Bond in favour of “Registrar, Indian Institute of Technology, Bombay” in the
form of Bank Guarantee for Rs ................................ (5% (five percent) of the order value) and
valid till two years from the date of issue of Performance Guarantee Bond may be submitted within
30 (Thirty) days from the date of Acceptance as a successful bidder.
NOW THIS BANK HEREBY GUARANTEES that in the event of the said tenderer (seller) failing
to abide by any of the conditions referred in tender document / purchase order / performance of the
equipment / machinery, etc. this Bank shall pay to Indian Institute of Technology, Bombay on demand
and without protest or demur Rs ........................ (Rupees......................................)
This Bank further agrees that the decision of Indian Institute of Technology, Bombay (Buyer)
as to whether the said Tenderer (Seller) has committed a breach of any of the conditions referred in
tender document / purchase order shall be final and binding.
We, .................................................. (name of the Bank & branch) hereby further agree that
the Guarantee herein contained shall not be affected by any change in the constitution of the
Tenderer (Seller) and/ or Indian Institute of Technology, Bombay(Buyer).
Notwithstanding anything contained herein:
MMD, IIT Bombay Page No.27 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
1. Our liability under this Bank Guarantee shall not exceed Rs. .........................
(Indian Rupees ..................................... only).
2. This Bank Guarantee shall be valid up to ..........................(date) and
3. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee
only and only if IIT Bombay serve upon us a written claim or demand on or
before ..........................(date).
This Bank further agrees that the claims if any, against this Bank Guarantee shall be
enforceable at our branch office at ........................................ situated at .............................. (Address
of local branch).
Yours truly,
Signature and seal of the guarantor:
Name of Bank:
Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond will not be returned to the Bank. Bank is requested to take appropriate necessary action on or after expiry of bond period.
Submitted Earnest Money Deposit will be treated as null and void after acceptance of Performance
Bank Guarantee by IIT Bombay.
MMD, IIT Bombay Page No.28 o f 29
Appointment of Consultant for Detailed Engineering of LFR with PCM
SECTION 9 CHECKLIST
The following items must be checked before the Bid is submitted:
1. Envelope “1” Technical Bid
a) Demand Draft of Rs. 500/ (Rs. Five Hundred only) towards cost of Bid
document,
b) Bank Guarantee for Rs. 2,00,000/ (Rs. Two Lac only) towards Earnest Money
Deposit,
c) Eligibility Criteria & Selection Criteria Responses (each pages duly sealed and
signed by the authorized signatory),
d) Copy of this tender document duly sealed and signed by the authorized
signatory on every pages.
e) Technical Bid responses
2. Envelope “2”
a) Price Bid :
Your quotation must be submitted in two envelopes Technical Bid (Envelope 1) and
Commercial Bid (Envelope 2) superscribing on both the envelopes the Tender no. and the
due date and both these sealed covers are to be put in a bigger cover which should also be
sealed and duly superscribed with our Tender No. & Due Date.
MMD, IIT Bombay Page No.29 o f 29