tender document for - nredcap · 2019. 10. 9. · mm dia at top with minimum galvanizing of 85...

15
Tender Document for Design, Supply, Installation, Testing and Commissioning, Operation & Maintenance of 90 Nos of 30W LED based Solar Street Lighting Systems at Talaricheruvu Ultra Mega Solar Park in Ananthapuramu District. NAME OF THE SUPPLIER / MANUFACTURER: ---------------------------------------------- - Registration No: ______ / 2019-20 Tender Notice No: NREDCAP/SE/SPV SSL/ATP/08/2019-20 Dated: 09.10.2019. NEW AND RENEWABLE ENERGY DEVELOPMENT CORPORATION OF A.P Ltd (NREDCAP) Regd Office: 12-464/5/1, River Oaks Apartments, CSR Kalyana Mandapam Road, Tadepalli, GUNTUR DISTRICT- 522 501 TEL: 0863-2347650/51/52/53 Website: www.nredcap.in

Upload: others

Post on 05-Feb-2021

5 views

Category:

Documents


0 download

TRANSCRIPT

  • Tender Document

    for

    Design, Supply, Installation, Testing and Commissioning,

    Operation & Maintenance of 90 Nos of 30W LED based

    Solar Street Lighting Systems at Talaricheruvu Ultra

    Mega Solar Park in Ananthapuramu District.

    NAME OF THE SUPPLIER / MANUFACTURER: ----------------------------------------------

    -

    Registration No: ______ / 2019-20

    Tender Notice No:

    NREDCAP/SE/SPV SSL/ATP/08/2019-20

    Dated: 09.10.2019.

    NEW AND RENEWABLE ENERGY DEVELOPMENT CORPORATION OF A.P Ltd

    (NREDCAP)

    Regd Office: 12-464/5/1, River Oaks Apartments,

    CSR Kalyana Mandapam Road, Tadepalli,

    GUNTUR DISTRICT- 522 501

    TEL: 0863-2347650/51/52/53

    Website: www.nredcap.in

    http://www.nredcap.in/

  • INDEX

    1. Tender Notice ……………………. 3

    2. Scope of works…………………… 4

    3. Pre Requisites for participation….. 6

    4. General Conditions……………… 7

    5. Profile of Suppliers/Manufacturers……. 9

    6. MNRE Specifications and Component wise Technical Details for 30W LED based Solar Street Lighting Systems… 10

    7. Annexure – A 14

    8. Annexure – B 15

    2

  • TENDER NOTICE

    S.No Particulars Details

    1 Tender Notice No NREDCAP/SE/SPV SSL/ATP/08/2019-20, dated:

    09.10.2019.

    2 Scope of the work

    Design, Supply, Installation, Testing and

    Commissioning, Operation & Maintenance of 90

    Nos of 30W LED based Solar Street Lighting

    Systems at Talaricheruvu Ultra Mega Solar Park in

    Ananthapuramu District.

    3 Estimated Contract Value

    (Approximately) Rs. 67,66,920.00

    4 Period of Contract 3 months

    5 Eligibility for participation

    Registered / Renewed Suppliers & Manufacturers

    with NREDCAP for the year 2019-20 as

    “SPV Solar System Integrators” up to 30.09.2019

    6 Processing fee of Tender

    Document

    Rs. 25,000/- + 4,500/- ( GST @ 18%) =

    Rs. 29,500/-

    7 Bid Security ( EMD)

    Rs. 75,000.00 (Rupees Seventy five thousand only)

    by way of Demand Draft drawn in favour of

    NREDCAP, payable at Tadepalli.

    8 Last Date & Time for

    Submission of sealed Tenders 23.10.2019, 13:00 hrs

    9 Date & Time for Opening of

    Technical Bids 23.10.2019, 15:00 hrs

    NOTE:

    1. The Tender Document can be downloaded from http://www.nredcap.in and the processing

    fee of tender document shall be enclosed by way of demand draft for Rs: 29,500/- in

    favour of NREDCAP payable at Tadepalli, which is not refundable.

    2. The Financial Bids of Technically qualified Bidders will only be opened.

    3. The Valid NSIC certificate holders are exempted from payment of EMD amount. The

    copy of the valid NSIC certificate shall be enclosed to the Tender document.

    VC & Managing Director

    NREDCAP, Tadepalli

    3

    http://www.nredcap.in/

  • SCOPE OF THE WORKS

    Design, Supply, Installation, Testing, Commissioning and Operation & Maintenance of 90

    Nos of 30W capacity LED based Solar Street Light systems consisting of the following.

    a) LED Luminary: 30 W LED luminary with inbuilt charge controller to operate dusk

    to dawn and with 2 core, 2.5 Sq mm copper cable of required length.

    b) Solar PV Module: 12V/150Wp (any IEC/BIS Certified make) along with suitable

    Solar PV module support Structure (Powder coated).

    c) Battery: 12.8V / 96Ah Lithium Ferro Phosphate (LiFePO4) Battery (any IEC/UL

    certified make) separately mounted in battery box.

    d) Battery Box: 250X250X200 mm of 2 mm thick battery box (Powder coated) with

    reinforcement as required to house the above battery along with fixing arrangement

    to GI pole.

    e) GI Octagonal Pole: 7 meters of length, 3 mm thick (130 mm dia at bottom and 70

    mm dia at top with minimum Galvanizing of 85 microns on hot dip Galvanizing

    process) along with suitable Luminary arm to fix luminary.

    f) J Bolts & Base plate: GI J bolts of dia 20 mm X600 mm length along with suitable

    base plate for making foundation to the GI Octagonal pole are to be supplied by the

    selected bidder.

    g) Accessories:

    i) Hard ware such as GI Nut & Bolts (M10x90, M10x50 & M10x20) and SS Nut &

    Bolts (M6), for fixing Solar PV module and Battery box and Luminary arm as

    required.

    ii) 2.5 Sq sq.mm copper lugs (Ring type).

    h) Civil Foundation: All the Civil Foundations will be laid down by APSPCL as

    per the design and specifications at their cost. The foundation shall be RCC pile

    foundation in CC(1:2:4). The soil stratum at work location is mostly hard rock

    covered with ordinary gravel and mixture of soft rock at varying depths. The

    foundation shall be cast by drilling 300 mm dia bore hole of minimum depth of 1.3

    m below the OGL, laying of RCC (1:2:4) with 6 No’s 10 mm dia main

    reinforcement and 8 mm dia stirrups at 250 mm c/c after inserting the G.I J bolts in

    position with the help of base plate.

    Signature of the Tenderer with seal

    4

  • i) Operation & Maintenance: All the street lighting system (including the battery)

    will be warranted for a period of five years from the date of completion of work.

    The APSPCL will take over the Street lighting systems after successful

    commissioning.

    Galvanisation:

    i) Structure shall be galvanized properly to avoid resting and the work shall be carried

    out as per IS-2629 and IS-4759.

    ii) The minimum Galvanization thickness shall be 85 microns (610 gsm).

    Testing and Inspection:

    i) The Testing and Inspection shall be carried out as per relevant Indian Standards.

    ii) The firm shall submit test reports for the materials procured by them from the MNRE

    authorized test centers for observation and its record.

    Transport and Storage:

    i) The materials shall be transported to Talaricheruvu site and shall be stocked.

    ii) Every care shall be taken to prevent damage during loading, transportation and unloading.

    Mode of payment: The payment shall be made as follows.

    a) 90% Cost of the Solar Street Lighting Systems installed will be released by APSPCL

    based on the certified bills from NREDCAP along with completion and handing over

    documents in the prescribed formats.

    b) The balance 10% Performance Guarantee amount will be released by APSPCL after

    successful completion of 5 years of operation & maintenance period from the date of

    installation (or) against submission of Bank guarantee for 10% of the value of the

    work order for a period of 5 years with a claim of period of 6 months.

    c) The firm shall pay 2.5% of value of contract towards security deposit at the time of

    award of contract for due fulfillment of the contract and the security deposit will be

    released after successful completion of the work.

    Signature of the Tenderer with seal

    5

  • Pre-Requisites for submission of Tenders for Design, Supply, Installation, Testing and

    Commissioning, Operation & Maintenance of 90 Nos of 30W LED based Solar Street

    Lighting Systems at Talaricheruvu Ultra Mega Solar Park in Ananthapuramu District

    Tenders are invited for Supply, Testing & installation of 90 Nos of 30W LED based Solar

    Street Lighting Systems at Talaricheruvu Ultra Mega Solar Park in Ananthapuramu District

    from the Registered / Renewed Suppliers & Manufacturers with NREDCAP for the year

    2019-20 as “SPV Solar System Integrators” up to 30.09.2019.

    The Tenderers shall fulfill the following eligible criteria and submit the necessary

    documentary proofs along with Tender document.

    1. The Supplier’s & Manufacturer’s shall have valid Test Certificates for all products /

    Components from MNRE or any other MNRE authorized Test Centers to install Solar

    Street Lighting Systems as per MNRE Specifications.

    2. The Suppliers & Manufacturers shall have experience in installation of at least 30 Nos

    of 9W / 18W LED based Solar Street Lighting Systems with NREDCAP or any of the

    Govt. Nodal Agencies in the country (submit the attested experience certificates)

    during the last two years 2017-18 & 2018-19.

    3. Supply of one sample piece of 30W LED based Solar Street Lighting System as per

    Tender Specifications is mandatory.

    4. The Suppliers & Manufacturers cumulative turnover shall not be less than Rs: 3.00

    Crores (Rupees Three Crores only) during last two years i.e., 2017-18 and 2018-19.

    (Attach balance sheets from certified Chartered Accountant).

    5. The Suppliers & Manufacturers have not been black listed at any time by NREDCAP

    as well as any of the Govt. Nodal Agencies in the country.

    6. The Bidder who submits the tender without satisfying or deviating the above

    conditions will be rejected duly forfeiting the EMD amount.

    Signature of the Tenderer with seal

    6

  • GENERAL CODITIONS OF THE TENDER DOCUMENT

    1. The rates are inclusive of all latest prevailing taxes and duties etc., of Govt. of Andhra

    Pradesh as well as Govt. of India. The rates quoted shall also be inclusive of

    transportation, Installation & Commissioning charges and exclusive of cost of civil

    foundations of the solar street lighting systems and to be submitted in the enclosed

    format of Annexure – B.

    2. All the Solar Street Lightings Systems are to be supplied, installed & commissioned

    as per the directions of NREDCAP within 45 days from the date of work order.

    3. The filled in Tender document duly signed on each page has to be submitted along

    with EMD amount of Rs. 75,000.00 (Rupees Seventy five thousand only) by way of

    Demand Draft in favour of “NREDCAP” Payable at Tadepalli. In case of

    unsuccessful bidder, the EMD amount will be refunded immediately after finalization

    of the Tender.

    4. The successful bidder shall pay the Security Deposit amount of 2.5% of the work

    order value and will be released on successful completion of the works awarded.

    5. The filled in Tender document with all enclosures should be submitted in a sealed

    cover super scribing “Tender for 90 Nos of 30W LED based Solar Street Lighting

    Systems at Talaricheruvu Ultra Mega Solar Park in Ananthapuramu District”

    for Technical & Financial bid separately.

    6. Good quality components shall be supplied. In case if it is found that materials are not

    as per MNRE Specifications, such components are to be replaced at your cost.

    7. The entire Solar Street Lighting Systems including Battery should be under guarantee

    / warranty for a period of Five years from the date of commissioning against all

    defects.

    8. All the SPV Modules irrespective of the capacity shall have RFID tags fixed inside /

    outside and it should with stand local weather conditions.

    9. After completion of installation & commissioning, the supplier / manufacturer has to

    submit the Installation, Commissioning & handing over documents report containing

    the details of the components installed, layout diagrams etc., The copies of the test

    certificates for SPV Modules, LED Luminary, Batteries etc are also to be submitted.

    Signature of the Tenderer with seal

    7

  • 10. The selected bidder should establish service centre at the site for regular operation &

    maintenance during the warranty period of 5 years from the date of installation.

    11. The Supply, Installation & Commissioning of Solar Street Lighting Systems will be

    awarded to the bidder who quoted at L1 price which excludes the cost of civil

    foundations (APSPCL will laid down all civil foundations as per design and

    specifications).

    12. The bills are to be raised in favour of Managing Director, APSPCL by suppliers /

    manufacturers with GST number as per GST Act in force w.e.f. 01.07.2017 and

    submit in triplicate after duly handing over the systems to APSPCL.

    13. The 90% of the invoice value for the Solar Street Lighting Systems installed will be

    released by APSPCL based on the certificate from NREDCAP along with completion

    and handing over documents in the prescribed formats.

    14. The balance 10% Performance Guarantee amount will be released by APSPCL after

    successful completion of 5 years of operation & maintenance period from the date of

    installation (or) against submission of Bank guarantee for 10% of the value of the

    work order for a period of 5 years with a claim period of 6 months.

    15. NREDCAP reserves the right to cancel the order partially or fully in case the material

    supplied are substandard / delay in progress of the works without any notice and

    forfeit the Security Deposit. All the disputes arises regarding this tender will be settled

    under area of jurisdiction of NREDCAP, Amaravati only.

    16. For the delayed installation beyond the stipulated period, penalty @1% on the cost of

    the systems per week will be levied subject to the maximum of 5%. For valid reasons,

    if the supplier is not able to supply the systems within the time prescribed, the VC &

    Managing Director, NREDCAP, on receipt representation from the supplier prior to

    due date, may grant extension of time. If the work is not completed within one month

    beyond scheduled date, the entire work will be cancelled and the Security Deposit will

    be forfeited.

    17. The VC & Managing Director, NREDCAP may relax any of the conditions for valid

    reasons and the decision of VC & Managing Director is final and binding.

    Signature of the Tenderer with seal

    8

  • PROFILE OF SUPPLIERS / MANUFACTURERS

    S.No Particulars Details

    1 Name of the Tenderer

    2 Postal Address

    3 Email address for communication

    4 Telephone, Fax No:

    5 Name, designation & Contact number of

    the representative of the Tenderer.

    6

    Nature of the firm (Individual

    Partnership/Pvt. Ltd/ Public Ltd., Co.

    /Public Sector etc.,)

    7 Amount paid towards Tender processing

    fee with details

    8 Amount paid towards Earnest money

    deposited with details

    9

    Cumulative Turnover for last Two

    financial years 2017-18 & 2018-19

    (Attach balance sheets from certified

    Chartered Accountant)

    2017-18

    (Rs) 2018-19

    (Rs) Total

    (Rs)

    10 PAN Number, GST Number along with

    Registration details

    (evidences are to be attached)

    11

    Details of Test Certificate(s) issued by

    MNRE/MNRE authorized test centers.

    a. Name of the Test Center b. Valid Test Certificate for the

    following components

    i) SPV Modules

    ii) LED Luminary

    iii) Batteries

    Signature of the Tenderer with seal

    9

  • TECHNICAL SPECIFICAIONS OF 30W CAPACITY LED BASED SOLAR STREET

    LIGHTING SYSTEMS AT TALARICHERUVU ULTRA MEGA SOLAR PARK IN

    ANANTHAPURAMU DISTRICT

    Location of site Talaricheruvu Ultra Mega Solar Park, Ananthapuramu District

    SPV modules Capacity 12V/150Wp (any IEC/BIS Certified make) along with suitable Solar

    PV module support Structure (Powder coated).

    Battery

    Battery Type / make Lithium Ferro Phosphate (LiFePO4) Battery (any IEC/UL certified

    make) separately mounted in battery box

    Battery voltage &

    Capacity 12.8 V / 96 Ah

    Battery Box

    250X250X200 mm of 2 mm thick battery box (powder coated) with

    reinforcement as required to house the above battery along with

    fixing arrangement to GI Pole

    LED Luminary 30W LED luminary with inbuilt charge controller to operate dusk to

    dawn and with 2 core, 2.5 Sq mm copper cable of required length

    GI Octagonal Pole

    7 meters of length, 3 mm thick (130 mm dia at bottom and 70 mm dia

    at top with minimum Galvanizing of 85 microns on hot dip

    Galvanizing process) along with suitable Luminary arm to fix

    luminary.

    J Bolts & Base Plate GI J bolts of dia 20 mm X600 mm length along with base plate for

    making foundation to the GI Octagonal pole.

    Accessories

    i) Hard ware such as GI Nut & Bolts (M10x90, M10x50 &

    M10x20) and SS Nut & Bolts (M6), for fixing Solar PV module and

    Battery box and Luminary arm as required.

    ii) 2.5 Sq sq.mm copper lugs (Ring type).

    Foundation

    All the Foundations will be laid down by APSPCL as per the

    design and specifications at their cost. The Foundation shall be

    RCC pile foundation in CC(1:2:4). The soil stratum at work location

    is mostly hard rock covered with ordinary gravel and mixture of soft

    rock at varying depths. The foundation shall be cast by drilling 300

    mm dia bore hole of minimum depth of 1.3 m below the OGL, laying

    of RCC (1:2:4) with 6 No’s 10 mm dia main reinforcement and 8 mm

    dia stirrups at 250 mm c/c after inserting the G.I J bolts in position

    with the help of base plate.

    Maintenance

    Operation and Maintenance of 5 years with regular field visit,

    replacement of damaged materials, replacement of dead batteries or

    any other equipment for effective functioning of solar street lighting

    system for five years from the date of completion of work.

    Electronics Overall total efficiency of the Electronics should be minimum 90%

    Signature of the Tenderer with seal

    10

  • COMPONENT WISE MNRE TECHNICAL DETAILS

    PV MODULE:

    i. Indigenously manufactured PV module should be used.

    ii. The PV module should have crystalline silicon solar cells and must have a certificate

    of testing conforming to IEC 61215 Edition II / BIS 14286 from an NABL or IECQ

    accredited Laboratory.

    iii. The power output of the module(s) under STC should be a minimum of 150 Wp at a

    load voltage* of 16.4 ± 0.2 V.

    iv. The open circuit voltage* of the PV modules under STC should be at least 21.0 Volts.

    v. The module efficiency should not be less than 14 %.

    vi. The terminal box on the module should have a provision for opening it for replacing

    the cable, if required.

    vii. There should be a Name Plate fixed inside the module which will give:

    a. Name of the Manufacturer or Distinctive Logo.

    b. Model Number

    c. Serial Number

    d. Year of manufacture

    viii. A distinctive serial number starting with NSM will be engraved on the frame of the

    module or screen printed on the tedlar sheet of the module.

    *The load voltage and Voc conditions of the PV modules are not applicable for the system

    having MPPT based charge controller BATTERY:

    i. Lithium Ferro Phosphate (LiFePO4) Battery. ii. The battery will have a minimum rating of 12.8V, 96 Ah LiFePO4 Battery.

    iii. 85 % of the rated capacity of the battery should be between fully charged and load cut

    off conditions. iv. Battery should conform to the latest MNRE/ BIS/ International standards.

    LIGHT SOURCE:

    i. The light source will be a white LED type.

    ii. The colour temperature of white LED used in the system should be in the range of 5500oK–6500oK.

    iii. W-LEDs should not emit ultraviolet light.

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

    Signature of the Tenderer with seal

    11

  • v. The lamps should be housed in an assembly suitable for outdoor use. vi. The temperature of heat sink should not increase more than 20oC above ambient

    temperature during the dusk to dawn operation.

    ELECTRONICS:

    i. The total electronic efficiency should be at least 85%.

    ii. Electronics should operate at 12 V and should have temperature compensation for proper charging of the battery throughout the year.

    iii. No Load current consumption should be less than 20 mA.

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

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

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

    provided.

    ELECTRONIC PROTECTIONS:

    i. Adequate protection is to be incorporated under “No Load” conditions e.g. when the lamp is removed and the system is switched ON.

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

    conditions. iii. Fuse should be provided to protect against short circuit conditions. iv. Protection for reverse flow of current through the PV module(s) should be provided.

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

    throughout the year. vi. Adequate protection should be provided against battery reverse polarity.

    vii. Load reconnect should be provided at 80% of the battery capacity status.

    DUTY CYCLE:

    Dust to Dawn with Autonomy of 3 days or 36 operating hours per permissible

    discharge.

    MECHANICAL COMPONENTS:

    i. A corrosion resistant metallic frame structure should be fixed on the pole to hold the SPV module.

    ii. The frame structure should have provision to adjust its angle of inclination to the

    horizontal, so that it can be installed at the specified tilt angle. iii. The pole should be made of Galvanised Iron (GI) pipe.

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

    final installation.

    Signature of the Tenderer with seal

    12

  • v. The pole should have the provision to hold the luminaire.

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

    INDICATORS:

    (i) The system should have two indicators, green and red.

    (ii) The green indicator should indicate the charging under progress and should glow only

    when the charging is taking place. It should stop glowing when the battery is fully

    charged. (iii) Red indicator should indicate the battery “Load Cut Off” condition.

    QUALITY AND WARRANTY:

    i. The street lighting system (including the battery) will be warranted for a period of five years from the date of supply.

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

    of supply. The PV modules must be warranted for their output peak watt capacity,

    which should not be less than 90% at the end of Ten (10) years and 80% at the end of

    Twenty five (25) years.

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

    OPERATION AND MAINTENANCE MANUAL:

    An Operation, Instruction and Maintenance Manual, in English and the local

    language, should be provided with the Solar Street Lighting System. The following

    minimum details must be provided in the Manual:

    (i) Basic principles of Photovoltaics.

    (ii) A small write-up (with a block diagram) on Solar Street Lighting System - its

    components, PV module, battery, electronics and luminaire and expected

    performance.

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

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

    (v) About Charging and Significance of indicators.

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

    (vii) Clear instructions on regular maintenance and trouble shooting of the Solar

    Street Lighting System. (viii) DO's and DONT's.

    (ix) Name and address of the contact person for repair and maintenance, in case of

    non-functionality of the solar street lighting system.

    Signature of the Tenderer with seal

    13

  • Annexure – A

    TECHNICAL BID

    TECHNICAL SPECIFICATIONS FOR 30W LED BASED SOLAR STREET

    LIGHTING SYSTEMS AT TALARICHERUVU ULTRA MEGA SOLAR PARK IN

    ANANTHAPURAMU DISTRICT

    SI. No. Name of the Item Description /Specifications

    (make, capacity etc)

    1

    Solar PV Module(s)

    1.Type & make

    2.Capacity of each module

    3.No. of modules

    2

    Battery Bank

    1.Type & make

    2.Capacity and discharge rate

    of each battery

    3.No. of batteries

    3 Light Source Rating

    4 GI Pole

    5 J-Bolts with base plate

    6 Electronics

    7 Duty Cycle

    8 Autonomy

    9 Others

    Signature of the Tenderer with seal

    14

  • Annexure-B

    FINANCIAL BID

    FINANCIAL BID FOR 30W CAPACITY LED BASED SOLAR STREET LIGHTING

    SYSTEMS AT TALARICHERUVU ULTRA MEGA SOLAR PARK IN

    ANANTHAPURAMU DISTRICT

    S.No. Name of the Item Rate (Rs)

    (In words)

    01

    Design, Supply, Installation, Testing and

    Commissioning, Operation & Maintenance of 30W LED

    based Solar Street Lighting System with the following

    components including installation and transportation

    charges on Turnkey basis

    i) 12V, 150Wp SPV Modules

    ii) 30W LED based luminaire

    iii) 12.8V, 96 Ah Lithium Ferro Phosphate Battery

    (LiFePO4)

    iv) 7 mtrs length Octagonal hot dipped galvanized GI

    Pole

    v) J-Bolts along with base plate for making civil

    foundation

    vi) Other Electrical & Electronic items

    vii) Civil Foundation: The civil foundation will be laid

    down by APSPCL as per the design and specifications at

    their cost - Need not to Quote.

    02 GST @5% on 70% of item no: 01

    03 GST @18% on 30% of item no: 01

    04

    Total – (01+02+03)

    Signature of the Tenderer with seal

    15