ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا...

44
ستانفغان امی جمهوری اسIslamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF GOODS UNDER NATIONAL SHOPPING PROCEDURES FOR Procurement of Solar Power System for Obeh and Covid-19 Hospitals in Herat province. Package ID No: AF-DABS-171549-GO-RFQ Project : Herat Electrification Project (HEP) Purchaser : Da Afghanistan Breshna Sherkat (DABS) Funding : ARTF World Bank Grant No : IDA-D2080 Issued by: Da Afghanistan Breshna Sherkat 19 May 2020

Upload: others

Post on 24-Jan-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

جمهوری اسلامی افغانستان

Islamic Republic of Afghanistan

REQUEST FOR QUOTE

FOR PROCUREMENT OF GOODS UNDER

NATIONAL SHOPPING PROCEDURES

FOR

Procurement of Solar Power System for Obeh and Covid-19 Hospitals in Herat province.

Package ID No: AF-DABS-171549-GO-RFQ

Project : Herat Electrification Project (HEP)

Purchaser : Da Afghanistan Breshna Sherkat (DABS)

Funding : ARTF – World Bank

Grant No : IDA-D2080

Issued by:

Da Afghanistan Breshna Sherkat

19 May 2020

Page 2: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

2

Table of Contents

Request for Quotations ................................................................................................................... 3

ANNEX 1: Purchaser’s Requirements ............................................................................................ 7

ANNEX 2: Quotation Forms ........................................................................................................ 22

ANNEX 3: Contract Forms .......................................................................................................... 30

Page 3: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

3

Request for Quotations

RFQ Ref No.: AF-DABS-171549-GO-RFQ RFQ issue Date: 19 May 2020

Gentleman/Ladies:

Request for Quotation (RFQ)

The Islamic Republic of Afghanistan has received grant from the IDA towards the cost of the Herat

Electrification project (HEP) and intends to apply part of the proceeds toward payments under the

contract for procurement of the items under this RFQ.

The Herat Electrification Project (HEP) now invites sealed quotations from suppliers for the Goods

and the Related Services, described in Annex 1: Purchaser’s Requirements, attached to this RFQ.

Validity of offers

Your quotation(s) should be valid for a period of forty five (45) days from the deadline for

receipt of quotation(s).

Quoted Price

Prices shall be quoted in the following manner:

(a) For Goods to be supplied from within the Purchaser’s Country:

(i) the price of the Goods quoted DDP, including all customs duties and sales and

other taxes already paid or payable on the components and raw material used in

the manufacture or assembly of the Goods;

(ii) if known, any Purchaser’s Country sales tax and other taxes which will be

payable on the Goods if the Contract is awarded to the Supplier; and

(iii) The contractual unit prices shall be fixed during the Supplier’s performance of

the Contract and not subject to adjustment.

Prices can be quoted in Afghanis only The Bidder has to complete all the columns in price

schedule no 1 for the items offered and sign at the bottom of the page containing the items

offered. The current local taxes are 7 % Business Receipt Tax (BRT) in case the bidder is not

registered in Afghanistan and 2 % Business Receipt Tax (BRT) in case the bidder is registered

in Afghanistan. The bidder should include appropriate BRT tax in the price and provide total

price net of taxes in the price schedule. BRT tax will be deducted from gross billed amount while

making payment’

a. For information on taxes in Afghanistan, the bidder is advised to refer to

the web site of Ministry of Finance: www.mof.gov.af/tax.

b. The prices shall be quoted in Afghani only.

The Supplier may quote its price in a foreign currency of its choice in addition to the currency of

the Purchaser’s Country (for any local costs as applicable).

Clarifications

Page 4: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

4

Any clarification request regarding this RFQ may be sent in writing to:

Attention: Saif u Rahman “Omarzai”

Position: Procurement Specialist

Address: DABS Headquarter, Commercial Building, 6nd Floor, Procurement Department Da

Afghanistan Breshna Sherkat (DABS, Dehmazang, Kabul, Islamic Republic of Afghanistan

Mobile: +93 (0) 72 803 78 63

Email: [email protected]

Submission of Quotations

a. Quotations are to be submitted in the form attached at Annex 2 properly signed, stamped

and in a sealed envelope. Quotations submitted as email attachments shall not be

accepted.

b. The deadline for submission of Quotations is : 27 May 2020

The address for submission of Quotations is:

Attention: Saif u Rahman “Omarzai”

Position: Procurement Specialist

Address: DABS Headquarter, Commercial Building, 6nd Floor, Procurement Department

Da Afghanistan Breshna Sherkat (DABS, Dehmazang, Kabul, Islamic Republic of

Afghanistan

Mobile: +93 (0) 72 803 78 63

Email: [email protected]

Opening of Quotations

The Purchaser’s representatives will open quotations immediately after the deadline for the

submission of Quotations.

Evaluation of Quotations

Quotations will be evaluated to ensure compliance with the Technical Specifications, Delivery

and Completion Schedules and any other requirements of the RFQ.

Evaluation for the whole lot/package

Quotation will be evaluated for the whole lot/package under this RFQ. If a Price Schedule shows

items listed but not priced, their prices shall be assumed to be included in the prices of other items.

An item not listed in the Price Schedule shall be assumed not included in the Quotation, and

provided that the Quotation is substantially responsive, the average of the item price as quoted by

substantially responsive Suppliers will be added to the Quoted Price and the equivalent total price

of the Quotation so determined will be used for price comparison.

For evaluation and comparison purposes, the currency (ies) of the Quotations shall be converted

into a single currency. The currency that shall be used for comparison purposes to convert at the

selling exchange rate offered prices expressed in various currencies into a single currency is:

Afghani.

The source of exchange rate shall be: Da Afghanistan Bank

Page 5: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

5

The date for the exchange rate shall be: RFQ submission date.

Bids quoted in other currencies shall be converted in to Afghani. The source of exchange rate shall be Da Afghanistan Bank Kabul and the date of the exchange rate shall be the date of deadline must be the opening day of quotation.

Contract Award

The Contract will be awarded to the Supplier/s who:

a. offers the lowest evaluated price/s,

b. technically compliant quotation, and

c. guarantees delivery, in accordance with the delivery period/s

In accordance with the Evaluation of Quotations above.

The Purchaser shall invite by the quickest means e.g. letter or e-mail the successful Supplier/s for

any discussion/ negotiation that may be needed to conclude the contract or otherwise for contract

signature.

The Purchaser shall communicate by the quickest means with the other Suppliers on its contract

award decision. An unsuccessful supplier may request clarifications as to why its quotation was

not determined to be successful. The Purchaser will address this request within a reasonable time.

The Purchaser shall publish a contract award notice on its website with free access, and send award

notice via email to the other unsuccessful suppliers. The information shall include the name of the

successful Supplier, the Contract Price, the Contract duration, summary of its scope and the names

of the Suppliers and their quoted and evaluated prices.

Fraud and Corruption

The Bank requires compliance with the Bank’s Anti-Corruption Guidelines and its prevailing

sanctions policies and procedures as set forth in the WBG’s Sanctions Framework, as set forth in

the attachment to the Contract Conditions (Attachment A).

In further pursuance of this policy, the supplier shall permit and shall cause their agents (where

declared or not), subcontractors, sub consultants, service providers, suppliers, and personnel, to

permit the Bank to inspect all accounts, records and other documents relating to the RFQ and

contract performance (in the case of award), and to have them audited by auditors appointed by

the Bank.

On behalf of the Purchaser:

Signature:

Name: Ahmad Daud “Noorzai”

Title/position: CEO/DABS

Page 6: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

6

Attachments:

Annex 1: Purchaser’s Requirements

Annex 2: Quotation Form

Annex 3: Contract Forms

Page 7: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

ANNEX 1: Purchaser’s Requirements

1.1 List of Goods and Delivery Period

List of Goods and Delivery Period for Obeh Hospital

Line

Item

N

Description of Goods Quantity

required

Physical

unit

Named Place

of Destination

DDP

Place of Final

Destination

(Project Site)

Applicable

Incoterms

DDP

Delivery Period

from Date of

signing the

contract

1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure, and with the accessories.

9 kW Herat Herat Obeh

hospital DDP 20 days

2 Supply and Installation of Hybrid Inverter and With the accessories 4 KVA Herat

Herat Obeh

hospital DDP

20 days

3 Supply and Installation of Battery+BMS/EMS

system. As per configuration and setting of

battery storage, individual capacity of battery

can be selected without any variation of total

battery bank capacity and With the accessories

50 kWh Herat

Herat Obeh

hospital DDP

20 days

4 Supply and Installation of LED Light 100 Nos Herat

Herat Obeh

hospital DDP

20 days

5 Re- Structure of Internal Wiring as per required

and some of small items which is missing from

BoQ but it is needed for completion of the

project

LM Herat

Herat Obeh

hospital DDP

20 days

Page 8: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

8

List of Goods and Delivery Period for Covid – 19 Hospital

Line

Item

N

Description of Goods Quantity

required

Physical

unit

Named Place

of Destination

DDP

Place of Final

Destination

(Project Site)

Applicable

Incoterms

DDP

Delivery Period

from Date of

signing the

contract

1 Supply and Installation of PV Modules (>250 wp) and complete work, ( Mono Crystalline or Multi Crystalline), Including Module Mounting Structure, and with the accessories.

10 kW Herat Herat Covid – 19

hospital

DDP

20 days

2 Supply and Installation of Hybrid Inverter and With the accessories 10 KVA Herat

Herat Covid – 19

hospital DDP

20 days

3 Supply and Installation of Battery+BMS/EMS

system. As per configuration and setting of

battery storage, individual capacity of battery

can be selected without any variation of total

battery bank capacity and with the accessories

58 kWh Herat

Herat Covid – 19

hospital DDP

20 days

4 Supply and Installation of LED Light 100 Nos Herat

Herat Covid – 19

hospital DDP

20 days

5 Re- Structure of Internal Wiring as per required

and some of small items which is missing from

BoQ but it is needed for completion of the

project

LM Herat

Herat Covid – 19

hospital DDP

20 days

Page 9: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

1.3 Technical Specifications

Section-A: Technical Specifications

SN Component Description: Bidder Remarks

1 Solar PV Modules

Total Size of Array must be at least 9kW Peak for

Obeh and 10kW Peak for COVID 19 Hospital

Individual Solar PV Module must be at least 250

Wp

The proposed Solar PV Module must comply with

the latest IEC type tests. A list of IEC type tests are

mentioned below.

2 Energy Storage (Battery

Bank)

Total Size of Battery Bank must be at least 50kWh

for Obeh and 58kWh for COVID 19 Hospital

Maximum allowed parallel string connection is

two, it is important to be chosen the right individual

battery capacity that will give suitable form the

battery bank.

The proposed Battery must comply with the latest

IEC type tests. A list of TEC type tests are

mentioned below

3 Inverter

Total Size of inverter should be not less than the

size mentioned in the BOQ

Inverter Type: Hybrid

The proposed inverter must comply to the latest

IEC type tests. A list of IEC type tests are

mentioned below.

4 Mounting

Structure/Frame

MS-hot dip Galvanized support structures to be

fixed on the roof of the building or ground . The

galvanization thickness should adhere to ASTM

123.

Mounting structure must be designed such that it is

installed to have solar PV array towards due south

around local latitude at 34 degree with horizontal

space

The support frame structure should be able to resist

at least 20 years of outdoor exposure without

suffering significant damage or corrosion.

It shall support solar PV modules at a given

orientation, absorb and transfer the mechanical

loads to the ground properly. The structure should

withstand a wind load of 90 KMPH

5 Installation materials As required following national/internationals

standards

6 Earthing and Protection

As required following NS/ IS standard

Battery management system should be a part of the

system.

Page 10: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

10

The solar PV plant structure shall be grounded

properly using adequate number of earthing kits.

All metal casing of the system shall be thoroughly

grounded to ensure safety of the Solar PV system.

The Solar PV system shall be provided with

lighting and over voltage protection.

The main aim in this protection shall be to reduce

the over voltage to a tolerable value before it

reaches the system.

The system should have protection against battery

overcharge and deep discharge conditions.

Fuses should be provided to protect against short

circuit conditions.

Full protection against open circuit, accidental

short circuit & reverse polarity should be provided.

The earth resistance value should be less than 5

7 Cables and conduits

As required following NS/ IS standard

Outdoor cables must be UV protected

Cables must be selected to ensure voltage drop

across it must not exceed 3%

8 System Voltage

Installing company can design the system voltage

as per requirement and technical correctness. The

system voltage should be compatible to solar PV

module, Inverter, Charge Controller and Battery

Bank

9 Wiring Restructuring

The existing wiring to be checked and ensure that

circuit for outlets are separated.

Circuit for heavy high consumption electrical

appliance such boiler, air conditioners must be

separated.

In consultation with local medical staff the circuits

for essential and non-essential medical appliance

should be speared. Load segregation of the

hospitals will be the responsibility of the

contractor.

Existing incandescent lights/bulb to be changed

with efficient LED lights. Power rating of LED

light should not exceed 10 w.

Design and survey The contractor should conduct a site visit before supplying the equipment to identify proper

location for installation of the system. It should also include proper survey of the building including

the electrical appliance and internal wiring configuration and propose any changes in design of the

system if required.

Civil Works

The civil works for the proposed Solar PV System shall include, design of the Solar PV mounting

frame and installation. The structure should be facing south direction tilted at 34degree. Mounting

Page 11: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

11

structure must be designed accordingly. It should be able to withstand 90 km/hr wind speed and

support the installed solar modules. Bidder must provide the technical design and drawing of the

PV mounting structure.

Operation and Maintenance Manual

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

be provided with the Solar PV standalone System, Single Line Diagram and detail of Wiring

and Connection Diagrams will also be provided with the manual. Manual should also have

information on structure of internal wiring and number of existing circuits connected to the

backup system. Information should be also provided on energy efficiency aspects, particularly

when the system is running on backup.

Warrantee/Guarantee

1. The Solar PV System must be warranted for power for 25 years.

a. The structure should be warranted for 25 years.

b. Inverter warranty should be 10 years.

c. Battery warranty should be as per the manufacturer.

2. PV modules used in Power Plant must be warranted for their rated output

3. The Warrantee/ Guarantee Card to be supplied with the Solar PV System must contain

the details of the system supplied. The suppliers/manufacturers can provide additional

information about the system.

4. During the Warrantee/ Guarantee period, DABS will have all the rights to cross check

the performance of Solar PV System. DABS may carry out the frequent inspections of

the sys tem installed and randomly pick up its components to get them tested at any

test centre. If during such tests any part is not found as per the specified technical

parameters, DABS will take the necessary action. The decision of DABS in this regard

will be final and binding to the Bidder.

5. Solar PV modules should have reduction of rated power of not more than 2% in the first

year and not more than 0.7% per year from the subsequent year for the remaining 25

years.

Certificate:

The main equipment supplied for the project should be submitted the latest IEC Type Test

certificate during implementation to the project manager for review and approval.

Page 12: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

12

Appendix B

Technical Specifications for Hybrid Solar PV Plant

1. Solar PV Panels.

o PV Modules to be supplied should have a minimum declared output of 250 Wp (under

standard test conditions) or more for polycrystalline SPV modules. Number of modules shall be

worked accordingly.

o Modules proposed by the bidder should have been qualified with the existing IEC or other

international certifications.

o The modules shall be warranted for at least 10 years for failures due to material defects and

workmanship.

o PV modules used in the solar power plants must be warranted for output wattage, which

should not be less than 90% at the end of the 10 years and 80% at the end of 25 years.

o Maximum power loss at the end of the first year of operation should not be more than 2%

of the power at the start of the solar power plant.

o The Solar panels should have a linear degradation of power not more than 0.7% per year

till the 25th year.

o The front surface of the module shall consist of impact resistant, low iron and high

transmission toughened glass.

o The module frame shall be made of corrosion resistant material, which shall be electrically

compatible with the structure material selected for the power plant

2. Module Mounting Structure.

o The Structure design shall be appropriate with a safety factor of not less than 1.5. The

design calculation shall be submitted to DABS.

o Design drawings with the material selected shall be submitted for approval of DABS.

o The structure shall be designed to allow easy replacement of any modules and easy access

to the O&M staff and personal and protection.

o The structure shall be designed for simple mechanical and electrical installation. It shall

support the solar PV modules at an orientation of 34o, absorb and transfer the mechanical loads

to the ground properly. There shall be no requirement of welding or complex machinery at site.

o The array structure shall withstand a maximum wind speed of 90 KMPH.

o Nuts and bolts, supporting structures including the module mounting structures shall have

to be adequately protected with anti-corrosive paints of sufficient thickness.

o The contractor/manufacturer shall specify installation details of the solar PV modules and

the support structures with appropriate drawings.

o The drawings along with the detailed design shall be submitted to DABS for approval

before starting the erection work. The work will be carried out as per designs approved by DABS.

Page 13: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

13

o The minimum clearance between the lower edge of the PV panel and the ground level shall

be 800mm. While making foundation design consideration should be given to the weight of the

solar modules and a maximum wind speed of 90 KMPH. Seismic factors for the site to be

considered while making the design of the foundation. The design of the array structure shall be

based on soil test report of the site and shall be approved by DABS.

o Foundation drawings and design should be submitted to DABS for approval before staring

the work. Civil work for foundations for module mounting structure shall commence only after

proper levelling of the site. Care should be taken to maintain the slopes and prevent water logging

at the site.

o The mounting structure shall have an adequate provision to alter the tilt of the panel at least

twice in a year.

The location of the water faucets is to be provided for periodic cleaning/washing of the

solar PV modules and the same shall be indicated in the drawings

3. Balance of system.

3.1 Junction Box

o The junction boxes shall be dust free and waterproof and made of thermoplastic. The

terminals will be connected to copper bus-bar arrangement of proper sizes. The junction box will

have a cable entry points fitted with cable glands of appropriate sizes for both incoming and

outgoing cables. Suitable marking shall be provided on the bus bars for easy identification and

cable ferrules will be fitted at the cable termination points for identification. The connections

should be compatible with MC-4 connectors.

o Each array junction box will have suitable reverse blocking diodes of maximum DC

blocking voltage of 600V with suitable arrangement for its connection. The array junction box

will have a suitable surge protection. The junction boxes shall have suitable arrangements for the

following.

o Combine groups of modules into independent charging sub-arrays that will be wired to the

controller

o Provide arrangement for disconnection for each of the groups.

o Provide test point for each sub-group for quick fault location.

o To provide group array isolation

o The current carrying ratingof the junction boxes shall be suitable with adequate safety

factor to inter connect the solar PV array.

3.2 Power Conditioning Units

Capacity of each PV inverter shall be as per the design

The efficiency of the PV inverter shall be more than 98% at full load. The PV INVERTER

shall have high overload capacity. The bidder should specify the overload capacity in the bid.

The output power factor of the PV INVERTER shall be of a suitable range to supply or

sink reactive power.

The PV INVERTER shall have internal protection arrangement against sustained fault in

the feeder line.

Page 14: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

14

The dimension, weight, foundation details etc. of the PV Inverter shall be clearly indicated

in the detailed technical specification.

The PV Inverter should be Three phase static solid state type power conditioning unit. Both

the AC and DC lines shall have suitable fuses and contactors to allow safe start up and shut down

of the system. Fuses used in DC circuit shall be DC rated.

The PV Inverter shall have provision for input & output isolation.

PV Inverter front panel shall be provided with display (LCD or equivalent) to monitor the

following

DC power input.

DC input voltage.

DC current

AC output power

AC voltage (all the 3 phases)

AC Current (all the 3 phases)

All the above parameter/information shall be displayed on the LCD window of the PV

Inverter

Nuts and bolts including metallic cubicle shall have to be adequately protected taking into

consideration atmosphere and weather prevailing in the area.

Operation & maintenance manual should be furnished by the contractor before dispatch of

the PV Inverter.

The PV Inverter must have the feature to work in tandem with other similar PV Inverter's

and be able to be successively switched "ON" and "OFF" automatically based on solar radiation

variations during the day. Inverters must operate in synergy and intelligently to optimize maximum

generation at all times with minimum losses.

The inverter should have a facility to change the priority of power from either

Solar/battery/grid to grid/solar/battery.

The PV Inverter shall be capable of controlling power factor dynamically.

Maximum power point tracker (MPPT) shall be integrated in the power conditioner unit to

maximize energy drawn from the Solar PV array. The MPPT should be microprocessor based to

minimize power losses. The details of working mechanism of MPPT shall be mentioned by the

Bidder in its proposal. The MPPT unit shall confirm to IEC 62093 for design qualification.

Sleep Mode: Automatic sleep mode shall be provided so that unnecessary losses are

minimized at night. The power conditioner must also automatically re-enter standby mode when

threshold of standby mode reached.

Stand – By Mode: The control system shall continuously monitor the output of the solar

power plant until pre-set value is exceeded & that value to be indicated.

Basic System Operation (Full Auto Mode): The control system shall continuously

monitor the output of the solar power plant until pre-set value is exceeded & that value to be

indicated.

Page 15: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

15

PV INVERTER shall have provisions/features to allow interfacing with monitoring

software and hardware devices.

Protection against faults for PV Inverter

The PV inverter shall include appropriate self-protective and self-diagnostic feature to

protect itself and the PV array from damage in the event of PV Inverter component failure or

from parameters beyond the PV Inverter’s safe operating range due to internal or external causes.

The self- protective features shall not allow signals from the PV Inverter front panel to cause the

PV inverter to be operated in a manner which may be unsafe or damaging.

Faults due to malfunctioning within the PV Inverter, including commutation failure, shall

be cleared by the PV Inverter protective devices. In addition, it shall have following minimum

protection against various possible faults.

Grounding Leakage Faults: The PV Inverter shall have the required protection

arrangements against grounding leakage faults.

Over Voltage & Current: In addition, over voltage protection shall be provided between

positive and negative conductor and earth ground such as Surge Protection Devices (SPD).

Galvanic Isolation: The PV Inverter shall have provision for galvanic isolation with

external transformer, if required.

Anti-islanding (Protection against Islanding of grid): The PV Inverter shall have anti

islanding protection. (IEEE 1547/UL 1741/ equivalent BIS standard)

Unequal Phases: The system shall tend to balance unequal phase voltage (with 3- phase

systems).

Reactive Power: The output power factor of the PV Inverter should be of suitable range

to supply or sink reactive power. The PV Inverter shall have internal protection arrangement

against any sustained fault in the feeder line and against lightning in the feeder line.

Isolation: The PV Inverter shall have provision for input & output isolation. Each solid-

state electronic device shall have to be protected to ensure long life as well as smooth

functioning of the PV Inverter.

PV Inverter shall have arrangement for adjusting DC input current and should trip against

sustainable fault downstream and shall not start till the fault is rectified.

Each solid state electronic device shall have to be protected to ensure long life of the

inverter as well as smooth functioning of the inverter.

All inverters/ PV Inverter s shall be three phase using static solid state components. DC

lines shall have suitably rated isolators to allow safe start up and shut down of the system. Fuses

& Circuit breakers used in the DC lines must be rated suitably.

Standards & Compliances

PV Inverter shall confirm to the following standards and appropriately certified by the

labs:

Efficiency measurement: IEC 61683

Environmental Testing: IEC 60068-2 or IEC 62093

Page 16: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

16

EMC, harmonics, etc.: IEC 61000 series, 6-2, 6-4 and other relevant Standards. • Electrical safety:

IEC 62109 (1&2), EN 50178 or equivalent

Recommended practice for PV – Utility interconnections: IEEE standard 929 – 2000 or equivalent

Protection against islanding of grid: IEEE1547/ UL1741/ IEC 62116 or equivalent

Grid Connectivity: Relevant CEA/ CERC regulation and grid code (amended up to date)

Reliability test standard: IEC 62093 or equivalent

The Bidder should select the string inverter as per its own system design so as to optimize

the power output.

Desired Technical Specifications of PV INVERTER.

o Sinusoidal current modulation with excellent dynamic response.

o Compact and weather proof housing (indoor/ outdoor)

o Comprehensive network management functions (including the LVRT and capability to inject reactive power to the grid)

o Total Harmonic Distortion (THD) <3%

o No load loss < 1% of rated power and maximum loss in sleep mode shall be less than 0.05%

o Optional VAR control

o Power factor Control range: 0.9 (lead – lag)

o Humidity: 95% Non – Condensing

o Unit wise & integrated Data logging

o Dedicated Prefabs / Ethernet for networking

Inverter/ Power Condition unit must provide protection against:

o Over current

o Sync loss

o Over temperature

DC bus over voltage

Cooling Fan failure (If provided)

Short circuit

Lightning

Earth fault

Surge voltage induced at output due to external source

Power regulation in the event of thermal overloading

Set point pre-selection for VAR control

Bus communication via -interface for integration

Remote control via telephone modem or mini web server

Page 17: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

17

Integrated protection in the DC and three phase system

Insulation monitoring of the PV array with sequential fault location

Ground fault detector which is essential for large PV generators in view of appreciable discharge current with respect to ground.

Over voltage protection against atmospheric lightning discharge to the PV array is required.

The power conditioner must be entirely self-managing and stable in operation.

A self-diagnostic system check should occur on start up. Functions should include a test of key parameters on start up.

Power Factor.

Documentary Requirements & Inspection

The bill of materials associated with PV Inverter’s should be clearly indicated while delivering the

equipment.

The Contractor shall provide to the Employer, data sheet containing detailed technical

specifications of all the inverters and PV Inverter’s, Type test reports and Operation & Maintenance

manual before dispatch of PV Inverter’s.

The Employer or its authorized representative reserves the right to inspect the PV Inverter/

Inverters at the manufacturer’s site prior to dispatch.

.

3.3 Cables and Wires:

All cables shall be PVC insulated 1100V grade confirming to IEC standards and of the

make approved by DABS

The Wiring for modules interconnection shall be of with hard PVC conduit of approved

make.

Cables inside the control room shall be laid in suitable cable trays of approved make.

All the wires used on the LT side shall conform to IEC standards and should be of

appropriate voltage grade. Only Copper conductor wires of reputed make should be used for

connection in the LT side.

Cables and wires should be marked with good quality letters and number ferrules for proper

identification.

All cables and connectors for use for installation of solar field must be of solar grade which

can withstand harsh environment conditions including High temperatures, UV radiation, rain,

humidity, dirt, salt, burial and attack by moss and microbes for 25 years and voltages as per latest

IEC standards. (Note: DC cables for outdoor installations should comply with the TUV 2PfG

1169/09.07 for service life expectancy of 25 years)

Insulation: Outer sheath of cables shall be electron beam cross-linked XLPO type and black

in colour. In addition, Cable drum no. / Batch no. to be embossed/ printed at every one meter.

Page 18: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

18

Cable Jacket should also be electron beam cross-linked XLPO, flame retardant, UV resistant and

black in color.

DC cables used from solar modules to array junction box shall be solar grade copper (Cu)

with XLPO insulation and rated for 1.1kV only. The cables used from array junction box to inverter

shall be solar grade copper (Cu) with XLPO insulation and rated for 1.1kV only as per relevant

standards. Bidder shall provide the type test report for each type of cable used before dispatch of

the cable.

Wires with sufficient ampere capacity and parameters shall be designed and used so that

maximum voltage-drop at full power from the PV modules to inverter should be less than 1.5%

(including diode voltage drop). Successful Bidder shall provide voltage drop calculations in excel

sheet.

Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be

accepted. If a condition arrives where the laying length is greater than the drum length and in case

of faults at the site actual conditions, the same may be accepted after due assessment by Employer

and the joint kit shall be of repute make and to be installed by the certified cable jointer. All wires

used on the LT side shall conform to IS and should be of appropriate voltage grade. Only copper

conductor wires compliant with IEC 60228, Class 5 of reputed make shall be used.

All high voltage cables connecting the inverters to the transformers should be of XLP

insulated grade conforming to IS 1554 and the cables shall also conform to IEC 60189 for test and

measuring the methods. The Underground Cable should be XLPE only.

Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly

and passed through brass compression type cable glands at the entry & exit point of the cubicles.

All cable/wires shall be provided with UV resistant printed ferrules for DC side however,

for HT cables, punched/ embossed aluminium tags are required. The marking on tags shall be done

with good quality letter and number ferrules of proper sizes so that the cables can be identified

easily.

The wiring for modules interconnection could be in the weather resistant pipe of repute

make. All the buried cables can be run through HD pipe/ DWC conduit. However, for crossing

with road, drain and trenches etc., the cable must pass through GI pipe / RCC Hume pine of

appropriate size.

3.4 Switchboard box / DC Distribution Box (DCDB) / AC Distribution Box (ACDB)

panels

Successful Bidder shall provide sufficient no. of switchboards / DCDB / ACDB wherever

required.

All boxes/ panels should be equipped with appropriate functionality, safety (including

fuses, grounding, etc.) and protection.

The terminals will be connected to bus-bar arrangement of proper sizes to be provided. The

panels/ boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for

both incoming and outgoing cables.

Page 19: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

19

Adequate rating fuses & isolating MCB/ MCCB should be provided.

The panels/ boxes shall have suitable arrangement for the followings:

Provide arrangement for disconnection

Provide a test point for quick fault location

To provide isolation

The current carrying rating of the boxes/ panels shall be suitable with adequate safety factor

The rating of the boxes/ panels shall be suitable with adequate safety factor to inter connect

to the local/ internal grid

Thermal/ heat dissipation arrangement/ Vent for safe operation.

Adequate number of spare terminals

The boxes/ panels shall be dust, vermin, and waterproof and made of thermoplastic/

metallic in compliance with IEC 62208, which should be sunlight/ UV resistive as well as fire

retardant & must have minimum protection to IP 65(Outdoor)/ IP 20(indoor) and Protection Class

II.

All panels/ boxes shall be provided with adequately rated bus-bar, incoming control,

outgoing control etc. as a separate compartment inside the panel to meet the requirements of the

Chief Electrical Inspector General (CEIG). All live terminals and bus bars shall be shrouded. The

outgoing terminals shall be suitable to receive suitable runs and size of cables required for the

Inverter/Transformer rating.

The boxes/ panels must be grounded properly to ensure all safety related measures for safe

operation. The parts of panel, wherever applicable, must be insulated properly.

All the Panels to be manufactured with sufficient space for working and must have

temperature suitability up to 85°C with separate cable and bus bar alley.

3.5 Lightning protection and over voltage protection.

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

over voltage protection is to reduce the over voltage to a safe level before it reaches the PV or

other sub-system components as per NFC 17 – 102. Bidder to provide ESE type lightening arrester,

placed at strategic locations to protect the plant from lightening and shall not cause any shadow on

the solar modules.

Necessary foundation / anchoring for holding the lightning conductor in position to be

made after giving due consideration to shadow on PV array, maximum wind speed and

maintenance requirement at site in future.

The site is prone to lightning strikes and hence bidder is suggested to take utmost care

while designing the lightning protection system. The Bidder shall submit the drawings,

calculations and detailed specifications of the PV array lightning protection equipment to

Employer for approval before installation of system.

The lightning conductor shall be earthed through flats and connected to the grounding mats

as per applicable International Standards with earth pits. Three earth pits shall be provided for each

lightning arrestor. Each lightning conductor shall be fitted with individual earth pit as per required

Page 20: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

20

Standards including accessories, and providing masonry enclosure with cast iron cover plate

having locking arrangement, watering pipe using charcoal or coke and salt as required as per

provisions of IS.

Technical Specification for Large Scale Storage Battery.

Capacity of the battery bank should be designed in such a manner that the energy stored in

the battery should cater to a loads of 100%.

The Batteries should be only Sealed Maintenance Free battery.

Relevant IEC Standards should be referred to during designing the battery bank.

Below is list of IEC/IS specifications for the battery specification.

o IS 1651 & IS 13369, Stationary lead-acid batteries – Vented types – General requirements

and methods of test.

o IS 15549, Stationary Valve regulated lead-acid batteries specification. IS 15767 (2008) /

IEC 62259, Secondary cells and batteries containing alkaline or other non-acid electrolytes-Nickel

cadmium prismatic secondary single cells with partial gas recombination.

o Depth of discharge is limited to 70%.

o The typical charge and discharge currents are the following: - Maximum charge current:

C/10 A - Average discharge current determined by the load: C/120 A.

NOTE 1- Depending on the system design, the charge and the discharge current

may vary in a wider range.

NOTE 2- In some systems the load current must be supplied at the same time as the

battery charging current

o Period of high state of charge

Typically, batteries will be operated at high state of charge between 80 to 100% of rated capacity

unless batteries & systems are not properly sized. The system designer should choose the

maximum charge voltage of the battery (as applicable to each battery technology) as a compromise

allowing to recover to a maximum state of charge (SOC) as early as possible in the seasons other

than the monsoon but without substantially overcharging the battery. The overcharge increases the

gas production resulting in water consumption in vented cells. In valve regulated lead acid cells,

the overcharge will cause a lesser increase of water consumption and battery internal temperature

there by reduction in battery life. Typically, the maximum charge voltage is 2.4 V per cell for lead-

acid batteries and 1.55V per cell for vented nickel-cadmium batteries (refer manufacturers

recommendations). These values are applicable for the reference temperature specified by the

manufacturer. For the other batteries the values shall be given by the battery manufacturers. Charge

voltage compensation shall be used according to the battery manufacturer instructions if the battery

operating temperature deviates significantly from the reference temperature. The expected life-

time of a battery in a PV system even kept regularly at a high state of charge may be considered

less than the published life of the battery used under continuous float charge.

4. Commissioning and Completion of the Facilities.

Page 21: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

21

As soon as installation of the Facilities has, in the opinion of the Contractor, been completed as

specified in the Technical Specifications, excluding minor items not materially affecting the

operation or safety of the Facilities, the Contractor shall so notify the Employer (Project Manager/

EIC) in writing to witness the pre- commissioning of the facility.

As soon as all works in respect of Pre-commissioning are completed and, in the opinion of the

Contractor, the Facilities is ready for Commissioning, the Contractor shall so notify the Project

Manager in writing. The Contractor shall commence Commissioning of the facilities.

Commissioning of the Facilities shall be completed by the Contractor as per procedures detailed

in the Technical Specifications and in the presence of the Project Manager or the representatives

of the employer.

If the Project Manager notifies the Contractor of any defects and/or deficiencies, the Contractor

shall then correct such defects and/or deficiencies, and shall repeat the procedure.

If the Project Manager is satisfied that the Facilities have reached Completion, the Project Manager

shall, within seven (7) days after receipt of the Contractor’s repeat notice, issue a Completion

Certificate stating that the Facilities have reached Completion as at the date of the Contractor’s

repeat notice.

If the Project Manager is not so satisfied, then it shall notify the Contractor in writing of any defects

and/or deficiencies within seven (7) days after receipt of the Contractor’s repeat notice, and the

above procedure shall be repeated.

As soon as possible after Completion, the Contractor shall complete all outstanding minor items

so that the Facilities are fully in accordance with the requirements of the Contract, failing which

the Employer will undertake such completion and deduct the costs thereof from any monies owing

to the Contractor.

Upon Completion, commissioning and successful demonstration of the PR test, the contractor shall

be responsible for the care and custody of the Facilities, together with the risk of loss or damage

thereto, and shall thereafter take over the Facilities or the relevant part thereof for the agreed

duration of operation and maintenance as stipulated and mutually agreed terms and conditions.

Page 22: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

22

ANNEX 2: Quotation Forms

Supplier Quotation Form

From: [Insert Supplier’s name]

Supplier’s Representative: [Insert name of Supplier’s Representative]

Title/Position: [Insert Representatives title or position]

Address: [Insert Supplier’s address]

Email: [Insert Supplier’s email address]

To: Da Afghanistan Breshna Sherkat

Purchaser’s Representative: Saif u Rahman “Omarzai”

Title/Position: Procurement Specialist

Address : DABS, Dehmazang, Kabul Afghanistan

RFQ Ref No.: AF-DABS-171549-GO-RFQ

Date of Quotation: 06 May 2020

Dear [insert name of Purchaser’s Representative]:

SUBMISSION OF QUOTATION

1. Conformity and no reservations

In response to the above named RFQ we offer to supply the Goods, [add if applicable: “and

the Related Services,”] as per this Quotation and in conformity with the RFQ, Delivery and

Completion Schedules and Technical Specifications. We confirm that we have examined and

have no reservations to the RFQ, including the Contract.

2. Eligibility

If awarded the Contract, the Goods [add if applicable: “and Related Services,”] that we supply

shall be sourced from an eligible country.

We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service

providers for any part of the contract, are not subject to, and not controlled by any entity or

individual that is subject to, a temporary suspension or a debarment imposed by the World

Bank Group or a debarment imposed by the World Bank Group in accordance with the

Agreement for Mutual Enforcement of Debarment Decisions between the World Bank and

other development banks. Further, we are not ineligible under the Purchaser’s Country laws or

official regulations or pursuant to a decision of the United Nations Security Council.

Page 23: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

23

3. Quotation Price

The total price of our offer is [insert the total price of the offer in words and figures, indicating

the various amounts and the respective currencies].

4. Quotation Validity

Our Quotation shall be valid until the date specified in the RFQ, and it shall remain binding

upon us and may be accepted at any time before it expires.

5. Performance Security [delete if performance security is not required]

If we are awarded the Contract, we commit to obtain a Performance Security in accordance

with the RFQ.

6. Commissions, gratuities, fees

We have paid, or will pay the following commissions, gratuities, or fees with respect to this

Quotation

[If none has been paid or is to be paid, indicate “none.”]

Name of Recipient Address Reason Amount

7. Not Bound to Accept

We understand that you reserve the right to:

a. accept or reject any Quotation and are not bound to accept the lowest evaluated cost

Quotation, or any other Quotation that you may receive, and

b. Annul the RFQ process at any time prior to the award of the Contract without incurring

any liability to Suppliers.

8. Fraud and Corruption

We hereby certify that we have taken steps to ensure that no person acting for us, or on our

behalf, engages in any type of Fraud and Corruption.

On behalf of the Supplier:

Name of the person duly authorized to sign the Quotation on behalf of the Supplier: [insert

complete name of person duly authorized to sign the Quotation]

Title of the person signing the Quotation: [insert complete title of the person signing the

Quotation]

Page 24: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

24

Signature of the person named above: [insert signature of person whose name and capacity are

shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

Page 25: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

25

Quotation for Goods: Price Schedule 1

1 2 3 4 5 6 9 Line

Item

N

Description of Goods Country of

Origin

Delivery Date as

defined by

Incoterms

Quantity and

physical unit Unit price

INCLUDING ALL

APPLICABLE TAXES,

DELIVERY AND

INSTALLATION IN

HERAT PROVINCE

MENTIONED HOSPITAL

Total Price per Line item

(Col. 5*6)

INCLUDING ALL

APPLICABLE TAXES,

DELIVERY AND

INSTALLATION IN HERAT

PROVINCE MENTIONED

HOSPITAL

List of Goods for Obeh Hospital

1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure, and with the accessories.

DDP 9 KW

2 Supply and Installation of Hybrid Inverter and With the accessories

DDP 4 KVA

3 Supply and Installation of Battery+BMS/EMS system. As per configuration and setting of battery storage, individual capacity of battery can be selected without any variation of total battery bank capacity and With the accessories

DDP

50 KWh

4 Supply and Installation of LED Light DDP 100 Nos

5 Re- Structure of Internal Wiring as per required and some of small items which is missing from BoQ but it is needed for completion of the project

DDP

LM

List of Goods for Covid – 19 Hospital

1

Supply and Installation of PV Modules (>250 wp) and complete

work, ( Mono Crystalline or Multi Crystalline), Including Module

Mounting Structure, and with the accessories.

DDP

10 KW

Page 26: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

26

2 Supply and Installation of Hybrid Inverter and With the accessories

DDP 10 KVA

3

Supply and Installation of Battery+BMS/EMS system. As per configuration and setting of battery storage, individual capacity of battery can be selected without any variation of total battery bank capacity and with the accessories

DDP

58 KWh

4 Supply and Installation of LED Light DDP 100 Nos

5

Re- Structure of Internal Wiring as per required and some of small items which is missing from BoQ but it is needed for completion of the project

DDP

LM

Total Price

Page 27: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

27

Quotation for Goods: Price Schedule 2 For Goods to be supplied from within the Purchaser’ country

1 2 3 4 5 6 7 8 9

Line

Item

N

Description of Goods Delivery

Date as

defined by

Incoterms

Quantity

and

physical

unit

Unit price

EXW Total EXW

price per line

item

(Col. 45)

[ IF REQUIRED] Price

per line item for inland

transportation and other

services required in the

Purchaser’s Country to

convey the Goods to their

final destination,

specified in RFQ

[if known] Sales and

other taxes payable

per line item if

Contract is awarded

Total Price per line

item

(Col. 6+7)

Quotation Price

Page 28: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

28

Quotation for Related Services: Price Schedule 3 1 2 3 4 5 6 7

Item No. Item description Description of Services Country of

Origin

Completion Period at

place of Final

destination

Quantity and physical unit Unit price Total Price per Service

(Col. 5*6 or estimate)

1 M&O please

refer technical

specification, M&O manual

Part

After sale service, Contractor assign some technical

person to regularly visit the site

(maybe 2-3 time a month + incase of any issue in plant) to

ensure smooth operation of the

system work regularly and properly within one year after

completion of the project.

Quotation Price

Total Quotation: Price Schedule 4 The total price for the supply and delivery of the Goods, and related Services is as follows:

Price Schedule Grand Amount

Goods: Price Schedule 1

Total Quotation

Page 29: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

29

Manufacturer’s Authorization

[The Supplier shall require the Manufacturer to fill in this Form in accordance with the

instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer

and should be signed by a person with the proper authority to sign documents that are binding on

the Manufacturer.]

Date: [insert date (as day, month and year) of Quotation submission]

RFQ No.: [insert number of RFQ process]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of

goods manufactured], having factories at [insert full address of Manufacturer’s factories], do

hereby authorize [insert complete name of the Supplier] to submit a quotation the purpose of which

is to provide the following Goods, manufactured by us [insert name and or brief description of the

Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 20 of the Conditions

of Contract, with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on ____________ day of __________________, _______ [insert date of signing]

Page 30: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

30

ANNEX 3: Contract Forms

Contract Agreement

This Agreement, made the ( ) day of May 2020 between DA AFGHANISTAN BRESHNA

SHERKAT (DABS), a corporation incorporated under the laws of Islamic Republic of

Afghanistan and having its principal place of business at DABS Head Quarter,Chaman Houzouri,

Kabul, Afghanistan (hereinafter called “the Employer”) and ( ) , a corporation

incorporated under the laws of REPUBLIC OF ( ) and having its principal place of

business at : (hereinafter referred to as (hereinafter called “the Contractor”) of the other part.

WHEREAS the Purchaser invited quotations for certain Goods and ancillary services, [insert brief

description of Goods and Services] and has accepted a quotation by the Supplier for the supply of

those Goods and Services

The Purchaser and the Supplier agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement. This Agreement shall prevail over all other Contract documents.

(a) the Letter of Award of Contract

(b) the Supplier’s quotation

(c) Conditions of Contract

(d) the Purchaser’s Requirements (including Schedule of Requirements and Technical

Specifications)

(e) the completed Schedules (including Price Schedules)

(f) any other document listed as forming part of the Contract

3. In consideration of the payments to be made by the Purchaser to the Supplier as specified in

this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and

Related Services if applicable and to remedy defects therein in conformity in all respects

with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the

Goods and Related Services if applicable and the remedying of defects therein, the Contract

Price or such other sum as may become payable under the provisions of the Contract at the

times and in the manner prescribed by the Contract.

Page 31: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

31

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance

with the laws of Islamic Republic of Afghanistan on the day, month and year indicated above.

For and on behalf of the Purchaser:

Ahmad Dawood “Noorzai”

Chief Executive Officer

Da Afghanistan Breshna Sherkat/ DABS

For and on behalf of the Supplier:

Signed: [insert signature of authorized representative(s) of the Supplier]

in the capacity of [insert title or other appropriate designation]

in the presence of [insert identification of official witness]

Page 32: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

32

Conditions of Contract

Definitions The following words and expressions shall have the meanings

hereby assigned to them:

(a) “Bank” means the World Bank and refers to the

International Bank for Reconstruction and Development

(IBRD) or the International Development Association

(IDA).

(b) “CC” means the Conditions of Contract.

(c) “Contract” means the Contract Agreement entered into

between the Purchaser and the Supplier, together with the

Contract Documents referred to therein, including all

attachments, appendices, and all documents incorporated

by reference therein.

(d) “Contract Documents” means the documents listed in the

Contract Agreement, including any amendments thereto.

(e) “Contract Price” means the price payable to the Supplier as

specified in CC 8.1, subject to such additions and

adjustments thereto or deductions therefrom, as may be

made pursuant to the Contract.

(f) “Day” means calendar day.

(g) “Completion” means the fulfillment of the Related

Services, as applicable, by the Supplier in accordance with

the terms and conditions set forth in the Contract.

(h) “CC” means the Conditions of Contract.

(i) “Goods” means all of the commodities, raw material,

machinery and equipment, and/or other materials that the

Supplier is required to supply to the Purchaser under the

Contract.

(j) “Party” means the Purchaser or the Contractor, as the

context requires, and “Parties” means both of them.

(k) “Purchaser” means the entity purchasing the Goods and

Related Services as applicable, as specified in CC 2.

(l) “Purchaser’s Country” is the country specified in the CC 2.

(m) “Related Services” means the services incidental to the

supply of the goods, such as insurance, installation, training

Page 33: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

33

and initial maintenance and other such obligations of the

Supplier under the Contract, as applicable.

(n) “Subcontractor” means any person, private or government

entity, or a combination of the above, to whom any part of

the Goods to be supplied or execution of any part of the

Related Services is sub contracted by the Supplier.

(o) “Supplier” means the person, private or government entity, or

a combination of the above, whose Quotation to perform the

Contract has been accepted by the Purchaser and is named as

such in the Contract Agreement.

(p) “The Project Site,” where applicable, means the place

named in the CC.

Purchaser,

Purchaser’s

Country, Project

Site/Final

Destination

The Purchaser is: Da Afghanistan Breshna Sherkat (DABS)

The Purchaser’s Country is: Kabul, Afghanistan

The Project Site(s)/Final Destination(s) is/are: Herat province

mentioned Hospitals

Incoterms The edition of Incoterms that shall apply is: 2010

Notices and

Addresses for

notices

Any notice given by one Party to the other pursuant to the

Contract shall be in writing to the address hereafter using the

quickest available method such as electronic mail with proof of

receipt.

Address for notices to the Purchaser:

Name: Jawad Hadi

Position: Project Manager

World Bank Funded Projects

Address: Da Afghanistan Breshna Sherkat (DABS) Chaman

Hozori, Kabul Afghanistan.

Address for notices to the Supplier:

[insert the name of officer authorized to receive notices]

[title/position]

[department/work unit]

[address]

[Electronic mail address]

Governing Law The Contract shall be governed by and interpreted in accordance

with the laws of Islamic Republic of Afghanistan.

Settlement of

Disputes

[“CC 6(a) shall be retained in the case of a Contract with a

foreign Supplier and CC 6 (b) shall be retained in the case of a

Contract with a national of the Purchaser’s Country.”]

Page 34: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

34

(a) Contract with foreign Supplier:

[unless the Purchaser chooses the commercial arbitration

rules of another international arbitral institution, the

following sample clause should be inserted:]

All disputes arising out of or in connection with the present

contract shall be finally settled under the Rules of Arbitration

of the International Chamber of Commerce by one or more

arbitrators appointed in accordance with the said Rules.

(b) Contracts with Supplier national of the Purchaser’s Country:

In the case of a dispute between the Purchaser and a Supplier

who is a national of the Purchaser’s Country, the dispute shall

be referred to adjudication or arbitration in accordance with

the laws of the Purchaser’s Country.

Shipping and

other documents

to be provided

[MODIFY AS APPROPRIATE

The Delivery of the Goods and Completion of the Related

Services as applicable shall be in accordance with the Delivery

and Completion Schedule specified in the Schedule of

Requirements.

Details of Shipping and other Documents to be furnished by the

Supplier are: [insert the required documents, such as a

negotiable bill of lading, a non-negotiable sea way bill, an

airway bill, a railway consignment note, a road consignment

note, insurance certificate, Manufacturer’s or Supplier’s

warranty certificate, inspection certificate issued by nominated

inspection agency, Supplier’s factory shipping details etc.].

The above documents shall be received by the Purchaser:

(i) before arrival of the Goods, if the mode of payment is

through letter of credit if so specified in CC 9. If the

documents are not received before arrival of the Goods,

the Supplier will be responsible for any consequent

expenses; or otherwise;

(ii) on shipment.]

Contract Price

The Contract Price is specified in Price Schedule 4.

The unit prices charged by the Supplier for the Goods supplied

and the Related Services performed under the Contract shall not

vary from the prices quoted by the Supplier and accepted by the

Purchaser.

Terms of payment

Payment: The method and conditions of payment to be made to the

Supplier under this Contract shall be as follows:(i)

Page 35: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

35

On Delivery: Ninety (90) percent of the Contract Price shall be paid

on receipt of all equipment included in this RFQ and upon submission

of the documents specified in the contract.

On Acceptance: The remaining ten (10) percent of the Contract Price

shall be paid to the Supplier within thirty (30) days after the date of the

acceptance certificate for the respective delivery issued by the

Purchaser.

Note 1: Payments shall be made by wire transfer to the Supplier’s

nominated bank account (for which the account details must be

provided by the supplier) by the Treasury Department of the Ministry

of Finance via Da Afghanistan Bank.

Note 2: The Acceptance Certificate shall be signed by an authorized

officer on behalf of the Purchaser. The Acceptance Certificate shall be

issued within six (6) working days from the physical receipt of all the

equipment included in this RFQ by the Purchaser. Physical receipt

means the moment when all the equipment included in this RFQ are put

at the Purchaser’s disposal at the point of delivery whether the

Purchaser’s premises or any other location agreed between the

Purchaser and Supplier.

(i)

Taxes and Duties For Goods manufactured outside the Purchaser’s Country, the

Supplier shall be entirely responsible for all taxes, stamp duties,

license fees, and other such levies imposed outside the

Purchaser’s Country.

For Goods Manufactured within the Purchaser’s Country, the

Supplier shall be entirely responsible for all taxes, duties, license

fees, etc., incurred until delivery of the contracted Goods to the

Purchaser.

If any tax exemptions, reductions, allowances or privileges may

be available to the Supplier in the Purchaser’s Country, the

Purchaser shall use its best efforts to enable the Supplier to

benefit from any such tax savings to the maximum allowable

extent.

The current local taxes are 7 % Business Receipt Tax (BRT) in case the

bidder is not registered in Afghanistan and 2 % Business Receipt Tax

(BRT) in case the bidder is registered in Afghanistan. The bidder should

include appropriate BRT tax in the price and also provide total price net

of taxes in the price schedule. BRT tax will be deducted from gross

billed amount while making payment’

Page 36: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

36

a. For information on taxes in Afghanistan, the bidder is

advised to refer to the web site of Ministry of Finance:

www.mof.gov.af/tax.

b. The prices shall be quoted in Afghani only.

Performance

Security

N/A

Subcontractors The Supplier shall notify the Purchaser in writing of all

subcontracts awarded under the Contract if not already specified

in the Quotation. Such notification, in the original Quotation or

later shall not relieve the Supplier from any of its obligations,

duties, responsibilities, or liability under the Contract.

Specifications and

Standards

The Goods and Related Services if applicable supplied under

this Contract shall conform to the technical specifications and

standards mentioned in the Technical Specifications and, when

no applicable standard is mentioned, the standard shall be

equivalent or superior to the official standards whose application

is appropriate to the Goods’ country of origin.

Packing, marking

and

documentation

The Supplier shall provide such packing of the Goods as is

required to prevent their damage or deterioration during transit

to their final destination, as indicated in the Contract. During

transit, the packing shall be sufficient to withstand, without

limitation, rough handling and exposure to extreme

temperatures, salt and precipitation, and open storage. Packing

case size and weights shall take into consideration, where

appropriate, the remoteness of the goods’ final destination and

the absence of heavy handling facilities at all points in transit.

The packing, marking and documentation within and outside the

packages shall be: [insert the type of packing required, the

markings in the packing and all documentation required; or

refer to the Technical Specifications]

Insurance cover

The insurance coverage shall be as specified in the Incoterms.

[Preferred provision]

OR

If not in accordance with Incoterms, insurance shall be as

follows:

[insert specific insurance provisions agreed upon, including

coverage, currency and amount]

Transportation

Responsibility for transportation of the Goods shall be as

specified in the Incoterms.

Page 37: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

37

If not in accordance with Incoterms, responsibility for

transportations shall be as follows: [insert “The Supplier is

required under the Contract to transport the Goods to a specified

place of final destination within the Purchaser’s Country,

defined as the Project Site. Transport to such place of destination

in the Purchaser’s Country, including insurance and storage, as

shall be specified in the Contract, shall be arranged by the

Supplier, and related costs shall be included in the Contract

Price”; or any other agreed upon trade terms (specify the

respective responsibilities of the Purchaser and the Supplier)]

[Given the emergency nature of the subject procurement, insert

the following if the main [or only, if appropriate] mode

of international transport shall be air]

“Mode of Transport: The main [or only, if appropriate] mode

of international transport shall be by air.”

Site of inspections

and tests

17.1 The following inspection and tests shall be performed on receipt

of goods.

i) Visual inspection;

ii) Inspection for any physical damage;

iii) Operation test.

Delivery Date and

Completion Date

The Delivery and installation Date of the Goods shall be 20 days

after signing the contract.

Liquidated

damages and

bonuses

The liquidated damage shall be 0.5% of the price of the delayed

Goods or unperformed Services for each week or part thereof of

delay until actual delivery or performance.

The maximum amount of liquidated damages shall be 10% of

the Contract Price. Once the maximum is reached, the Purchaser

may terminate the Contract pursuant to CC 26.

Warranty

The Supplier warrants that all the Goods are new, unused, and

of the most recent or current models, and that they incorporate

all recent improvements in design and materials, unless provided

otherwise in the Contract.

The Supplier further warrants that the Goods shall be free from

defects arising from any act or omission of the Supplier or

arising from design, materials, and workmanship, under normal

use in the conditions prevailing in the country of final

destination.

Page 38: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

38

The warranty shall remain valid for 12 months after the Goods,

or any portion thereof as the case may be, have been delivered

to and accepted at the final destination, or for [insert number]

months after the date of shipment from the port or place of

loading in the country of origin, whichever period concludes

earlier.

The period for repair or replacement after being notified of the

defect by the Purchaser shall be 15 days.

If having been notified, the Supplier fails to remedy the defect

within the period specified in CC 20.4; the Purchaser may

proceed to take within a reasonable period such remedial action

as may be necessary, at the Supplier’s risk and expense and

without prejudice to any other rights, which the Purchaser may

have against the Supplier under the Contract.

For purposes of the warranty, the place(s) of final destination(s)

shall be: Herat

Copyright The copyright in all drawings, documents, and other materials

containing data and information furnished to the Purchaser by

the Supplier herein shall remain vested in the Supplier, or, if they

are furnished to the Purchaser directly or through the Supplier

by any third party, including suppliers of materials, the

copyright in such materials shall remain vested in such third

party.

Fraud and

Corruption

The Bank requires compliance with the Bank’s Anti-Corruption

Guidelines and its prevailing sanctions policies and procedures

as set forth in the WBG’s Sanctions Framework, as set forth in

Attachment A to the Conditions of Contract.

The Purchaser requires the Supplier to disclose any

commissions or fees that may have been paid or are to be paid

to agents or any other party with respect to the request for

quotations or execution of the Contract. The information

disclosed must include at least the name and address of the agent

or other party, the amount and currency, and the purpose of the

commission, gratuity or fee.

Inspections and

Audit by the Bank

Pursuant to paragraph 2.2 e. of the attachment to the Conditions

of Contract, the Supplier shall permit and shall cause its agents

(where declared or not), sub-contractors, sub consultants,

service providers, suppliers, and personnel, to permit, the Bank

and/or persons appointed by the Bank to inspect the site and/or

the accounts, records and other documents relating to the request

for quotations process and/or execution of Contract. The

Supplier’s and its subcontractors attention is drawn to CC 22.1

(Fraud and Corruption) which provides, inter alia, that acts

Page 39: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

39

intended to materially impede the exercise of the Bank’s

inspection and audit rights constitute a prohibited practice

subject to contract termination (as well as to a determination of

ineligibility pursuant to the Bank’s prevailing sanctions

procedures).

Limitation of

Liability

Except in cases of criminal negligence or willful misconduct,

(a) the Supplier shall not be liable to the Purchaser, whether

in contract, tort, or otherwise, for any indirect or

consequential loss or damage, loss of use, loss of

production, or loss of profits or interest costs, provided

that this exclusion shall not apply to any obligation of the

Supplier to pay liquidated damages to the Purchaser and

(b) the aggregate liability of the Supplier to the Purchaser,

whether under the Contract, in tort or otherwise, shall not

exceed the total Contract Price, provided that this

limitation shall not apply to the cost of repairing or

replacing defective equipment, or to any obligation of the

supplier to indemnify the Purchaser with respect to patent

infringement.

Force Majeure The Supplier shall not be liable for forfeiture of its Performance

Security (if required), liquidated damages, or termination for

default if and to the extent that its delay in performance or other

failure to perform its obligations under the Contract is the result

of an event of Force Majeure.

For purposes of this Clause, “Force Majeure” means an event

or situation beyond the control of the Supplier that is not

foreseeable, is unavoidable, and its origin is not due to

negligence or lack of care on the part of the Supplier. Such

events may include, but not be limited to, acts of the Purchaser

in its sovereign capacity, wars or revolutions, fires, floods, and

freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing of such condition and the cause

thereof. Unless otherwise directed by the Purchaser in writing,

the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical and shall seek all

reasonable alternative means for performance not prevented by

the Force Majeure event.

If the performance of the Contract is substantially prevented,

hindered or delayed for a single period of more than sixty (60)

days or an aggregate period of more than one hundred and

twenty (120) days on account of one or more events of Force

Majeure during the currency of the Contract, the Parties will

Page 40: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

40

attempt to develop a mutually satisfactory solution, failing

which either Party may terminate the Contract by giving a notice

to the other Party.

Termination Termination for Default

The Purchaser, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the Supplier,

may terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of the Goods

within the period specified in the Contract, or within any

extension thereof granted by the Purchaser;

(ii) if the Supplier fails to perform any other obligation under

the Contract; or

(iii) if the Supplier, in the judgment of the Purchaser has engaged

in Fraud and Corruption, in competing for or in executing the

Contract.

In the event the Purchaser terminates the Contract in whole or

in part, the Purchaser may procure, upon such terms and in such

manner as it deems appropriate, Goods or Related Services if

applicable similar to those undelivered or not performed, and

the Supplier shall be liable to the Purchaser for any additional

costs for such similar Goods or Related Services if applicable.

However, the Supplier shall continue performance of the

Contract to the extent not terminated.

Termination for Convenience

(a) The Purchaser, by notice sent to the Supplier, may

terminate the Contract, in whole or in part, at any time for

its convenience. The notice of termination shall specify

that termination is for the Purchaser’s convenience, the

extent to which performance of the Supplier under the

Contract is terminated, and the date upon which such

termination becomes effective.

(b) The Goods that are complete and ready for shipment

within twenty-eight (28) days after the Supplier’s receipt

of notice of termination shall be accepted by the Purchaser

at the Contract terms and prices. For the remaining Goods,

the Purchaser may elect:

(i) to have any portion completed and delivered at the

Contract terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplier an

agreed amount for partially completed Goods and

Page 41: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

41

Related Services if applicable and for materials and

parts previously procured by the Supplier.

Additional Clauses [insert any additional clauses as necessary, otherwise delete this row]

Page 42: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

42

Attachment A to the Conditions of Contract

Fraud and Corruption

1. Purpose

1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement

under Bank Investment Project Financing operations.

2. Requirements

2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders

(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-

consultants, service providers or suppliers; any agents (whether declared or not); and any of

their personnel, observe the highest standard of ethics during the procurement process,

selection and contract execution of Bank-financed contracts, and refrain from Fraud and

Corruption.

2.2 To this end, the Bank:

a. Defines, for the purposes of this provision, the terms set forth below as follows:

i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or

indirectly, of anything of value to influence improperly the actions of another

party;

ii. “fraudulent practice” is any act or omission, including misrepresentation, that

knowingly or recklessly misleads, or attempts to mislead, a party to obtain

financial or other benefit or to avoid an obligation;

iii. “collusive practice” is an arrangement between two or more parties designed

to achieve an improper purpose, including to influence improperly the actions

of another party;

iv. “coercive practice” is impairing or harming, or threatening to impair or harm,

directly or indirectly, any party or the property of the party to influence

improperly the actions of a party;

v. “obstructive practice” is:

(a) deliberately destroying, falsifying, altering, or concealing of

evidence material to the investigation or making false statements to

investigators in order to materially impede a Bank investigation into

allegations of a corrupt, fraudulent, coercive, or collusive practice;

and/or threatening, harassing, or intimidating any party to prevent it

from disclosing its knowledge of matters relevant to the

investigation or from pursuing the investigation; or

(b) acts intended to materially impede the exercise of the Bank’s

inspection and audit rights provided for under paragraph 2.2 e.

below.

Page 43: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

43

b. Rejects a proposal for award if the Bank determines that the firm or individual

recommended for award, any of its personnel, or its agents, or its sub-consultants,

sub-contractors, service providers, suppliers and/ or their employees, has, directly

or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive

practices in competing for the contract in question;

c. In addition to the legal remedies set out in the relevant Legal Agreement, may take

other appropriate actions, including declaring misprocurement, if the Bank

determines at any time that representatives of the Borrower or of a recipient of any

part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive,

or obstructive practices during the procurement process, selection and/or execution

of the contract in question, without the Borrower having taken timely and

appropriate action satisfactory to the Bank to address such practices when they

occur, including by failing to inform the Bank in a timely manner at the time they

knew of the practices;

d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the

Bank’s prevailing sanctions policies and procedures, may sanction a firm or

individual, either indefinitely or for a stated period of time, including by publicly

declaring such firm or individual ineligible (i) to be awarded or otherwise benefit

from a Bank-financed contract, financially or in any other manner;1 (ii) to be a

nominated2 sub-contractor, consultant, manufacturer or supplier, or service

provider of an otherwise eligible firm being awarded a Bank-financed contract; and

(iii) to receive the proceeds of any loan made by the Bank or otherwise to participate

further in the preparation or implementation of any Bank-financed project;

e. Requires that a clause be included in bidding/request for proposals documents and

in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers),

consultants, contractors, and suppliers, and their sub-contractors, sub-consultants,

service providers, suppliers, agents personnel, permit the Bank to inspect3 all

accounts, records and other documents relating to the procurement process,

selection and/or contract execution, and to have them audited by auditors appointed

by the Bank.

1 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i)

applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-

contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such

contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.

2 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider

(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in

its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder

to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 3 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken

by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating

the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes

but is not limited to: accessing and examining a firm's or individual's financial records and information, and making copies

thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic

format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other

relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.

Page 44: ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · ناتسناغفا یملاسا یروهمج Islamic Republic of Afghanistan REQUEST FOR QUOTE FOR PROCUREMENT OF

44

Sample Letter of Award of Contract

[modify as appropriate]

[use letterhead paper of the Purchaser]

[date]

To: [name and address of the Supplier]

Subject: Notification of Award of Contract No. . . . . . . . . ..

In reference to the RFQ [insert reference number and date], your Quotation [insert reference

number and date] has been accepted.

Please find inclosed herewith the Contract. You are requested to sign the contract within [insert

no of days].

[Insert the following only if Performance Security is required:] “You are also requested to

furnish a Performance Security within [insert no of days] in accordance with the Conditions of

the Contract, using for that purpose one of the Performance Security Forms attached to the

Contract.

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Contract