(maximum 7.5 kwp) for the un house in bhutan on turnkey basis for quotation (rfq) solar.pdf · 1...
TRANSCRIPT
1
REQUEST FOR QUOTATION (RFQ) For the supply, design, construction and installation of the Solar PV Grid Tie System
(maximum 7.5 kWp) for the UN House in Bhutan on Turnkey basis
DATE: June 3, 2015 REFERENCE: UNDP/RFQ/2015/09
Dear Sir / Madam:
We kindly request you to submit your quotation for the supply, design, construction and installation of the Solar PV Grid Tie system, which includes the following: Detailed specification is attached as Annex I of this RFQ.
1) Solar PV Grid Tie System (Maximum of 7.5 kWp)
i. Option 1: Rooftop mounting ii. Option 2: Solar footpath from Security Gate to Main Entrance
2) Solar PV Car/mobile phone Charging Station (for 1 electric vehicle - car) 3) Replacement of Outdoor (UN Compound) Lights Using Solar Power 4) Replacement of corridor CFL with LEDs
When preparing your quotation, please be guided by the form attached hereto as Annex II.
Quotations may be submitted on or before August 12, 2015 along with bid security of 2% of the quoted amount in the form of demand draft/cash warrant/ bank guarantee in favor of Operations Manager, UNDP, Bhutan and submit your bid in ☒1 Original Hard copy and 1 soft copy in a USB Drive inside the envelope to the address below:
United Nations Development Programme
Phurpa Tshering Operations Manager Thimphu : Bhutan
Date of announcement of RFQ : 3rd July 2015 Date of last date of submission of RFQ : 12th August 2015 on or before 4 PM BST
2
It shall remain your responsibility to ensure that your quotation will reach the address above on or before the deadline. Quotations that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation.
Please take note of the following requirements and conditions pertaining to the supply of the abovementioned good/s:
Delivery Terms [INCOTERMS 2010] (Pls. link this to price schedule)
☐FCA
☐CPT
☐CIP
☐DAP
☒CIF
Customs clearance1, if needed, shall be done by:
☒UNDP
☐Supplier/Offeror
☐Freight Forwarder
Exact Address/es of Delivery Location/s (identify all, if multiple)
UN House, P.O.Box 162, Kawajangsa, Thimphu
Latest Expected completion, commissioning and handing taking over date
☒ 90 days or latest by 30th November 2015 from the issuance of the Purchase Order (PO)
Delivery Schedule and work schedule
☒Required
☐Not Required
Mode of Transport
☐ AIR ☒LAND
☐SEA ☐OTHER [pls. specify] Preferred Currency of Quotation2
☒United States Dollars
☐Euro
☒Local Currency : Ngultrum
Value Added Tax on Price Quotation3
☒ Must be exclusive of VAT and other applicable indirect taxes Please note UN is exempted from payment of any tax.
1 Must be linked to INCO Terms chosen. 2 Local vendors must comply with any applicable laws regarding doing business in other currencies.
Conversion of currency into the UNDP preferred currency, if the offer is quoted differently from what
is required, shall be based only on UN Operational Exchange Rate prevailing at the time of UNDP’s
issuance of Purchase Order. 3 This must be reconciled with the INCO Terms required by the RFQ. Furthermore, VAT exemption
status varies from one country to another. Pls. tick whatever is applicable to the UNDP CO/BU
requiring the goods.
3
After-sales services required
☒Warranty on Parts and Labor for minimum period of 5 years
☒Technical Support
☒Provision of Service Unit when pulled out for maintenance/ repair
☒Proposal for an Annual Maintenance Contract for a period of 5 years
Deadline for the Submission of Quotation
Wednesday, August 12, 2015 at 4 PM BST
No. of copies of bids that must be submitted
☒ Bids must be submitted in hard copy and in soft copy. Submissions must be identical and include all required documents. In the event of any discrepancies the “original bid” submitted in hard copy shall govern. ☒ Hard copy: 1 (one) Original in paper format including technical and financial bid in a sealed envelope. ☒ Soft copy (USB memory device): 1 USB containing complete set of documents enclosed inside the hard copy sealed envelope.
Date, time and venue for opening of Proposals
☒ There will be no public opening of the proposals.
All documentations, including catalogs, instructions and operating manuals, shall be in this language
☒ English
Documents to be submitted4
☒ Duly Accomplished Form as provided in Annex II, and in accordance with the list of technical requirements in Annex I;
☒ A statement whether any import or export licenses are required in respect of the goods to be purchased including any restrictions on the country of origin, use/dual use nature of goods or services, including and disposition to end users;
☒ Confirmation that licenses of this nature have been obtained in the past and an expectation of obtaining all the necessary licenses should the quotation be selected;
☒ Quality Certificates (ISO, etc.);
☒ Latest Business Registration Certificate ;
☒ Manufacturer’s Authorization of the Company as a Sales Agent (if Supplier is not the manufacturer);
☒ Certificate of Exclusive Distributorship in the country (if applicable, and if Supplier is not the manufacturer);
4 First 2 items in this list are mandatory for the supply of imported goods
4
☒ Complete documentation, information and declaration of any goods classified or may be classified as “Dangerous Goods”.
☒ Written Self-Declaration of not being included in the UN Security Council 1267/1989 list, UN Procurement Division List or other UN Ineligibility List;
Period of Validity of Quotes starting the Submission Date
☒ 120 days
Partial Quotes ☒ Not permitted
Payment Terms5
☒ Upto 20% advance will be issued upon written request if required
☒ Balance payment of 80% will be made upon completion of installation and certification of acceptance from UNDP
Liquidated Damages
☒ “0.5% of contract for every day of delay, upto a maximum duration of 1 calendar month. Thereafter, the contract may be terminated”
Post-Qualification Actions
☒ UNDP may choose to conduct physical inspection of the bidder’s warehouse. Additionally, UNDP may conduct testing and sampling of the goods to ensure compliance with the technical requirements.
☒ Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted;
☒ UNDP may inquire the reference check with other clients on the quality of performance on ongoing or previous contracts completed.
5 UNDP preference is not to pay advanced amount upon signing of contract. If vendor strictly requires
advanced payment, it will be limited only up to 20% of the total price quoted. For any higher
percentage, or advanced payment of $30,000 or higher, UNDP shall require the vendor to submit a
bank guarantee or bank checque payable to UNDP, in the same amount as the advanced payment
made by UNDP to the vendor.
5
Evaluation Criteria [check as many as applicable]
Minimum Requirement:
☒ Past experiences in the region or elsewhere in similar projects/assignments;
☒ Compliance to international standards;
☒ Submission of proposal for annual maintenance;
☒ Detail drawings with specifications
☒ Minimum 5 years of warranty for the system.
☒ Comprehensiveness of after-sales services
☒ Technical responsiveness/Full compliance to requirements and lowest price6
☒ Full acceptance of the PO/Contract General Terms and
Conditions ☒ Full compliance to List of Requirement and Technical specified as reflected in annex I and IV.
UNDP will award to:
☒ One and only one supplier
Type of Contract to be Signed
☒ Purchase Order
Performance warranty/ security
☒ 10 % of contract value in the form of Bank Guarantee to be provided prior to contract signature by the winning bidder.
Special conditions of Contract
☒ Cancellation of PO/Contract if the delivery/completion is delayed by 60 days.
Conditions for Release of Payment
☒ Passing Inspection
☒ Complete Installation
☒ Completion of Training on Operation and Maintenance for personnel involved.
☒ Written Acceptance of Goods based on full compliance with RFQ requirements
☒Civil works including repair of building if dismantled during installation
6 UNDP reserves the right not to award the contract to the lowest priced offer, if the second lowest
price among the responsive offer is found to be significantly more superior, and the price is higher
than the lowest priced compliant offer by not more than 10%, and the budget can sufficiently cover the
price difference. The term “more superior” as used in this provision shall refer to offers that have
exceeded the pre-determined requirements established in the specifications.
6
Annexes to this RFQ7
☒ Technical Requirements (Annex I)
☒ Form for Submission of Quotation (Annex II)
☒ General Terms and Conditions / Special Conditions (Annex III). Non-acceptance of the terms of the General Terms and Conditions (GTC) shall be grounds for disqualification from this procurement process.
Deadline for submitting requests for clarifications/ questions
Clarification questions to the RFQ can be submitted at any time by e-mail, not later than 7 working days before submission deadline.
Contact Person for Inquiries (Written inquiries only)8
Tshering Palden Procurement Unit [email protected] Any delay in UNDP’s response shall be not used as a reason for extending the deadline for submission, unless UNDP determines that such an extension is necessary and communicates a new deadline to the Proposers.
Goods offered shall be reviewed based on completeness and compliance of the quotation
with the minimum specifications described above and any other annexes providing details of UNDP requirements.
The quotation that complies with all of the specifications, requirements and offers the lowest price, as well as all other evaluation criteria indicated, shall be selected. Any offer that does not meet the requirements shall be rejected.
Any discrepancy between the unit price and the total price (obtained by multiplying the unit price and quantity) shall be re-computed by UNDP. The unit price shall prevail and the total price shall be corrected. If the supplier does not accept the final price based on UNDP’s re-computation and correction of errors, its quotation will be rejected.
After UNDP has identified the lowest price offer, UNDP reserves the right to award the
contract based only on the prices of the goods in the event that the transportation cost (freight and insurance) is found to be higher than UNDP’s own estimated cost if sourced from its own freight forwarder and insurance provider.
At any time during the validity of the quotation, no price variation due to escalation,
7 Where the information is available in the web, a URL for the information may simply be provided. 8 This contact person and address is officially designated by UNDP. If inquiries are sent to other
person/s or address/es, even if they are UNDP staff, UNDP shall have no obligation to respond nor
can UNDP confirm that the query was received.
7
inflation, fluctuation in exchange rates, or any other market factors shall be accepted by UNDP after it has received the quotation. At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions.
Any Purchase Order that will be issued as a result of this RFQ shall be subject to the General Terms and Conditions attached hereto. The mere act of submission of a quotation implies that the vendor accepts without question the General Terms and Conditions of UNDP herein attached as Annex 3.
UNDP is not bound to accept any quotation, nor award a contract/Purchase Order, nor be
responsible for any costs associated with a Supplier’s preparation and submission of a quotation, regardless of the outcome or the manner of conducting the selection process.
Please be advised that UNDP’s vendor protest procedure is intended to afford an opportunity to appeal for persons or firms not awarded a purchase order or contract in a competitive procurement process. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link: http://www.undp.org/content/undp/en/home/operations/procurement/protestandsanctions/
UNDP encourages every prospective Vendor to avoid and prevent conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, specifications, cost estimates, and other information used in this RFQ.
UNDP implements a zero tolerance on fraud and other proscribed practices, and is committed to identifying and addressing all such acts and practices against UNDP, as well as third parties involved in UNDP activities. UNDP expects its suppliers to adhere to the UN Supplier Code of Conduct found in this link : http://www.un.org/depts/ptd/pdf/conduct_english.pdf
Thank you and we look forward to receiving your quotation.
8
Annex I
Technical Requirement and Detailed Specifications ATTACHED AS ANNEX I.
I. Instruction to Bidders
2. The supplier has to carry out Design, Supply, Installation, Testing and Commissioning of the
Solar PV micro grid, solar car charging station, solar streetlights, and replacement of indoor corridor CFL light with white LEDs at the UN House located at Kawajangsa, Thimphu;
3. The supplier shall submit bid for all of the following activities and options: 1) Solar PV Grid Tie System (Maximum of 7.5 kWp)
i. Option 1: Rooftop mounting ii. Option 2: Solar footpath from Security Gate to Main Entrance
2) Solar PV Car/mobile phone Charging Station (for 1 electric vehicle - car) 3) Replacement of Outdoor (UN Compound) Lights Using Solar Power 4) Replacement of corridor CFL with LEDs
4. The client (UNDP) shall evaluate all the options and activities mentioned above and reserves the right to award the contract for the most feasible and cost effective option and activities.
5. The bid should be inclusive of any civil and electrical works that may be required for the functioning of the system;
6. The supplier shall provide all technical literature, design calculations and drawing considered necessary for the installation, operation and maintenance of the equipment and its related accessories/fittings. These shall include:- a. Design calculation and drawings showing overall dimensions and all other details
including sectional view of the equipment. b. BOQ of all the materials; c. Manual of instructions for the operation, maintenance and repair of equipment and
accessories; d. Any other relevant technical data necessary for the efficient operation and maintenance
of the system etc; 7. The supplier shall engage purchaser’s personnel during installation of the system and provide
on the job training on the installation, operation and maintenance of the system; 8. All the elements of the system which fail due to manufacturing defect within the period of
guarantee shall be replaced by the tenderer, free of cost; 9. The specification and component provided in the technical specification are minimum
requirements and therefore supplier may propose any other additional component if not covered here, which are essential for the proper functioning of the system;
10. The supplier needs to conform to the technical specifications. However, the supplier may propose/recommend for item(s) having higher efficiency without major cost implications;
11. The supplier has to inspect the location for installation of solar heating system prior to submission of the bid;
12. All equipment shall be provided with labels or name plates, giving a description of the equipment, together with information regarding the solar PV modules, solar power conditioning unit, inverters, charge controller, control systems, cables, grid tie inverter, and all accessories and balance of system, etc under which the item of plant in question has been
9
designed to operate. Such nameplates or labels are to be of non-corrodible, non-hygroscopic materials with lettering of a contrasting colour.
II. Technical Specification
1) Maximum 7.5 kWp Solar Grid Tie System for 2.5 kW lighting load
The Solar PV project shall be executed on a turnkey basis, which includes design, construction,
installation, testing and commission. All the materials and equipment supplied under this tender
shall conform to the latest editions of the International Electrotechnical Commission (IEC)
Specifications or any other international standards. If equipment is not covered by IEC then other
national standards are accepted if it confers equal or superior quality and performance than IEC
or other international standards.
1. Local Conditions for Design Consideration
While designing the system, the following data needs to be considered.
Basic Design Parameter Basic Design Value
Ambient Air Temperature Min
Max
-15oC
55oC
Average Annual Isokeraunic Level 75 days
Average Annual Rainfall 800mm - 1000 mm
Relative Humidity 20 – 100%
Seismic Acceleration Level Vertical
Horizontal
0.1 G
0.05 g
Snow Incidence in Winter 150 – 300 mm
Solar Insolation 4.5 kWh/m2/day
Maximum lighting load 2.5 kW
Wind speed 45 m/s
Altitude 2000 – 3000 m
UN agencies in Bhutan occupy approximately total area of 6,151.22 m² with a built up area of
1,544.69 m²
The main supply of the electricity is from the electricity utility company Bhutan Power
Corporation (BPC) grid and from diesel-based generation in case of electricity outages.
Currently there is 1 number 380 kVA diesel generators on site for backup support.
2. Scope of Work
The scope of services provided by the Contractor/Vendor shall include all tasks required to survey,
design, engineering, procuring, constructing, commissioning, training for operation and
maintenance, and perform necessary maintenance of the solar PV system for UN Compound.
10
The proposed project is aimed to showcase the multiple benefits of saving cost while decreasing
pollution and greenhouse gases emission by reducing consumption of electricity from the grid. For
that, the proposed technology is to be installed over a suitable area (to be agreed with UNDP) with
the grid-connected inverter which will be used to automatically synchronize the inverter output
between local grid and battery source (corridor and security lights) during a black out.
The general scope under this contract is to design 7.5 kWp grid tie solar PV system for the UN
House Bhutan on a turnkey basis. The works includes but not limited to the following:
System design of all the components including calculations and layout drawings
Manufacture, testing, inspection, packing and forwarding, transportation of all the materials
including materials for operation and maintenance of the system up to project site, loading &
unloading, storage in safe custody
Construction, installation, erection, carrying out preliminary tests at site, commissioning and
performance testing including all civil works.
Performance warranty of minimum 5 years for safe operation and maintenance
Handing over of all the 7.5 kWp SPV grid tie systems including all the equipment’s to the UN
House at Kawajhangsa, Thimphu.
Any other requirement as mutually agreed between the supplier and purchaser
3. Design/Performance Requirement
Design all materials, component and claddings to resist snow, wind, suction and uplift loading
at any point considering the extreme weather conditions in particular winter seasons of
Thimphu. While designing do not consider live loads as the system is not meant for people to
walk on it.
Design in accordance to the minimum design loads for the buildings and other structures for
the roof top option and for the solar footpath option, design a suitable structure to withstand
the wind load of 45m/s and should be earthquake resistance provided on the table for seismic
consideration for Bhutan.
The bidders are required to furnish the following:
a) Design calculation sheet (soft and hard copy)
b) Drawings specifying package envelope along with supplier/manufacturer’s data sheets.
c) Bill of Materials (BoM)
d) Calculate and indicate the kWh per day/cost of the offered PV System
e) Technical specifications.
f) Schedule of manufacturing and delivery.
g) Consistency and convenience of gathering data.
h) Clarifications and exclusions.
i) Recommended spare parts lists
11
4. Documents to be submitted
a) Product Data: Provide manufacturer’s documents on products, containing, data sheets, test
certificates and installation instructions, and operation manuals after completion (soft &
hard copy)
b) Drawings & Layout: Physical and electrical layout and drawings including details (where
applicable) for construction, installation and operation and maintenance (Soft and hard
copy, cad drawing file)
c) Design Data: System Design and Structural design calculations with signature of
professional engineers (hard & soft copy including excel sheets)
d) Manufacturer test certificates: Certify products exceeding specified specifications.
e) Manufacturer’s warranties: The supplier/manufacturer’s warranty will have to be provided
5. Quality Assurance of the Product, Installation and Commissioning
a) Manufacturer qualifications: ISI and the Country of Origin approved
b) Installer qualifications: Certified installer with documented experience in installing
comparable systems. Preference will be given to those who have successfully completed
more than 10 kWp Solar Grid Tie system in similar harsh weather condition like Bhutan.
c) Inspection at Factory /Supplier Premise: Inspection by the technical team at the factory or
supplier premise for quality assurance and finalization of designs and drawings.
d) Pre-Installation Meeting: Convene meeting at job site beforethe scheduled beginning of
construction and installation of the system, to review specifications of this section or to
accommodate changes if any due to unforeseen circumstances.
6. Delivery, Storage and Handling
a) The supplier shall arrange to receive, handle, store materials in conformance with the
manufacturers printed instructions until the system commissioned. In case of loss or
damage of materials, the purchases shall not be liable until proper handing and taking over
of the materials is completed.
b) Store products/materials under protection cover until the installation’s start to avoid any
damages to materials/products especially exposure to moisture.
c) Avoid overloading the roof structure by spreading the bundles and crates. While mounting
on the rooftop, recommended to install panels over major supports such as beams (girders)
or trusses for safety.
7. Installation
a) Civil Works and Site Preparation: implementation and/or technical guidance by vendor or
by vendor appointed local/regional representative.
b) Required electrical works for integration of the PV System and Grid.
c) PV array mounting and cabling with weather proof connectors.
d) Battery mounting in a ventilated compartment and/or container. Optional air condition in
hot climates and with temperature sensitive battery type.
12
e) Cabling from inverter to new AC switchboard with two outlets (critical and non-critical
loads).
f) Lightning protection.
g) Pre-assembling and wiring: mounting of inverters, controllers and the likes done as much
as possible in a factory/lab environment.
8. System Integration (Smart Power Management)
a) Interconnect with building electrical switchboard- selective for the designed load only.
b) Interconnect with grid and generator only if feasible.
c) Integrate all power sources and load into one system.
9. System Configuration
The brief description of the System configuration are as follows:
SL No. Brief Description Configuration
1
PV modules for a total capacity of 7.5 kWp
as per specifications Poly(Multi)crystalline cells
2
SPV module mounting structure for
accommodating 7.5 kWp capacity SPV
modules for rooftop and foundations
support for footpath construction MS 80 micron, Hot Dip Galvanized
3 Power Conditioning Unit (PCU)
10 kVA, 120 VDC, 230 VAC as per
specifications
4 Array Junction Boxes 5 in 1 out
5
Deep Cycle Low Maintenance Batteries
(Tubular Lead Acid) 12 V, 200 Ah @ C10
6 DC Distribution Units
7 AC Distribution Box 230 V, 63 A
8 System Cables requirement as per design
Copper as per IS standard and design
calculations based on site condition
9
Lighting arrester complete set as per
specification As per relevant standard
10 Earthing complete set as per specification Copper/Hot Dip Galvanized
11
Spares, tools and plant for 5 years operation
& maintenance As per relevant standard
12
Fuses, Transfer switches, printed circuit
boards required for power plant As per relevant standard
13
13
Training to engineers and site staff for
operation and maintenance, and trouble
shooting skills
14 5 years performance warranty As per relevant standard
15
Engineering design calculations, layout
drawings, electrical drawings, installation
and O&M manuals As per relevant standard
16 Switchgear and protection As per relevant standard
17 Lighting arrester As per relevant standard
The minimum technical features and specification of the sub-systems are as follows:
A. Solar PV Modules
General Features:
Anodized Aluminum frame, Aluminum sheets and plates in the construction of modules.
UV resistant back sheets to ensure robustness, rigidity and high performance and to provide
the following key functions:
o Physical protection from puncture and abrasion.
o Moisture protection and low thermal resistance.
o Electrical insulation to isolate the cells and connections from the environment.
o UV and moisture stability over the life of the module.
o Prevent ingress of water or water vapor.
o Improve efficiency through optimized internal reflection.
Anti-reflective tempered glass cover for high impact and as protective shield (thermal shock
resistance) for the active surface area of the module.
All the photovoltaic cells within the module should be from poly (multi) crystalline silicon,
produced through advanced printing technology and using proprietary surface texturing to
enhance sunlight capture.
Each module shall have a rugged weatherproof sealed junction box. This junction box shall
contain both the positive and negative output terminal posts with a small replaceable cover
(for easy access for replacement of the blocking diode), completely filled with a soft, clear,
removable, self-healing, room temperature cure, dielectric potting gel leaving no air gaps.
Trusted and tested for stringent quality standards, lowest yearly degradation rate, and shall
withstand mechanical load test and bypass diode thermal test
The PV modules must conform to the latest edition of any of the following IEC / equivalent BIS
Standards for PV module design qualification and type approval:
Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286
Thin Film Terrestrial PV Modules IEC 61646 / Equivalent IS (Under Dev.)
Concentrator PV Modules & Assemblies IEC 62108
In addition, the modules must conform to IEC 61730 Part 1- requirements for construction &
Part 2 - requirements for testing, for safety qualification or Equivalent IS (Under Dev.)
14
Identification and Traceability
The following information of solar PV module and accessories must be provided:
Name of the manufacturer of PV Module
Name of the Manufacturer of Solar cells
Month and year of the manufacture (separately for solar cells and module) Country of origin
(separately for solar cells and module)
I-V curve for the module
Peak Wattage, Im, Vm and FF for the module
Unique Serial No and Model No of the module
Date and year of obtaining IEC PV module qualification certificate Name of the test lab
issuing IEC certificate
Other relevant information on traceability of solar cells and module as per ISO 9000 series.
The validity of the existing Certificates/Reports /procedure shall be for five years.
PV modules must qualify (enclose test reports/ certificate from IEC/NABL accredited
laboratory) as per relevant IEC standard. Additionally the performance of PV modules at STC
conditions must be tested and approved by one of the IEC / NABL Accredited Testing
Laboratories including Solar Energy Centre. For small capacity PV modules up to 50Wp
capacity STC performance as above will be sufficient. However, qualification certificate from
IEC/NABL accredited laboratory as per relevant standard for any of the higher wattage
regular module should be accompanied with the STC report/ certificate.
Warranty
PV modules used in solar power plants/ systems must be warranted for a life of minimum 20
years.
Specification
Sl # Particular Specification
Solar PV Module
1 Power 7.5 kWp
2 Type of cell/Module Technology Poly (multi) crystalline silicon
3 Lamination type Vacuum laminated Glass to Tedler
4 Module Rating9 24 V, 150/250 Wp OR 12 V, 100/120 Wp
5 Number of modules As per your design calculations verified by the
purchaser
6 Efficiency > 13%
7 Product Standard IEC 61215 /IS14286; IEC 61730; IEC 60904; CE
Certified; MNRE GOI Approved (Origin in India)
9 Module rating is tentative, it depends on the design and the materials that you choose to undertake. The modules will be validated during the factory inspection and testing.
15
Mounting Structure
1 Material Mild Steel (angle / flat/Tubler)/
2 Protection from corrosion Hot Dip galvanized with minimum 80 micron
coating/Aluminum painted
3 Design Maximum wind speed, 45 m/s
B. Balance of Systems (BOS) items/ components
The BOS items / components of the SPV power plants/ systems deployed under the project must
conform to the latest edition of IEC/ Equivalent BIS Standards/ MNRE specifications / as
specified below:
SL
No. BOS Item/System
Applicable BIS/Equivalent IEC Standard or MNRE
Specifications
Standard Description
Standard
Number
1 Charge Controller/MPPT Units Environmental Testing
IEC or Equivalent
BIS Std.
2
Power Conditioning
Units/Inverters including
MPPT and Protections
Efficiency Measurements;
Environmental Testing
IEC or Equivalent
BIS Std.
3 Grid-Tie Inverter
Efficiency Measurements;
Environmental Testing
EMC/IEC
Equivalent
3 Cables
General test and Measuring
Method PVC insulated cables for
working voltage up to and
including 1100 V and UV
resistant for outdoor installation IEC / IS Standard
4
Switches/Circuit
Breakers/Connectors
General Requirements;
Connectors Safety AC/DC IEC /IS standard
5
Junction Boxes/Enclosures for
Inverters/Charge
Controllers/Luminaries General Requirements
IP 54 (for
outdoor)/IP 21
(for indoor) as per
IEC 529
Certificates
Test certificates / reports for the BOS items/ components can be from any of the IS
Accredited/NABL/ IEC Accredited Testing Laboratories or MNRE approved test centers.
16
Warranty
The mechanical structures, electrical works including power conditioners/inverters/ charge
controllers/ maximum power point tracker units/distribution boards/digital meters/ switchgear
etc. and overall workmanship of the SPV power plants/ systems must be warranted against any
manufacturing/ design/ installation defects for a minimum period of 5 years.
Specification
Battery
1 D.O.D allowed tubular battery 80 % max
2 Battery Efficiency 85 %
3 Battery capacity required
Voltage of each cell
240 V 350 Ah
4 Type Tubular lead acid flooded electrolyte
5 Positive plate Tubular
6 Negative plate Pasted Flat
7 Voltage of each cell 2 volts nominal
8 Electrolyte Sulphuric Acid
Solar Power Conditioning Unit
1 Inverter
a. Inverter Output Power 10 kVA
b. Efficiency > 85 %
c. Duty continues
d. Waveform Pure sine wave
e. Ambient -10 to +55 o C.
f. Protection IP under voltage, IP over voltage, OP overload,
OP short – circuit
l. Power Device IGBT/MOSFET
m. Control Pulse Width Modulation
n. Power Factor 0.8
u. Over load 200% for > 8 seconds
2. Grid Tie Solar Inverter with PV
Monitoring Kit
a. Efficiency > 95%
b. MPPT Efficiency > 99.5%
c. Temperature -10 C to +55 o C
d. Power factor > 0.85
e. Current Harmonic Distortion < 3%
3. Charge Controller
a. Type Series regulator common negative
17
b. Maximum I/P PV Voltage As per design, 12 V/24 V System
c. Charging current Imax As per design, 12 V/24 V System
d. Rated Battery Voltage As per design, 12 V/24 V System
e. Adjustable Bulk Voltage As per design, 12 V/24 V System
f. Transition from float to bulk Below float level for cumulative period of 1 hour
g. Float Voltage As per design, 12 V/24 V System
h. Protection Over Current, Battery Over Charge, PV/Battery
Reverse Polarity, Reverse Current Flow, High
Temp.
i. Automatic Charger Restart Time < 3.5 minutes
j. Cooling Forced Air
k. Ambient temperature -10 o C to 55 o C
4. Other Specification
a. Display indicators PV voltage, Battery voltage, Output voltage,
Output frequency, Output current, Charging
current, Charging mode, High Temp., High
current & Array reverse polarity
b. Acoustic noise < 60 dB
C. Electric Switchgear
The term switchgear, used in association with the electric power systems, or grid, refers to the
combination of electrical disconnects, fuses and/or circuit breakers used to isolate electrical
equipments. Switchgear is used both to de-energize equipment to allow work to be done and to
clear faults downstream.
One of the basic functions of switchgear is protection, which is interruption of short-circuit and
overload fault currents while maintaining service to unaffected circuits. Switchgears also ensure
the trouble free isolations of the equipment and enhance system availability by allowing more than
one source to feed the load. Preferred circuit breaker for grid connection and for module
disconnection inbuilt in the Power Conditioning Unit.
D. Grounding
The complete earthing system should be electrically and mechanically connected to ensure an
independent return path through earth. All single/three phase lines provided with proper earth
connections and all DC grounding from the array junction boxes grounded separately to an earth.
E. Lighting Protection
The details of the lighting system is as follows:
Material Stainless steel and epoxy resin
18
Radius of Protection
PDC 3.3/OPR 30
45m/48m
Protection level l
External power supply Not required
Applicable Standards UNE 21.186; NFC 17-102
2) Solar Streetlight Using LEDs
Light Emitting Diode (LED) is a device, which emits light when an electric current passes through
it. A LED based solar street lighting systems aims at providing solar electricity for operating LED
for dusk to dawn operation per day.
1. Scope of Work
The scope of work includes the following:
i. Manufacture, design, testing, packing & forwarding, transportation, supply, installation &
commissioning including civil works of LED based SSLS system complete in all respects along
with one set of operation instruction cum maintenance manual in English.
2. Performance Parameters
The broad performance specification of a White Light Emitting Diode (W-LED) light source based
Solar Street Lighting System for UN house compound is as follows:
i. Light Source White Light Emitting Diode (W-LED)
ii. Light Output White colour, minimum 15 lux when measured from a height of about 8 ft
and illuminated over an area of at least 8 ft diameter. Higher light output will be preferred.
iii. Mounting of Light 15 ft high pole with an extended arm to hold the luminaries.
iv. PV Module 37 Wp under STC, measured at 16.4 V as Vload module, Voc minimum of 21.0V.
v. Battery Flooded lead acid tubular plate, 12 V-40AH @ C/10, 75% of the rated capacity of
the battery should be between fully charged and load cut off. Battery housed in full weather
proof casing.
vi. Average Duty Cycle Dusk to dawn
vii. Autonomy Minimum of 3 days.
3) Solar Electrical Car/Laptops/Mobile Charging Station
1. Scope of Work
The scope of work includes the following:
1. Manufacture, design, testing, packing & forwarding, transportation, supply, installation &
commissioning of Solar Car Charging Station complete in all respects along with one set of
operation instruction cum maintenance manual in English.
2. Refer technical specification of 7.5 kWp Solar Power System for the detailed specification of
each of the solar components for designing the suitable Solar Car Charging Station.
19
Annex II
FORM FOR SUBMITTING SUPPLIER’S QUOTATION10 (This Form must be submitted only using the Supplier’s Official Letterhead/Stationery11)
We, the undersigned, hereby accept in full the UNDP General Terms and Conditions, and hereby offer to supply the items listed below in conformity with the specification and requirements of UNDP as per RFQ Reference No: ………………………………………….. TABLE 1 : Option 1: Rooftop Mounting (Solar PV Grid Tie System (Maximum 7.5 kWp))
Item No. Description
Quantity
Unit price (USD/Nu)
Total price(USD/Nu)
1 Solar Panel
2 Power Conditioning Unit
3 Solar Charge Controller (if applicable )
4 Batteries (sealed lead acid, deep cycle)
5 Inverters and Smart Power Management Unit/Assembly
6 Grid Tie Inverter(if applicable)
7 Array junction boxes (if applicable)
8 Ancillaries, Cables, Mounting systems
9 Lightning and Surge Protection
10 Earthing complete set
11 Engineering Design, Calculations, Sizing and Documentation
12 Site Preparation and Civil Work
13 Installation, Initial PV System Training and Commissioning.
14 Internal Power Distribution Panel (AC/DC) and internal building cabling
15 Switch gear and protection
16 Freight/Transportation cost
Total Cost
Estimated Time of Delivery ( weeks) Note: Include any other components based on design by adding rows on the table above.
10 This serves as a guide to the Supplier in preparing the quotation and price schedule. 11 Official Letterhead/Stationery must indicate contact details – addresses, email, phone and fax
numbers – for verification purposes
20
TABLE 2 : Option 2: Solar Footpath from Security Gate to Main Entrance (Solar PV Grid Tie System (Maximum 7.5 kWp))
Item No. Description
Quantity
Unit price (USD/Nu)
Total price(USD/Nu)
1 Solar Panel
2 Power Conditioning Unit
3 Solar Charge Controller (if applicable )
4 Batteries (sealed lead acid, deep cycle)
5 Inverters and Smart Power Management Unit/Assembly
6 Grid Tie Inverter(if applicable)
7 Array junction boxes (if applicable)
8 Ancillaries, Cables, Mounting systems
9 Lightning and Surge Protection
10 Earthing complete set
11 Engineering Design, Calculations, Sizing and Documentation
12 Site Preparation and Civil Work
13 Installation, Initial PV System Training and Commissioning.
14 Internal Power Distribution Panel (AC/DC) and internal building cabling
15 Switch gear and protection
16 Freight/Transportation cost
Total Cost
Estimated Time of Delivery ( weeks)
Note: Include any other components based on design by adding rows on the table above. TABLE 3 : Solar PV Car/Mobile Phone Charging Station (for 1 electric vehicle-car)
Item No.
Description/Specification of
Goods
Quantity
Unit Price
Total Price
per Item
1 2 3 4 5 Freight/Transportation cost Total Cost Estimated Time of Delivery ( weeks)
21
TABLE 4 : Replacement of Outdoor (UN Compound) Lights Using Solar Power
Item No.
Description/Specification of
Goods
Quantity
Unit Price
Total Price
per Item
1 10 Nos. 2 3 4 5 Freight/Transportation cost Total Cost Estimated Time of Delivery ( weeks)
TABLE 5 : Replacement of Corridor CFL with LEDs
Item No.
Description/Specification of
Goods
Quantity
Unit Price
Total Price
per Item
1 30 Nos. 2 3 4 5 Freight/Transportation cost Total Cost Estimated Time of Delivery ( weeks)
TABLE 6 : Offer to Comply with Other Conditions and Related Requirements
Other Information pertaining to our Quotation are as follows :
Your Responses
Yes, we will comply
No, we cannot comply
If you cannot comply, pls. indicate counter
proposal Delivery Lead Time
Estimated weight/volume/dimension of the Consignment:
Country/ies Of Origin12:
Warranty and After-Sales Requirements
a) Training on Operations and Maintenance
12 If the country of origin requires Export License for the goods being procured, or other relevant
documents that the country of destination may require, the supplier must submit them to UNDP if
awarded the PO/contract.
22
b) Minimum five (5) year warranty on both parts and labor
c) Service Unit to be Provided when the Purchased Unit is Under Repair
d) Brand new replacement if Purchased Unit is beyond repair
e) Others
Validity of Quotation
All Provisions of the UNDP General Terms and Conditions
Other requirements [pls. specify]
All other information that we have not provided automatically implies our full compliance with the requirements, terms and conditions of the RFQ.
23
Annex III
General Terms and Conditions
1. ACCEPTANCE OF THE PURCHASE ORDER This Purchase Order may only be accepted by the Supplier's signing and returning an
acknowledgement copy of it or by timely delivery of the goods in accordance with the terms of this Purchase Order, as herein specified. Acceptance of this Purchase Order shall effect a contract between the Parties under which the rights and obligations of the Parties shall be governed solely by the terms and conditions of this Purchase Order, including these General Conditions. No additional or inconsistent provisions proposed by the Supplier shall bind UNDP unless agreed to in writing by a duly authorized official of UNDP.
2. PAYMENT
2.1 UNDP shall, on fulfillment of the Delivery Terms, unless otherwise provided in this Purchase Order, make payment within 30 days of receipt of the Supplier's invoice for the goods and copies of the shipping documents specified in this Purchase Order.
2.2 Payment against the invoice referred to above will reflect any discount shown under the payment terms of this Purchase Order, provided payment is made within the period required by such payment terms.
2.3 Unless authorized by UNDP, the Supplier shall submit one invoice in respect of this Purchase Order, and such invoice must indicate the Purchase Order's identification number.
2.4 The prices shown in this Purchase Order may not be increased except by express written agreement of UNDP.
3. TAX EXEMPTION
3.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides, inter alia, that the United Nations, including its subsidiary organs, is exempt from all direct taxes, except charges for utilities services, and is exempt from customs duties and charges of a similar nature in respect of articles imported or exported for its official use. In the event any governmental authority refuses to recognize UNDP's exemption from such taxes, duties or charges, the Supplier shall immediately consult with UNDP to determine a mutually acceptable procedure.
3.2 Accordingly, the Supplier authorizes UNDP to deduct from the Supplier's invoice
any amount representing such taxes, duties or charges, unless the Supplier has consulted with UNDP before the payment thereof and UNDP has, in each instance, specifically authorized the Supplier to pay such taxes, duties or charges under protest. In that event, the Supplier shall provide UNDP with written evidence that payment of such taxes, duties or charges has been made and appropriately authorized.
24
4. RISK OF LOSS Risk of loss, damage to or destruction of the goods shall be governed in accordance with
Incoterms 2010, unless otherwise agreed upon by the Parties on the front side of this Purchase Order.
5. EXPORT LICENCES Notwithstanding any INCOTERM 2010 used in this Purchase Order, the Supplier shall obtain
any export licences required for the goods. 6. FITNESS OF GOODS/PACKAGING The Supplier warrants that the goods, including packaging, conform to the specifications for
the goods ordered under this Purchase Order and are fit for the purposes for which such goods are ordinarily used and for purposes expressly made known to the Supplier by UNDP, and are free from defects in workmanship and materials. The Supplier also warrants that the goods are contained or packaged adequately to protect the goods.
7. INSPECTION
7.1 UNDP shall have a reasonable time after delivery of the goods to inspect them and to reject and refuse acceptance of goods not conforming to this Purchase Order; payment for goods pursuant to this Purchase Order shall not be deemed an acceptance of the goods.
7.2 Inspection prior to shipment does not relieve the Supplier from any of its contractual
obligations. 8. INTELLECTUAL PROPERTY INFRINGEMENT The Supplier warrants that the use or supply by UNDP of the goods sold under this Purchase
Order does not infringe any patent, design, trade-name or trade-mark. In addition, the Supplier shall, pursuant to this warranty, indemnify, defend and hold UNDP and the United Nations harmless from any actions or claims brought against UNDP or the United Nations pertaining to the alleged infringement of a patent, design, trade-name or trade-mark arising in connection with the goods sold under this Purchase Order.
9. RIGHTS OF UNDP In case of failure by the Supplier to fulfil its obligations under the terms and conditions of this
Purchase Order, including but not limited to failure to obtain necessary export licences, or to make delivery of all or part of the goods by the agreed delivery date or dates, UNDP may, after giving the Supplier reasonable notice to perform and without prejudice to any other rights or remedies, exercise one or more of the following rights:
25
9.1 Procure all or part of the goods from other sources, in which event UNDP may hold the Supplier responsible for any excess cost occasioned thereby.
9.2 Refuse to accept delivery of all or part of the goods. 9.3 Cancel this Purchase Order without any liability for termination charges or any other
liability of any kind of UNDP. 10. LATE DELIVERY Without limiting any other rights or obligations of the parties hereunder, if the Supplier will
be unable to deliver the goods by the delivery date(s) stipulated in this Purchase Order, the Supplier shall (i) immediately consult with UNDP to determine the most expeditious means for delivering the goods and (ii) use an expedited means of delivery, at the Supplier's cost (unless the delay is due to Force Majeure), if reasonably so requested by UNDP.
11. ASSIGNMENT AND INSOLVENCY
11.1. The Supplier shall not, except after obtaining the written consent of UNDP, assign, transfer, pledge or make other disposition of this Purchase Order, or any part thereof, or any of the Supplier's rights or obligations under this Purchase Order.
11.2. Should the Supplier become insolvent or should control of the Supplier change by virtue of insolvency, UNDP may, without prejudice to any other rights or remedies, immediately terminate this Purchase Order by giving the Supplier written notice of termination.
12. USE OF UNDP OR UNITED NATIONS NAME OR EMBLEM The Supplier shall not use the name, emblem or official seal of UNDP or the United Nations for
any purpose. 13. PROHIBITION ON ADVERTISING The Supplier shall not advertise or otherwise make public that it is furnishing goods or
services to UNDP without specific permission of UNDP in each instance. 14. CHILD LABOUR The Supplier represents and warrants that neither it nor any of its affiliates is engaged in any
practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral or social development.
Any breach of this representation and warranty shall entitle UNDP to terminate this Purchase
Order immediately upon notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP.
26
15. MINES The Supplier represents and warrants that neither it nor any of its affiliates is actively and
directly engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term "Mines" means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of 1980.
Any breach of this representation and warranty shall entitle UNDP to terminate this Purchase
Order immediately upon notice to the Supplier, without any liability for termination charges or any other liability of any kind of UNDP.
16. SETTLEMENT OF DISPUTES
16.1 Amicable Settlement. The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Purchase Order or the breach, termination or invalidity thereof. Where the Parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the Parties.
16.2 Arbitration. Unless, any such dispute, controversy or claim between the Parties
arising out of or relating to this Purchase Order or the breach, termination or invalidity thereof is settled amicably under the preceding paragraph of this Section within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, such dispute, controversy or claim shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining, including its provisions on applicable law. The arbitral tribunal shall have no authority to award punitive damages. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.
17. PRIVILEGES AND IMMUNITIES Nothing in or related to these General Terms and Conditions or this Purchase Order shall be
deemed a waiver of any of the privileges and immunities of the United Nations, including its subsidiary organs.
18. SEXUAL EXPLOITATION:
18.1 The Contractor shall take all appropriate measures to prevent sexual exploitation or abuse of anyone by it or by any of its employees or any other persons who may be engaged by the Contractor to perform any services under the Contract. For these purposes, sexual activity with any person less than eighteen years of age, regardless
27
of any laws relating to consent, shall constitute the sexual exploitation and abuse of such person. In addition, the Contractor shall refrain from, and shall take all appropriate measures to prohibit its employees or other persons engaged by it from, exchanging any money, goods, services, offers of employment or other things of value, for sexual favors or activities, or from engaging in any sexual activities that are exploitive or degrading to any person. The Contractor acknowledges and agrees that the provisions hereof constitute an essential term of the Contract and that any breach of this representation and warranty shall entitle UNDP to terminate the Contract immediately upon notice to the Contractor, without any liability for termination charges or any other liability of any kind.
18.2 UNDP shall not apply the foregoing standard relating to age in any case in which the
Contractor’s personnel or any other person who may be engaged by the Contractor to perform any services under the Contract is married to the person less than the age of eighteen years with whom sexual activity has occurred and in which such marriage is recognized as valid under the laws of the country of citizenship of such Contractor’s personnel or such other person who may be engaged by the Contractor to perform any services under the Contract.
19.0 OFFICIALS NOT TO BENEFIT:
The Contractor warrants that no official of UNDP or the United Nations has received or will be offered by the Contractor any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees that breach of this provision is a breach of an essential term of this Contract.
20. AUTHORITY TO MODIFY:
Pursuant to the Financial Regulations and Rules of UNDP, only the UNDP Authorized Official possess the authority to agree on behalf of UNDP to any modification of or change in this Agreement, to a waiver of any of its provisions or to any additional contractual relationship of any kind with the Contractor. Accordingly, no modification or change in this Contract shall be valid and enforceable against UNDP unless provided by an amendment to this Agreement signed by the Contractor and jointly by the UNDP Authorized Official.