section 4 technical _ scc

Upload: sanjit

Post on 02-Jun-2018

235 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/10/2019 Section 4 Technical _ SCC

    1/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 1of 2

    ENERGY EFFICIENCY SERVICES LIMITED(A JV of PSUs of Ministry of Power, Govt. of India)

    A-13, IWAI Building, 4thFloorSector 1, Noida -201301, Distt : Gautam Budh Nagar, U.P.

    Section 4Technical and Special Conditions of Contract

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-PFC/0512013-LED-HomeLigting

    Dated 18.12.2014

    Name of Work: Design, Manufacture, Supply, Erection, Testing and Commissioning of LED based Solar Home Lights

    in villages of 10 districts of Arunachal Pradesh including complete system warranty and its maintenance for 5 Years

    UNDER CSR INITIATIVE of Power Finance Corporation Limited (PFC).

    BIDS ARE TO BE SUBMITTED AS FOLLOWS:

    Envelope 1 should contain following

    a. Bid document fee in the form of Bankers Cheque/ Demand Draft drawn in favor of Energy EfficiencyServices Limited payable at New Delhi.

    b. Letter of the bidder submitting the bid in the form as stipulated in the bid document i.e., as per Bid Form asattachment 1 of section - 6, Forms& Procedure.

    c. Bid Security fees/Earnest Money Deposit as Attachment 2 by Bankers Cheque/ Demand Draft drawn in favorof Energy Efficiency Services Limited or in the form of Bank Guarantee as per prescribed format in section6.

    d. Power of attorney to sign the bid as attachment 3 of section - 6, Forms& Procedure. Bidders to use their own

    format.e. Certificate regarding acceptance of important terms and conditions as per ITB clause 4.9 as attachment 4

    Format enclosed in section 6.f. Form of acceptance of EESL fraud prevention policy as per attachment 8 of section - 6, Forms& Procedure.

    Envelope 2 should contain following:

    a. Deviation statement as per attachment 5 of section - 5, Forms & Procedure.b Techno-commercial bid as indicated in bid document. Documentary evidence regarding biddersqualifications

    to perform the contract as required in qualifying Requirement including but not limited to following.

    1. Technical Specifications2. Qualification Requirement

    3. RFP Forms for documentary evidence for qualifying requirement4. Special conditions of contracts5. One complete set of RfP documents subsequent amendments (if any) duly signed and stamped on each page.

  • 8/10/2019 Section 4 Technical _ SCC

    2/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 2of 2

    Envelope IIIshould containshall comprise of:

    a. Price Bid in the format prescribed in the tender document

    Initially, EnvelopeI containing documents as stated above will be opened.

    Envelope-II will be opened on the same day of only those bidders who have submitted EMD and requisite documents

    in Envelope-I.

    Envelope-III (Price Bid) shall be opened subsequently subject to acceptance of Techno-Commercial Bid. Opening date

    will be intimated to all those bidders, who are found technically & commercially acceptable to EESL.

    Price-Bid of the technically disqualified bidders will be returned in unopened condition to the respective bidders.

    On behalf of EESL

    Kumar Saurabh

    Sr.Mgr. (Technical & Contracts)

  • 8/10/2019 Section 4 Technical _ SCC

    3/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 3of 2

    1. Background Information

    Power Finance Corporation Limited (PFC) has provided the CSR project assistance to EESL forimplementing of the project for 8589 Nos. of LED based Solar Home Light System (SHLS) in villages of

    10 districts of Arunachal Pradesh in collaboration with Arunachal Pradesh Energy Development Agency

    The responsibility for implementing the project has been assigned to Energy Efficiency Service Ltd

    (EESL) being a facilitator for the public sector to achieve target of investment of 2% of their profit in CSR

    related activities leading to energy efficiency improvements. Such projects, not only, leads to

    improvement in energy access to remote regions but also goes a long way in contribution to the socio-

    economic growth of the rural villages across the country. EESL intends to hire third party agency for

    carrying out the work as described below.

    2. About EESL

    Energy Efficiency Services Limited (EESL) is a Joint Venture Company of 4 Central Public Sector

    Undertakings of Ministry of Power, Government of India - NTPC Limited, Power grid Corporation of

    India Limited, Power Finance Corporation and Rural Electrification Corporation. It was formed to lead

    the market development and implementation functions of the National Mission for Enhanced Energy

    Efficiency (NMEEE) which seeks to unlock the energy efficiency market of Rs. 74,000 crores. EESL

    obtained its Certificate of Incorporation on 10th December 2009 and obtained its certificate for

    Commencement of Business on 11th February 2010.

    Objectives

    To facilitate preparation of energy efficiency projects for Demand Side Measures including municipa

    functions, agriculture, public building, lighting etc.

    To implement schemes, programmes and policies of central and state governments or its agencies.

    Partner with private ESCOs and other companies to promote energy efficiency.

    To provide consultancy services in the field of energy efficiency, CDM projects, and other related areas.

    To identify and impart training to build the capacity of stakeholders.

    3. About PFC

    PFCwas set up on 16th July 1986 as a Financial Institution (FI) dedicated to Power Sector financing and

    committed to the integrated development of the power and associated sectors. The Corporation was

    notified as a Public Financial Institution in 1990 under Companies Act, 1956. The Corporation is

    registered as a Non Banking Financial Company with the Reserve Bank of India (RBI). RBI, vide itsrevised Certificate of Registration no. B-14.00004 dated July 28, 2010

    classiied the company as an Infrastructure Finance Company (NBFC-ND-IFC)

    PFC, which has entered its Silver Jubilee Year in 2010, is a Schedule-A, Nav-Ratna CPSE (conferred by

  • 8/10/2019 Section 4 Technical _ SCC

    4/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 4of 2

    Govt. of India on 22nd June, 2007) in the Financial Service Sector, under the administrative control of

    the Ministry of Power. Its Registered and Corporate Offices are at New Delhi.

    PFC was incorporated with an objective to provide financial resources and encourage flow o

    investments to the power and associated sectors, to work as a catalyst to bring about institutional

    improvements in streamlining the functions of its borrowers in financial, technical and managerial areas

    to ensure optimum utilization of available resources and to mobilize various resources from domesticand international sources at competitive rates.

    CSR Vision Statement and Objective:

    Power Finance Corporation Ltd (PFC), through its Corporate Social Responsibility and Sustainable

    Development initiatives, shall continue to undertake projects for Sustainable Development, mainly

    focusing on fulfillment of Power and Energy needs of the society.

    The aim of the Corporate Social Responsibility Policy (CSR Policy) is to ensure that the Corporation

    becomes a socially responsible corporate entity committed to improving the quality of life of the society

    at large.

    4 Scope of Work:

    The Scope of Work of a bidder shall include to supply, installation, commissioning and operation of Solar

    Home Light System project in ten districts of Arunachal Pradesh (refer site details in Annex-2). The

    scope covers:

    1. Preparation of DPR

    1. Bidder has to carry out actual site location assessment and detailed design configuration of the

    solar home lighting systems at the identified sites.

    2. Identification of specific locations for installing the lights shall be in consultation with villagecommunities/Panchayat members, relevant APEDA nodal officers, and circle officers.

    3. Bidder has to submit a detailed report [Format in Annexure - I]for the same within 4 weeks fromthe date of order placement duly verified by State Nodal Agency Arunachal Pradesh Energy

    Development Agency (APEDA).

    2 Training, Awareness and sensitization

    2.1 Awareness and sensitization campaigns to ensure continuous involvement of local communitie

    ensure safe upkeep of the infrastructure. Create awareness about benefits of solar home ligh

    systems over kerosene lamps.

    2.2 Close liaison with respective District Magistrates and Circle Officers, to ensure necessary groundapprovals for smooth implementation.

    2.3 Conduct local training for the representative of the beneficiaries, and disseminate operating man

    for maintenance, protection and Dos & Dont.

  • 8/10/2019 Section 4 Technical _ SCC

    5/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 5of 2

    2.5 Through sensitization activities, high level of social cohesion to be built among villagers to ensure

    a common sense of ownership.

    2.6 The villagers shall be imparted with relevant training on system operation and genera

    maintenance techniques. Capacity-building of the end user for uninterrupted maintenance.

    2.7 After installation/commissioning, the System to be handed over to Local Village Authorities in coordination with State Nodal Agency.

    2.8 Bidder shall submit the detailed report including local training, awareness and sensitization

    campaigns, Methodology for sustainable maintenance for further five years to client with relevant

    photographs and videos.

    3. Installation & Commissioning

    3.1 Installation and commissioning of about 8589 LED based Solar Home Lighting System in village

    seven districts of Arunachal Pradesh. The list of target beneficiaries shall be provided to the bid

    during implementation.

    3.2 Bidder shall comply with all applicable regulatory and statutory norms. Bidder has to obtain

    approval/NOC from appropriate Govt. authority for implementing the project in each selected

    village.

    3.3 Bidder should apply for MNRE Subsidy on behalf of EESL through notified Channel partners o

    MNRE which is an integral part of bidders scope of work.

    3.4 Bidder should complete the project within 5 months from the date of placement of order. Further

    bidder has to obtain an installation completion letter/certificate from respective village

    panchayats and Arunachal Pradesh Energy Development Agency (APEDA).

    3.6 Each Battery Box is to be provided with a colored metallic sticker duly riveted on battery boxdisplaying CSR Initiative of Power Finance Corporation Limited (PFC) with logo (PFC) and Project

    Implementer: EESL (logo): Size and design of sticker will be finalize by customer. And, also similar

    format shall be printed on other side battery box.

    3.7 Bidder should submit the Certificate (Annexure 1) and photographs of the each system installed

    which must shows complete installation setup in the home with beneficiary, UID No. of the system.

    4. Operation & Maintenance (O&M)

    4.1 Bidder has to submit the operation, instruction and maintenance manual, in English and Hind

    should be provided with each Solar Home lights.

    The following minimum details must be provided in the Manual:

    a. About the complete photovoltaic system including PV modules, battery and electronics

  • 8/10/2019 Section 4 Technical _ SCC

    6/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 6of 2

    b. Dos and Donts

    c.

    Clear instructions on regular maintenance and trouble shooting of the system

    d.

    Name & address of the contact person in case of non-functioning of the system.

    e. About LED lighting.

    4.2 The Operation & Maintenance (O&M) cost of the system is in-built in the system cost. The bidder shal

    provide O&M of the system for 5 years.

    4.3 It is mandatory for the bidder to open an authorized service center in the concerned district before the

    supply /installation of the system.

    4.4 The necessary training shall be provided by the bidder. The bidder shall give maintenance schedule for

    any repair of the system including batteries and lamp replacement. Necessary maintenance spares for

    five years trouble free operation shall be supplied with the system.

    4.5 Bidder has to provide a toll free number of IVRS which will be embossed/ punched on battery box

    which in case of non-working/ operational problems etc of system will be dialed by the beneficiary etc

    to lodge a complaint in respect of system problems.

    4.6 Bidder shall depute service personnel to make routine quarterly maintenance visits. The maintenance

    shall include thorough testing & replacement of any damaged parts Apart from this any complaint

    registered/ service calls received / faults notified in the report generated by the IVRS should be

    attended to and the system should be repaired/ restored/ replaced within 4 days.

    4.7 Bidder shall furnish Weekly Project Update Report. EESL reserves the right to undertake field visits

    any time during/after project implementation phase.

    4.8 Bidder shall furnish Quarterly Project Update Report in the first two years of the warranty period.

    4.9 Bidder shall furnish Half Yearly Project Update Report in the remaining five years of the warrantyperiod.

    4.10 Bidder shall ensure that the project gets completed within the stipulated time frame. A Projec

    Monitoring Report shall be submitted to EESL during the execution of the project.

  • 8/10/2019 Section 4 Technical _ SCC

    7/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 7of 2

    5. QUALIFYING REQUIREMENT:

    S.No. Criteria Documents to submit

    1 Bidder can be any entity registered under any Act

    prevailing for the time being in India.

    Copy of certificate of incorporation/Memorandu

    of Association/Article of Association/ Partnersh

    Deed or any other relevant document(s) may b

    furnished along with the bid.

    2 Bidder could be authorized channel partners of

    MNRE for off-grid and decentralized Solar PV

    applications.

    Or

    Consortium of LED luminaire manufacturer with in

    house manufacturer facility and MNRE authorized

    channel partners for off-grid and decentralized Solar

    PV applications.

    (In case of consortium, the partners in the

    consortium shall not separately participate as

    independent bidder or as members of any other

    consortium in this bidding process. All bids in

    contravention of this shall be rejected).

    1. Copy of letter for channel partner of MNRE foff-grid and decentralized Solar PV applicatio

    to be submitted.

    2. In case of consortium, the bidder should furnian Excise Registration Documents to suppo

    that they are manufacturers of LED Luminai

    along with copy of letter for channel partner

    MNRE for off-grid and decentralized Solar P

    applications to be submitted

    3. In case of consortium, bidder must indicate th

    name of the lead partner and consortiu

    agreement to be submitted

    3. Bidder should have the experience in supply &

    installation of off-grid LED based Solar Lighting

    Systems and should have executed similar projects

    in the last 3 years involving:

    One similar completed work costing not lessthan the amount equal to Rs.32 crore.

    Two similar completed work costing not lessthan the amount equal to Rs.24 crore each.

    Three similar completed work costing not lessthan the amount equal to Rs.16 crore each.

    Documentary proof Letter of Award / Wo

    Order Copy / Supply & Installation Completio

    Certificate to be submitted.

    Shall submit a duly filled Performa I

    4. Bidders should have average Annual Turnover

    (ATO) of at least INR 40.0 Crs for immediately

    Duly authorized copy of audited annual report is

    be submitted by respondent along with C

  • 8/10/2019 Section 4 Technical _ SCC

    8/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 8of 2

    preceding last Three financial years (2011-2012,

    2012-2013, and 2013-2014). In case of consortium

    ATO of Lead Member shall be consider.

    certificate.

    Shall submit a duly filled Performa II

    5. The respondent should be profitable in at least one

    years of the last 3 financial years (2011-2012, 2012-

    2013, 2013-2014). In case of consortium profit of

    Lead Member shall be consider.

    Duly authorized copy of audited annual report is

    be submitted is submitted CA certificate.

    Shall submit a duly filled Performa III.

    6. Terms of Payment:

    First Instalment@10% of contract value (part A) on pro-rata basis payable on

    I. Signing of contract agreement between EESL and successful bidder.

    II. Submission of detailed project report duly approved by appropriate State Nodal Agency.

    III. Submission of Copy of application to MNRE for grant of any applicable subsidy.

    IV. Submission of Proforma Invoice as per the work order.

    V. Submission of an unconditional Performance Security in the form of Demand Draft/ Pay Order or

    Bank Guarantee of 10% of the total contract value.

    Second Installment @30%of contract value (Part A) on pro-rata basis payable on

    I. Submission of evidence for supply of all equipment onsite confirming display of PFC logo, duly

    acknowledge by APEDA/ District administration.

    II. Submission of report supported with labeled photograph on completion of village community

    training, awareness/ sensitization, capacity building measures undertaken and development of

    entrepreneurship etc in each village with relevant photographs and videos.

    III. Submission of evidence regarding completion of installation & commissioning certificate of at

    least 50% of LED based solar home lighting system, duly certified by APEDA, appropriate

    panchayats head along with valid copy identity proof.

    IV. Submission of weekly project updates report.

    Third Installment @40%of contract value (Part A) on pro-rata basis payable on

    I. Submission of evidence of successful completion of installation & commissioning of remaining

    50% of LED based Home lighting systems in the identified villages along with progress report

    and photograph with valid copy identity proof.

    II. Submission of report supported with labeled photograph on completion of village communityawareness/ sensitization, capacity building measures undertaken and development of

    entrepreneurship etc in each village.

    III. Submissions of weekly project update report.

  • 8/10/2019 Section 4 Technical _ SCC

    9/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 9of 2

    IV. Submissions of Project Completion report.

    Fourth Installment@20% of contract value (Part A) on pro-rata payable on

    I. On 6 months after successful operation of the all lights.

    II. Completion of Impact Assessment study report through EESL/Independent Agency and

    acceptance of the same by PFC.

    Payment towards three year additional warranty after two years standard warranty:

    Payment will be released in three equal installments at the end of each year from the end of third year onwards

    till end of fifth year on certification of Engineer in Charge.

    Party is to quote minimum 12% of Sub-total Part A (1+2+3) i.e. towards three years additional warranty after

    two years standard warranty. Otherwise, differential amount will be deducted from other invoices and will bereleased in subsequent three years in equal amount along with payment towards additional warranty.

    Note: Part A contains:-

    1. Design, Manufacture, Supply, Erection, Testing of stand-alone LED based home Lighting system with twoyears standard warranty [as per Technical Specifications defined in Scope of Work].

    2. Installation and commissioning of above.

    3. Inland transportation including loading, unloading and transfer to Site, insurance and other costs incidental to

    delivery.

    EESL has the right to seek any additional documents / information / certification it deems fit prior to be release

    of any installment.

    7.Completion Time:

    The entire Design, Manufacture, Supply, Erection, Testing and Commissioning of LED based Solar Home Lighting

    system shall be completed in 5 months from the date of Notification of Award. Further bidder has to obtain an

    installation completion letter/certificate from respective village panchayats and Arunachal Pradesh Energy

    Development Agency (APEDA).

    Time Schedule includes the time required for mobilization as well as testing, rectifications if any, retesting and

    completion in all respects to the entire satisfaction of Engineer-in-charge.

    8.0 GENERAL TECHNICAL SPECIFICATION:

    A Solar Home Light Systems (SHLS) consist of Two white LED luminary ( 7 watt each ) as per configuration

    along with solar PV modules and battery of given capacity, necessary control electronics-inter connecting wires

  • 8/10/2019 Section 4 Technical _ SCC

    10/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 10of 2

    / cables, module mounting structures etc. to operate the load for 5 hrs. daily. The broad performance

    specifications of solar home lighting system are given below. Bidder shall submit the Proforma IV.

    BROAD PERFORMANCE PARAMETERS

    PV Module The MNRE approved, indigenously manufactured PV Module should be used.

    SPV module 12V, 40Wp at STC module VOC minimum of 21 V.

    Battery Low Maintenance flooded electrolyte Tubular positive plate Lead Acid batteries of capacity

    12V,40 AH @ C/10,

    Min depth of discharge - 75%

    Light Source White Light Emitting Diode (W-LED) battens 7 Watt. Mid flux LEDs to be used.

    Using LEDs which emits ultraviolet light will not be permitted.

    Light Out put White color (color temperature typical 6500K with standard tolerance of 510K as per IS16103 - 2.

    The illumination should be uniform without dark bands, abrupt variations, and soothing to

    the eye.

    Mounting of light Wall or ceilingWall or ceiling.

    Electronics Min 85 % efficiency

    MINIMUM TECHNICAL REQUIREMENTS / STANDARDS

    1. DUTY CYCLE

    The LED solar home lighting system should be designed to operate for 5 hrs. daily for threedays.

    2. SPV MODULES:

    I. The MNRE approved, indigenously manufactured PV Module (IEC Tested) shall only beused in the project. Crystalline high power/efficiency cells shall be used in the Solar

    Photovoltaic module. The power output of the module shall not be less than 40Wp at

    load voltage* 16.4 +/- 0.2 Volt under standard test conditions (STC). * Not applicable in

    case of MPPT charge controller.

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

    III. PV module must be warranted for output wattage, which should not be less than 90% atthe end of 10 years and 80% at the end of 25 years.IV. The terminal box on the module shall be designed for long life out door operation in

    harsh environment should have a provision for opening for replacing the cable, if

    required.

  • 8/10/2019 Section 4 Technical _ SCC

    11/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 11of 2

    V. The offered module shall be in accordance with the requirements of MNRE.VI. Latest edition of IEC 61215 edition II / IS 14286 for Crystalline and shall be certified by

    MNRE authorized test centre. The bidder shall submit appropriate certificates.

    VII. PV modules must quality to IEC 61730 Part 1- requirements for construction & Part 2 requirements for testing, for safety qualification.

    VIII. Protective devices against surges at the PV module shall be provided. Low voltage drop

    bypass diodes shall be provided and if required, blocking diode(s) may also be provided.IX. Module Efficiency must not to be less than 14%.X. IDENTIFICATION AND TRACEABILITY.

    Each PV module must contain the following information:

    a) Name of the manufacturer of PV Module

    b) Model or Type Number

    c) Serial Number

    d) Month and year of manufacture

    e) I-V Curve for the module

    f) Unique Serial No. and Model No. of the module.

    g) NOT FOR SALE

    Copy of Test certificate for the quoted product (PV Module) from SEC or NABL accredited

    laboratories certified by MNRE shall be enclosed with the offer.

    3. BATTERY

    Battery shall be flooded electrolyte Tubular Lead Acid, Low Maintenance type with low antimony

    lead alloy plates and ceramic vent plugs. The positive plate should contain low antimony casted

    at high pressure to ensure the void free and consistence grain orientation to protect plate

    support from anodic corrosion. The batteries should conform to IS 1651 / IS 13369. A copy o

    the relevant test certificate for the battery should be furnished. The battery of reputed Indian

    make Exide/HBL, Southern/Luminous for relevant IS 1651/IS 13369/IEC 61427 standard shalonly be used.

    i. Capacity of the battery shall not be less than12V, 40 Ah at C/10 rate.

    ii. DOD shall be 75% i.e., at least 75 % of the rated capacity of the battery should bebetween fully charged & load cut off conditions.

    iii. Battery shall have a design life expectancy of minimum 1200 cycle at 80% DOD at25C with C10 discharge.

    iv. Battery terminal shall be provided with covers.v. Suitable carrying handle shall be provided.vi. Bidder shall mention the design cycle life of batteries at 75%, 50% and 25%

    depth of discharge at ambient temperature up to 45 degree C.

    vii. The batteries shall be designed for operating in ambient temperature of site up to50 degree C. (We should put it between 4 deg C to 40 deg C as per the weather

    conditions).

    viii. The self-discharge of batteries shall be less than 3-4 % per month of rated

  • 8/10/2019 Section 4 Technical _ SCC

    12/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 12of 2

    capacity at 27 degree C.

    ix. Batteries shall be provided with micro porous vent plugs & acid level indicator.

    4. Light Source:

    I. The light source will be of white LED type Mid Flux LEDs .The color temperature of

    white LEDs used in the system should be in the range typical 6500K with standardtolerance of 510K as per IS 16103-2). Use of LEDs which emits ultraviolet light will

    not be permitted. The quality of light should be soft soothing to the eye .It must be

    free from the glare.

    II. The illumination should be uniform without dark bands or abrupt variations, andsoothing to the eye. Higher light output will be preferred. The light output from the

    white LED light source should be almost constant.

    III. The lamps should be housed in an assembly suitable for indoor use and shall complywith IP40. The temperature of heat sink should not increase more than 30 degree C

    above ambient temperature even after 48hrs of continuous operation. Heat Sink

    Material used in the LED batten should be of Extruded Aluminum as body and good

    heat sink in order to have good heat dissipation and thermal management for

    ensuring the better life of the luminaries with high quality of Polycarbonate diffuserfor achieving soft and glare free light.

    IV. Mid power LED of CREE/NICHIA/OSRAM/PHILIPS Make (Having LM79 and LM 80test report) shall only be used.

    V. The lumens output of luminaire should be typical 560 lumens for 7 watt lamp withpermissible standard tolerance of IS 16103-2.

    VI. The LEDs luminaire should have life time of about 50,000 hrs as per LM70.VII. The lumen depreciation of LED luminaire shall not be more than 30% at 50,000

    burning hours as per LM70. Power consumption of the LED Luminaire / Lighting unit

    shall Nominal 7 Watt (including LED Driver power loss) with permissible standard

    tolerance as per IS 16103-2(Standards and copy of test certificate should be

    submitted).

    VIII. Other Parameters:

    LED DC current regulation better than 3 %

    Input 12 V DC

    Driver Type- DC-DC (as per IEC 62384)(Standards and copy of test certificate

    should be submitted)

    CRI typical 75, min 70

    Lighting quality- Free from glare and flickering and UV

    Ambient tempup to 50 deg

    Total electronics efficiency > =90 %

    IX. Driver Characteristics - reverse polarity protection and suitable to operate between10V to 14V

    X. Auto resettable reverse polarity protection shall be providedXI. LED lighting unit shall comply to LM 70, LM -79-08 and LM -80-08 (Standards and

    copy of test certificate should be submitted).

  • 8/10/2019 Section 4 Technical _ SCC

    13/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 13of 2

    XII. The beam angle of luminaries shall be min 100 deg and the distribution shall besymmetrical on either side of axis.

    XIII. The luminaries have to be mounted on the wall only and the light must be distributedXIV. Luminaries should have embossing of manufacturer and be manufactured in IndiaXV. The lighting design to be submitted (polar curve and lux distribution) considering the

    Sample Room Size 4.0M X 3.0M X3.0 M .

    5. ELECTRONICS

    i. Incorporating MPPT Charging to maximize energy drawn from the Solar PVarray. The MPPT charger shall be microcontroller based. The details of working

    mechanism of MPPT shall be mentioned. PV charging efficiency shall not be less

    than 90% and shall be suitably designed to meet array capacity. MPPT Charger

    must conform to IEC 62093, IEC 60068 (Standards and copy of test certificate

    should be submitted) as per specifications. At least compliance test report of

    MPPT as per EN50530 should be submitted

    ii. The charge controller shall have(i) Appropriate battery charging algorithms with temperature compensated

    set points for charging/ discharging

    (ii) PV array disconnect/reconnect and load disconnect/reconnect points(iii) Charger rating 12V 5. A(iv) Protection against polarity reversal of PV array and battery, Over Current

    Short Circuit, Deep Discharge, Blocking diode protection against battery

    night time leakage through PV Module

    (v) Electronics should operate at 12 V and the efficiency of DC-DC convertershould be at least 90 %.

    (vi) The system should have protection against battery overcharge and deepdischarge conditions. The numerical values of the cut off limits of lower

    voltage should not be less than 11.1 Volt.(vii) Fuses should be provided to protect against short circuit conditions.(viii) A blocking diode should be provided as part of the electronics, to prevent

    reverse flow of current through the PV module, in case such a diode is

    provided with the PV module.

    (ix) Full protection against open circuit, accidental short circuit and reversepolarity should be provided

    (x) The self-consumption of the charge controller shall not be more than 20mA at rated voltage and rated current.

    (xi) Adequate protection shall also be incorporated under no-load conditions(i.e. when the system is ON & the load (LED Lamp is removed)

    iii. The system should be provided with 2 LED indicators: a green light to indicate

    charging in progress and a red LED to indicate deep discharge condition of thebattery. The green LED should glow only when the battery is actually being

    charged.

    iv. All capacitors ceramics based shall be rated for max. temp of 105 C.

  • 8/10/2019 Section 4 Technical _ SCC

    14/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 14of 2

    v. The voltage drop from module terminals to the battery terminals should notexceed 0.6 volts including the drop across the diode and the cable when

    measured at maximum charging current.

    vi. Charge controller should be used indoor & housed in a suitable casing as perIP21.

    vii. The charge controller should be mounted on wall above 6 feet from ground.

    viii. They should have Visual Displays:ix. Voltage, Current (PV)x. Battery Voltage, Charge status in %, Charging & Discharging currentxi. Voltage, Current (Load).

    Technical Requirement/Standards

    Item / System Applicable BIS /Equivalent IEC Standard Or MNRE Specifications

    Standard Description Standard Number

    Solar PV Systems

    Charge Controller/MPPT

    Units and Protections

    Crystalline Silicon

    Terrestrial PV Modules

    Efficiency Measurements

    Environmental Testing

    IEC 61215 / IS14286

    Test Certificates / Reports from IECQ / NABLaccredited laboratory for relevant IEC /equivalent BIS standard. If IEC certificates arenot available for capacity, qualification

    certificate from IEC / NABL accredited

    laboratory as per relevant standard for any of

    the higher wattage regular module shall be

    furnished. Further, the manufacturer shouldcertify that the supplied module is also

    manufactured using same material design and

    process similar to that of certified PV module

    IEC 62093

    IEC 60068-2 (1, 2, 14, 30)/Equivalent BIS Std.

    EN 50530 compliance report

    Storage Batteries General Requirements &

    Methods of Testing Tubular

    Lead Acid /Capacity Test

    Charge/Discharge

    Efficiency Self-Discharge

    IS 1651/ IS 13369

  • 8/10/2019 Section 4 Technical _ SCC

    15/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 15of 2

    Cables General Test and

    Measuring Method

    PVC insulated cables for

    working voltage up to and

    including 1100 V

    IEC 60189

    IS 694/ IS 1554

    Junction Boxes /Enclosures

    for Charge

    Controllers/

    Luminaries

    General Requirements IEC 62208

    IP65

    IP 40

    LED Lamps

    Luminary

    Cycle life

    LM -80-08

    LM 79-08

    LM 70

    LED Luminaire IEC 61347-2-13 : LED driver safety.

    IEC 62384 : LED driver performance

    IEC 60598:General requirements and tests

    IEC 61347-2-13 : LED driver safety

    6. MECHANICAL HARDWARE:

    A metallic frame structure (hot dip galvanized) to be fixed on the roof. The frame structure should be

    fixed at 30 degree from horizontal facing true south.

    (i) BATTERY BOX :

    A vented metallic box of 18 SWG thick made of pre coated galvanized (60 micron thickness) ms sheet for

    housing the storage battery indoors should be provided with proper lock and key. The boxes should be

    inscribed with a metallic sticker with PFC CSR Project and EESL written on at least one faces and on other

    similar shall be printed on other side. The size of box should be as per battery size (including vent plug/level

    indicator) providing minimum clearance of 25 mm on all sides. Louvers for proper ventilation should be

    provided on one side and back of the battery box. No vent shall be providing on top of battery box. Box should

    be provided with proper locking arrangement. The edges of box should be turned properly to give smooth edge

    and good strength. Two wooden battens should be fixed inside the battery box to avoid the electrical contract

    between battery and box. Danger logo as approved by EESL shall be screen printed on the box. Since the battery

  • 8/10/2019 Section 4 Technical _ SCC

    16/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 16of 2

    box will be sited on ground surface, it should be kept on plastic/rubber/jute mat minimum 10 mm thick to avoid

    the direct contact on ground.

    (ii) ELECTRIC CABLE

    The electric cable used shall be twin core PVC insulated water and UV resistance (if cable is exposed to

    outdoor) copper cable of minimum size 1.5mm. Cable shall meet IS 1554 / 694 Part 1:1988 & shall be of 650 V/1.1 kV.

    7. OTHER FEATURES

    A toll free number (i.e.,..) of IVRS of EESL and UID number of minimum computer font size

    or 13 mm (issued/provided by EESL) is to be embossed/ punch on battery box by contractor/ bidd

    which in case of non-working/ operational problems etc of system will be dialed by the beneficiary etc

    lodge a complaint in respect of system problems. The IVRS will divert the complaint to Contractor/ bid

    through E mail, SMS etc. The contractor/ bidder will have to rectify the same to make/ restore the syst

    to working position within 72 hours in the warrantee period of 5 years, failing which the system may be

    rectified on contractor/ bidder cost and the cost will be recovered by contractor/ bidders pending claiwhat so ever and appropriate action as per noncompliance etc of agreement will be considered/taken

    email Id also mentioned in a box as For feedback and complaints, please email to [email protected]

    8.0 INSTALLATION OF SYSTEM:

    The system should be properly installed at site. The SPV module mounting structure along with suitable

    mounting legs should be properly grouted depending upon the location and requirement of the site. The

    grouting should be such that it should withstand the maximum wind speed /storm. The frame should be

    grouted with CC mixture of 1:2:4 Cables of appropriate size should be used to keep electrical losses to a

    bare minimum. All wiring should be in a proper conduit or capping case. Wire should not be hanging

    loose. Any minor items which are not specifically included in the scope of supply but required for proper

    installation and efficient operation of the SPV systems, is to be provided by the manufacturer as per

    standards.

    EARTHING

    The PV module structure shall be grounded properly using adequate number of earthing kits. All meta

    casing / shielding of the home lighting system shall be thoroughly grounded to ensure safety. Earthing

    procedure and Earth Resistance shall be as per Electrical Standard.

    9. AUTHORIZED TESTING LABORATORIES/ CENTERS

    Test certificates / reports for the BOS items/ components can be from any of the NABL/ IEC Accredited

    Testing Laboratories or MNRE approved test centers.

    10. WARRANTY

  • 8/10/2019 Section 4 Technical _ SCC

    17/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 17of 2

    The mechanical structures, electrical works including power conditioners/charge controllers/

    maximum power point tracker units/distribution boards/digital meters/ switchgear/ storage batteries

    etc. and overall workmanship of the SHLs/ systems must be warranted against any manufacturing/

    design/ installation defects for a minimum consolidated period of 5 years.

    Traceability of the product to be supplied

    In order to prevent the misuse of the product such as unauthorized sale or diversion to the open market

    the following incorporation shall be made in the product.

    Engraving (or) Screen printing of PFC/EESL

    a) At a suitable place on the main components viz., SPV Panel, Battery, LED Lighting Units to be used inthe installation of the solar home lighting systems.

    b) The unique system ID number as provided by EESL shall be permanently Pasted (or) marked on each

    component of the system.

    WARRANTY AND MAINTENANCE

    The PV modules will be warranted for a minimum period of 25 years from the date of supply. (Outputwattage should not be less than 90% at the end of 10 years and 80% at the end of 25 years).

    The mechanical structures, electrical components including battery and overall workmanship of theSolar Lighting Systems must be warranted for a minimum of consolidated 5 years from the date o

    supply of the system.

    The Comprehensive Maintenance (within warranty period) shall be executed by the firm themselves orthrough the authorized dealer/ service center of the firm in the concerned district.

    Necessary maintenance spares for consolidated five years trouble free operation shall also be suppliedwith the system.

    The bidder shall be responsible to replace free of cost (including transportation and insuranceexpenses) to the purchaser whole or any part of supply which under normal and proper use

    become dysfunctional within one month of issue of any such complaint by the purchaser.

    The service personnel of the Successful Bidder will make routine quarterly maintenance visitsThe maintenance shall include thorough testing & replacement of any damaged parts Apart from

    this any complaint registered/ service calls received / faults notified in the report generated by

    the IVRS should be attended to and the system should be repaired/ restored/ replaced within 7

    days.

    A separate Service & Maintenance manual shall be maintained with each system as per the formatprovided by EESL. The deputed personnel shall be in a position to check and test all the components

    regularly, so that preventive actions, if any, could be taken well in advance to save any equipment fromdamage. Any abnormal behavior of any component shall be brought to the notice of EESL for

    appropriate action.

    Normal and preventive maintenance of the SPV home lighting systems such as cleaning of modulesurface, topping up of batteries, tightening of all electrical connections, cleaning & greasing of battery

  • 8/10/2019 Section 4 Technical _ SCC

    18/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 18of 2

    terminals, also the duties of the deputed personnel during quarterly maintenance visits.

    During operation and maintenance period of the SPV home lighting systems, if there is any loss ordamage of any component due to miss management/miss handling or due to any other reasons

    pertaining to the deputed personnel, what-so-ever, the supplier shall be responsible for immediate

    replacement/rectification. The damaged component may be repaired or replaced by new component.

    9.0 Adjudicator:

    Adjudicator under the contract shall be appointed by the Appointing Authority i.e. CEO (EESL). If the

    bidder does not accept the Adjudicator proposed by EESL, it should so state in its bid form and make a

    counter proposal of an adjudicator. If on the day the contract agreement is signed, the EESL and

    contractor have not agreed on the appointment of adjudicator, the adjudicator shall be appointed, at the

    request of either party, by the appointing authority specified.

    10.0 Arbitration:

    Arbitration shall be carried out as per Arbitration Act 1996 and its subsequent amendment.

    The Contract shall be governed by and interpreted in accordance with the laws in force in India. The

    courts of Delhi shall have exclusive jurisdiction in all matters arising under the contract.

    11.0 Contract Performance Guarantee:

    Within twenty eight (28) days of the receipt of notification of award from EESL, the successful bidder

    shall furnish the CPG in the form of Demand Draft/ Pay Order or Bank Guarantee for 10% of the total

    contract value as per instructions contained in Section-2 [Instruction to Bidders]. The Bank Guarantee

    must be valid to cover Delivery Period + Warrantee Period + Three Months Claim Period.

    Bank guarantee shall be from any Nationalized Banks/other scheduled private banks as per list given in

    Section 4. EESL shall at his discretion have recourse to the said Bank Guarantee for the recovery of any

    or all amount due from the bidder in connection with the contract including of guarantee obligations.

    Failure of the Successful Bidder to comply with the requirements of IFB/RfP shall constitute sufficient

    grounds for the annulment of the award and forfeiture of the Contract Performance Guarantee.

    12.0 Pre-bid conference:The official representative of the Bidders may attend the pre-bid conference on 30th December (Tuesday) at

    15:00 Hrs, which will take place at the following address:

    Energy Efficiency Services Limited,

    A-13, IWAI Building, 4th FlooorSector 1, Noida -201301,

    Distt: Gautam Budh Nagar, U.P

    13.0 The purpose of the meeting will be to clarify any issues regarding the bid process.

  • 8/10/2019 Section 4 Technical _ SCC

    19/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 19of 2

    14.0 Record notes of the meeting including the text of the questions raised and responses given wil

    be transmitted to all the bidders who were present at the meeting and will also be put on the web-siteThe clarifications that could not be furnished during pre-bid conference will be separately

    communicated to all the purchasers of the RFP.

    15.0 Non-attendance at the pre-bid meeting will not be a cause for rejection of a Bidder.

    16.0 Based on the discussion in pre bid meeting, EESL reserved the right for modification in RFP.

    17.0 The quantity of lights are 8589 Nos for CSR-Power Finance Coorparation Limited PFC

    Project. The Bidder shall quote for full quantity only. The quantity indicated above may increase or

    decrease by 20%. The details of location is indicated in Scope of Work, which may vary at the timeof execution of work.

    18.0 Warranty and Maintenance:

    18.1 The complete stand-alone LED based Solar Home Lighting System and display board shall be

    warranted and maintained for 5 years from the date of installation.

    18.2 The maintenance service provided shall ensure proper functioning of the system as a whole

    All preventive/routine maintenance and breakdown/corrective maintenance required for ensuring

    maximum uptime shall have to be provided by the Supplier.

    19.0 Successful bidder, on whom letter of award is placed, is to ensure all safety guidelines, rules

    and regulations, labour laws etc. Successful bidder indemnify EESL for any accident, injury met by

    its labour, employee or any other person working for him. Any compensation sought by its labour,employee or any other person working for him shall be paid by successful bidder as per settlement

    solely. EESL has no role to play in this matter.

    20.0 Successful bidder is to submit interchangeability certificate for its product supplied forreplacement during warranty and maintenance period and even when it is purchased from open

    market. In case due to change in technology , the supplied product is not available during warranty/

    maintenance period than the improved version of product can be used in warranty/ maintenanceperiod with same or improved technical parameters or the combination thereof after written

    communication of Engineer in Charge at same cost& terms and conditions. Successful Bidder, on

    whom letter of award has been placed, has also to confirm that the prices of improved version ofproduct is not lesser than the original product or its parts in comparison.

    21.0 PFC-CSR assistance, including PFC logo, should be displayed prominently at appropriate

    place in villages, banners/ solar lights to be displayed/ materials to be distributed at the time of launchof the project.

    22.0 The Bidder shall be deemed to have examined the Bid document, to have obtained his own

    information in all matters whatsoever that might affect carrying out the Works in line with the Scope

  • 8/10/2019 Section 4 Technical _ SCC

    20/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 20of 2

    of Work specified in the document at the offered rates and to

    have satisfied himself to the sufficiency of his Bid. The bidder shall be deemed toknow the scope, nature and magnitude of the work and requirement of materials,

    equipment, tools and labour involved, wage structures and as to what all works he

    has to complete in accordance with the Bid documents irrespective of any defectsomissions or errors that may be found in the Bid documents.

    23.0 EESL reserve the right for quantity variation up to +/-20%. Further EESL reserve the right toplace a repeat order in case of urgency for equal to or more than ordered quantity in the Letter of

    Award for similar work.

    24.0 Insurance: The Goods supplied under the Contract shall be fully insured in Indian Rupeesagainst loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

    For delivery of goods at site, the insurance shall be obtained by the Contractor, for an amount not less

    than the Contract Price of the goods from warehouse to warehouse (final destinations) on All

    Risks basis including War risks and strikes.

    25.0 Transportation, Demurrage, Wharfage, Etc.:

    Contractor is required under the Contract to transport the Goods to place of destinationdefined as Site. Transport to such place of destination in India including insurance, as shall be

    specified in the Contract, shall be arranged by the Contractor, and the related cost shall beincluded in the Contract Price.26.0 Subsequent to an order being placed against your quotation, received in response to this

    enquiry, if it isfound that the materials supplied are not of the right quality or not in accordance

    with our specifications (required by us) or received in damaged or broken conditions, not

    satisfactory owing to any reason of which we shall be the sole judge, we shall be entitled to reject

    the materials, cancel the contract and buy our requirement from the open market / other

    sources and recover the loss, if any, from the supplier reserving to ourselves the right to forfeit

    the security deposit, furnished by the supplier against the contract. The supplier will make his

    own arrangements to remove the rejected material within a fortnight of instruction to do so

    Thereafter material will lie entirely at the suppliers risk and responsibility and storage charges

    along with any other charges applicable, will be recoverable from the supplier.

    27.0 We reserve the right to accept or reject any quotation in full or in part without assigning

    any reason thereof. We also reserve the right to split and place order on more than one

    suppliers.

    28.0 The bidder should not have been black-listed by any Central / State Government or

    Public Sector Undertakings. If at any stage of tendering process or during the currency of the

    contract, any suppression / falsification of such information is brought to the knowledge, EESL

    shall have the right to reject the proposal or terminate the contract, as the case may be, without

    any compensation to the tenderer & forfeiture of bid security/EMD/CPG.

    Thanking You for & on Behalf of EESL

  • 8/10/2019 Section 4 Technical _ SCC

    21/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 21of 2

    Kumar Saurabh

    Sr. Mgr.(Technical & Contracts)

    ANNEXURE- 1:

    Indicative format of the DPR

    1. Acknowledgement2. Project Background3. Project Objective4. Geographic details of the project area and its profile (overview)5. Methodology adopted for location assessment6. Mapping information of location identified for installation of home lightings7. Brief note on village community awareness/ sensitization, capacity building measures undertaken and

    development of entrepreneurship etc. in the villages

    8. Home Light System configuration details (Freezed Technical Specifications)9. NOC for the project implementation10.Implementation schedule

  • 8/10/2019 Section 4 Technical _ SCC

    22/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 22of 2

    Annexure 2

    INSTALLATION & COMMISSIONING CERTIFICATE

    Date: Solar Order No.:

    This Solar Home Lighting System has been provided under the Corporate Social Responsibility (CSR) programme

    of Power Finance Corporation Limited (PFC) with consultancy services of Energy Efficiency Services Ltd (EESL) and

    nodal support of Arunachal Pradesh Energy Development Agency (APEDA). (Vendor Name) has installed LED basedSolar Home Lighting System. We also certify that (Vendor name) the Home Lighting System with all accessories is

    installed in the premises and are operational.

    Letter of Award Number :

    System Capacity : LED based Solar Home Light System.

    Serial number

    UID of HLS Solar Module (12V40Wp) Battery (12V40Ah) Luminary-1(7W) Luminary-2(7W)

    Date of I & C :

  • 8/10/2019 Section 4 Technical _ SCC

    23/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 23of 2

    Beneficiary Name & Address :

    Phone No. of Beneficiary :

    Village Name :

    District Name :

    Total no. of Installed Lights :

    Name of Contact person :

    Phone No. :

    Village Head/ASM APEDA Official Vendor name EESL

    (With Seal) (With Seal) (With Seal) (With Seal)

    PROFORMA-

    Information in support of meeting Essential eligibility conditions regarding CumulativeExperience in Solar Home Lighting System.

    Details of orders received and executed by manufacturer/ supplier for supply of solar systems to different govt

    organizations/state nodal agencies/others

    Sr.No.

    Name of agency/organization

    P.O.NO./date

    Value of PO(in Lakhs)

    Nos/capacity ofSolar Home Lights

    Year in which thProject wcommissioned

    1 2 3 4 5

  • 8/10/2019 Section 4 Technical _ SCC

    24/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 24of 2

    TotalNote: (1) Attach photocopies of Purchase orders(2) Attach photocopies of certificate of Satisfactory performance of the solar home lights issued by Conce

    Agency/Organization.

    Signature of Authorized SignatoryName _______________________Designation___________________Company seal_________________

    Note: The said Performa shall be filled by Bidder only. There is no need to fill said Performa by Manufacturer asdefined in said bid.

    PROFORMA- II

    INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS REGARDINGANNUAL TURNOVER OF THE BIDDER IN LAST THREE FINANCIAL YEAR

    Name of the Firm ____________________________________________________

    Address___________________________________________________________

    Contact Number _____________________________________________________

  • 8/10/2019 Section 4 Technical _ SCC

    25/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 25of 2

    S.No. Financial Year Turn Over( Rs. in lacs)

    1. 2010-11

    2. 2011-12

    3. 2012-134. 2013-14

    TOTAL

    Signature of Charted Accountant with sealName ____________________________M.No. ______________________________

    PROFORMA- III

    INFORMATION IN SUPPORT OF MEETING ESSENTIAL ELIGIBILITY CONDITIONS REGARDINGPROFITABILITY OF THE BIDDER IN LAST Four FINANCIAL YEAR

    Name of the Firm ____________________________________________________

    Address___________________________________________________________

    Contact Number _____________________________________________________

  • 8/10/2019 Section 4 Technical _ SCC

    26/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 26of 2

    S.No. Financial Year Profit( Rs. in lacs)

    1. 2010-11

    2. 2011-12

    3. 2012-13

    4. 2013-14TOTAL

    Signature of Charted Accountant with sealName ____________________________M.No. ______________________________

    PROFORMAIV

    TECHNICAL DETAIL OF MODULES, LUMINARIE AND BATTERY OFFERED

    S.No. ITEM Technical DetailSOLAR PHOTOVOLTAIC MODULES

    1.1 Make

    1.2 Type1.3 Capacity of modules

  • 8/10/2019 Section 4 Technical _ SCC

    27/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 27of 2

    1.4 Testing and qualifying standards

    2 LUMINARIE

    2.1 Make

    2.2 Capacity

    2.3 Testing and qualifying standards

    3 Battery

    3.1 Type

    3.2 Manufacturers name

    3.3 Capacity Ah

    3.4 Testing and qualifying standards

    4 Battary Box

    4.1 Make

    4.2 Material

    5 Other Parts with relevant specification

    (Signatures of the authorized signatory)Name___________________Designation________________Company sealPRICE BID

    Package No.: EESL/06/2014-15/AP-LED-HomeLighting Dated: 18.12.2014

    Name of Work: Design, Manufacture, Supply, Erection, Testing and Commissioning of 8589 LED basedSolar Home Lighting System in villages of 10 districts of Arunachal Pradesh including complete system

    warranty and its maintenance for 5 Years UNDER CSR INITIATIVE of Power Finance CorporationLimited (PFC).

    Sl. No Description of Work Proposed Price per Unit Applicable Taxes Price including Total Price

  • 8/10/2019 Section 4 Technical _ SCC

    28/29

  • 8/10/2019 Section 4 Technical _ SCC

    29/29

    NIT/BidDocumentNo.:EESL/06/2014-15/ArunachalPradesh/CSR-

    PFC/0512013-LED-HomeLigting Dated 18.12.2014Section -4 (Technical & SCC) Page 29of 2

    2 Party is to quote minimum 12% of Sub total A (1+2+3) i.e. towards three years additional warranty

    after two years standard warranty. Otherwise, differential amount will be deducted from other invoiceand will be released in subsequent three years along with payment towards warranty.

    3 If there is a discrepancy between words and figures, the amount written in words will prevail.

    4 Any other item as required for commissioning the system for reliable and efficient operation to beprovided within the quoted price.

    5 All the above prices are inclusive of all applicable taxes & duties including service taxloading/unloading/installation and commissioning, lodging & boarding, travel expenses etc.

    6 The present rate of taxes and duties considered in your offer may be indicated separately.

    7 The bidder shall submit PAN and Service Tax Registration Certificate in support of claim of service

    tax.

    8 Please note that evaluation of all the works will be considered combined i.e. package wise. Thebidder who quoted lowest for all the items combined and for complete scope of work shall be the

    successful bidder.

    9 Bidders to quote for all items otherwise their bid will be rejected.

    10 Prices will remain firm till the execution of the contract.

    11 EESL does not issue any concessional sales tax form C or D or any other form.

    12 EESL does not issue any Road Permit.

    I/We have read all the terms and conditions of the RfP/IFB and the Annexure(s) thereto and agree to accept

    and abide by the same in toto. The above quotation has been prepared after taking into account all the terms

    and conditions of the RfP/IFB.

    (SEAL)

    Signature of Tenderer or

    Their Authorized Representative: __________Dated:

    Name & Address of Tenderer:

    _____________________________________

    Phone No: ____________________________

    Fax no.: ______________________________

    E-Mail:_______________________________