tender document: c-2(b)/rc/0700/4473/2017 format no. : cel...
TRANSCRIPT
Tender Document: C-2(b)/RC/0700/4473/2017
FORMAT NO. : CEL/FR/MMD/03(01)
CENTRAL ELECTRONICS LIMITED
(A Public Sector Enterprise)
TENDER DOCUMENT
for
“Tender for Supply of Balance of System, Installation, Commissioning,
Warranty & Maintenance for 5 years of 2,000 Nos. of Solar Powered LED
Home Lighting Systems and 130 Nos. of Solar Street Lighting Systems at
various locations in Gawnpur development Block of Dhubri District of
Assam”
Tender Notice No.C-2(b)/RC/0700/4473/2017 dated 13th
December, 2017
Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in
Page 1 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
FORMAT NO. : CEL/FR/MMD/03(01)
CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA
Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in
TENDER NOTICE
Tender notice no.C-2(b)/RC/0700/4473/2017 13th
December, 2017 Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which
are valid for a minimum period of 180 days from the date of opening for “Tender for Supply of
Balance of System, Installation, Commissioning, Warranty & maintenance for 5
years of 2,000 Nos. of Solar Powered LED Home Lighting Systems and 130 Nos. of
Solar Street Lighting Systems at various locations in Gawnpur development Block of
Dhubri District of Assam”
Scope of Work Tender for Supply of Balance of System, Installation, Commissioning,
Warranty & maintenance for 5 years of 2,000 Nos. of Solar Powered LED
Home Lighting Systems and 130 Nos. of Solar Street Lighting Systems at
various locations in Gawnpur development Block of Dhubri District of
Assam
Earnest Money
Deposit
Rs. 3,26,600/- (Rupees Three Lakhs Twenty Six Thousand Six
Hundred Only)
Interested parties may view and download the tender document containing the
detailed terms & conditions, free of cost from the website www.eprocure.gov.in and
www.celindia.co.in
Please see document control Sheet at Annexure-1
For CENTRAL ELECTRONICS LIMITED
Sd-
Assistant General Manager (Materials)
Materials Management Division
Page 2 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Annexure-1
Document Control Sheet & Important dates
Tender Reference No. C-2(b)/RC/0700/4473/2017
Name of Organization Central Electronics Limited
Tender Type (Open/Limited/EOI/Auction/Single)
Limited
Tender Category (Services/Goods/works) Goods
Type/Form of Contract (Work/Supply/ Auction/Service/Buy/Empanelment/Sell)
Buy
Payment Mode (Online/Offline) Offline
Date of Issue/Publishing 13/12/2017 (18:00 Hrs)
Document Download/Sale Start Date 13/12/2017 (18:00 Hrs)
Document Download/Sale End Date 23/12/2017 (15:00 Hrs)
Bid submission Start Date 13/12/2017 (18:00 Hrs)
Last Date and Time for Submission of Bids 23/12/2017 (15:00 Hrs)
Date and Time of Opening of Bids 23/12/2017 (15:30 Hrs)
ELIGIBILITY CRITERIA
The prospective bidder must qualify all of the following requirements to be eligible to participate in the
bidding. Bidders who meet following requirements will be considered as successful bidder and
management has a right to disqualify those bidders who do not meet these requirements:
Sr. No. Eligibility Criteria Complied / Not
Complied
01. The bidder must be approved EPC with CEL. (Copy of document to be
submitted with bid)
02. The bidder must be company registered under GST. All compliance of GST is
to made by vendors. Copy of the certificate to be enclosed.
03. The bidder’s company/firm must have experience of working in remote
village electrification program in North Eastern states and have electrified
villages using Solar Power having supplied & installed minimum 500 Nos. of
Solar Home lighting system/SLS on a single order for government
department/PSU/NGO/ NSE Listed company/Regd. Co-operative society and
cumulative 1000 Nos. of SPV HLS/SLS for the last three years from
government department/PSU/NGO/ NSE Listed company/Regd. Co-operative
society during last 3 financial years. The PO copies and their completion
documents are required to be submitted with the bid.
04. The LM79 and IP65 test reports for 14W luminaries from MNRE/NABL
accredited lab, preferably with accreditation certificate of Lab & LM80 for
LEDs must be submitted along with the bid. However, in case bidder doesn’t
have valid test reports of 14 W Luminaries, bidder may submit LM79 & IP-65
Page 3 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Note:
1. Each page of the technical specification of tender submitted should be signed by the legally
empowered and designated person of the tenderer otherwise tender shall be treated as invalid and
rejected.
2. Firms who are debarred/ blacklisted in India will not be considered.
3. The purchaser reserves the right for verifications of any original documents of the Tender submitted.
4. Deviations or exceptions if any must be clarified mentioned and submitted along with technical bid.
5. If bidder wants to visit the site, bidder can visit the site before submitting the bid.
SPECIAL CONDITIONS
a) The contractor/bidder shall not display the photographs & content of the work and also will not
take advantage through publicity of the work without written permission of CEL. Non-compliance
to this may result in removal from the EPC list and the contractor will be blacklisted.
b) CEL may distribute the quantity of Power plants among successful bidder at the L-1 rate.
Distribution of power plants to the vendor is at the sole discretion of the CEL.
c) Service level agreement has to be signed on 100/- INR stamp paper with in 2 (two) weeks after
award of PO. As per SLS severity level 2 will persist for this project.
d) Submission of Progress Report along with Photograph of the Project in CD to CEL/Nodal officer on
weekly basis. The progress of the project and proper implementation will be inspected in the form
of visits/surprise visits during execution.
e) Screen-printing of CEL logo on each Luminaire and a message with fluorescent colour on Battery
Box as per instruction of CEL officials after award of Purchase Order.
reports of 12W to 20 W Luminaries from NABL/MNRE accredited labs for
technical evaluation purpose. But bidder has to submit LM-79 and IP-65
reports for 14W luminaries along with LM-80 for LEDs within 15 days from
the date of Purchase order.
05. The LM79 test report for 3W & 5W luminaries from MNRE/NABL accredited
labs, preferably with accreditation certificate of Labs & LM80 for LEDs must
be submitted along with the bid. However, in case bidder doesn’t have valid
test reports of 3W & 5W Luminaries, bidder may submit LM-79 of 3W to 7W
Luminaries from NABL/MNRE accredited labs for technical evaluation
purpose. But bidder has to submit LM-79 reports for 3W & 5W LED
luminaries along with LM-80 for LEDs within 15 days from the date of
Purchase order.
Page 4 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Important Instructions: - 1. The following documents/Annexures are part of tender document:
a. Tender notice b. Document Control Sheet Annexure -1 c. Detailed Specifications & Drawings Annexure ‘A’ d. Price bid format given in Annexure ‘A’ e. Commercial Terms & Conditions Annexure ‘B’ f. Format for submission of Vendor Data Annexure ‘C’ g. Tender acceptance letter Annexure ‘D’
2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications. 3. Escalation in price (except where price variation clause is applicable), deviation from delivery schedule,
terms and conditions will not be permitted in your quotation. Statutory Taxes & Duties should be shown separately from the price.
4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”.
5. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are liable to be rejected.
6. Any deviations whether technical or commercial stated anywhere in the bid shall not be taken into account and may render the bid non-responsible and liable to be rejected.
7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure C. 8. Quotation should be submitted in Two bid system. 9. Bulk quantity of material shall be procured from approved vendor as per list available with CEL. In case of
quotation of un-approved vendor being lowest, an educational order for the sample quantity may be placed for vendor development purpose.
10. Quotation should be submitted in sealed envelope. There will be Two sealed covers/envelops in the quotation and following are to be submitted in your quotation: A. Cover: 1
i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents for exemption from submission of EMD.
ii. Technical catalogue, literature and approval/registration certificate, if any, required as per eligibility criteria given in the tender.
iii. Filled up Format for Submission of Vendor Data as per format at Annexure ‘C’. iv. Tender acceptance letter as per format at Annexure ‘D’.
B. Cover: 2 This must contain only the Price Bid on company’s letter head as per Price Bid format given in Annexure A.
Page 5 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Annexure-A
Tender for supply of balance of system, installation and commissioning, warranty & Maintenance for 5
years of 2000 Nos. of Solar powered LED Home Lighting systems and 130 Nos. of Solar Street Lighting
Systems at various locations Gawnpur Development Block of Dhubri District of Assam as per following
details:
Locations:
Sr. No. Block Name of Villages Nos. of Beneficiaries (Tentative)
1 Gawnpur Development
Block of Dhubri District,
Assam
Aminer Char 255
2 Kaimbhassani PI-II 270
3 Kalapakani PI-II 748
4 Patamani 427
5 Kaimbhassani PI-II 300
S no. Description Qty.
LED Home Lighting System (SLS)
01. Supply, installation, Commissioning of LED Home Lighting System (HLS) along
with structure, Battery Box and other materials required as per technical
specification (including warranty/AMC for a period of 5 years)
2000 sets
A Module mounting structure pole mounted or roof mounted (Suitable for
50Wp SPV Module supplied by CEL)
2000 sets
B LED Home light luminaries alongwith necessary cables (As per latest IS) as per
enclosed specifications
2000 sets
C Battery box as per enclosed specifications 2000 sets
02. Installation & commissioning of the above 2000 Jobs
03. AMC of HLS installed for 5 years after handing over the systems in working
conditions
2000 Jobs
LED Street Lighting System (SLS)
01. Supply, installation, Commissioning of LED Street Lighting System (SLS) along
with Pole, structure, Battery Box and other materials required as per
technical specification (including warranty/AMC for a period of 5 years)
130 sets
A Street light pole along with Module mounting structure (Suitable for CEL
make 80Wp SPV Module) as per enclosed drawing No. A30101002489,
F30101002477-2487, H30101002490 + Technical specifications at Annexure -
B
130 sets
B Street light luminaries along with necessary cables (As per latest IS) as per
enclosed specifications at Annexure - C
130 sets
C Battery Box as per Drawing No. A0 0105002468, A30102002484,
F30101002485-87, H30101002490
130 sets
04. Installation & commissioning of the above 130 Jobs
05. AMC of SLS installed for 5 years after handing over the systems in working
conditions
130 Jobs
Solar Lanterns
1. Distribution & Maintenance of Solar Lantern (SL) supplied by CEL 2000 sets
* All the supplied material should be warranted for a period of 5 years. Vendor has to submit detailed
execution time schedule along-with bid, if not submitted the bid may be considered nonresponsive and
shall not be considered for evaluation.
Page 6 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Note: The SPV modules, Batteries & Solar Lantern shall be supplied by CEL.
Eligibility
The prospective bidder must qualify all of the following requirements to be eligible to participate in the
bidding. Bidders who meet following requirements will be considered as successful bidder and
management has a right to disqualify those bidders who do not meet these requirements:
Note:
1. Each page of the technical specification of tender submitted should be signed by the legally
empowered and designated person of the tenderer otherwise tender shall be treated as invalid and
rejected.
2. Firms who are debarred/ blacklisted in India will not be considered.
3. The purchaser reserves the right for verifications of any original documents of the Tender
submitted.
4. Deviations or exceptions if any must be clarified mentioned and submitted along with technical bid.
5. If bidder wants to visit the site, bidder can visit the site before submitting the bid.
Sr. No. Eligibility Criteria Complied / Not
Complied
01. The bidder must be approved EPC with CEL. (Copy of document to be
submitted with bid)
02. The bidder must be company registered under GST. All compliance of GST is
to made by vendors. Copy of the certificate to be enclosed.
03. The bidder’s company/firm must have experience of working in remote
village electrification program in North Eastern states and have electrified
villages using Solar Power having supplied & installed minimum 500 Nos. of
Solar Home lighting system/SLS on a single order for government
department/PSU/NGO/ NSE Listed company/Regd. Co-operative society and
cumulative 1000 Nos. of SPV HLS/SLS for the last three years from
government department/PSU/NGO/ NSE Listed company/Regd. Co-operative
society during last 3 financial years. The PO copies and their completion
documents are required to be submitted with the bid.
04. The LM79 and IP65 test reports for 14W luminaries from MNRE/NABL
accredited lab, preferably with accreditation certificate of Lab & LM80 for
LEDs must be submitted along with the bid. However, in case bidder doesn’t
have valid test reports of 14 W Luminaries, bidder may submit LM79 & IP-65
reports of 12W to 20 W Luminaries from NABL/MNRE accredited labs for
technical evaluation purpose. But bidder has to submit LM-79 and IP-65
reports for 14W luminaries along with LM-80 for LEDs within 15 days from
the date of Purchase order.
05. The LM79 test report for 3W & 5W luminaries from MNRE/NABL accredited
labs, preferably with accreditation certificate of Labs & LM80 for LEDs must
be submitted along with the bid. However, in case bidder doesn’t have valid
test reports of 3W & 5W Luminaries, bidder may submit LM-79 of 3W to 7W
Luminaries from NABL/MNRE accredited labs for technical evaluation
purpose. But bidder has to submit LM-79 reports for 3W & 5W LED
luminaries along with LM-80 for LEDs within 15 days from the date of
Purchase order.
Page 7 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
SPECIAL CONDITIONS
a) The contractor/bidder shall not display the photographs & content of the work and also will not
take advantage through publicity of the work without written permission of CEL. Non-compliance
to this may result in removal from the EPC list and the contractor will be blacklisted.
b) CEL may distribute the quantity of Power plants among successful bidder at the L-1 rate.
Distribution of power plants to the vendor is at the sole discretion of the CEL.
c) Service level agreement has to be signed on 100/- INR stamp paper with in 2 (two) weeks after
award of PO. As per SLS severity level 2 will persist for this project.
d) Submission of Progress Report along with Photograph of the Project in CD to CEL/Nodal officer on
weekly basis. The progress of the project and proper implementation will be inspected in the form
of visits/surprise visits during execution.
e) Screen-printing of CEL logo on each Luminaire and a message with fluorescent colour on Battery
Box as per instruction of CEL officials after award of Purchase Order.
Page 8 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
1. Scope of work (HLS, SLS & Lantern)
The broad scope of the work includes supply of balance of system, installation, testing
commissioning, warranty, Annual Maintenance for 5 years for a complete / composite work of
2000Nos. of Solar LED HLS and 130 Nos. of LED Solar Street Lighting adhering to the standardized
norm / BIS /MNRE specification and Maintenance & Distribution of 2000 Nos. of lantern in Distt.
Dhubri, Assam (as per list).
a) Collection & identification of the beneficiaries (List of beneficiaries may be provided by CEL at the
time of execution) from the above villages.
b) Visit to the village and identifying the designated Village Committee and inform them about the
date and time of commencement of work.
c) Contractor will deliver all the materials to site and CEL will supply SPV Modules and Battery, Solar
Lantern at designated Godown hired by the Contractor.
d) Contractor shall make his own arrangement for safe storage of their as well as CEL SPV Modules,
Solar Lantern& Batteries at site till the handing over of the systems. In case of any losses, theft or
damage of material (CEL’s and their own), the contractor shall alone be responsible to make
alternate arrangement for completion of the project within contractual delivery, commissioning &
handing over of systems within quoted price. CEL shall in no way, whatsoever, responsible to
compensate the contractor in this account.
e) Bidder has to supply 10 Nos. of 14 W luminaries (with C/c & D/d controller) and 20 sets of each 3W
& 5 W luminaires free of cost at CEL, Sahibabad.
f) Supply of the complete systems, including all necessary components, sub-components, spares,
tools, tackles etc. as per technical specifications given in this document including packing,
forwarding, safe storage, handling, commissioning, trial and performance testing (in the presence
of the village committee and authorized technical person of CEL) and handing over the same to the
Village Committee/beneficiary, insurance of all the materials till completion of project.
g) Distribution of Lanterns to beneficiaries.
h) Any item or work, which is not specifically mentioned but necessary for making the systems fully
functional and to the satisfaction of CEL official/Nodal officer, shall be deemed to be included in
the scope of work of the contractor and shall be supplied and installed by the successful bidder
without any extra cost to CEL.
i) Solar Systems deployed must be utilized for the purpose of lighting in the villages as per the
requirement of the villagers, if there is any misuse the same shall be responsibility of the
contractor.
j) Coverage, comprehensive maintenance for 5 years for the materials supplied by the contractor.
The materials supplied by CEL also be made serviceable during the AMC period and spares &
replacement is provided by CEL at centralised location only. The bidder is responsible to send all
the defective materials in duly packed conditions (supplied by CEL) from site to CEL, Sahibabad and
in turn CEL will send the replacement or provide the spares for rectification to centralised location
in Distt. Dhubri.
k) Upon intimation about commissioning of the systems by the executing firm a joint inspection will
be carried out by the representatives of CEL and other officers.
l) The issuance of a JCC shall, in no way relieve the executing firm of its responsibility for satisfactory
operation of the solar systems.
m) Any other works as required on the site or instructed by CEL officials. The contractor shall be
responsible for fulfilling all the obligations under prevailing labour laws of the land.
n) No extra transportation charges shall be paid during the period of contract.
Page 9 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
o) No escalation shall be applicable on the above prices.
p) Collection of all documents pertaining to identification of beneficiary along with photograph -
including photographs of the distribution of systems (HLS, SLS & Lantern), with installed systems.
q) There should not be any damage what so ever in the village due to installation of the solar systems
in the village.
r) While cabling the array care must be taken such that no loose cables lie anywhere related to the
works.
s) Preparation & Submission of all documents as detailed in the tender document including the joint
commissioning report to CEL.
t) Adequate training has to be provided to the persons/villagers to be designated in maintenance and
upkeep of the installed system. The bidder must also provide a detailed operation and
maintenance manual specific to the installed systems in English & Hindi& local language.
u) The indicative documents are to be submitted to CEL like
i. Photograph of the Solar system during distribution
ii. Photograph of the Solar system after installation & handing over
iii. System handing over report
iv. Joint commissioning certificate duly signed by beneficiary/CEL official/Sarpanch as per format
provided by CEL.
• Periodic maintenance of the system (HLS, SLS & Lantern) including topping up of the battery with
DI water (to be arranged by bidder) as detailed in this tender. To update CEL regarding
performance of the installed systems on Six-monthly basis and submit report in this respect till the
end of Maintenance (AMC period) and warranty period of 5 Years as per the format provided by
CEL.
• In this regard, the contractor has to ensure that all street lighting systems, Solar Home Lighting
System and Solar Lanterns are operational during the maintenance period.
• Bidder / Vendor to submit a certificate duly signed either by villager / official identified by CEL on
quarterly basis on the satisfactory performance of the SPV SLS.
• Any other works as required on the site or instructed by CEL officials.
2. Job Works for Street Lighting System:
a) Construction of pedestals of minimum size 450(L) x 450mm (W) x 800mm (D) (PCC 1:2:4) for each
of the street light pole as well as fixing of the above structure on the top as per drawing enclosed.
The work shall be carried out as per the actual site requirement to the satisfaction of CEL &
customer’s representative. The entire pedestals should be painted properly (Refer Drawing
attached).
b) Mounting & fixing SPV Module of 80Wp each on the above installed structure.
c) Mounting of battery box along with Battery with suitable arrangement as required.
Screen Printing of CEL logo on each Luminaire and a message with fluorescent colour on Battery
Box & Module as per instruction of CEL officials after award of Purchase Order.
3. Programme Execution Schedule:
The program of execution of the supply, installation and commissioning shall be carried out as per the
schedule given below:
1. The work i.e. supplies of balance of system has to be completed within 45 days
2. Installation and commissioning shall be completed within 45 days after receipt of materials at site.
Page 10 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Execution of work shall be carried out in an approved manner as outlined in the technical specification
or where not outlined, in accordance with the relevant Indian Standard Specification, to the
reasonable satisfaction of the authorized CEL Officer. In case of deficiency / gap in any specifications
the supplier shall stand to be penalized. Penalty shall be imposed pro rata as per the deficiency of any
system calculated on the basis cost of system.
3.1 Upon intimation about commissioning of the systems by the executing firm a joint inspectionwill
be carried out by the representatives of CEL and other officers.
3.2 The issuance of a JCC shall, in no way relieve the executing firm of its responsibility for satisfactory
operation of the solar systems.
4. Validity of offer:
The offer must be kept valid for a period of six months from the date of opening of the technical bid.
No escalation clause except the admissible tax component under the period of consideration would be
accepted.
5. Warranty:
The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most
recent or current models and incorporate all recent improvements in design and materials unless
provided otherwise in the Contract. The Supplier further warrants that the Goods supplied under this
Contract shall have no defect arising from design, materials or workmanship (except when the design
and/or is required by CEL Specifications) or from any act or omission of the Supplier, that may develop
under normal use of the supplied Goods in conditions prevailing in the country of final destination.
This warranty shall remain valid for 60 (Sixty) months after the Goods or any portion thereof as the
case may be, have been delivered to and handed over after commissioning at the final destination
indicated in the Contract.
CEL shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon
receipt of such notice, the Supplier shall repair or replace the defective Goods or parts thereof,
without cost to the Purchaser.
If the Supplier, having been notified, fails to remedy the defect(s), the Purchaser may proceed to take
such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to
any other rights which the Purchaser may have against the Supplier under the Contract.
6. Penalty and termination of contract:
The systems shall be supplied and delivered within the scheduled time as mentioned in the work
order. LD will be applicable @ 1% per week up to a maximum deduction of 10% of the contract price.
LD will be deducted proportionately from the running payments not from the total invoice value. Once
the maximum is reached (i.e 10 weeks of delay) CEL may consider termination of the contract and
forfeit the EMD/security deposit without prejudice to the other remedies of the contract.
7. Termination for Default
CEL may, without prejudice to any other remedy for breach of contract, by written notice of default
sent to the Supplier, terminate the Contract in whole or in part:
• if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or
within any extension thereof granted by the Purchaser; or
• if the Supplier fails to perform any other obligation(s) under the Contract.
Page 11 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
• If the supplier, in the judgement of the purchaser, has engaged in corrupt or fraudulent practices in
competing for or in executing the contract.
For the purpose of this clause:
“Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence
the action of a public official in the procurement process or in contract execution. “fraudulent
practice” means a misrepresentation of facts in order to influence a procurement process or the
execution or a contract to the detriment of the borrower, and includes collusive practice among
bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the borrower of the benefits of free and open competition.
In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure,
upon such terms and in such manner as it deems appropriate, Goods or services similar to those
undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar
Goods or services. However, the Supplier shall continue the performance of the Contract to the extent
not terminated.
8. Inspection:
Pre-delivery inspection of major components may be carried out by a team of designated officials of
CEL, any other department as may be considered appropriate at the factory site of the vendor /
manufacturer. Before despatch of consignment intimation shall be given sufficiently ahead (min.
Three working days for NCR region & seven days for outside NCR) so that no delay occurs for
deputing officials and inspection at the premises / test site.
• The rest of the tests and inspections shall be made at the place of delivery. Officers authorized by
CEL shall be entitled at all reasonable time to inspect and supervise and test during erection and
commissioning. Such inspection will not relieve the executing firm of their obligation in the
contract.
• CEL shall have the right to have the tests carried out at its own cost by an independent agency at
any point of time.
• It is the responsibility of bidder to arrange for periodical inspections and monitoring by owner.
9. Payment: Payment will be made back-to-back on pro-rata basis (i.e after receipt of payment from
customer) as per the following:
A. Upto 70% of the supply value of systems will be made after receipt of the system in good
condition at site & after submission of the documents i.e delivery receipt, Lorry receipt & report of
CEL’s QAC clearance.
B. Upto 20% of the supply value & 90% of the installation charges of systems will be made after
successful commissioning in good condition at site & submission of documents i.e Installation &
handing over certificate.
C. Balance 10% shall be made after submission of BG of 10% value valid for 5½ years.
D. The payment towards AMC charges shall be made after completion of each year and submission
of relevant documents.
E. Security Deposit:
(a) The successful Bidders will be required to pay an amount equivalent to 2% of the Order value
including taxes and duties as a Security Deposit within seven working days after placement of PO
alongwith Pert Chart for complete project. The security deposit will be released after handing
over of system to end user.
Page 12 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
(b) In case bidder fails to submit the security deposit within one week then 10% of the order value
will be deducted from the first payment and the same shall be released after handing over the
systems.
10. Annual Maintenance Contract:
AMC will be applicable during the period of the warranty period of 5 years. Offer without such AMC
shall not be considered. The scope of AMC must cover supply of all spare parts supplied by bidder,
services with regards to materials supplied by CEL and submission of performance reports during the
contract in force.
The materials supplied by CEL also be made serviceable during the AMC period and spares &
replacement is provided by CEL at centralised location only. The bidder is responsible to send all the
defective materials in duly packed conditions (supplied by CEL) from site to CEL, Sahibabad and in turn
CEL will send the replacement or provide the spares for rectification to centralised location in Distt.
Dhubri.
Order shall be placed on bidders who agree to offer such AMC. The AMC charges quoted by the bidder
must be realistic in view of actual rendering of after sale services. The payment of annual maintenance
charges under the Annual Maintenance Contract shall depend upon the functionality of the system
duly certified by the concerned panchayat office of concerned village. Upon receipt of such certificates
AMC amount as applicable shall be paid at the end of 1st
, 2nd
, 3rd
, 4th
and 5th
years. Bidder has to visit
each location in every six months and report for this duly signed by sarpanch/ panchayat office must
be submitted to CEL with AMC invoices for releasing the payments.
11. Force Majeure:
In no event shall either Party have any liability for failure to comply with this Agreement, if such failure
results directly from the occurrence of any contingency beyond the reasonable control of the Party,
including, without limitation, strike or other labor disturbance, riot, major power failure, war, natural
calamities including but not limited to floods, earthquakes, fire, volcanic eruptions, epidemics,
National Emergency, interference by any government or governmental agency, embargo, seizure, or
enactment or abolition of any law, statute, ordinance, rule, or regulation (each a " Force Majeure
Event"). In the event that either Party is unable to perform any of its obligations under this Agreement
because of a Force Majeure Event, the Party who has been so affected shall as soon as may be, after
coming to know of the Force Majeure Event, inform the other Party and shall take reasonable steps to
resume performance as soon as may be after the cessation of the Force Majeure Event. If the period
of nonperformance due to a Force Majeure Event exceeds thirty (30) days, the Party whose ability to
perform has been so affected may, by giving written notice, terminate this Agreement.
12. QUALITY AND WARRANTY
i. All the components and parts used in the solar street lighting systems should conform to the latest BIS
or IEC specifications, wherever such specifications are available and applicable.
ii. Complete material will be warranted for a period of five years from the date of
commissioning/handing over.
13. OPERATION and MAINTENANCE MANUAL
An Operation, Instruction and Maintenance Manual, in English, Hindi and the local language, should
be provided with each system. The following minimum details must be provided in the Manual:
• Basic principles of Photovoltaic’s.
Page 13 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
• A small write-up (with a block diagram) on Solar Street Lighting System/Solar Home Lighting System -
its components, PV module, battery, electronics and luminaire and expected performance.
• Type, Model number, Voltage & capacity of the battery, used in the system.
• The make and wattage of the LED used in the lighting system.
• About Charging and Significance of indicators.
• Clear instructions about erection of pole and mounting of PV module (s) and lamp housing assembly
on the pole.
• Clear instructions on regular maintenance and troubleshooting of the Solar Street Lighting
System/Solar Home Lighting System.
• DO's and DONT's & Name and address of the contact person for repair and maintenance, in case of
non-functionality of the solar street lighting system/Solar Home Lighting System.
12. TECHNICAL SPECIFICATION
TWO LIGHT POINTS HOME LIGHTING SYSTEMS
Light Source 2 Nos. of 5W & 1 No. 3W (W-LED) luminaries, dispersed
beam, soothing to eyes with use of proper optics and
diffuser.
SPV Panel 50 Wp (Shall be provided by CEL)
Storage Battery 12V, 40 AH, Low Maintenance Lead Acid (LMLA)
(Shall be provided by (Shall be provided by CEL)
MS Structure Suitable structure for 50Wp Module (Roof top or
Ground Mounted)
Battery Box As per Drawing (Dimensions of Battery shall be
provided at the time of PO)
Charge Controller 12V, 5 Amp. (With provision of charging of mobile)
Average Operation 4-5 hours per day
STREET LIGHTING SYSTEMS
Light Source 14W-LED STREET LIGHT luminaries with inbuilt charge
controller & D/D controller
SPV Panel 80 Wp(Shall be provided by CEL)
Storage Battery 12V, 80 AH, TGEL VRLA (Shall be provided by CEL)
Pole with Mounting
Structure
As per Drawing No.
Battery Box As per Drawing (Dimensions of battery shall be
provided at the time of PO)
Charge Controller 12V, 5 Amp. (With provision of charging of mobile)
Average Operation Dusk to Dawn
All the supplied material should be warranted for a period of 5 years. Vendor has to submit
detailed (activity wise) execution time schedule along-with the technical bid.
Note: SPV Modules, Batteries & Solar Lantern shall be supplied by CEL at centralised location of
Distt. Dhubri (Assam) at godown hired by the contractor.
SPECIFICATIONS OF HLS
Page 14 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
LED LIGHT FIXTURE:
• 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 of 5500-6500 with standard tolerance of 510K. 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.
• The illumination should be uniform without dark bands or abrupt variations, and soothing to the
eye. Higher light output will be preferred. The light output from the white LED light source should
be almost constant.
• The lamps should be housed in an assembly suitable for indoor use.
• The temperature of heat sink should not increase more than 30 degree C above ambient
temperature even after 48 hrs 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 diffuser for achieving soft and glare free light.
• Mid power LED of CREE/NICHIA/OSRAM//PHILIPS/LUMILEDS Make or equivalent (Having LM79
and LM 80 test report) shall only be use. Test report shall be submitted along-with the bid.
• The lumens output of luminaire should be typical 410 lumens for 5 watt & 250 for 3W with
permissible standard tolerance.
• The LEDs luminaire should have life time about 50,000 hrs.
• The lumen depreciation of LED luminaire shall not be more than 30% at 50,000 burning hours.
• Power consumption of the LED Luminaire / Lighting unit shall Nominal 5/3 Watt (including LED
Driver power loss) with permissible standard tolerance.
• Other Parameters:
1. LED DC current regulation – better than 3 %
2. Input – 12 V DC
3. Driver Type- DC-DC
4. CRI – Typical 75 % and not less than 70.
5. Ambient temp– upto 50 deg.
6. Total electronics efficiency >87 %
7. Driver Characteristics - reverse polarity protection and suitable to operate between 10V to 30V.
8. LED lighting unit shall comply to LM -79 and LM -80 (LED) Standards and copy of test certificate
should be submitted.
9. The make, model number, country of origin and technical characteristics of white LEDs used in the
lighting system must be furnished.
10. The beam angle of luminaire shall be min 100 deg and the distribution shall be symmetrical on
either side of axis.
11. The luminaries have to be mounted on the wall only and the light must be distributed.
12. Body of LEDs should be Aluminum Casting.
Page 15 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
13. The Luminaire should have DC 2.1 mm Socket for input connection.
Note: Each LED LUMINAIRE shall be connected with Solar Charge Controller with 1.2 Sq. mm , 2-Core
Cu cable moulded at one end (suitable for DC 2.1 mm socket) with ON/OFF switch.
SOLAR CHARGE CONTROLLER
The Solar Charge Controller shall be microcontroller operated PWM based technology and should be
designed to execute the important functions of charge and discharge management of 12VDC
batteries.
The Charge CONTROLLER should operate both with lead-acid and lead-gel VRLA (Valve Regulated Lead
Acid) 12VDC batteries.
This charge regulator allows the photovoltaic system to operate efficiently and prevents the batteries
from any electrical shock or damage, improving consequently their average operating lifetime.
The Solar Charge Controller should be designed for simple small-size stand-alone systems, is
produced using advanced solid-state (MOSFET) and Microprocessor technologies. These technical
features warrant to this charge regulator high reliability and a long average operating lifetime.
The main technical features of Solar Charge Controllers are:
- Control of the maximum charge of the battery by means of a steady-voltage charging
- Control of load output: it is automatically disconnected when the battery charge decreases to
around 50% of its capacity and it will be reset when the 60% will be raised during battery recharge.
- Display of the state of low battery by Red LED.
- Display of the present charging mode of the battery with Green LED.
- Protection of the load output (electronic, resettable) against short circuit, overload and polarity
reverse,
- Temp. Compensation
- Provision of charging Mobile and Solar Lantern must be provided with Charge Controller
- The charge controller and the Battery for Home lighting are preferably to be housed/mounted
inside the Battery Box. The requisite output and inputs from SPV is to be made outside the Battery
Box with suitable sockets only.
- Required printing details/matter to be incorporated on systems shall be provided during the
placement of work order or during execution. The Dimension of the Battery and Module shall also
be provided during the placement of order.
- Vented Plastic / metallic battery box with acid proof & corrosion resistant painting along-with anti
theft arrangement etc to avoid any misuse.
Page 16 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
TECHNICAL SPECIFICATION
LED BASED SOLAR STREET LIGHTING SYSTEM
Note: The dimension of Battery Box shall be provided at the time of awarding of the work order.
Pole & Mounting Structures
G.I. Pole size 65NB, Class B, Length 5 metres (4.5Mtrs. above the ground level) with Civil foundation as per
drawing , With module mounting structure (with a provision of tilt angle from horizontal 0º to 35º) suitable
for CEL’s 80Wp (PM80) Solar Module.
Vented metallic battery box with acid proof & corrosion resistant painting along-with anti-theft arrangement
etc.
Cables:
Copper cable PVC insulated, Flexible multistrand, annealed copper conductor un-armoured 1100V grade,
conforming to relevant latest IS and duly ISI mark of minimum 4 sqmm suitable for 0º to 50ºC temperature
STREET LIGHT LUMINAIRE
The LED Street lights shall be weatherproof (IP65), suitable for outdoor application. The enclosure will
house 14watt LED at a height of 5 meters. The Street light luminaries will bear the logo of CEL.
• Automatic dusk to dawn controller (DTDC)
• Highly efficient charge controller & Electronic Ckt.
• Two step charging algorithm
• Temperature compensated battery set points
• Weather proof luminaries (IP65)
• Adequate protections and indications
• Long Life - more than 35,000 working hours.
• Excellent CRI —Closest to natural light.
• Instant starting.
Specifications of LED Luminaire
LUMINOUS FLUX > 1400 LUMENS
LAMP WATTAGE 14 WATTS
WORKING TEMPERATURE -5ºC TO +50ºC
WORKING HUMIDITY 10%-90% RH
LED TYPE HIGH POWER LED
LUMEN EFFICACY 100 - 120 LUMENS/WATT
DISPERSION ANGLE 110 - 120 DEGREE
COLOUR TEMPERATURE 5500K - 7000K
CRI >70
Make of LED NICHIA, CREE, OSRAM, PHILIPS
Page 17 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
PRICE BID
Sl no Particulars Unit Price in INR
(HLS)
Unit Price in INR
(SLS)
1A Supply of BOS for LED Home lighting System
(HLS) alongwith structure, Battery Box and other
materials required as per technical specifications
------
1B Supply of BOS for LED Street lighting System
(SLS) alongwith Pole structure, Battery Box and
other materials required as per technical
specifications
--------
2 Taxes and duties
3 Sub Total (1A +1B+2)
4 Installation and commissioning charges of HLS &
Distribution & Maintenance of Solar Lantern
------
5 Installation and commissioning charges of SLS ------
6 Taxes and duties
7 Sub Total (4+5+6)
8 Total FOR Prices (3+7)
9 AMC for 5 years from the date of Commissioning
1st
year
2nd
year
3rd
year
4th
year
5th
year
10 Taxes and duties
11 Sub Total (9+10)
12 Grand Total (7 +11) for each system
13 Quantity (sets) 2000 130
Total Price in figure & words
*Note: If AMC offer is less than 1.5% of Sr.No.8then it shall be taken as 1.5% of Sr. No. 8 for the evaluation
of offers.
Signature of the bidder with Seal
Page 18 of 41
Page 19 of 41
Page 20 of 41
Page 21 of 41
Page 22 of 41
Page 23 of 41
Page 24 of 41
Page 25 of 41
Page 26 of 41
Page 27 of 41
Page 28 of 41
Page 29 of 41
Page 30 of 41
Page 31 of 41
Page 32 of 41
Page 33 of 41
Page 34 of 41
Page 35 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Annexure C
Commercial Terms and Conditions:
1. Only empanelled EPC contractors are eligible to quote in this tender as described in the Eligibility Criteria. Quotations having deviation from our specifications, terms & conditions would be rejected.
2. Basis of price: The offer should clearly indicate units and rates. Prices should be submitted on FOR sites basis and the scope of work described in Annexure A. The quotations submitted with basis of price other than the above will be rejected.
3. GST: GST is to be clearly mentioned, if applicable, as per the columns mentioned as ‘Taxes and duties’ in the price bid.
4. Delivery schedule: As given in ‘Programme Execution Schedule’ of Annexure-A.
5. Payment: As given in Annexure-A.
6. Warranty period: As given in Annexure-A.
7. Performance bank guarantee (PBG): As given in ‘Payment’ terms in Annexure-A. 8. Price reduction for delayed delivery: In the event of delay in affecting the delivery within
agreed period, a reduction in the price shall be levied @ 0.5% of the total order value per week or part thereof subject to maximum of 5% of the total order value.
9. Inspection: As given in Annexure A. 10. Price variation Clause: Price variation would not be permitted and quotations having Price
variation clause would be rejected.
11. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of 180 days from date of opening.
12. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL
does not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit.
13. Earnest money: An amount of ₹3,26,600/- in the form of demand draft favoring Central Electronics Limited, payable at Delhi and valid for 3 months to be submitted along with the technical bid. No interest shall be payable on the earnest money deposited by bidder/ tenderer. The earnest money may be deposited through TT/SWIFT into CEL’s account with Syndicate Bank. The details of account are as below:
Beneficiary Name: Central Electronics Limited Beneficiary Account Number/IBAN: 87761250000014 Beneficiary Bank SWIFT Address/BIC: SYNBINBB161 Beneficiary Bank Name: Syndicate Bank (IFSC: SYNB0008776) Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4, Sahibabad 201010 INDIA
The earnest money (after deduction of bank charges, if any) of unsuccessful bidders/ tenderers will be refunded within one month of finalization of tender. The earnest money of successful bidder would be converted into security deposit and would be returned (after deduction of bank charges, if any) to the bidder after two months of successful completion of work. In case the successful bidder is exempted for submitting the EMD as described below, 2% of total order value (including taxes & duties) shall be deposited by the successful bidder within seven days of receipt of purchase order through email, failing which, 10% of the order value will be deducted from the first payment and the same shall be released after handing over the systems.
Page 36 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Exemption from submission of EMD: Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India are exempted from submission of EMD subject to submission of valid registration certificate with technical bid.
14. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all
tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on the basis of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production at CEL or to modify the order without liability for any compensation and or claim of any description.
15. Submission of Tender: Tender/Quotation/Bid in sealed cover super-scribing the tender notice
no., name of the item and due date should be delivered at the Office of the Asstt. General
Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur
Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is
23/12/2017 up to 15:00 hrs IST. The offer shall be submitted in Two sealed envelopes as
detailed below:
A. Cover: 1 i. Earnest Money Deposit demand draft /RTGS or TT acknowledgement or the documents for
exemption from submission of EMD. ii. Technical catalogue, literature and approval/registration certificate, if any, required as per
eligibility criteria given in the tender. iii. Filled up Format for Submission of Vendor Data as per format at Annexure ‘C’. iv. Tender acceptance letter as per format at Annexure ‘D’.
B. Cover: 2 This must contain only the Price Bid on company’s letter head as per Price Bid format given in Annexure A.
16. Opening of Tenders: Technical Bids/Quotations/tenders will be opened on 23/12/2017 at 1530 hrs (IST). The date for opening of price bids would be fixed after evaluation of the technical bids, usually within a week of opening of technical bids. Price bid of only those bidders would be opened who qualify the technical bid. The date of price bid opening would be intimated to the eligible bidders (qualified in the technical evaluation) at least 1 day in advance.
17. Technical Clarifications: Bidders desiring any technical clarification may contact Assistant General Manager, MMD, Central Electronics Limited, 4, Industrial Area, Sahibabad – 201010 Phone no. 0120-2895145 Fax: 0120-2895148 email: [email protected] between 1000 hrs to 1600 hrs on any working day. However, the tender submission and opening dates would remain unchanged.
18. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.
19. Replacement of Rejected Material: Any material supplied against order placed on the basis of this tender and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics Limited including freight and insurance and other incidental charges at CEL’s discretion.
Page 37 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
20. Arbitration: Any disputes, difference controversies/ difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. between the parties shall be resolved by mutual discussion/reconciliation in good faith. If disputes, difference controversies/difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. cannot be resolved within 30 days of commencement of reconciliations/ discussions then the matter shall be referred to the Sole arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the parties. There will be no objection to any such appointment on the grounds that the Arbitrator is an employee of CEL and no appeal on any order passed by the Arbitrator for this purpose shall be filed in any Court of Law on such ground.
21. In case of any ambiguity in the terms & conditions mentioned here-above and Annexure A of the tender, clause defined in Annexure-A shall supersede.
Page 38 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Annexure-D
Format for submission of Vendor Data
1. Name of vendor
2. Registered Address
Phone No.
Fax No.
Name of Proprietor/ CEO/Chairman
Phone/Mobile No.
Email id
3. Factory Address
Phone No.
Fax No.
Email id
4. Delhi/NCR Address (if any)
Phone No.
Fax No.
Email id
5. Correspondence Address
6.
Name of Contact Person
Designation
Phone/Mobile no.
Fax No.
Email id
7. Website
Page 39 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
I certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern
9. Income Tax related information
PAN No.
PAN reference no. (in case PAN applied for)
PAN Status (in case PAN applied for)
10. GST related information
GST No.
Address
State
11. Registration No. with Directorate of Industries
12. SSI Reg. No. (if Small Scale Industrial Unit)
13. Bank related information
Bank name
Branch name
Bank address
Bank phone no.
Bank fax no.
Bank MICR Code (9 digit)
RTGS-IFC Code
Account type
Account no.
Swift Code
Page 40 of 41
Tender Document: C-2(b)/RC/0700/4473/2017
Annexure –E TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date:
To,
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No:
Name of Tender / Work: -
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely:
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
Page 41 of 41