Request For Proposal (RFP) - iub.edu.pk · Request For Proposal (RFP) ... proposal price and Fp the...
Transcript of Request For Proposal (RFP) - iub.edu.pk · Request For Proposal (RFP) ... proposal price and Fp the...
Page 1 of 176
Request For Proposal
(RFP)
________________
Data Sheet
Project of Bioremediation of Liquid and Solid Wastes and
Power Generation with Biogas at BJ Campus, IUB (Waste Water Treatment Plant (Phase–I)
Page 2 of 176
Instructions to EPC-Contract DATA SHEET
Paragraph
Reference
1.1
Name of the Client: The Islamia University of Bahawalpur
Method of selection: Quality and Cost Based Selection Method
1.2 Financial Proposal to be submitted together with Technical Proposal for the
assignment: “Project of Bioremediation of Liquid and Solid Wastes and Power
Generation with Biogas at BJ Campus, IUB”. (Waste Water Treatment Plant
“Phase – I”)
1.3
A pre-proposal conference will not be held.
The Client’s representative is: Mr. Shehzad Asif Qureshi, Project Director
Address: Abbasia Campus, The Islamia University of Bahawalpur
Cell-Telephone 0300-8370747 Facsimile: 062-9250314 E-mail: [email protected]
1.6.1 (i) The Client envisages the need for continuity for downstream works.
1.11
Proposals must remain valid for 60 days after the submission date.
2.1 Clarifications may be requested not later than 07 days before the submission date. The address for requesting clarifications is: The Directorate of Engineering, Abbasia Campus, The Islamia University of Bahawalpur Facsimile: 062-9250314 E-mail [email protected]
Page 3 of 176
3.1
Proposals shall be submitted in English language.
3.3 (a)
EPC/Construction firm may associate with other firms.
YES: √ NO: .
3.4 (a) EPC Firms should submit details of 5 assignments completed within past 10 years.
3.4 (f) CVs of firms’ staff should contain details of 5 projects done by the individuals in the past 10 years.
3.4 (g)
Training is a specific component of this assignment.
3.6
There will be no reimbursable expenditure to be paid by Client. However, for
additional scope of assignment given by the Client, if any, EPC firm may apply to
Client for reimbursement of such expenditure on mutually agreed rates.
3.7 Amounts payable by the Client to the EPC firm under the agreement will be subject
to all local/ Govt. taxation. The Client will pay such taxes on behalf of the EPC firm
after equivalent deduction from the bill.
3.8
The date of exchange rates is: Not Applicable.
4.3
EPC Firm must submit the original and one copy of the Technical Proposal, and the original Financial Proposal.
4.5
The Proposal submission address is: The Directorate of Engineering, Abbasia Campus, The Islamia University of Bahawalpur Proposals must be submitted no later than the following date and time: --/--/---- :: 04:00 PM
Page 4 of 176
5.2 Criteria, sub-criteria, and point system for the evaluation of Technical Proposals are:
Points
(i) EPC Firm Profile: [100]
a) Number of similar assignments [45]
b) Value of similar assignments [45]
c) Organizational structure [10]
___
Total = A1
(ii) Project Team: [100]
a) Team Leader (Environment Specialist) [ 10 ]
b) Environment Analyst (MSc Environment Studies) [ 20 ]
c) Engineer Waste Water Treatment [ 20 ]
d) Mechanical Engineer [ 10 ]
e) Electrical Engineer [ 10 ]
f) Public Health Engineer [ 10 ]
g) Material Cum QA Engineer [ 05 ]
h) Procurement Specialist [ 05 ]
i) O&M Engineer Waste Water Treatment [ 10 ]
Page 5 of 176
Total = A2
The number of points to be assigned to each of the above project team staff positions shall be determined considering the following three sub criteria and relevant score: 1) Education and qualifications [25]
2) Relevant background [55]
3) Time with firm [20]
___
Total score: 100
(ii) Approach & Methodology: [100]
a) Understanding & Innovativeness [40]
b) Methodology & Work plan [60]
___
Total = A3
Technical Score (T)* = A1 * 35 + A2 * 45 + A3 * 20
100 100 100
*The minimum technical score (T) required to pass is: 65 Points
5.7
The formula for determining the financial scores is the following: F = 100 x Fm / Fp, in which F is the financial score, Fm is the lowest proposal price and Fp the price of the proposal under consideration. The weights given to the Technical (T) and Financial Proposals (F) are:
Page 6 of 176
T = 0.70 and F = 0.30 Final Score = T * .70 + F * .30
6.1 Expected date and address for agreement negotiations: --/--/2017 Project director Abbasia Campus, The Islamia University of Bahawalpur
7.2 Expected date for commencement of EPC Firm services --/--/2017
Page 7 of 176
Section-5
TERMS OF REFERENCE (TOR) FOR EPC/ENGNEERNG FIRM
SERVICES
FOR THE PROJECT
“Project of Bioremediation of Liquid and Solid Wastes and Power Generation with Biogas at BJ Campus, IUB”
(Waste Water Treatment Plant “Phase-I”)
Page 8 of 176
The Islamia University of Bahawalpur
TERMS OF REFERENCE (TOR) FOR EPC- ENGINEERING FIRM SERVICES
FOR
Project of Bioremediation of Liquid and Solid Wastes and Power Generation
with Biogas at BJ Campus, IUB
INTRODUCTION:
Page 9 of 176
The Islamia University of Bahawalpur intends to establish waste water treatment facility at
its premises. For this purpose the Islamia University of Bahawalpur intends to hire EPC firm and
engineering services from competent and well reputed engineering firms.
1. THE PROJECT:
Presently, no waste water/ sewage treatment facility exists at Baghdad-ul-Jadeed Campus,
the Islamia University of Bahawalpur. The raw sewage is being disposed-off without any treatment
into the open land. This practice will soon become an environmental hazard with the increase in
population of the campus. The Islamia University Bahawalpur intends to hire services of a EPC-
Engineering firm for the establishment of a waste water treatment facility at the Baghdad-ul-Jadeed
Campus. There is a discharge of 1.75 cusec waste water at the campus which is expected to increase
to 2 cusec in near future.
2. SCOPE AND SERVICES:
The firm will be required to perform the following services;
i) Carry out requisite surveys, investigation and studies for selection of least cost and
most viable technology option for the construction of the proposed waste water
treatment facility, biogas plant with electric power generation at an appropriate location
for BJ Campus
ii) Design the facility and prepare the detailed construction drawings.
iii) Prepare the specifications, BOQs, detailed cost estimates
iv) Manage necessary procurement and installations
v) Supervise commissioning and operation of the plant
vi) Train the IUB staff
vii) Prepare the manuals and help out other related unforeseen tasks.
3. Deliverables:
The contractor will be required to submit three copies of each of the following;
a) Environmental Impact Assessment Report of the proposed facility. b) Conceptual Designs c) Architectural Drawings d) Detailed Construction Drawings e) Specifications, BOQs and Detailed Cost estimates f) Procurement, installations and construction of plant g) O&M manuals
Page 10 of 176
4. EXPECTED OUT PUT AND BENEFITS.
The EPC contractor's work is expected to result in efficient, safe, environmentally responsive and
economical design for all item(s) of the work keeping in view the latest building codes/ standards.
Waste water will be disposed off keeping in view the National Environmental Quality Standards.
5. MODE OF PAYMENT TO CONTRACTOR.
Payment for services provided by the contractor under the contract shall be made for design
and construction phases as provided hereunder in article (a) through (d) respectively within twenty
eight (28) days of receipt of the invoice subject to the acceptance and approval of deliverables by
the client.
a). For Design Stage.
The design fee will be @2%of the contract price payable after the finalizing of deliverables as
below
i) Environmental Impact Assessment Report
ii) Conceptual and Architectural Design,
Detailed construction drawings
iii) BOQs and detailed cost estimates
b). For Commissioning and Operation payment to EPC-contractor.
The payments to the EPC Firm will be made on monthly basis through running bills during the
execution of the project.
c). For IUB staff training.
The EPC Firm shall quote fee on monthly/ lumps sum basis or as may be mutually agreed
between the parties.
Page 11 of 176
d) Retention Money
10% will be kept as Retention money.
6. LIABILITY
If the client suffers any losses or damages as a result of proven faults, errors or omissions in the
design of the project, the contractor shall make good such losses or damages, subject to the
condition that the maximum liability as aforesaid shall not exceed twice the total remuneration
received by the EPC contractor, in accordance with the terms of the agreement between the
contractor and client as PEC rules.
7. OTHER CONDITIONS
i) The firm should provide warranty from 1 year to 3 year for different components of equipment.
ii) The quality of the equipment should be American or German origin. iii) There will be one year service agreement if required. iv) For Plant operation two persons for feeding the biogas plant and one generator operator
will be provided by IUB on regular basis. v) Two persons from horticulture (Mali) will be provided by IUB. vi) IUB will provide solid waste at site by the estate care & space management department in
order to save cost.
8. TIME SCHEDULE
The time schedule for the submission of the documents from the date of award of
assignment / contract is as under: -
i) Environmental Impact Assessment Report 02-week. ii) Detailed design and construction drawings. 04 -weeks iii) BOQs and detailed cost estimates 02-week iv) Installations and civil works 06-months v) Commissioning and Operation 06-weeks
Page 12 of 176
s/ d
Project Director
The Islamia University of Bahawalpur
Page 13 of 176
SOLAR HYBRID SYSTEM FOR VARIOUS BUILDINGS & SOLAR
WATER PUMPING (FOR WATER SUPPLY) AT THE ISLAMIA
UNIVERSITY OF BAHAWALPUR.
• TENDER DOCUMENTS
(For Tender 1)
The Islamia University of Bahawalpur
Page 14 of 176
SECTION SUBJECT PAGE No
I. INVITATION FOR BIDS 03
II. INSTRUCTIONS TO BIDDERS & BIDDING DATA 05
III. FORM OF BID & SCHEDULES TO BID 23
IV. CONDITIONS OF CONTRACT & CONTRACT DATA 51
V. STANDARD FORMS 62
VI ANNEXURES / DRAWINGS 69
VI. TECHNICAL COMPLAINCE SHEET 72
Page 15 of 176
SECTION –I
INVITATION
FOR
BID
Page 16 of 176
The Islamia University of Bahawalpur TENDER NOTICE
INVITATION FOR BIDS
Sealed Tenders are invited, separate for each category, from the enlisted and eligible EPC contractors for the supply/installation/construction of following items as per detail attached in the tender document.
Sr. No. Name of Item
Estimated Cost (in
Millions)
Bid Security (in Millions)
Last date for
submission of tender
Last date & time for
opening of tender
1. Project of Bioremediation of Liquid and Solid Wastes and Power Generation with Biogas at BJ Campus, IUB (Waste Water Treatment Plant “Phase-I”)
30 (M) 0.6 (M)
18.09.2017 at
02:00PM
18.09.2017 at
02:30PM
2. Solar Hybrid System for Various Buildings & Solar water Pumping (For water supply) at The Islamia University of Bahawalpur.
30 (M) 0.6 (M)
3. Solar Grid-Tied System for Various Academic Departments and Solar Water Pumping (For water disposal) at The Islamia University of Bahawalpur.
30 (M) 0.6 (M)
1. Interested bidders may get the Tender Documents containing detailed specifications, terms and conditions from
the Project Director, Directorate of Engineering Office Abbasia Campus (Old), the Islamia University of Bahawalpur during office hours on submission of written application on letter head and a copy of CNIC OR can
be down loaded from the IUB Website www.iub.edu.pk or PPRA website www.ppra.punjab.gov.pk on payment of (non refundable fee) Rs.10,000/- (separately for each category) through Bank Challan HBL in A/C 14730000010403 or pay order in the name of the Project Director, The Islamia University of Bahawalpur for bidding document.
2. 2% bid security of the total estimated cost as mentioned above separately in each category (Refundable) in shape of CDR shall be attached with the bid, otherwise the bid will be rejected.
3. Single Stage – Two Envelopes bidding procedure will be adopted as per PPRA Rules 38- 2(a) for both the categories. The Envelopes shall be marked as “TECHNICAL PROPOSAL” AND “FINANCIAL PROPOSAL” in legible letters. Financial Proposals of bids found technically non-responsive shall be returned un-opened.
4. Procurement shall be governed under the Punjab Procurement Rules 2014. 5. The rates should be quoted inclusive all taxes..Moreover the bidder shall provide the relevant documents for
Registration with relevant taxation departments. valid registration with Pakistan Engineering council in the relevant category and who have deposited Enlistment/ Renewal Fee for the Year 2017-18.
6. The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
7. All bids submitted after the given time, incomplete and alternate bidding shall not be accepted. 8. All prevailing taxes will be applicable as per Govt. Rules & Regulations, i.e. (Sales tax, income tax & payable
tax on service under PRA (if applicable). 9. The rates should be valid upto 120-days from the date of opening the tender. 10. In case of closed/forced holidays, tender opening time/date will be considered as the next working day. Project Director The Islamia University of Bahawalpur
Abbasia Campus, Bahawalpur. Phone: 092 62 9250248
Page 17 of 176
SECTION –II
INSTRUCTIONS
TO
BIDDERS
&
BIDDING
DATA
Page 18 of 176
INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
Clause No. Description Page No. A. GENERAL
IB.1 Introduction, Scope of Bid & Source of Funds 7 IB.2 Eligible Bidders 8 IB.3 Cost of Bidding 8
B. BIDDING DOCUMENTS
IB.4 Contents of Bidding Documents 8 IB.5 Clarification of Bidding Documents 9 IB.6 Amendment of Bidding Documents 9 C. PREPARATION OF BID
IB.7 Language of Bid 9 IB.8 Documents Comprising the Bid 9 IB.9 Sufficiency of Bid 10 IB.10 Bid Prices, Currency of Bid & Payment 10 IB.11 Documents Establishing Bidder’s Eligibility and Qualifications 10 IB.12 Documents Establishing Works Conformity to Bidding Documents 11 IB.13 Bidding Security 11 IB.14 Validity of Bids, Format, Signing and Submission of Bid 11 D. SUBMISSION OF BID
IB.15 Deadline for Submission, Modification & Withdrawal of Bids 12
E. BID OPENING AND EVALUATION
IB.16 Bid Opening, Clarification and Evaluation (Basic Eligibility 12
and Technical Eligibility Criteria) IB.17 Process to be Confidential 18
F. AWARD OF CONTRACT IB.18 Post Qualification 19 IB.19 Award Criteria & Employers Right 19 IB.20 Notification of Award & Signing of Contract Agreement 19 IB.21 Performance Security 20 IB.22 Integrity Pact 20
Page 19 of 176
INSTRUCTIONS TO BIDDERS
A. GENERAL
IB.1 Introduction: Scope of Bid and Source of Funds
IB.1.1 INTRODUCTION:
Presently no campus of the Islamia University is on solar power generation system. The idea
is to initially solarize some key buildings of the university on experiment basis. The university has an
ample space available at its campuses for the purpose.
IB.1.2 THE PROJECT:
The Islamia University Bahawalpur intends to establish solar power generation units for its
following buildings.
i) Mention Department Faculty Block, The Islamia University of Bahawalpur
ii) Vice Chancellor (VC) Office, The Islamia University of Bahawalpur
iii) Vice Chancellor (VC) House, The Islamia University of Bahawalpur
iv) Solar water pumping system for water supply (Mention Place name)
IB.1.3 Scope of Bid:
The Directorate of Engineering of The Islamia University of Bahawalpur (hereinafter called “the Employer”) wishes to receive bids for the following scope of work of Supply/delivery, and testing under EPC Mode of “Solar Hybrid System for Various Buildings & Solar water Pumping (For water supply)at The Islamia University of Bahawalpur”.
The successful Bidder will be responsible for ONE (01) year mandatory & complimentary full operational warranty including any type of replacements during this warranty period of ONE year. Bidders must quote for the complete scope of work, for supply and mandatory & complimentary services separately. Any bid covering partial scope of work will be rejected as non-responsive. The Bidders shall also bid for next ONE year service agreement for maintenance of the installed solar system
NOTE: It is a TURNKEY Project and the qualified bidder will be liable to execute the complete
project in all respects. In case the contractor defaults to execute the project as per
approved terms and conditions and requirements of the Employer, the contractor will
be liable to reimburse whole of the project cost.
IB.1.4 Warranty of the different parts of the Project:
Photo Voltaic Panels: 25 years performance guarantee with 10 years workmanship warranty.
On Grid Inverters: 05 Years
Hybrid Inverter, Batteries & Water Pump: 02 Years
Mounting Structures: 05 Years
Cables, Distribution Boxes, and other accessories: 02 Years
Page 20 of 176
IB.1.5 Source of Funds:
The Employer will execute this project from its own sources for eligible payments under the
Contract for which these Bidding Documents are issued.
IB.2 Eligible Bidders (Pre-Qualification):
2.1 Bidding is open to all enlisted firms and consortiums meeting the following requirements:
a) Mandatory Basic Eligibility Criteria (Please read IB.16.10.1)
2.2 The bidders/contractors who will participate in the bidding will be Pre-Qualified in
accordance with the Mandatory Basic Eligibility Criteria (Mentioned in IB.16.10.1). Only the
Pre-Qualified contractors who will meet the Mandatory Basic Eligibility Criteria will be
considered for next stage of technical evaluation in accordance with the Detailed Technical
Evaluation Criteria (Mentioned in IB.16.10.2)
IB.3 Cost of Bidding
3.1 The bidder shall bear all costs associated with the preparation and submission of its bid and
the Employer will in no case be responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.
B. BIDDING DOCUMENTS
IB.4 Contents of Bidding Documents
4.1 In addition to Invitation for Bids, the Bidding Documents are those stated below, and should
be read in conjunction with any Addendum issued in accordance with Sub-Clause IB.6.1.
1. Instructions to Bidders & Bidding Data 2. Form of Bid & Schedules to Bid
Schedules to Bid comprise the following:
(i) Schedule A: Schedule of Prices (ii) Schedule B: Specific Works Data (iii) Schedule C: Works to be Performed by Subcontractors (iv) Schedule D: Proposed Programme of Works (v) Schedule E: Method of Performing Works (vi) Schedule F: Integrity Pact
3. Conditions of Contract & Contract Data
Page 21 of 176
4. Standard Forms:
(i) Form of Bid Security (Sample)
(ii) Form of Performance Security
(iii) Form of Contract Agreement
(iv) Form of Bank Guarantee for Advance Payment
5. Specifications (Technical Data)
6. Layouts, Drawings and Execution time-lines
IB.5 Clarification of Bidding Documents
5.1 A prospective bidder requiring any clarification(s) in respect of the Bidding Documents may
notify the Employer in writing or by, fax to Project Director The Islamia University of
Bahawalpur or fax number (------------)
5.2 Employer will examine the request for clarification of the Bidding Documents which it
receives not later than three day (03) days prior to the deadline for the submission of bids and
if needed will issue the clarification/amendment of the Bidding Documents at least two (02)
days before the date of submission of Bids (without identifying the source of enquiry) to all
prospective bidders who had purchased the Bidding Documents.
IB.6 Amendment of Bidding Documents
6.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason,
whether at his own initiative or in response to a clarification requested by a prospective
bidder, modify the Bidding Documents by issuing addendum.
6.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to Sub-Clause
6.1 hereof, and shall be communicated in writing to all purchasers of the Bidding Documents.
Prospective bidders shall acknowledge receipt of each addendum in writing to the Employer.
The bidder shall also confirm in the Form of Bid that the information contained in such
addendum have been considered in preparing his bid.
6.3 To afford prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer may at its discretion extend the deadline for submission of
bids.
C. PREPARATION OF BIDS
IB.7 Language of Bid
7.1 The Bid prepared by the Bidder and all correspondence and documents relating to the Bid,
exchanged by the Bidder shall be written in the English language, provided that any printed
literature furnished by the Bidder may be written in another language so long as accompanied
by an English translation of its pertinent passages in which case, for purposes of interpretation
of the Bid, the English translation shall govern.
Page 22 of 176
IB.8 Documents Comprising the Bid
8.1 The bid prepared by the bidder shall comprise the following components:
(a) Covering Letter
(b) Form of Bid duly filled, signed and sealed, in accordance with Sub-Clause IB.14.3.
(c) Schedules (A to F) to Bid duly filled and signed, in accordance with the instructions
contained therein. Sub-Clause IB.14.3.
(d) Bid Security furnished in accordance with Clause IB.13.
(e) Power of Attorney in accordance with Clause IB 14.5.
(f) Documentary evidence established in accordance with Clause IB.13 that the bidder is
eligible to bid and is qualified to perform the contract if its bid is accepted.
(g) Documentary evidence established in accordance with Clause IB.11that the Goods
and ancillary Services to be supplied by the bidder are eligible Goods and Services
and conform to the Bidding Documents.
IB.9 Sufficiency of Bid:
9.1 Each bidder shall satisfy himself before Bidding as to the correctness and sufficiency of his Bid and of the rates and prices entered in the Schedule of Prices, which rates and prices shall except in so far as it is otherwise expressly provided in the Contract, cover all his obligations under the Contract and all matters and things necessary for the proper completion of the Works.
9.2 The bidder is advised to obtain for himself at his own cost and responsibility all information
that may be necessary for preparing the bid and entering into a Contract for execution of the
Works.
IB.10 Bid Prices, Currency of Bid and Payment:
10.1 The bidder shall fill up the Schedule of Prices (Schedule A to Bid) indicating the unit rates
and prices of the Works to be performed under the Contract. Prices in the Schedule of Prices
shall be entered keeping in view the instructions contained in the Preamble to Schedule of
Prices.
10.2 Unless otherwise stipulated in the Conditions of Contract, prices quoted by the bidder shall remain fixed during the bidder’s performance of the Contract and not subject to variation on any account.
10.3 Prices for Goods and Services shall be quoted by the bidder in Pak Rupees.
10.4 Total bid price shall only be mentioned in the Financial proposal and shall be left blank in technical proposal.
IB.11 Documents Establishing Bidder’s Eligibility and Qualification:
11.1 Pursuant to Clause IB.8, the bidder shall furnish, as part of its bid, documents establishing the
bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
Page 23 of 176
11.2 Bidder/Manufacturer must possess and provide evidence of its capability and the experience
as stipulated in Bidding Data and the Qualification Criteria stipulated in the Bidding
Documents.
(a) That, for supply of Goods under the Contract, the bidder shall provide test report from one of the approved laboratories, listed at Annex-B –Instructions To Bidders.
IB.12 Documents Establishing Works’ Conformity to Bidding Documents
12.1 The documentary evidence of the Works’ conformity to the Bidding Documents may be in the
form of literature, drawings and data and the bidder shall furnish documentation as set out in
Bidding Data.
12.2 The bidder shall note that standards for workmanship, material, equipment, and references to
brand names or catalogue numbers, if any, designated by the Employer in the Technical
Provisions are intended to be descriptive only and not restrictive.
IB.13 Bid Security
13.1 Each bidder shall furnish, as part of his bid, a Bid Security in Pak. Rupees equivalent to 2% of
the total bid value in the shape of CDR in favor of Project Director, the Islamia Universoty of
Bahawalpur.
13.2 Any bid not accompanied by an acceptable Bid Security shall be rejected by the Employer as
non-responsive.
13.3 The bid securities of unsuccessful bidders will be returned upon award of contract to the
successful bidder or on the expiry of validity of Bid Security whichever is earlier.
13.4 The Bid Security of the successful bidder will be returned when the bidder has furnished the
required Performance Security, pursuant to Clause IB.21 and signed the Contract Agreement,
pursuant to Sub-Clauses IB.20.2 & 20.3.
13.5 The Bid Security may be forfeited:
a. If a bidder withdraws his bid during the period of bid validity; or
b. If a bidder does not accept the correction of his Bid Price, pursuant to Sub-Clause 16.4 (b) hereof; or
c. In the case of a successful bidder, if he fails to:
(i) Furnish the required Performance Security in accordance with Clause IB.21, or
(ii) Sign the Contract Agreement, in accordance with Sub-Clauses IB.20.2 &
20.3.
Page 24 of 176
IB.14 Validity of Bids, Format, Signing and Submission of Bid
14.1 Bids shall comprise of single stage two envelope process as per clause 38(2)(a) of PPRA
clearly indicating Project Name “Solar Hybrid System for Various Buildings & Solar water
Pumping (For water supply) at The Islamia University of Bahawalpur” containing two
separate sealed envelops of technical and financial proposals. Envelops shall be marked as
“Technical Proposal” and “Financial Proposal” in bold and legible letters
14.2 Bids shall remain valid for 120 days after the date of financial bid opening.
14.3 All Schedules to Bid are to be properly completed and signed. 14.4 No alteration is to be made in the Form of Bid except in filling up the blanks as directed. If
any alteration be made or if these instructions be not fully complied with, the bid may be
rejected.
14.5 Each bidder shall prepare one (1) Original and one (1) Copy, of the documents comprising the
bid as described in Clause IB.9 and clearly mark them “ORIGINAL” and ‘COPY” as
appropriate. In the event of discrepancy between them, the original shall prevail.
14.6 The original and the copy of the bid shall be typed or written in indelible ink and shall be
signed by a person or persons duly authorized to sign (in the case of copies, Photostats are
also acceptable). This shall be indicated by submitting a written Power of Attorney
authorizing the signatory of the bidder to act for and on behalf of the bidder. All pages of the
bid shall be initialed and official seal be affixed by the person or persons signing the bid.
14.7 The last date for submission of bids is available in the main tender.
14.8 The Bid shall be delivered in person by the address to Employer as given in Bidding Data.
D. SUBMISSION OF BIDS
IB.15 Deadline for Submission, Modification & Withdrawal of Bids
15.1 Bids must be received by the Employer at the address/provided in Bidding Data not later than
the time and date stipulated therein.
15.2 Bids submitted through telegraph, telex, fax or e-mail shall not be considered.
15.3 Any bid received by the Employer after the deadline for submission prescribed in Bidding
Data will be returned unopened to such bidder.
15.4 Any bidder may modify or withdraw his bid after bid submission provided that the
modification or written notice of withdrawal is received by the Employer prior to the deadline
for submission of bids.
15.5 Withdrawal of a bid during the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified in the Form of Bid may result in forfeiture of
the Bid Security pursuant to Sub-Clause IB.13.5 (a).
E. BID OPENING AND EVALUATION
IB.16 Bid Opening, Clarification and Evaluation
16.1 The Bid Opening Committee will open the technical bids, in the presence of bidders or
authorized representatives who choose to attend, at the time, date and location stipulated in
the Bidding Data/tender.
Page 25 of 176
16.2 The bidder’s name, the presence or absence of Bid Security, and such other details as the
Employer at its discretion may consider appropriate, will be announced by the Employer at
the bid opening. The Employer will record the minutes of the bid opening. Representatives of
the bidders who choose to attend shall sign the attendance sheet.
16.3 To assist in the examination, evaluation and comparison of Bids the Employer may, at its
discretion, ask the bidder for a clarification of its technical proposal. The request for
clarification and the response shall be in writing.
16.4 Prior to the detailed evaluation, pursuant to Sub-Clauses IB.16.7 to 16.10, the Employer will
determine the substantial responsiveness of each technical proposal to the Bidding
Documents. For purpose of these Clauses, a substantially responsive bid is one which
conforms to all the terms and conditions of the Bidding Documents without material
deviations. It will include determining the requirements listed in Bidding Data.
16.5 A Bid determined as substantially non-responsive will be rejected and will not subsequently
be made responsive by the bidder by correction of the non-conformity.
16.6 Technical Evaluation
The Technical committee of the Employer, on recommendations of the Engineer, will
evaluate and compare only the technical bids previously determined to be substantially
responsive pursuant to Sub-Clauses IB.16.4 to 16.6 as per requirements given hereunder. Bids
will be evaluated for complete scope of works and compliance with the specifications. It will
be examined in detail whether the Works offered by the bidder complies with the Technical
Provisions of the Bidding Documents. For this purpose, the bidder’s data submitted with the
bid in Schedule B to Bid will be compared with technical features/criteria of the Works
detailed in the Technical Provisions. Other technical information submitted with the bid
regarding the Scope of Work will also be reviewed.
16.8 Financial Evaluation
The financial proposal will be opened for only the technically qualified bids for which the
date will be communicated to the technically qualified bidders inviting them to attend by
uploading the list of the contractors who are technically qualified both on PPRA and
University official website. The prices will be compared on the basis of the Evaluated Bid
Price pursuant to Sub-Clause 16.9 herein below. It will be examined in detail whether the bids
comply with the commercial/contractual conditions of the Bidding Documents. It is expected
that no material deviation/stipulation shall be taken by the bidders.
16.9 Evaluated Bid Price
In evaluating the bids, the Engineer/Employer will determine for each bid in addition to the
Bid Price, the following factors (adjustments) in the manner and to the extent indicated below
to determine the Evaluated Bid Price:
(e) Making any correction for arithmetic errors pursuant to following method:
If there is a discrepancy between the unit price and total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected. If there is a discrepancy between the words and figures the amount
Page 26 of 176
in words shall prevail. If there is a discrepancy between the Detailed Schedule of
Prices and the total shown in Schedule of Price-Summary, the amount stated in the
Schedule of Price Summary will be corrected by the Employer in accordance with the
Detailed Schedule of Prices.
If the bidder does not accept the corrected amount of Bid, his Bid will be rejected and
his Bid Security forfeited.
(ii) The successful Bidder will provide necessary technical training to the Engineering
staff of IUB for installation and repair of Solar products being offered in this project..
16.10 Evaluation Methods
Pursuant to Sub-Clause 16.9, Para (ii), and (iii) following evaluation methods for price
adjustments will be followed:
Before opening of financial proposal, the technical proposal of each bidder will be evaluated based on
following evaluation criteria:
a. Marks between 0 and 100 in all the different relevant sections, will be given to the
technical proposals and to the financial proposals.
b. The final score given to a bidder will be composed of 80% of the technical mark and
20% of the financial marks.
c. The financial marks given will be proportional to the difference between the lowest
bid and the bid considered.
d. A minimum of 60% marks would be required for qualification of technical offer. Difference in price has to commensurate with the difference in quality.
e. The final marks obtained by bidder will be given weight in the following manners;
Technical Proposal (TP)= 80% (0.80) Financial Proposal (FP) = 20% (0.20)
The Financial proposal shall be opened publically in the presence of bidder’s authorized representative. The Lowest Evaluated Financial Proposal (LEFP) will be given the maximum financial score (MFS) of 100 points. The financial score (FS) of other Financial Proposals will be computed as per formula indicated below;
FS = 100 x LEFP/FP’ where; FS is Financial Score LEFP is the lowest price and FP’ is the price of the proposal under consideration.
Proposals will be ranked according to their combined Technical Score (TS) and Financial Score (FS) using the weights as mentioned at (e) above.
f. The bidder achieving the highest combined score will be considered Substantial Responsive Bidder/Successful Bidder.
Page 27 of 176
16.10.1 Mandatory Basic Eligibility Criteria
Description Yes No
PEC Registration Certificate of last 3-years renewed for the Year 2017-
2018 (Copy to be attached) , EE 11 (Solar).
Income Tax Registration Certificate along with Proof of submission of
Income Tax Return for the last three years.
Sales Tax Registration Certificate attached (Must be on Active Taxpayers
List “ATL” on FBR)
Affidavit on Stamp Paper duly attested that firm is not involved in
Litigation / or Black listed with any public organization in Pakistan.
Certification from any Recognized International Testing Laboratories for
the following equipment as mentioned in Annexure-B of Schedule VI.
1. Photo Voltaic Module
2. Battery
3. Solar Inverters
4. Energy Efficient Pump Set
Page 28 of 176
16.10.2 Detailed Technical Evaluation Criteria
S. No Description
Total Marks
Sub
Total Total
1 Firm in Business
One mark for each year (Max. 5 Marks)
5
2
Experience: Maximum marks 18
Past experience in Solar Systems (Hybrid/Grid-Tied) during last five
years.
a) 01 mark will be awarded for each completed work of similar nature 500 KWp and above. (Max: marks.6) (Work Orders OR Completion Certificates should be attached.)
b) 01 mark will be awarded for completed work of value more than 15-Million and above (Max: marks.07) (Work orders, satisfactory work report should be attached)
c) 01 mark will be awarded for each completed work of Solar
Power System System valuing Rs. (30-40 Millions and Above (Max: marks.5) (Work orders, satisfactory work report should be attached and work done less than Rs. 30 million will be marked zero)
6
7
5
18
3
Expertise (Human Resource) Maximum marks 12
Two or more Renewable / Energy Engineer, having master/bachelor Degree and registered with PEC (06 Marks) (Zero marks will be given in case of less than two Energy Engineers)
Three or more than three Electrical/Electronics Engineers, having bachelor Degree and registered with PEC (06 Marks)
06
12
Page 29 of 176
(Zero marks will be given in case of less than three Electrical/Electronics Engineers)
06
4 Financial :
Firms having annual turnover in Audited Statements (verifiable) worth Rs.200.00 million or above each year for last 3 years from certified firms will be awarded three (03 marks for each year. (maximum 09 Marks)
Firms having annual turnover in Audited Statements (verifiable) worth Rs.150.00 million or above each year for last 3 years from certified firms will be awarded four (02) marks for each year. (maximum 06 Marks)
Firms having annual turnover in Audited Statements (verifiable) worth Rs.100.00 million or above each year for last 3 years from certified firms will be awarded two (01 marks for each year. (Maximum 03 Marks)
09
5 Certifications
ISO and OSHA Certification 4
4
6
Proportional marks will be given for wiring and installation
details diagram of Solar System as per Design and
requirements in 2D & 3D auto CAD drawing professionally
made for, mounting structure, invertors and Battery Box.
(Maximum Marks:08)
08
08
7 Time Line Plan of Execution of Work. (Maximum Marks:02) 02 02
Page 30 of 176
8
Product Authorization Certificates from the Manufacturer (for the specific project)
10
10
8 Technical Compliance: (Mentioned in section-VI, Technical Compliance Sheet)
Technical Compliance with Solar Photo voltaic Module (mentioned TC.1)
Technical compliance with solar inverter (mentioned TC.5,TC.5.1)
Technical Compliance with battery and accessories (mentioned TC.3)
Technical compliance with pump-set (mentioned TC.6)
NOTE: Project Authorization Certificate for this project from the Manufacturer will be mandatory for ensuring Technical compliance in the above 04 areas.
10
6
6
10
32
IB.17 Process to be Confidential:
17.1 Subject to Sub-Clause IB.16.3 heretofore, no bidder shall contact the Employer on any matter
relating to its Bid from the time of the Bid opening to the time the bid evaluation result is
announced by the Employer. The announcement to all bidders will include table(s)
comprising read out price offered by the bidder and final evaluated prices and
recommendations against all the bids evaluated.
17.2 Any effort by a bidder to influence the Employer in the Bid evaluation, Bid comparison or
Contract Award decisions may result in the rejection of his Bid. Whereas, any bidder feeling
aggrieved may lodge a written complaint not later than Ten (10) days after the announcement
of the bid evaluation result on the PPRA and official website of the University which will be
finally decided by the Grievances Committee of the IUB, however, mere fact of lodging a
complaint shall not warrant suspension of procurement process.
Page 31 of 176
F. AWARD OF CONTRACT
IB.18. Post Qualification
18.1 The Employer, at any stage of the bid evaluation, having credible reasons for evidence of any
defect in supplier’s or contractor’s capacities, may require the suppliers or contractors to
provide information concerning their professional, technical, financial, legal or managerial
competence whether already pre-qualified or not:
Provided that such qualification shall only be laid down after recording reasons there off in
writing. They shall form part of the records of that bid evaluation report.
18.2 The determination will take into account the bidder’s financial and technical capabilities. It
will be based upon an examination of the documentary evidence of the bidders’ qualifications
submitted under Clause IB.11, as well as such other information required in the Bidding
Documents.
IB.19 Award Criteria & Employer’s Right
19.1 Subject to Sub-Clause IB.19.2, the Employer will award the Contract to the bidder whose bid
has been determined to be substantially responsive to the Bidding Documents and who has
offered the best price, provided that such bidder has been determined to be qualified to
satisfactory perform the Contract in accordance with the provisions of Clause IB.18.
19.2 Notwithstanding Sub-Clause IB.19.1, the Employer reserves the right to accept or reject all
bids, at any time prior to award of Contract, without thereby incurring any liability to the
affected bidders or any obligation to inform the affected bidders of the grounds for the
Employer’s action except that the grounds for its rejection of all bids shall upon request be
communicated, to any bidder who submitted a bid, without justification of the grounds.
Notice of the rejection of all the bids shall be given promptly to all the bidders.
IB.20 Notification of Award & Signing of Contract Agreement
20.1 Prior to expiration of the period of bid validity prescribed by the Employer, the Employer will
notify the successful bidder in writing (“Letter of Acceptance”) that his bid has been
accepted.
20.2 Within fifteen (15) days from the date of furnishing of acceptable Performance Security under
the Conditions of Contract, the Employer will send the successful bidder the Form of Contract
Agreement provided in the Bidding Documents, incorporating all agreements between the
parties.
20.3 The formal Agreement between the Employer and the successful bidder shall be executed
within ten (10) days of the receipt of Form of Contract Agreement by the successful bidder
from the Employer.
Page 32 of 176
IB.21 Performance Security
21.1 The successful bidder shall furnish to the Employer ten percent (10%) Performance Security
in the form of CDR/Bank Guarantee / Pay Order / Demand Draft only within a period of
fifteen (15) days after the receipt of Letter of Acceptance.
21.2 Failure of the successful bidder to comply with the requirements of Sub-Clauses IB.20.2 &
20.3 or 21.1 or Clause IB.22 shall constitute sufficient grounds for the annulment of the
award and forfeiture of the Bid Security.
IB.22 Integrity Pact
The Bidder shall sign and stamp the Form of Integrity Pact provided at Schedule-F to Bid in
the Bidding Document for all Government procurement contracts exceeding Rupees ten (10)
million. Failure to provide such Integrity Pact shall make the bid non-responsive.
Page 33 of 176
BIDDING DATA
1.1 Name of Employer: Project Director,
The Islamia University of Bahawalpur.
2.1 Brief Description of Works:
Supply/delivery, Installation commissioning and testing of Solar Energy for “SOLAR
HYBRID SYSTEM FOR VARIOUS BUILDINGS & SOLAR WATER PUMPING (WATER
SUPPLY) AT THE ISLAMIA UNIVERSITY OF BAHAWALPUR”, for the warranty period
which is One Year after handing over the project sites to the beneficiary and acceptance.
2.1 Employer’s Representative / Engineer Address:
Project Director,
The Islamia University of Bahawalpur.
2.2 Bid shall be quoted entirely in Pak. Rupees and the price will not be subject to any foreign
exchange variations. The payment shall be made in Pak. Rupees.
2.3 The bidder/manufacturer has the financial, technical and production capability necessary to
perform the Contract as follows: Supply/delivery, installation, commissioning and testing of
Solar Energy system with ONE year mandatory& complimentary warranty along with ONE
year service and maintenance agreement.
2.4 (a) A detailed description of the Works, essential technical and performance
characteristics.
(b) Complete set of technical information, description data, literature (in English) and
drawings as required in accordance with Schedule B to Bid, Specific Works Data. This will
include but not be limited to a sufficient number of drawings, photographs, catalogues,
illustrations and such other information as is necessary to illustrate clearly the significant
characteristics such as general construction dimensions and other relevant information about
the works to be performed.
Page 34 of 176
3.1 Amount of Bid Security
Bids must be accompanied by a Bid Security in form of Payment Order / Bank Draft of 2%
of the Estimated Cost mentioned in the main tender and must be delivered to the Project Director, The Islamia University of Bahawalpur.
4.1 Period of Bid Validity
Bids shall remain valid for 120 days after the date of bid opening.
5.1 Project Handing-Over:
Project should be completed (in all respects) in 180 Days and hand-over to
beneficiary/Employer.
5.1 Number of Copies of the Bid to be submitted (in separated envelopes)
Technical Bid: - One original & one copy of the technical proposal.
Financial Bid: - One original only.
6.1 (a) Employer's Address for the Purpose of Bid Submission
Office of Project Director, Abbasia Campus, The Islamia University of Bahawalpur. 7.1 Deadline for Submission of Bids (As mentioned in the main Tender advertisement)
8.1 Venue, Time, and Date of Bid Opening (As mentioned in the main Tender advertisement)
Venue: Office of Project Director, Abbasia Campus, The Islamia University of Bahawalpur.
9.1 Responsiveness of Bids
(i) The Bid must be valid for one twenty (120) days period,
(ii) Filled in Bid forum duly signed / stamped by the Authorized Entity of the firm.
(iii) The Bidder/Manufacturer is eligible to Bid and possesses the requisite experience,
capability and qualification.
(iv) The Bid does not deviate from basic technical requirements.
(v) The Bids are generally in order, etc.
Page 35 of 176
SECTION -III
FORM OF
BID
&
SCHEDULES TO
BID
Page 36 of 176
FORM OF BID (LETTER OF OFFER)
Bid Reference No. ________________
Name of the work:
SOLAR HYBRID SYSTEM FOR VARIOUS BUILDINGS & SOLAR WATER PUMPING (FOR
WATER SUPPLY) AT THE ISLAMIA UNIVERSITY OF BAHAWALPUR.
To:
Project Director
The Islamia University of Bahawalpur.
Gentlemen,
1. Having examined the Bidding Documents including Instructions to Bidders, Conditions of
Contract, Specifications, Drawings, Schedule of Prices and Addenda for the execution of the
above-named Works, we, the undersigned, being a company doing business under the name
of _______________________________________________and
address__________________________________________________________________and
being duly incorporated under the laws of ____________________________ hereby offer to
execute and complete such Works and remedy any defects therein in conformity with the said
Documents including Addend a thereto for the Total Bid Price of Rs.__________________
(Rupees________________________________)1 or such other sum as may be ascertained in
accordance with the said Documents.
(To be left blank for technical Bid)
2. We understand that all the Schedules attached hereto form part of this Bid.
3. As security for due performance of the undertakings and obligations of this Bid, we submit
herewith a Bid Security amounting of __________________drawn in your favor or made
payable to you and valid for a period twenty eight (28) days beyond the period of validity of
Bid.
4. We undertake, if our Bid is accepted, to commence the Works and to deliver and complete the
whole of the Works comprised in the Contract within the time(s) stated in Preamble to the
Conditions of Contract.
5. We agree to abide by this Bid for the period of ______ days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
6. Unless and until a formal Agreement is prepared and executed, this Bid, together with your
written acceptance thereof, shall constitute a binding contract between us.
7. We undertake, if our Bid is accepted, to execute the Performance Security referred to in
Clause 10 of Conditions of Contract for the due performance of the Contract.
8. We understand that you are not bound to accept the lowest or any Bid you may receive.
Page 37 of 176
9. We do hereby declare that the Bid is made without any collusion, comparison of figures or
arrangement with any other person or persons making a Bid for the Works.
10. We confirm, if our Bid is accepted, that all partners of the joint venture shall be liable jointly
and severally for the execution of the Contract and the composition or the constitution of the
joint venture shall not be altered without the prior consent of the Employer. (Please delete in
case of Bid from a single firm).
Dated this _______________________day of ____________________20______
Signature ________________in the capacity of _______________________duly
authorized to sign bids for and on behalf of ____________________________
(Name of Bidder in Block Capitals)
(Seal)
Address ______________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
Witness:
(Signature)___________________________________________________________
(Name)______________________________________________________________
Address:______________________________________________________________
_____________________________________________________________________
Occupation____________________________________________________________
Page 38 of 176
SCHEDULES TO BID
INCLUDE THE FOLLOWING:
Schedule A to Bid: Schedule of Prices
Schedule B to Bid: Specific Works Data
Schedule C to Bid: Work to be Performed by Subcontractors
Schedule D to Bid: Proposed Program of Works
Schedule E to Bid: Method of Performing Works
Schedule F to Bid: Integrity Pact
Page 39 of 176
SCHEDULE – A TO BID
Schedule Of Prices
Sr. No. Description Page No.
1. Preamble to Schedule of Prices 28
2. Complete Schedule of Prices 30
Page 40 of 176
PREAMBLE TO SCHEDULE OF PRICES
1. General
1.1 The Schedule of Prices shall be read in conjunction with the Conditions of Contract, Contract Data together with the Specifications and Drawings, if any.
1.2 The Contract shall be for the whole of the Works as described in these
Bidding Documents. Bids must be for the complete scope of works.
2. Description
2.1 The general directions and descriptions of works and materials are not necessarily repeated nor summarized in the Schedule of Prices. References to the relevant sections of the Bidding Documents shall be made before entering prices against each item in the Schedule of Prices.
3. Units & Abbreviations
3.1 Units of measurement, symbols and abbreviations expressed in the Bidding Documents shall comply with the System International d’ Units (SI Units).
(Note: The abbreviations to be used in the Schedule of Prices to be defined by
the Employer).
4. Rates and Prices
4.1 Except as otherwise expressly provided under the Conditions of Contract, the rates and amounts entered in the Schedule of Prices shall be the rates at which the Contractor shall be paid and shall be the full inclusive value of the works set forth or implied in the Contract; except for the amounts reimbursable, if any to the Contractor under the Contract.
4.2 Unless otherwise stipulated in the Contract Data, the rates and prices entered
by the bidder shall not be subject to adjustment during the performance of the Contract.
4.3 All Govt. taxes, duties and other levies will be applicable as per government
rules and payable by the Contractor.
4.4 The whole cost of complying with the provisions of the Contract shall be
included in the items provided in the Schedule of Prices, and where no items are provided, the cost shall be deemed to be distributed among the rates and prices entered for the related items of the Works and no separate payment will be made for those items. The rates, prices and amounts shall be entered against each item in the Schedule of Prices. Any item against which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates and prices for other items in the Schedule of Prices.
4.5 (a) The bidder shall be deemed to have obtained all information as to and
all requirements related thereto which may affect the bid price.
Page 41 of 176
(b) The Contractor shall be responsible to make complete arrangements for the transportation of the Equipment and Materials and successful completion & commissioning in all respects.
4.6 The Contractor shall provide for all parts of the Works to be completed in
every respect. Notwithstanding that any details, accessories, etc. required for the complete installation and satisfactory operation of the Works, are not specifically mentioned in the Specifications, such details shall be considered as included in the Contract Price.
5. Bid Prices
5.1 Break-up of Bid Prices
The various elements of Bid Prices shall be quoted as detailed by the
Employer in the format of Schedule of Prices.
The bidder shall recognize such elements of the costs which he expects to incur the performance of the Works and shall include all such costs in the rates and amounts entered in the Schedule of Prices.
5.2 Total Bid Price
The total Detailed Schedule of Prices shall be entered in the Schedule of
Price Summary.
6. Provisional Sums
6.1 Provisional Sums, if any, included and so designated in the Schedule of Prices if any, shall be expended in whole or in part at the direction and discretion of the Employer. The Contractor will only receive payment in respect of Provisional Sums if he has been instructed by the Employer to utilize such sums.
Page 42 of 176
Schedule-A, to BID
COMPLETE SCHEDULE OF PRICES SOLAR HYBRID SYSTEM FOR VARIOUS BUILDINGS & SOLAR WATER
PUMPING (WATER SUPPLY) AT THE ISLAMIA UNIVERSITY OF BAHAWALPUR.
CONTRACT PRICE:
1. The Price of imported items including taxes(if applicable) Rs. ______________________
2. The Price of local items including taxes(if applicable) is Rs. _______________________
3. The GST Cost (to be claimed on GST invoice if applicable) is Rs. _____________________
4. The Total contract Cost including all taxes is Rs. ______________________
Page 43 of 176
BREAKDOWN OF COSTS INCLUDED IN THE CONTRACT PRICE
(SHEDULE OF PRICE SUMMARY)
S No. Description Total Amount (Rs)
A.
a.
b.
c. d.
e.
f.
g.
h.
i. j.
k. l. m.
n. o.
System-1: Solar Hybrid System for VC-House (20-KW Delivered Power with 2-Hours Backup) Cost of Solar Photo Voltaic Modules Cost of Grid Tied (Hybrid Inverter) Inverters Cost of Battery Bank Cost of MCU/Change over including cabling etc. Cost of DC Power Cabling (TUV Certified) with requisite installation material. Cost of AC Power Cabling with requisite installation material. Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. Cost of DC Breakers A+ Quality (Between Combiner Boxes ).
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). Cost of Breaker Cabinets (Powder Coated). Cost of Earthing Kit with Cabling and necessary installation material.
Cost of Lightning & Surge arrestor/protection system with Cabling and necessary installation material. Cost of DC and AC Distribution/Junction Boxes or Combiners Box.
Cost of Intelligent controller Monitoring System with Graphical Analysis. Cost of MC4 Connectors (IP-68).
Page 44 of 176
p.
q. r.
s.
Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. Installation, Commissioning and testing. Cost of GI Perforated Cable Tray. Cost of any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
Total Cost of System-1
B.
a. b.
c. d.
e.
f.
g.
h.
i. j.
k. l.
System-2: Solar Hybrid System for VC-Camp House & Study Park (20-KW Delivered Power with 2-Hours Backup) Cost of Solar Photo Voltaic Modules Cost of Grid Tied (Hybrid Inverter) Inverters Cost of Battery Bank Cost of MCU/Change over including cabling etc. Cost of DC Power Cabling (TUV Certified) with requisite installation material. Cost of AC Power Cabling with requisite installation material. Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. Cost of DC Breakers A+ Quality (Between Combiner Boxes ).
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). Cost of Breaker Cabinets (Powder Coated). Cost of Earthing Kit with Cabling and necessary installation material.
Cost of Lightning & Surge arrestor/protection system with Cabling and necessary installation material.
Page 45 of 176
m. n. o.
p.
q. r. t.
Cost of DC and AC Distribution/Junction Boxes or Combiners Box.
Cost of Intelligent controller Monitoring System with Graphical Analysis. Cost of MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. Installation, Commissioning and testing. Cost of GI Perforated Cable Tray. Cost of any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
Total Cost of System-2
C.
a. b.
c. d.
e.
f.
g.
h.
i.
System-3: Solar Water Pumping System (For Water Supply Turbine No. 1) Cost of Solar Photo Voltaic Modules Cost of Energy Efficient Pump-Set with Pump Inverter Cost of MCU/Change over including cabling etc. Cost of DC Power Cabling (TUV Certified) with requisite installation material. Cost of AC Power Cabling with requisite installation material. Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. Cost of DC Breakers A+ Quality (Between Combiner Boxes ).
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). Cost of Breaker Cabinets (Powder Coated).
Page 46 of 176
j.
k. l. m. n. o.
p.
q. r.
Cost of Earthing Kit with Cabling and necessary installation material.
Cost of Lightning & Surge arrestor/protection system with Cabling and necessary installation material. Cost of DC and AC Distribution/Junction Boxes or Combiners Box.
Cost of Intelligent controller Monitoring System with Graphical Analysis. Cost of MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. Installation, Commissioning and testing. Cost of GI Perforated Cable Tray. Cost of any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
Total Cost of System-3
Total Cost of System (1+2+3)
(Rupees __________________________________________________________________)
(In Words)
Page 47 of 176
SCHEDULE - A TO BID DETAILED SCHEDULE OF PRICES
(To be carried to the Schedule of Price Summary)
S No. Description Quantity Unit Rate(Rs) Total Amount (Rs)
A.
a.
b. c. d.
e.
f.
g.
System-1: Solar Hybrid System for VC-House (20-KW Delivered Power with 2-Hours Backup) Cost of Solar Photo Voltaic Modules. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Solar Hybrid Inverters. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of Battery Bank. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MCU/Change Over including cabling etc. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Power Cabling (TUV Certified) with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of AC Power Cabling with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers ( Between PV Panels Strings) A+ Quality.
Page 48 of 176
h.
i. j. k.
l. m.
n.
---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers A+ Quality (Between Combiner Boxes ). ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Breaker Cabinets (Powder Coated).
---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Earthing Kit with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Lightning and surge arrestor/protection system with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC and AC Distribution/Junction Boxes or Combiners Box. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Intelligent controller Monitoring with Graphical Analysis. ----------------------------------------
Page 49 of 176
o. P
q.
r.
s.
---------------------------------------- -------------------------------------- Cost of MC4 Connectors (IP-68). ---------------------------------------- ---------------------------------------- --------------------------------------- Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. ---------------------------------------- ---------------------------------------- --------------------------------------- Installation, Commissioning and Testing. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of GI Perforated Cable Tray. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost any other material system deemed necessary by the bidder who meet the employer requirement not covered above. ---------------------------------------- ---------------------------------------- --------------------------------------
Page 50 of 176
B.
a.
b. c. d.
e.
f.
g.
h.
System-2: Solar Hybrid System for VC-Camp House & Study Park (20-KW Delivered Power with 2-Hours Backup) Cost of Solar Photo Voltaic Modules. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Solar Hybrid Inverters. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of Battery Bank. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MCU/Change Over including cabling etc. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Power Cabling (TUV Certified) with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of AC Power Cabling with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers A+ Quality (Between
Page 51 of 176
i. j. k.
l. m.
n.
Combiner Boxes ). ---------------------------------------- ---------------------------------------- ---------------------------------------
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Breaker Cabinets (Powder Coated).
---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Earthing Kit with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Lightning and surge arrestor/protection system with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC and AC Distribution/Junction Boxes or Combiners Box. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Intelligent controller Monitoring with Graphical Analysis. ---------------------------------------- ---------------------------------------- --------------------------------------
Page 52 of 176
o. p.
q.
r.
s.
Cost of MC4 Connectors (IP-68). ---------------------------------------- ---------------------------------------- --------------------------------------- Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. ---------------------------------------- ---------------------------------------- --------------------------------------- Installation, Commissioning and Testing. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of GI Perforated Cable Tray. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost any other material system deemed necessary by the bidder who meet the employer requirement not covered above. ---------------------------------------- ---------------------------------------- --------------------------------------
C.
a.
b.
System-3: Solar Water Pumping System (For Water Supply Turbine No. 1) Cost of Solar Photo Voltaic Modules. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Energy Efficient Pump with Pump Inverter. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MCU/Change Over including cabling
Page 53 of 176
c. d.
e.
f.
g.
h.
i.
etc. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Power Cabling (TUV Certified) with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of AC Power Cabling with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers A+ Quality (Between Combiner Boxes ). ---------------------------------------- ---------------------------------------- ---------------------------------------
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Breaker Cabinets (Powder Coated).
---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Earthing Kit with Cabling and
Page 54 of 176
j. k.
l. m.
n.
o.
p.
q.
necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Lightning and surge arrestor/protection system with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC and AC Distribution/Junction Boxes or Combiners Box. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Intelligent controller Monitoring with Graphical Analysis. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MC4 Connectors (IP-68). ---------------------------------------- ---------------------------------------- --------------------------------------- Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. ---------------------------------------- ---------------------------------------- --------------------------------------- Installation, Commissioning and Testing. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of GI Perforated Cable Tray. ---------------------------------------- ----------------------------------------
Page 55 of 176
r.
-------------------------------------- Cost any other material system deemed necessary by the bidder who meet the employer requirement not covered above. ---------------------------------------- ---------------------------------------- --------------------------------------
Page 56 of 176
Schedule-B, to BID
SPECIFIC WORKS DATA
DETAILED SCHEDULE OF EQUIPMENT SOLAR HYBRID SYSTEM FOR VARIOUS BUILDINGS & SOLAR WATER
PUMPING (WATER SUPPLY) AT THE ISLAMIA UNIVERSITY OF BAHAWALPUR.
The contractor will provide the following equipment
Specifications are given in Section-VI (Annexure) (Technical Compliance Sheet)
S No. Description Units Brands
A.
a. b.
c. d.
e.
f.
g.
h.
i. j.
k.
l.
System-1: Solar Hybrid System for VC-House (20-KW Delivered Power with 2-Hours Backup) Solar Photo Voltaic Modules Grid Tied (Hybrid Inverter) Inverters Battery Bank MCU/Change over including cabling etc. DC Power Cabling (TUV Certified) with requisite installation material. AC Power Cabling with requisite installation material. DC Breakers ( Between PV Panels Strings) A+ Quality. DC Breakers A+ Quality (Between Combiner Boxes ).
AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). Breaker Cabinets (Powder Coated). Earthing Kit with Cabling and necessary installation material.
Lightning & Surge arrestor/protection system with Cabling and necessary installation material.
Page 57 of 176
m. n. o.
p.
q.
r.
s.
DC and AC Distribution/Junction Boxes or Combiners Box.
Intelligent controller Monitoring System with Graphical Analysis. MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work and Installation complete in all respects. Installation, Commissioning and testing. GI Perforated Cable Tray. Any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
B.
a. b.
c. d.
e.
f.
g.
h.
i.
System-2: Solar Hybrid System for VC-Camp House and study park (20-KW Delivered Power with 2-Hours Backup) Solar Photo Voltaic Modules Grid Tied (Hybrid Inverter) Inverters Battery Bank MCU/Change over including cabling etc. DC Power Cabling (TUV Certified) with requisite installation material. AC Power Cabling with requisite installation material. DC Breakers ( Between PV Panels Strings) A+ Quality. DC Breakers A+ Quality (Between Combiner Boxes ).
AC Breakers (Between Grid to Inverter) (Incoming & Outgoing).
Page 58 of 176
j.
k.
l. m. n. o.
p.
q.
r.
s.
Breaker Cabinets (Powder Coated). Earthing Kit with Cabling and necessary installation material.
Lightning & Surge arrestor/protection system with Cabling and necessary installation material. DC and AC Distribution/Junction Boxes or Combiners Box.
Intelligent controller Monitoring System with Graphical Analysis. MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work and Installation complete in all respects. Installation, Commissioning and testing. GI Perforated Cable Tray. Any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
C.
a. b.
c. d.
e.
f.
g.
System-3: Solar Water Pumping System (For Water Supply Turbine No. 1) Solar Photo Voltaic Modules Energy Efficient Pump-Set with Pump Inverter MCU/Change over including cabling etc. DC Power Cabling (TUV Certified) with requisite installation material. AC Power Cabling with requisite installation material. DC Breakers ( Between PV Panels Strings) A+ Quality. DC Breakers A+ Quality (Between Combiner Boxes ).
Page 59 of 176
h.
i. j.
k.
l. m. n. o.
p.
q.
AC Breakers (Between Grid to Inverter) (Incoming & Outgoing).
Breaker Cabinets (Powder Coated). Earthing Kit with Cabling and necessary installation material.
Lightning & Surge arrestor/protection system with Cabling and necessary installation material. DC and AC Distribution/Junction Boxes or Combiners Box.
Intelligent controller Monitoring System with Graphical Analysis. MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work and Installation complete in all respects. Installation, Commissioning and testing. GI Perforated Cable Tray. Any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
Page 60 of 176
Schedule-C, to BID
WORK TO BE PERFORMED BY SUBCONTRACTORS The bidder will carry out the work with his own forces but if he wants to sub-let some portion of work, then he is to provide the following information: Items of Work Name and address of Statement of similar to be Sub-Contracted Sub-Contractor works previously executed (attach evidence) Considering the situation at project site, the Contractor may hire a local partner/installer for project execution. In either case, contractor will share the complete execution plan with the employer.
Schedule-D, to BID
PROPOSED WORK PLAN
Bidder shall provide a program in a bar-chart/CPM/PERT form showing the sequence of work items by which he proposes to complete the work of the entire Contract. The program should indicate the sequence of work items and the period of time during which he proposes to complete the Works including the activities like designing, schedule of submittal of drawings, ordering and procurement of materials, manufacturing, delivering, construction of civil works, erection, testing and commissioning of Works to be supplied under the Contract.
Page 61 of 176
Schedule-E, to BID
METHOD OF PERFORMING WORKS
The bidder is required to submit a narrative outline of the method of performing the Works. The
narrative should indicate in detail and include but not be limited to:
A list of all major items of constructional and erection tools and vehicles proposed to be used in carrying out the Works at Site, including number of each kind, make, type, capacity of all equipment, working condition, which shall be deployed by him for installation Testing and Commissioning of the Works, in sufficient detail to demonstrate fully that the equipment duly certified by the approved laboratories as per Annex B will meet all the requirements of the Technical Provisions.
The procedure for transportation and distribution of SHS units and materials to the site. Details regarding mobilization in Project area, the type of facilities including personnel
accommodation, office accommodation, provision for maintenance and for storage, communications, security and other services to be used.
Organizational chart indicating the head office & field office personnel involved in management,
supervision and engineering of the Works to be done under the Contract.
Page 62 of 176
Schedule-F, to BID (INTEGRITY PACT)
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS WORTH RS. 10.00 MILLION OR MORE
Contract No.________________ Dated __________________ Contract Value: ________________ Contract Title: _________________
………………………………… [name of Supplier] hereby declares that it has not obtained or
induced the procurement of any contract, right, interest, privilege or other obligation or
benefit from The Project Director, Islamia University of Bahawalpur or any administrative
subdivision or agency thereof or any other entity owned or controlled by PD-IUB through any
corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and
not given or agreed to give and shall not give or agree to give to anyone within or outside
Pakistan either directly or indirectly through any natural or juridical person, including its
affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described
as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a
contract, right, interest, privilege or other obligation or benefit in whatsoever from PD-IUB,
except that which has been expressly declared pursuant hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with PD-IUB and
has not taken any action or will not take any action to circumvent the above declaration,
representation or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other rights and remedies available to PD-IUB under any law,
contract or other instrument, be voidable at the option of PD-IUB.
Notwithstanding any rights and remedies exercised by PD-IUB in this regard, [name of
Supplier] agrees to indemnify PD-IUB for any loss or damage incurred by it on account of its
corrupt business practices and further pay compensation to PD-IUB in an amount equivalent
to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by
[name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of
any contract, right, interest, privilege or other obligation or benefit in whatsoever form from
PD-IUB.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: …………………… Signature: …………………………
[Seal] [Seal]
Page 63 of 176
SECTION -IV
CONDITIONS OF
CONTRACT
&
CONTRACT
DATA
Page 64 of 176
CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions
In the Contract as defined below, the words and expressions defined shall have the
following meanings assigned to them, except where the context requires otherwise:
The Contract 1.1.1 “Contract” means the Contract Agreement and the other documents listed in the Contract
Data. 1.1.2 “Specifications” means the document as listed in the Contract Data, including Employer’s
requirements in respect of design to be carried out by the Contractor (if any), and any Variation to such document.
1.1.3 “Drawings” means the Employer’s drawings of the Works as listed in the Contract Data,
and any Variation to such drawings by the Employer. Persons 1.1.4 “Employer” means the person named in the Contract Data and the legal successors in title
to this person, but not (except with the consent of the Contractor) any assignee. The employer’s representative is the Project Director, The Islamia University of
Bahawalpur. 1.1.5 “Contractor” means the person named in the Contract Data and the legal successors in
title to this person, but not (except with the consent of the Employer) any assignee. 1.1.6 “Party” means either the Employer or the Contractor. Dates, Times and Periods 1.1.8 “Commencement Date” means the fourteen (14) days after the date the Contract comes
into effect or any other date mention in the Contract Data. 1.1.9 “Day” means a calendar day 1.1.10 “Time for Completion” means the time for completing the Works as stated in the Contract
Data (or as extended under Sub-Clause 7.3), calculated from the Commencement Date. Money and Payments
1.1.11 “Cost” means all expenditure properly incurred (or to be incurred) by the Contractor, whether
on or off the Site, including overheads and similar charges but does not include any
allowance for profit.
Page 65 of 176
Other Definitions
1.1.12 “Contractor’s Equipment” means all machinery, apparatus and other things required for
the execution of the Works but does not include Materials or Plant intended to form part
of the Works.
1.1.13 “Country” means the Islamic Republic of Pakistan.
1.1.14 “Employer’s Risks” means those matters listed in Sub-Clause 6.1.
1.1.15 “Force Majeure” means an event or circumstance which makes performance of a Party’s
obligations illegal or impracticable and which is beyond that Party’s reasonable control.
1.1.16 ‘Materials” means things of all kinds (other than Plant) to be supplied and incorporated in
the Works by the Contractor.
1.1.17 “Plant” means the machinery and apparatus intended to form or forming part of the
Works.
1.1.18 “Site” means the places provided by the Employer where the Works are to be executed,
and any other places specified in the Contract as forming part of the Site.
1.1.19 “Variation” means a change which is instructed by the Engineer/Employer under Sub-
Clause 10.1.
1.1.20 ‘Works” means any or all the works whether Supply, Installation, Construction etc. and
design (if any) to be performed by the Contractor including temporary works and any
variation thereof.
1.1.21 “Engineer” means the person notified by the Employer to act as Engineer for the purpose
of the Contract and named as such in Contract Data.
1.2 Interpretation
Words importing persons or parties shall include firms and organizations. Words
importing singular or one gender shall include plural or the other gender where the
context requires.
1.3 Priority of Documents
The documents forming the Contract are to be taken as mutually explanatory of one
another. If an ambiguity or discrepancy is found in the documents, the priority of the
documents shall be in accordance with the order as listed in the Contract Data.
1.4 Law
The law of the Contract is the relevant Law of Islamic Republic of Pakistan.
1.5 Communications All Communications related to the Contract shall be in English language. 1.6 Statutory Obligations
Page 66 of 176
The Contractor shall comply with the Laws of Islamic Republic of Pakistan and shall give
all notices and pay all fees and other charges in respect of the Works. 2. THE EMPLOYER 2.1 Possession of Site The Employer shall handover the Site and right of access thereto within the period
specified in the Contract Data. 2.2 Permits etc. The Employer shall, if requested by the Contractor, assist him in applying for permits,
licenses or approvals which are required for the Works. 2.3 Engineer’s/Employer’s Instructions The Contractor shall comply with all instructions given by the Employer or the Engineer /
Representative of Employer, if notified by the Employer, in respect of the Works including the suspension of all or part of the Works.
2.4 Approvals No approval or consent or absence of comment by the Engineer/Employer shall affect the
Contractor’s obligations. 3. ENGINEER’S/EMPLOYER’S REPRESENTATIVES 3.1 Authorized Person The Employer shall appoint a duly authorized person to act for him and on his behalf for
the purposes of this Contract. Such authorized person shall be duly identified in the Contract Data or otherwise notified in writing to the Contractor as soon as he is so appointed. In either case the Employer shall notify the Contractor, in writing, the precise scope of the authority of such authorized person at the time of his appointment.
3.2 Employer’s Representative
The name and address of Employer’s Representative is given in Contract Data. However
the Contractor shall be notified by the Engineer/Employer, the delegated duties and
authority before the Commencement of Works.
4. THE CONTRACTOR
4.1 General Obligations
The Contractor shall carry out the Works properly and in accordance with the Contract. The Contractor shall provide all supervision, labor, Materials, Plant and Contractor’s Equipment which may be required.
4.2 Contractor’s Representative
The Contractor shall appoint a representative at site on full time basis to supervise the
execution of work and to receive instructions on behalf of the Contractor but only after
obtaining the consent of the Employer for such appointment which consent shall not be
unreasonable withheld by the Employer. Such authorized representative may be
substituted/ replaced by the Contractor at any time during the Contract Period but only
after obtaining the consent of the Employer as aforesaid.
Page 67 of 176
5. DESIGN BY CONTRACTOR
5.1 Contractor’s Design
The Contractor shall carry out design to the extent specified, as referred to in the Contract
Data. The Contractor shall promptly submit to the Engineer/Employer all designs
prepared by him. The Engineer/Employer shall notify any comments or, if the design
submitted is not in accordance with the Contract, shall reject it stating the reasons. The
Contractor shall not construct any element of the Works designed by him. Design that has
been rejected shall be promptly amended and resubmitted. The Contractor shall resubmit
all designs commented on taking these comments into account as necessary.
5.2 Responsibility for Design
The Contractor shall remain responsible for his submitted design and the design under this Clause, both of which shall be fit for the intended purposes defined in the Contract and he shall also remain responsible for any infringement of any patent or copyright in respect of the same. The Engineer/Employer shall be responsible for the Specifications and Drawings.
6. EMPLOYER’S RISKS 6.1 The Employer’s Risks The Employer’s Risks are:- a) Ionizing radiations, or contamination by radio-activity from any nuclear fuel, or
from any nuclear waste from the combustion of nuclear fuel, radio-active toxic explosive, or other hazardous properties of any explosive nuclear assembly or nuclear component of such an assembly, except to the extent to which the Contractor/Sub-Contractors may be responsible for the use of any radio-active material;
b) Pressure waves caused by aircraft or other aerial devices travelling at sonic or
supersonic speeds; c) Use or occupation by the Employer of any part of the Works, except as may be
specified in the Contract; d) Late handing over of sites, anomalies in drawings, late delivery of designs and
drawings of any part of the Works by the Employer’s personnel or by others for whom the Employer is responsible;
e) A suspension under Sub-Clause 2.3 unless it is attributable to the Contractor’s
failure; and
f) Physical obstructions or physical conditions other than climatic conditions, encountered on the Site during the performance of the Works, for which the Contractor immediately notified to the Employer and accepted by the Employer.
Page 68 of 176
7. TIME FOR COMPLETION 7.1 Execution of the Works
The Contractor shall commence the Works on the Commencement Date and shall proceed expeditiously and without delay and shall complete the Works, subject to Sub-Clause 7.3 below, within the Time for Completion.
7.2 Program
Within the time stated in the Contract Data, the Contractor shall submit to the Engineer/Employer a program for the Works in the form stated in the Contract Data.
7.3 Extension of Time
The Contractor shall complete the work in stipulated time period of 180 Days. No extension will be given what so ever in any circumstances.
7.4 Late Completion / Liquidated Damages
If the Contractor fails to complete the Works within the Time for Completion, the Contractor’s only liability to the Employer for such failure shall be to pay the amount stated in the Contract Data for each day for which he fails to complete the Works.
8. TAKING-OVER
The Contractor shall notify the Engineer/Employer when he considers that the Works are complete.
8.2 Taking-Over Notice
After the receipt of the said notice of completion from the Contractor the Employer/Engineer shall carryout an inspection of the executed works and subject to satisfactory performance of the systems shall issue a Certificate of Completion to that effect. While issuing the Certificate of Completion as aforesaid, the Employer/Engineer may identify any outstanding items of work which the Contractor shall undertake during the Maintenances Period.
9. REMEDYING DEFECTS
9.1 Remedying Defects The Contractor shall for a period of ONE year mandatory and complimentary operational
warranty of all kinds as stated in the Contract Data from the date of issue of the Certificate of Completion carry out, at no cost to the Employer, repair and rectification work which is necessitated by the earlier execution of poor quality of work or use of below specifications material in the execution of Works and which is so identified by the Employer/Engineer in writing within the said period. Upon expiry of the said period, and subject to the Contractor’s faithfully performing his aforesaid obligations, the Employer/Engineer shall issue a Maintenance Certificate whereupon all obligations of the Contractor under this Contract shall come to an end.
Failure to remedy any such defects or complete outstanding work within a reasonable
time shall entitle the Employer to carry out all necessary works at the Contractor’s cost.
10. VARIATIONS AND CLAIMS
10.1 Right to Vary
The Employer/Engineer may issue Variation Order(s) in writing. Where for any reason it has not been possible for the Employer/Engineer to issue such Variations Order(s), the Contractor may confirm any verbal orders given by the Employer/Engineer in writing and if the same are not refuted/denied by the Employer/Engineer within seven (7) days of the
Page 69 of 176
receipt of such confirmation the same shall be deemed to be a Variation Orders for the purposes of this Sub-Clause.
10.2 Valuation of Variations
Variations shall be valued as follows:
a) At a lump sum price agreed between the Parties, or
b) Where appropriate, at rates in the Contract, or
c) In the absence of appropriate rates, the rates in the Contract shall be used as the
basis for valuation, or failing which
d) At appropriate new rates, as may be agreed or which the Engineer/Employer
considers appropriate, or and Contractor’s Equipment, and of Materials, used.
11. CONTRACT PRICE AND PAYMENT
11.1 a) Terms of Payments
They payment shall be made as per payment schedule given in the contract data.
11.2 Final Payment
The Contractor shall submit a final account to the Engineer to verify the work and the Engineer shall verify the same and forward the same to the Employer together with any documentation reasonably required to enable the Employer to ascertain the final contract value.
After the receipt of the verified final account from the Engineer, the Employer shall pay
to the Contractor any amount due to the Contractor. While making such payment the Employer may, for reasons to be given to the Contractor in writing, withhold any part or parts of the verified amount.
11.3 Retention
Retention money amounting to five percent (5%) of each bill (5%) against each bill will be withheld from the contract’s due payments to be paid by the Employer to the Contractor as in the contract data. An inspection for SOLAR HYBRID SYSTEM FOR VARIOUS BUILDINGS & SOLAR WATER PUMPING (WATER SUPPLY) AT THE ISLAMIA UNIVERSITY OF BAHAWALPUR, shall be conducted by the Project Director, The Islamia University of Bahawalpur team before the release of retention money after the expiry of ONE year mandatory and complimentary operational warranty in all aspects.
11.4 Currency
Payment shall be in the Pakistani currency as stated in the Contract Data. 12. DEFAULT
12.1 Default by Contractor
If the Contractor abandons the Works, refuses or fails to comply with a valid instruction of the Engineer/Employer or fails to proceed expeditiously and without delay, or is, despite a written complaint, in breach of the Contract, the Employer may give notice referring to this Sub-Clause and stating the default.
Page 70 of 176
If the Contractor has not taken all practicable steps to remedy the default within fourteen (14) days after receipt of the Employer’s notice, the Employer may by a second notice given within a further twenty one (21) days, terminate the Contract. The Contractor shall then demobilize from the Site leaving behind any Contractor’s Equipment which the Employer instructs, in the second notice, to be used for the completion of the Works at the risk and cost of the Contractor.
12.2 Insolvency
If a Party is declared insolvent under any applicable law, the other Party may by notice
terminate the Contract immediately. The Contractor shall then demobilize from the Site
leaving behind, in the case of the Contractor’s insolvency; any Contractor’s Equipment
which the Employer instructs in the notice is to be used for the completion of the Works.
13. RISKS AND RESPONSIBILITIES
13.1 Contractor’s Care of the Works
Subject to Sub-Clause 9.1, the Contractor shall take full responsibility for the care of the
Works from the Commencement Date until the date of the Employer’s/Engineer’s
issuance of Certificate of Completion under Sub-Clause 8.2. Responsibility shall then
pass to the Employer. If any loss or damage happens to the Works during the above
period, the Contractor shall rectify such loss or damage so that the Works conform with
the Contract.
Unless the loss or damage happens as a result of any of the Employer’s Risks, the
Contractor shall indemnify the Employer, or his agents against all claims loss, damage
and expense arising out of the Works.
14. RESOLUTION OF DISPUTES
14.1 Engineer’s Decision
If a dispute of any kind whatsoever arises between the Employer and the Contractor in
connection with the Works, the matter in dispute shall, in the first place, be referred in
writing to the Engineer, with a copy to the other party. Such reference shall state that it is
made pursuant to this Clause. No later than the twenty eight (28) days after the day on
which he received such reference, the Engineer shall give notice of his decision to the
Employer and the Contractor.
Unless the Contract has already been repudiated or terminated, the Contractor shall, in
every case, continue to proceed with the Work with all due diligence, and the Contractor
and the Employer shall give effect forthwith to every such decision of the Engineer unless
and until the same shall be revised, as hereinafter provided in an arbitral award.
14.2 Notice of Dissatisfaction
If a Party is dissatisfied with the decision of the Engineer or if no decision is given within
the time set out in Sub-Clause 15.1 here above, the Party may give notice of
dissatisfaction referring to this Sub-Clause within fourteen (14) days of receipt of the
decision or the expiry of the time for the decision. If no notice of dissatisfaction is given
within the specified time, the decision shall be final and binding on the Parties. If notice
of dissatisfaction is given within the specified time, the decision shall be binding on the
Parties who shall give effect to it without delay unless and until the decision of the
Engineer is revised by an arbitrator.
Page 71 of 176
14.3 Arbitration
A dispute which has been the subject of a notice of dissatisfaction shall be finally settled
as per provisions of Arbitration Act 1940 (Act No. X of 1940) and Rules made there
under and any statutory modifications thereto. Any hearing shall be held at the place
specified in the Contract Data and in the language referred to in Sub-Clause 17.
15 INTEGRITY PACT
15.1 If the Contractor, or any of his Sub-Contractors, agents or servants is found to have violated
or involved in violation of the Integrity Pact signed by the Contractor as Schedule-F to his
Bid, then the Employer shall be entitled to:
(a) Recover from the Contractor an amount equivalent to ten times the sum of any
commission, gratification, bribe, finder’s fee or kickback given by the Contractor or any
of his Sub-Contractors, agents or servants;
(b) Terminate the Contract; and
(c) Recover from the Contractor any loss or damage to the Employer as a result of such termination or of any other corrupt business practices of the Contractor or any of his Sub-Contractors, agents or servants.
On termination of the Contract under Sub-Para (b) of this Sub-Clause, the Contractor shall
demobilize from the Site leaving behind Contractor’s Equipment which the Employer
instructs, in the termination notice, to be used for the completion of the Works at the risk and
cost of the Contractor. Payment upon such termination shall be made under Sub-Clause 12.4,
in accordance with Sub-Para (c) thereof, after having deducted the amounts due to the
Employer under Sub-Para (a) and (c) of this Sub-Clause.
Page 72 of 176
CONTRACT DATA
Sub-Clauses of Conditions of Contract
1. Employer’s Drawings, if any
2. The Employer means
Project Director
The Islamia University of Bahawalpur.
The Employer Representative means
Project Director
The Islamia University of Bahawalpur.
.
3. The Contractor means
M/s___________________________
______________________________
4. Commencement Date means the date of issue of Engineer’s Notice to Commence which
shall be issued after the signing of the Contract Agreement and/or issuance of Acceptance
Letter.
5. Time for Completion of the Project in all respects is 180 Days after issuance of work
order.
6. Engineer
Project Director, The Islamia University of Bahawalpur.
7. Documents forming the Contract listed in the order of priority:
(a) The Contract Agreement
(b) Letter of Acceptance
(c) The completed Form of Bid
(d) Contract Data
(e) Conditions of Contract
(f) The completed Schedules to Bid including Schedule of Prices
(g) The Drawings, if any
(h) The Specifications
(The Employer may add, in order of priority, such other documents as form part of the Contract. Delete the document, if not applicable)
8. Possession of Site: within Ten (10) days after issuance of works commencement order
9. Authorized person: Project Director, The Islamia University of Bahawalpur.
10. Performance Security: 10% of the contract value in the shape of CDR/ Demand Draft/Pay
Order/Bank Guarantee only (Which will release after successfully completion of work).
Page 73 of 176
11. Execution Program: Time for submission: Immediately after the Commencement Date. Form of program: Implementation plan in the form of Bar Chart/CPM/PERT or other) 12. Amount of liquidated damages ,in case of non-completion of the project in stipulated period
of time, shall be 0.2% per day up to a maximum of (10%) of sum stated in the Letter of Acceptance
13. Period for remedying defects –Full Operational Warranty Period in all aspects 12 months after handing over the Project sites to beneficiary and acceptance 14. Terms of Payments
Payment of Contract Price shall be made in the following manners:
i) Fifteen percent (15%) of Contract Price shall be paid at the time of completion of design phase.
ii) Fifty percent (50%) of payment shall be made on arrival of imported/local items on site/ store, and after verification/certification of material along with certificate from Planning Department, The Islamia University of Bahawalpur or any Testing Laboratory which may deem fit to the Employer.
iii) Five percent (5%) Retention Money will be deducted from all invoices, and will be paid on completion of whole of the works after the expiry of mandatory and complimentary warranty period i.e. 12 months.
iv) The remaining Balance amount will be paid on completion of the work in all aspects.
v) Ten percent (10%) Performance Guarantee will be released after successful completion of the Project. As verified by the Engineer.
15. Percentage of retention: Five (05%) from all invoices.
16. Currency of payment: Pak. Rupees
17. Arbitration
Place of Arbitration: The Islamia University of Bahawalpur.
Page 74 of 176
SECTION -V
STANDARD FORMS
Note:
(Standard Forms provided in this document for securities are to be issued by a bank. In case the
bidder chooses to issue a bond for accompanying his bid or performance of contract or receipt of
advance, the relevant format shall be tailored accordingly without changing the spirit of the Forms of
securities).
Page 75 of 176
FORM OF BID SECURITY
(Bank Guarantee)
Guarantee No._____________________ Executed on _____________________
(Letter by the Guarantor to the Employer) Name of Guarantor (Scheduled Bank in Pakistan) with address:____________________________________________________________ Name of Principal (Bidder) with address:____________________________________________________________ ___________________________________________________________________ Penal Sum of Security (express in words and figures):____________________________________________________________ ___________________________________________________________________ Bid Reference No.___________________________ Date of Bid _________ KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at the request of the said Principal, we the Guarantor above-named are held and firmly bound unto the __________________________________, (hereinafter called The “Employer”) in the sum stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the
accompanying Bid numbered and dated as above for
________________________________________ (Particulars of Bid) to the said Employer; and
WHEREAS, the Employer has required as a condition for considering the said Bid that the Principal
furnishes a Bid Security in the above said sum to the Employer, conditioned as under:
(1) That the Bid Security shall remain valid for a period of twenty eight (28) days beyond the period of
validity of the bid;
(2) That in the event of;
(a) The Principal withdraws his Bid during the period of validity of Bid, or
(b) The Principal does not accept the correction of his Bid Price, pursuant to Sub-Clause
16.4 (b) of Instructions to Bidders, or
(c) Failure of the successful bidder to
(i) Furnish the required Performance Security, in accordance with Sub-Clause
IB-21.1 of Instructions to Bidders, or
(ii) sign the proposed Contract Agreement, in accordance with Sub-Clauses IB-
20.2 & 20.3 of Instructions to Bidders, the entire sum be paid immediately to
the said Employer for delayed completion and not as penalty for the
successful bidder's failure to perform.
NOW THEREFORE, if the successful bidder shall, within the period specified therefore, on the
prescribed form presented to him for signature enter into a formal Contract Agreement with the said
Employer in accordance with his Bid as accepted and furnish within fourteen (14) days of receipt of
Letter of Acceptance, a Performance Security with good and sufficient surety , as may be required,
upon the form prescribed by the said Employer for the faithful performance and proper fulfilment of
Page 76 of 176
the said Contract or in the event of non-withdrawal of the said Bid within the time specified then this
obligation shall be void and of no effect, but otherwise to remain in full force and effect.
PROVIDED THAT the Guarantor shall forthwith pay to the Employer the said sum stated above upon
first written demand of the Employer without cavil or argument and without requiring the Employer
to prove or to show grounds or reasons for such demand, notice of which shall be sent by the
Employer by registered post duly addressed to the Guarantor at its address given above.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the
Principal has duly performed his obligations to sign the Contract Agreement and to furnish the
requisite Performance Security within the time stated above, or has defaulted in fulfilling said
requirements and the Guarantor shall pay without objection the sum stated above upon first written
demand from the Employer forthwith and without any reference to the Principal or any other person.
IN WITNESS WHEREOF, the above bounded Guarantor has executed the instrument under its seal
on the date indicated above, the name and seal of the Guarantor being hereto affixed and these
presents duly signed by its undersigned representative pursuant to authority of its governing body.
Guarantor (Bank)
Witness: 1. Signature 1. 2. Name _________________________ 3. Title __________________________ Corporate Secretary (Seal) 2. (Name, Title & Address) Corporate Guarantor (Seal)
Page 77 of 176
FORM OF PERFORMANCE SECURITY
(Bank Guarantee)
Guarantee No._____________________ Executed on _____________________
(Letter by the Guarantor to the Employer) Name of Guarantor (Scheduled Bank in Pakistan) with
address:_________________________________
Name of Principal (Contractor) with address:____________________________________________________________ ___________________________________________________________________
Penal Sum of Security (express in words and figures)_____________________________________________________________ ___________________________________________________________________
Letter of Acceptance No.________________________________Dated __________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the request
of the said Principal we, the Guarantor above named, are held and firmly bound unto the
__________________________________________________ (hereinafter called the Employer) in
the penal sum of the amount stated above, for the payment of which sum well and truly to be made to
the said Employer, we bind ourselves, our heirs, executors, administrators and successors, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has accepted the
Employer's above said Letter of Acceptance for ___________________________________ (Name of
Contract) for the ____________________ (Name of Project).
NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the
undertakings, covenants, terms and conditions of the said Documents during the original terms of the
said Documents and any extensions thereof that may be granted by the Employer, with or without
notice to the Guarantor, which notice is, hereby, waived and shall also well and truly perform and
fulfill all the undertakings, covenants terms and conditions of the Contract and of any and all
modifications of the said Documents that may hereafter be made, notice of which modifications to the
Guarantor being hereby waived, then, this obligation to be void; otherwise to remain in full force and
virtue till all requirements of Clause 9, Remedying Defects, of Conditions of Contract are fulfilled.
Our total liability under this Guarantee is limited to the sum stated above and it is a condition of any
liability attaching to us under this Guarantee that the claim for payment in writing shall be received by
us within the validity period of this Guarantee, failing which we shall be discharged of our liability, if
any, under this Guarantee.
We, ____________________________________ (the Guarantor), waiving all objections and
defenses under the Contract, do hereby irrevocably and independently guarantee to pay to the
Employer without delay upon the Employer's first written demand without cavil or arguments and
without requiring the Employer to prove or to show grounds or reasons for such demand any sum or
sums up to the amount stated above, against the Employer's written declaration that the Principal has
Page 78 of 176
refused or failed to perform the obligations under the Contract, for which payment will be effected by
the Guarantor to Employer’s designated Bank & Account Number.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the
Principal (Contractor) has duly performed his obligations under the Contract or has defaulted in
fulfilling said obligations and the Guarantor shall pay without objection any sum or sums up to the
amount stated above upon first written demand from the Employer forthwith and without any
reference to the Principal or any other person.
IN WITNESS WHEREOF, the above bounded Guarantor has executed this Instrument under its seal
on the date indicated above, the name and corporate seal of the Guarantor being hereto affixed and
these presents duly signed by its undersigned representative, pursuant to authority of its governing
body.
_______________
Guarantor (Bank)
Witness:
1. _______________________ 1. Signature _______________
_______________________ 2. Name __________________
Corporate Secretary (Seal)
3. Title ___________________
2. _______________________
_______________________ _______________________
(Name, Title & Address) Corporate Guarantor (Seal)
Page 79 of 176
FORM OF CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the _____ day of
________ 201 _____ between _________________________(hereinafter called the “Employer”) of
the one part and ______________ (hereinafter called the “Contractor”) of the other part.
WHEREAS the Employer is desirous that certain Works, viz _______________ should be executed
by the Contractor and has accepted a Bid by the Contractor for the execution and completion of such
Works and the remedying of any defects therein.
NOW this Agreement witnessed as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents after incorporating addenda, if any except those parts relating to Instructions to Bidders, shall be deemed to form and be read and construed as part of this Agreement, viz:
(a) The Letter of Acceptance; (b) The completed Form of Bid along with Schedules to Bid; (c) Conditions of Contract & Contract Data; (d) The priced Schedule of Prices; (e) The Specifications; and (f) The Drawings
3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy defects therein in conformity and in all respects within the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and completion of the Works as per provisions of the Contract, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to be executed on
the day, month and year first before written in accordance with their respective laws.
Signature of the Contactor Signature of the Employer
______________________ _____________________
(Seal) (Seal)
Signed, Sealed and Delivered in the presence of:
Witness: Witness:
________________________ _____________________________
(Name, Title and Address) (Name, Title and Address)
Page 80 of 176
FORM OF BANK GUARANTEE FOR ADVANCE PAYMENT Guarantee No.________________
Executed on________________ (Letter by the Guarantor to the Employer)
WHEREAS the __________________________________________________ (hereinafter called the Employer) has entered into a Contract for ________________________________________________ (Particulars of Contract), with______________________________________________________ (hereinafter called the Contractor). AND WHEREAS the Employer has agreed to advance to the Contractor, at the Contractor’s request, an amount of Rs._____________________ Rupees ________________________) which amount shall be advanced to the Contractor as per provisions of the Contract. AND WHEREAS the Employer has asked the Contractor to furnish Guarantee to secure the advance payment for the performance of his obligations under the said Contract. AND WHEREAS ____________________________________________ (Scheduled Bank) (hereinafter called the Guarantor) at the request of the Contractor and in consideration of the Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said Guarantee.
NOW THEREFORE the Guarantor hereby guarantees that the Contractor shall use the advance for the purpose of above mentioned Contract and if he fails, and commits default in fulfillment of any of his obligations for which the advance payment is made, the Guarantor shall be liable to the Employer for payment not exceeding the aforementioned amount. Notice in writing of any default, of which the Employer shall be the sole and final judge, as aforesaid, on the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first written demand payment shall be made by the Guarantor of all sums then due under this Guarantee without any reference to the Contractor and without any objection.
This Guarantee shall come into force as soon as the advance payment has been credited to the account
of the Contractor.
This Guarantee shall expire not later than _________________________________
by which date we must have received any claims by registered letter, telegram, telex or telefax.
It is understood that you will return this Guarantee to us on expiry or after settlement of the total
amount to be claimed hereunder.
______________________
Guarantor (Scheduled Bank)
Witness: 1. _______________________ 1. Signature _______________
_______________________ 2. Name __________________
Corporate Secretary (Seal)
3. Title ___________________
2. _______________________
(Name, Title & Address) Corporate Guarantor (Seal)
Page 81 of 176
SECTION -VI
ANNEXURES
TECHNICAL COMPLAINCE SHEET
&
DRAWINGS
Page 82 of 176
Annexure-A
PROJECT LOCATION
Annexure-B
Page 83 of 176
LIST OF APPROVED LABORATARIES
Name Address Phones / Fax / contact info e-mail / website
Fraunhofer ISE Heidenhofstr.2D-79110 Freiburg Germany
Georg Bopp T:+ 49 (0) 761 4588-5224 F:+49 (0) 761 45 88 9000
[email protected] www.ise.fhg.de
European Solar Test Installation Renewable Energies Unit Institute for Environmental and Sustainability –JRC
Via E. Ferm 1 Ispra (VA) 21020 Italy
T: +39 0 332 78 9172 F: + 39 0332 78 9268/5561
[email protected] www.iames.jrc.it
NREL - National Renewable Energy Laboratory
1617 Cole Blvd. Golden, CO 80401-3393 USA
T: +1 (303) 275-3000 www.nrel.gov
Arizona State University Photovoltaic Testing Laboratory
PTL 7349E, Unity Avenue, MESA, Arizona, 85212 USA
Centro de Investigaciones Energéticas, medio ambientales y tecnológicas Centro de la Moncloa
Avda. Completeness 22-28040 Madrid España
Tel: + 91 346 6000 Fax + 91 346 6005
TÚV Rheinland Product Safety GmbH
Am Grauen Stein D-51105 Cologne Germany
Tel.+ 49 221 / 806 - 0 Fax + 49 221 / 806 – 114
www.de.tuv.com [email protected]
Post and Telecommunications Industry Products Quality Surveillance and Inspection Center PTPIC
No. 28 Xinjiekou-wai 1000 88 Beijing
Tel. + 86 10 8205 1479 Fax + 86 10 8205 1479
[email protected] www.ptpic.com.cn
BUET Bangladesh University of Engineering Technology
Dept. of Electrical Electronic Engineering Dhaka-1000 Bangladesh
Prof. Mohammed Rizwan Khan Tel. ++88 02 9665650-80, Ext.7105, 7473
NOTE: The specified certifications from laboratories other than listed above will be acceptable if a proof of accreditation / license from IEC for that laboratory is provided by the Contractor. The condition of the specified certification in the relevant area shall be met in any case.
Page 84 of 176
TECHNICAL COMPLIANCE SHEET
Page 85 of 176
TC Technical Compliance Sheet
TC.1 Solar Photo Voltaic PV Modules
Serial number below glass. No stickers allowed.
European or American brand Unique serial-number, name of manufacturer of PV Module, of Manufacturer of Solar cells, country of origin (separately for solar cells and module), I-V curve for the module, date and year of obtaining IEC PV module qualification certificate or other relevant information on traceability of solar cells and module as per ISO
Original datasheet of supplier signed by supplier. If required modifications signed on a separate paper. Minimum power at 200 W/m2 (STC) (25°C /AM1.5)
Information to glass quality and thickness (4mm solar glass with anti-reflection surface treatment, where as Maximum wind load 244kg/m2 (2400 Pa)
Nominal operating cell temperature (NOCT) 46.6°C (±2°C) Temperature coefficient of PMPP -0.40 %/°C Temperature coefficient of VOC -0.27 %/°C Temperature coefficient of ISC 0.013 %/°C
Module efficiency ≥16.7%
Operational temperature: -40 ... +85°C Maximum system voltage: 1000 V / 1500 V Max series fuse rating: 25 A Max reverse current: 25 A
Cell type: 72 multi-crystalline 3 strings of 24 cells Glass: 4 mm solar glass with anti-reflection surface treatment Back sheet: Highly resistant polyester Frame: Anodized aluminum (silver) Junction box: IP67 rated, 3 bypass diodes 4 mm² solar cable, 1.2 m + 1.2 m Connectors*: Tonglin TL-Cable01 / Tonglin-Cable01S-F (4 mm²) *Dependent on product type
PID free (certificate should attached)
Panels delivered in original packing to ensure damage during transport
Flash reports in excel / CSV, comprising S.No., Wp, Uoc, Isc, Impp, Umpp at STC. Provision 14 days prior to delivery to concerned manager of IUB.
Cable length suitable for landscape mounting (if offered so), without any prolongation of cables. Materials and workmanship warranty of a minimum of 10 years in the form of a certified data sheet from the supplier.
Power warranty/performance guarantee of a minimum of 25 years: the power output should not fall below 90% within 10 years, and below 80% within 25 years; linear warranty
Page 86 of 176
Relevant ISO and IEC Certifications should be attached and mentioned (IEC 61215, IEC 61730 & UL 1703. IEC 62804 (PID Free), IEC 61701 (Salt Mist Level 6),IEC 62716 (Ammonia Resistance), ISO 11925-2 (Ignitability Class E), UNI 8457/9174 (Class A), ISO 9001:2015, ISO 14001, OHSAS 18001) , Waste Electrical and Electronic Equipment (WEEE) COMPLIANT RECYCLING MEMBERSHIP. Mandatory
PV Module Performance Assurance: Actual power output of the Product should reach at least 97% of the nameplate power output specified on the Product during the first year (calculated from the date of production as identified on the Product). From the second year, the actual power output should decline annually by no more than 0.7% for a period of 24 years, so that by the end of the 25th year, an actual output of at least 80.2% of the nameplate power output specified on the Product will be achieved.
Specifications of diods to proof suitability for high temperature, diods replaceable, provision of proved and helpful specifications
TC.2 Mounting structure
Material of structure of Aluminum. Fittings like washer, screws etc. V2A steel quality or proved high quality coating not interacting with Aluminum. Documentation of material through supplier.
Comprehensive documentation / proof by engineering calculation of stable location, for wind- speed up to 120 to 130 km/h for each type of mounting structure. Calculation of total weight, weight/m2 in combination with array plan. Weight /m2 must be lower than max load capacity of roof. Complete list of all components of each type of mounting array including interconnections of rows. Panels pinched to structure. No fixing by wholes in frame. And no physical damage on rooftop
TC.3 Batteries + Rack + Cabling a) Capacity suitable to ensure back up time required. Comprehensive calculation required.
b) Battery Cycles life should be >6000(+25℃, 0.4C) c) Operating temperature Charge :-10~50℃; Discharge:-20~55℃; d) Transport regulation compliance UN3480 & UN38.3
e) Protection class IP20
g) Storage temperature : -20℃ ~+- 55℃ ( <3months,20%~60%SOC); -20 ℃ ~ 30(<1 Year,30% ~ 60%SOC) h) Nominal voltage[V] 51.2 per battery in rack i) Capacity [C/5][Ah] 50 per battery in rack j) Energy[ C/5][WH] 2500 per battery in rack k) Life should be more than 10-Years at (+25 ℃)
l) Communication RS485/CAN
Energy Efficiency: >97%
I) EMC standard compliance EN 61000 chapter 4.2,4.3,4.5,4.6/EN55022 II) Safety standard compliance UL1642 for cell:CE and TUV(JP) for battery module III) Certificate : TUV SUD/CE/ UL1642/UN38.3 (Certification will provide by
supplier, bidder)
TC.4 Monitoring
Page 87 of 176
The HW + software of monitoring system has to be really stackable (modular). Bi-directional function to allow remote management of systems by setting parameters of inverters and other required actions. Reliable system for measuring irradiation as well as on horizontal level as tilt level of all different offered arrays with their different orientation to ensure proper calculation of performance ratio (PR) Sensors with ISO certificates or equal. Methodology, algorithm on how average irradiation is calculated
Explanation of expected accuracy of measurement of irradiation.
Amendment for measurement of direct irradiation possible by same supplier
Data sheet with suitable specifications for all components proving reliable function at high temperature and humidity.
Display suitable for in door and corridor installation Comprehensive certificate required documenting suitability for max ambient temperature of 50°C, anti-reflex screen, robust glass, suitable for dusty environment, at least 42 inch. Data stored and accessible at a portal. Optional and research specifications Without interfering standard functions additional parameters, sensors should be able to be monitored and data should be accessible by portal. Additional measurement of temperatures, wind, and humidity freely combinable with all other data should be provided and for research purpose the quality of measurement should be suitable. Useful analysis of all energy flows in combination with existing data should be able to be programmed on a PLC which could be connected to the monitoring by one of the standard protocols of monitoring system. (No individual programming of interface)
Every string has to be fitted with at least one temperature sensor for measurement of cell temperature of panels. Strings equal or larger than 6 panels with 2 sensors per string
Measurement of energy provided by solar, grid, generator, to the battery and out of battery etc.
To ensure awareness of quality of the system to as many persons as possible the performance data have to be displayed on a big display mounted at ground floor. (AC supply and data cable from server/ inverter room to display will be laid by IUB)
All subsystems have to be monitored and on string level with aggregation on inverter level to allow to identify problems and specially to secure proper research for student’s projects
Clear description how related electronic devices, data and communication structure is protected against overvoltage. Proper drawing of protection system with all relevant components and connection with grounding of building
1. Device should be capable with String monitoring and monitoring in case of failure and performance of individual inverters Status and fault monitoring via integrated LCD display - Completely internet sends messages via email and SMS - Should be capable Existing broadband router - S0 output for large displays - S0 input for electric meter - USB port for simple data transfer - Sensor basic for the recording of environmental data - Can be monitor and control System. -More than 1 different manufacturer inverters can be connect. -Handling via browser and touch screen display.
Communication : 1 x RS485/RS422, 1 x RS485, 1 x Ethernet - RJ45 bush - 10/100 MBit, 1 x USB, 2 x S0-In, 1 x potential-free contact (relay), Wi-Fi, Bluetooth
Page 88 of 176
EMC IEC 61326-1
Protection rating : IP-65 & IP20
Rated Frequency : 45-Hz to 65-Hz
TC.5 Inverter
On-Grid inverter
Multiple MPPTs voltage range (260Vdc to 850Vdc) Maximum (1000Vdc)
Operating Temperature Range ‒25°C to +60°C (‒13°F to +140°F), high relative humidity 0~95%.
DC Connectors Range : 10 to 12-Nos (MC4/ Phoenix/ Amphenol)
Nominal AC voltage 3 / PE, 400 V to 480 V, ±10 %
Enable Protection System:
Residual current monitoring unit [Should be Integrated] Anti-islanding protection [ Should be Integrated] PV array string fault monitoring [ Should be Integrated] DC fuse [ Should be Integrated] DC switch [ Should be Integrated optional] DC SPD [ Should be Type II] AC SPD [ Should be Type II] SPD fault monitoring [ Should be Integrated] AC over currant protection [ Should be Integrated] Insulation monitoring [ Should be Integrated]
Maximum Efficiency: 98.8%
Certifications and Standards: Grid regulation : | VDE0126-1-1, AS4777.2, G59/3, VDE-AR-N 4105, EN50438,
PEA ||VDE0126-1-1, EN50438, G59/3 VDE-AR-N 4105, AS4777.2,| Safety : | EN62109-1&-2 ||EN62109-1&-2| EMC : EN 61000-6-1, EN 61000-6-2, EN 61000-6-3, EN 61000-6-4
Topology / cooling concept : Transformer less / active
Warranty : Warranty should be minimum 5-Years (Standard) with extendable upto 25-Years.
Degree of protection: IP65
TC.5.1 Hybrid inverter solution
a) Pure sine wave
b) Future conception for Solar Charge controller and inverter integrated , Intelligent battery management function.
c) Capable of being grid-interactive or grid-independent.
d) Dust protection of electronic. If 3rd party filter is used, written comment of inverter supplier necessary If cleaning by blower is proposed, a permission of supplier is required, confirming warranty will stay valid. e) Compatible with both Lead-acid and Li-Ion battery.
f) IP65 dust-proof and water-proof rating45°C full-load output
g) Maximum Efficiency 97% Max.MPPT Efficiency 99.9%
h) Multiple MPPT Tracker
DC Disconnection switch (4-Pole 850V) 25-A
Page 89 of 176
Bi-Directional energy storage system, capable both off-grid and on-grid PV system and can control the flow of energy hybrid. Short circuit protection electronic at max charge current, switch off < 1sec
Charging Curve should be Three-Stage adaptive
Protections: - Residual current monitoring unit - Anti-islanding protection - DC switch(PV) - AC Over current protection - Insulation monitoring
Grid regulation : VDE4105, VDE 0126-1-1+A1, G83/2, G59/2, AS4777.2/.3, IEC62109-2 Safety : IEC62109-1&-2, AS3100, IEC62040-1 EMC : EN61000-6-1, EN61000-6-2, EN61000-6-3, EN61000-6-4, EN61000-3-11, EN61000-3-12 Protection Degree: IP65
Ambient temperature range -25~60°C (>45°C de-rating) Communication USB2.0; RS485 WiFi
Warranty: Standard Warranty should be more than 2-Years(Standard) with extendable option upto5-Years
Data stored and accessible at a portal.
Without interfering standard functions additional parameters, sensors should be able to be monitored and data should be accessible by portal. Connected to the monitoring by one of the standard protocols of monitoring system. Additional measurement of temperatures, wind, and humidity freely combinable with all other data should be provided and for research purpose the quality of measurement should be suitable. Useful analysis of all energy flows in combination with existing data should be able to be programmed on a PLC which could be (No individual programming of interface) Every string has to be fitted with at least one temperature sensor for measurement of cell temperature of panels. Strings equal or larger than 6 panels with 2 sensors per string.
TC.6 Pump-Set
DESCRIPTION
1. High efficiency multi-stage bore hole centrifugal submersible pump, with inlet strainer and built-in non-return valve in corrosion-resistant stainless steel. All metal surfaces in contact with pumped media have to be made of stainless steel. Pump has to be of sheet metal construction.
2. Pump shall be coupled with an asynchronous canned type 4” or 6” inch motor.
3. Pump and motor shall be from the same manufacturer and shall be of European origin.
SCOPE
1. Design, manufacturing, testing, supply, erection and commissioning of bore hole submersible pump and shall be suitable for the purpose the product is intended
REFERENCE STANDARDS
Page 90 of 176
A. The following standards are referred to in this Clause
1. ISO 9906:2012 – International Standards Organizations hydraulic
performance tests for customers' acceptance of roto dynamic pumps. 2. EN 1.4301/ EN 1.4401/ EN 1.4539 - European Standard for materials: 3. WRAS- conformance mark with the requirements of the drinking Water
Supply (Water Fittings) Regulations 1999 and amendments of UK. 4. NEMA- American standard for Electrical equipments 5. IEC - International Electrotechnical Commission
B. Compliance: Pump shall be energy efficient and comply with the Eco-design Directive (Commission
Regulation (EC) No 547/2012) for the minimum efficiency requirement PUMP Pump shall be High efficiency multi-stage bore hole centrifugal submersible type. Material of construction of the pump shall be Stainless steel, EN 1.4301 (AISI 304) Pump shall be selected close to the best efficiency point for the duty point as required in the
tender. Pump components shall be of sheet metal construction with high degree of surface finish to
enhance efficiency and minimize risk of chloride ions getting accumulated in the deep grooves of rough surfaces. Pumps with cast components shall not be acceptable.
Pump shall have a built-in non-return valve to prevent backflow in connection with pump
stoppage. Furthermore, a short closing time of the non-return valve is required to reduce the risk of destructive water hammer. Inlet strainer preventing particles from entering the pump.
An inlet strainer must be provided to prevent larger particles entering the pump. All bearings must be water-lubricated. Bearings must be shaped to let sand particles pass
through the pump with a minimum of wear. Wear rings and bearings must be replaceable to enable refurbishment and maintain best
pump efficiency. Shall be able to handle water with sand content of upto 50 g/m3. A stop ring must prevent damage due to thrust-up in connection with start-up. Designed as a
thrust bearing, the stop ring must limit axial movements of the pump shaft. Pump shall be provided with Screwed connection at the delivery housing. ELECTRIC MOTOR Motor shall be of 2 pole, asynchronous squirrel-cage submersible, water filled type and shall
Page 91 of 176
be cooled by the pumped liquid itself. Material of construction shall be Stainless steel, EN 1.4301 (AISI 304), for slightly
corrosive liquids. Shall be hermetically sealed, canned motor with a dry stator. Dry stator shall completely
encapsulated in stainless steel. Designed to fit pump ends made according to the NEMA standard MG1-18.413. Motor shall have bidirectional water lubricated thrust bearing. The trust capacity of the
bearings shall be in accordance with NEMA standards for submersible motors. Flow velocity for sufficient cooling as recommended by the manufacturer shall be ensured.
If sufficient flow velocity is not there, suitable flow sleeve shall be offered to have sufficient cooling past the motor.
Motor shall be fitted with up thrust spacers to prevent up thrust in the critical start-up phase. Shall have mechanical seal with material of construction of - Ceramic/carbon. - SiC/SiC. Motor shall be fitted with a rubber diaphragm between the stator and the motor end shield to
equalize pressure variations caused by temperature rises in connection with intermittent operation.
The sound pressure level shall be lower than 70 dB (A). Enclosure class shall be IP 68 according to IEC 60034-5. Motor shall have a service factor of 1.15 as minimum and shall be mentioned in the
nameplate. To achieve maximum protection of the motor against burnout, the motor shall have a built-in
temperature sensor with power line communication(No separate cable for temperature transmission)
WARRANTY The equipment shall be warranted to be free of defects in material and workmanship for a
period of 30 months from the date of invoice or 24 months from the date of first start-up, whichever is earlier.
A.
TC.7 Cables
Manufacturer / specifications have to be visible on outer side of cable shielding
Cable have to be double shielded
UV stability for use as solar cable has to be proved by ISO certificates or equal
Page 92 of 176
All DC cables (panels to combiner box) should be imported with capacity of 1000-VDc and certification should be provided by bidder.
Calculation of diameter for longest connection panel-combiner box and combiner box-inverter) based on material specifications of chosen cable to ensure max voltage drop 1.5%
All cable connections with industrial cable connectors. (MC4 or equivalent) Used connectors have to be compatible with connectors of panel supplier. Preferably connectors of supplier used for connecting strings to combiner box / inverter. Certificates are required.
Breakers: - DC Circuit Breaker Two pole for PV Panels . ( Schneider/Hager/ABB or Equivalent ) - Breakers DC Circuit Breaker Battery Bank Double pole (Schneider/Hager/ABB or Equivalent) - Breakers Circuit Breaker double pole for AC load. ( Schneider/Hager/ABB or Equivalent ) - Breakers Circuit Breaker double pole for AC input. ( Schneider/Hager/ABB or Equivalent )
TC.8 Installation, Commissioning, testing and handing over
General conceptual note outlining how the bidder will ensure management of site, (quality control, craftsmanship) names of assigned persons and there competences perceived interfaces to other works and rules to secure status of own work as well of others.
Conceptual note how to fulfill the responsibility to store and mange tools and material safely, to ensure security of work on site for his own staff as well as for the staff of University as far as impacts arise by his work. (Security instructions, signboards, security equipment and fencing etc.).
Page 93 of 176
DRAWING-1
The contractor will submit Drawings as per Engineering Design for approval from the Engineer / Department
Page 94 of 176
WIRE SIZE TABLE:
Load
Distance between Components (m)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
W
A
Standard Size Wire needed (mm
2)
6 10 12 13 15 18 20 22 24 28 30 32 34 36 38 40 45 48 50 55 60 65 70 72 75 80 84 85 90 96 100 108 110 120 130 140 150 160 170 180 190 200 220 240 260 280 300
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 .
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 10 10 10
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 10 10 12 12 12
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 10 10 10 12 12 14 14 14
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 25. 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 6 6 6 6 6 6 6 6 8 8 8 8
10 10 10 12 12 12 14 14 16 16
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 6 6 6 6 6 6 6 6 6 8 8 8 8 10 10 10 12 12 12 12 14 16 16 18 18
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 6 6 6 8 8 8 8 8
10 10 10 12 12 12 14 14 16 16 18 20 20
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 6 6 6 6 6 6 6 8 8 8 8 8 8 10 10 10 12 12 12 14 14 14 16 18 18 20 22 22
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 8 10 10 10 12 12 12 14 14 16 16 16 18 20 22 24 24
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 8 8 8 8 8 8 8
10 10 10 10 12 12 14 14 14 16 16 18 18 20 22 24 26 26
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 8 8 8 8 8 8 8 10 10 10 12 12 12 14 14 14 16 16 18 18 20 22 24 26 28 28
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 8 8 8 8 8
10 10 10 10 10 12 12 12 14 14 16 16 18 18 20 20 22 24 26 28 30
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 10 10 10 10 12 12 12 12 14 14 16 16 18 20 20 22 22 24 26 28 30 32
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 10 10 10 10 10 12 12 12 14 14 14 16 16 18 20 20 22 22 24 26 28 30 32 32
2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 6 8 8 8 10 10 10 10 12 12 12 12 12 14 14 16 16 18 18 20 22 22 24 24 28 30 32 32 32
2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 10 10 10 10 12 12 12 12 14 14 14 14 16 18 18 20 22 22 24 26 26 28 32 32 32 32
2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8
10 10 10 10 12 12 12 12 14 14 16 16 16 18 20 20 22 24 24 26 28 30 32 32 32 32
Page 95 of 176
SOLAR GRID-TIED SYSTEM FOR VARIOUS ACADEMIC
DEPARTMENTS AND SOLAR WATER PUMPING SYSTEM (FOR
WATER DISPOSAL) AT THE ISLAMIA UNIVERSITY OF
BAHAWALPUR.
• TENDER DOCUMENTS
(For Tender 2)
The Islamia University of Bahawalpur
Page 96 of 176
SECTION SUBJECT PAGE No
I. INVITATION FOR BIDS 03
II. INSTRUCTIONS TO BIDDERS & BIDDING DATA 05
III. FORM OF BID & SCHEDULES TO BID 23
IV. CONDITIONS OF CONTRACT & CONTRACT DATA 46
V. STANDARD FORMS 57
VI ANNEXURES / DRAWINGS 64
VI. TECHNICAL COMPLAINCE SHEET 67
Page 97 of 176
SECTION –I
INVITATION
FOR
BID
Page 98 of 176
The Islamia University of Bahawalpur
TENDER NOTICE
INVITATION FOR BIDS
Sealed Tenders are invited, separate for each category, from the enlisted and eligible EPC contractors for the supply of following items as per detail attached in the tender document. Sr.
No. Name of Item Estimated Cost
(in Millions) *Bid Security (in Millions)
1. Solar Hybrid System for Various Buildings & Solar water Pumping (For water supply) at The Islamia University of Bahawalpur.
30 0.6 (M)
2. Solar Grid-Tied System for Various Academic Departments and Solar water Pumping System (Water Disposal) at The Islamia University of Bahawalpur.
30 0.6 (M)
Page 99 of 176
1. Interested bidders may get the Tender Documents containing detailed specifications, terms and conditions from
the Project Director, Directorate of Engineering Office Abbasia Campus (Old), the Islamia University of Bahawalpur during office hours on submission of written application on letter head and a copy of CNIC OR can
be down loaded from the IUB Website www.iub.edu.pk or PPRA website www.ppra.punjab.gov.pk on payment of (non refundable fee) Rs.10,000/- (separately for each category) through Bank challan HBL in A/C 14730000010403 or pay order in the name of the Project Director, The Islamia University of Bahawalpur for bidding document.
2. 2% bid security of the total estimated cost as mentioned above separately in each category (Refundable) in shape of CDR shall be attached with the bid, otherwise the bid will be rejected.
3. Single Stage – Two Envelopes bidding procedure will be adopted as per PPRA Rules 38- 2(a) for both the categories. The Envelopes shall be marked as “TECHNICAL PROPOSAL” AND “FINANCIAL PROPOSAL” in legible letters. Financial Proposals of bids found technically non-responsive shall be returned un-opened.
4. Procurement shall be governed under the Punjab Procurement Rules 2014. 5. The rates should be quoted inclusive all taxes..Moreover the bidde shall provide the relevant documents for Registration with relevant taxation departments. valid registration with Pakistan Engineering council in the relevant category and who have deposited Enlistment/ Renewal Fee for the Year 2017-18. 6. The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal.
The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
7. Tender should reach in the Project Director’s Office upto ______________ by 02:00 P.M. Tenders will be opened on the same day at 02:30 P.M in the presence of bidders or their representatives.
8. All bids submitted after the given time, incomplete and alternate bidding shall not be accepted.
9. All prevailing taxes will be applicable as per Govt. Rules & Regulations, i.e. (Sales tax, income tax & payable tax on service under PRA (if applicable).
10. The rates should be valid upto 120-days from the date of opening the tender. 11. In case of closed/forced holidays, tender opening time/date will be considered as the next working day. Project Director The Islamia University of Bahawalpur
Abbasia Campus, Bahawalpur. Phone: Fax No:
Page 100 of 176
SECTION –II
INSTRUCTIONS
TO
BIDDERS
&
BIDDING
DATA
Page 101 of 176
INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
Clause No. Description Page No. B. GENERAL
IB.23 Introduction, Scope of Bid & Source of Funds 7 IB.24 Eligible Bidders 8 IB.25 Cost of Bidding 8
B. BIDDING DOCUMENTS
IB.26 Contents of Bidding Documents 8 IB.27 Clarification of Bidding Documents 9 IB.28 Amendment of Bidding Documents 9 C. PREPARATION OF BID
IB.29 Language of Bid 9 IB.30 Documents Comprising the Bid 9 IB.31 Sufficiency of Bid 10 IB.32 Bid Prices, Currency of Bid & Payment 10 IB.33 Documents Establishing Bidder’s Eligibility and Qualifications 10 IB.34 Documents Establishing Works Conformity to Bidding Documents 10 IB.35 Bidding Security 11 IB.36 Validity of Bids, Format, Signing and Submission of Bid 11 D. SUBMISSION OF BID
IB.37 Deadline for Submission, Modification & Withdrawal of Bids 12
E. BID OPENING AND EVALUATION
IB.38 Bid Opening, Clarification and Evaluation (Basic Eligibility 12
and Technical Eligibility Criteria) IB.39 Process to be Confidential 18
F. AWARD OF CONTRACT IB.40 Post Qualification 19 IB.41 Award Criteria & Employers Right 19 IB.42 Notification of Award & Signing of Contract Agreement 19 IB.43 Performance Security 20 IB.44 Integrity Pact 20
Page 102 of 176
INSTRUCTIONS TO BIDDERS
B. GENERAL
IB.1 Introduction Scope of Bid and Source of Funds
IB.1.1 INTRODUCTION:
Presently no campus of the Islamia University is on solar power generation system. The idea
is to initially solarize some key buildings of the university on experiment basis. The university has an
ample space available at its campuses for the purpose.
IB.1.2 THE PROJECT:
The Islamia University Bahawalpur intends to establish solar power generation units for its
following buildings.
v) Solar Grid-Tied System Mention Department Faculty Block, The Islamia University of
Bahawalpur.
vi) Solar water pumping system for water disposal (Mention Place name)
IB.1.3 Scope of Bid
The Directorate of Engineering of The Islamia University of Bahawalpur (hereinafter called “the Employer”) wishes to receive bids for the following scope of work of Supply/delivery, and testing under EPC Mode of “Solar Grid-Tied System for Various Academic Departments and Solar water Pumping System (For Water Disposal) at The Islamia University of Bahawalpur”.
The successful Bidder will be responsible for ONE (01) year mandatory & complimentary full operational warranty including any type of replacements during this warranty period of ONE year. Bidders must quote for the complete scope of work, for supply and mandatory & complimentary services separately. Any bid covering partial scope of work will be rejected as non-responsive. The Bidders shall also bid for next ONE year service agreement for maintenance of the installed solar system
NOTE: It is a TURNKEY Project and the qualified bidder will be liable to execute the complete
project in all respects. In case the contractor defaults to execute the project as per
approved terms and conditions, the contractor will be liable to reimburse whole of the
project cost.
IB.1.4 Warranty of the different parts of the Project:
Photo Voltaic Panels: 25 years Performance guarantee with 10 years workmanship warranty.
On Grid Inverters: 05 Years
Hybrid Inverter, Batteries & Water Pump: 02 Years
Mounting Structures: 05 Years
Cables, Distribution Boxes, and other accessories: 02 Years
Page 103 of 176
IB.1.5 Source of Funds
The Employer will execute this project from its own sources for eligible payments under the
Contract for which these Bidding Documents are issued.
IB.2 Eligible Bidders:
2.1 Bidding is open to all enlisted firms and consortiums meeting the following requirements:
b) Mandatory Basic Eligibility Criteria (Please read IB.16.10.1)
2.2 The bidders/contractors who will participate in the bidding will be Pre-Qualified in
accordance with the Mandatory Basic Eligibility Criteria (Mentioned in IB.16.10.1). Only the
Pre-Qualified contractors who will meet the Mandatory Basic Eligibility Criteria will be
considered for next stage of technical evaluation in accordance with the Detailed Technical
Evaluation Criteria (Mentioned in IB.16.10.2)
IB.3 Cost of Bidding
3.1 The bidder shall bear all costs associated with the preparation and submission of its bid and
the Employer will in no case be responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.
B. BIDDING DOCUMENTS
IB.4 Contents of Bidding Documents
4.1 In addition to Invitation for Bids, the Bidding Documents are those stated below, and should
be read in conjunction with any Addendum issued in accordance with Sub-Clause IB.6.1.
4. Instructions to Bidders & Bidding Data 5. Form of Bid & Schedules to Bid
Schedules to Bid comprise the following:
(vii) Schedule A: Schedule of Prices (viii) Schedule B: Specific Works Data (ix) Schedule C: Works to be Performed by Subcontractors (x) Schedule D: Proposed Programme of Works
Page 104 of 176
(xi) Schedule E: Method of Performing Works (xii) Schedule F: Integrity Pact
6. Conditions of Contract & Contract Data
4. Standard Forms:
(i) Form of Bid Security (Sample)
(ii) Form of Performance Security
(iii) Form of Contract Agreement
(iv) Form of Bank Guarantee for Advance Payment
5. Specifications (Technical Data)
6. Layouts, Drawings and Execution time-lines
IB.5 Clarification of Bidding Documents
5.1 A prospective bidder requiring any clarification(s) in respect of the Bidding Documents may
notify the Employer in writing or by, fax to Project Director The Islamia University of
Bahawalpur or fax number (------------)
5.2 Employer will examine the request for clarification of the Bidding Documents which it
receives not later than three day (03) days prior to the deadline for the submission of bids and
if needed will issue the clarification/amendment of the Bidding Documents at least two (02)
days before the date of submission of Bids (without identifying the source of enquiry) to all
prospective bidders who had purchased the Bidding Documents.
IB.6 Amendment of Bidding Documents
6.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason,
whether at his own initiative or in response to a clarification requested by a prospective
bidder, modify the Bidding Documents by issuing addendum.
6.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to Sub-Clause
6.1 hereof, and shall be communicated in writing to all purchasers of the Bidding Documents.
Prospective bidders shall acknowledge receipt of each addendum in writing to the Employer.
The bidder shall also confirm in the Form of Bid that the information contained in such
addendum have been considered in preparing his bid.
6.3 To afford prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer may at its discretion extend the deadline for submission of
bids.
C. PREPARATION OF BIDS
IB.7 Language of Bid
Page 105 of 176
7.1 The Bid prepared by the Bidder and all correspondence and documents relating to the Bid,
exchanged by the Bidder shall be written in the English language, provided that any printed
literature furnished by the Bidder may be written in another language so long as accompanied
by an English translation of its pertinent passages in which case, for purposes of interpretation
of the Bid, the English translation shall govern.
IB.8 Documents Comprising the Bid
8.1 The bid prepared by the bidder shall comprise the following components:
(a) Covering Letter
(b) Form of Bid duly filled, signed and sealed, in accordance with Sub-Clause IB.14.3.
(c) Schedules (A to F) to Bid duly filled and signed, in accordance with the instructions
contained therein. Sub-Clause IB.14.3.
(d) Bid Security furnished in accordance with Clause IB.13.
(e) Power of Attorney in accordance with Clause IB 14.5.
(f) Documentary evidence established in accordance with Clause IB.13 that the bidder is
eligible to bid and is qualified to perform the contract if its bid is accepted.
(g) Documentary evidence established in accordance with Clause IB.11that the Goods
and ancillary Services to be supplied by the bidder are eligible Goods and Services
and conform to the Bidding Documents.
IB.9 Sufficiency of Bid
9.1 Each bidder shall satisfy himself before Bidding as to the correctness and sufficiency of his Bid and of the rates and prices entered in the Schedule of Prices, which rates and prices shall except in so far as it is otherwise expressly provided in the Contract, cover all his obligations under the Contract and all matters and things necessary for the proper completion of the Works.
9.2 The bidder is advised to obtain for himself at his own cost and responsibility all information
that may be necessary for preparing the bid and entering into a Contract for execution of the
Works.
IB.10 Bid Prices, Currency of Bid and Payment
10.1 The bidder shall fill up the Schedule of Prices (Schedule A to Bid) indicating the unit rates
and prices of the Works to be performed under the Contract. Prices in the Schedule of Prices
shall be entered keeping in view the instructions contained in the Preamble to Schedule of
Prices.
10.5 Unless otherwise stipulated in the Conditions of Contract, prices quoted by the bidder shall remain fixed during the bidder’s performance of the Contract and not subject to variation on any account.
10.6 Prices for Goods and Services shall be quoted by the bidder in Pak Rupees.
10.7 Total bid price shall only be mentioned in the Financial proposal and shall be left blank in
Page 106 of 176
technical proposal.
IB.11 Documents Establishing Bidder’s Eligibility and Qualifications
11.1 Pursuant to Clause IB.8, the bidder shall furnish, as part of its bid, documents establishing the
bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
11.2 Bidder/Manufacturer must possess and provide evidence of its capability and the experience
as stipulated in Bidding Data and the Qualification Criteria stipulated in the Bidding
Documents.
(b) that, for supply of Goods under the Contract, the bidder shall provide test report from one of the approved laboratories, listed at Annex-B –Instructions To Bidders.
IB.12 Documents Establishing Works’ Conformity to Bidding Documents
12.1 The documentary evidence of the Works’ conformity to the Bidding Documents may be in the
form of literature, drawings and data and the bidder shall furnish documentation as set out in
Bidding Data.
12.2 The bidder shall note that standards for workmanship, material, equipment, and references to
brand names or catalogue numbers, if any, designated by the Employer in the Technical
Provisions are intended to be descriptive only and not restrictive.
IB.13 Bid Security
13.1 Each bidder shall furnish, as part of his bid, a Bid Security in Pak. Rupees equivalent to 2% of
the total bid value in the shape of CDR in favor of Project Director, the Islamia Universoty of
Bahawalpur.
13.2 Any bid not accompanied by an acceptable Bid Security shall be rejected by the Employer as
non-responsive.
13.3 The bid securities of unsuccessful bidders will be returned upon award of contract to the
successful bidder or on the expiry of validity of Bid Security whichever is earlier.
13.4 The Bid Security of the successful bidder will be returned when the bidder has furnished the
required Performance Security, pursuant to Clause IB.21 and signed the Contract Agreement,
pursuant to Sub-Clauses IB.20.2 & 20.3.
13.5 The Bid Security may be forfeited:
g. If a bidder withdraws his bid during the period of bid validity; or
h. If a bidder does not accept the correction of his Bid Price, pursuant to Sub-Clause 16.4 (b) hereof; or
i. In the case of a successful bidder, if he fails to:
Page 107 of 176
(ii) Furnish the required Performance Security in accordance with Clause IB.21, or
(ii) Sign the Contract Agreement, in accordance with Sub-Clauses IB.20.2 &
20.3.
IB.14 Validity of Bids, Format, Signing and Submission of Bid
14.1 Bids shall comprise of single stage two envelope process as per clause 38(2)(a) of PPRA
clearly indicating Project Name “Solar Grid-Tied System for Various Academic
Departments and Solar water Pumping System (Water Disposal) at The Islamia
University of Bahawalpur” containing two separate sealed envelops of technical and
financial proposals. Envelops shall be marked as “Technical Proposal” and “Financial
Proposal” in bold and legible letters
14.2 Bids shall remain valid for 120 days after the date of financial bid opening.
14.3 All Schedules to Bid are to be properly completed and signed. 14.4 No alteration is to be made in the Form of Bid except in filling up the blanks as directed. If
any alteration be made or if these instructions be not fully complied with, the bid may be
rejected.
14.5 Each bidder shall prepare one (1) Original and one (1) Copy, of the documents comprising the
bid as described in Clause IB.9 and clearly mark them “ORIGINAL” and ‘COPY” as
appropriate. In the event of discrepancy between them, the original shall prevail.
14.6 The original and the copy of the bid shall be typed or written in indelible ink and shall be
signed by a person or persons duly authorized to sign (in the case of copies, Photostats are
also acceptable). This shall be indicated by submitting a written Power of Attorney
authorizing the signatory of the bidder to act for and on behalf of the bidder. All pages of the
bid shall be initialed and official seal be affixed by the person or persons signing the bid.
14.7 The Bid shall be delivered in person by the address to Employer as given in Bidding Data.
D. SUBMISSION OF BIDS
IB.15 Deadline for Submission, Modification & Withdrawal of Bids
15.1 Bids must be received by the Employer at the address/provided in Bidding Data not later than
the time and date stipulated therein.
15.2 Bids submitted through telegraph, telex, fax or e-mail shall not be considered.
15.3 Any bid received by the Employer after the deadline for submission prescribed in Bidding
Data will be returned unopened to such bidder.
15.4 Any bidder may modify or withdraw his bid after bid submission provided that the
modification or written notice of withdrawal is received by the Employer prior to the deadline
for submission of bids.
15.5 Withdrawal of a bid during the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified in the Form of Bid may result in forfeiture of
the Bid Security pursuant to Sub-Clause IB.13.5 (a).
Page 108 of 176
E. BID OPENING AND EVALUATION
IB.16 Bid Opening, Clarification and Evaluation
16.1 The Bid opening committee will open the technical bids, in the presence of bidders or
authorized representatives who choose to attend, at the time, date and location stipulated in
the Bidding Data/tender.
16.2 The bidder’s name, the presence or absence of Bid Security, and such other details as the
Employer at its discretion may consider appropriate, will be announced by the Employer at
the bid opening. The Employer will record the minutes of the bid opening. Representatives of
the bidders who choose to attend shall sign the attendance sheet.
16.3 To assist in the examination, evaluation and comparison of Bids the Employer may, at its
discretion, ask the bidder for a clarification of its technical proposal. The request for
clarification and the response shall be in writing.
16.4 Prior to the detailed evaluation, pursuant to Sub-Clauses IB.16.7 to 16.10, the Employer will
determine the substantial responsiveness of each technical proposal to the Bidding
Documents. For purpose of these Clauses, a substantially responsive bid is one which
conforms to all the terms and conditions of the Bidding Documents without material
deviations. It will include determining the requirements listed in Bidding Data.
16.5 A Bid determined as substantially non-responsive will be rejected and will not subsequently
be made responsive by the bidder by correction of the non-conformity.
16.6 Technical Evaluation
The Technical committee of the Employer, on recommendations of the Engineer, will
evaluate and compare only the technical bids previously determined to be substantially
responsive pursuant to Sub-Clauses IB.16.4 to 16.6 as per requirements given hereunder. Bids
will be evaluated for complete scope of works and compliance with the specifications. It will
be examined in detail whether the Works offered by the bidder complies with the Technical
Provisions of the Bidding Documents. For this purpose, the bidder’s data submitted with the
bid in Schedule B to Bid will be compared with technical features/criteria of the Works
detailed in the Technical Provisions. Other technical information submitted with the bid
regarding the Scope of Work will also be reviewed.
16.8 Financial Evaluation
The financial proposal will be opened for only the technically qualified bids for which the
date will be communicated to the technically qualified bidders inviting them to attend by
uploading the list of the contractors who are technically qualified both on PPRA and
University official website. The prices will be compared on the basis of the Evaluated Bid
Price pursuant to Sub-Clause 16.9 herein below. It will be examined in detail whether the bids
comply with the commercial/contractual conditions of the Bidding Documents. It is expected
that no material deviation/stipulation shall be taken by the bidders.
16.9 Evaluated Bid Price
Page 109 of 176
In evaluating the bids, the Engineer/Employer will determine for each bid in addition to the
Bid Price, the following factors (adjustments) in the manner and to the extent indicated below
to determine the Evaluated Bid Price:
(f) Making any correction for arithmetic errors pursuant to following method:
If there is a discrepancy between the unit price and total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected. If there is a discrepancy between the words and figures the amount
in words shall prevail. If there is a discrepancy between the Detailed Schedule of
Prices and the total shown in Schedule of Price-Summary, the amount stated in the
Schedule of Price Summary will be corrected by the Employer in accordance with the
Detailed Schedule of Prices.
If the bidder does not accept the corrected amount of Bid, his Bid will be rejected and
his Bid Security forfeited.
(ii) The successful Bidder will provide necessary technical training to the Engineering
staff of IUB for installation and repair of Solar products being offered in this project..
16.10 Evaluation Methods
Pursuant to Sub-Clause 16.9, Para (ii), and (iii) following evaluation methods for price
adjustments will be followed:
Before opening of financial proposal, the technical proposal of each bidder will be evaluated based on
following evaluation criteria:
a. Marks between 0 and 100 in all the different relevant sections, will be given to the
technical proposals and to the financial proposals.
b. The final score given to a bidder will be composed of 80% of the technical mark and
20% of the financial marks.
c. The financial marks given will be proportional to the difference between the lowest
bid and the bid considered.
j. A minimum of 60% marks would be required for qualification of technical offer. Difference in price has to commensurate with the difference in quality.
k. The final marks obtained by bidder will be given weight in the following manners;
Technical Proposal (TP)= 80% (0.80) Financial Proposal (FP) = 20% (0.20)
The Financial proposal shall be opened publically in the presence of bidder’s authorized representative. The Lowest Evaluated Financial Proposal (LEFP) will be given the maximum financial score (MFS) of 100 points. The financial score (FS) of other Financial Proposals will be computed as per formula indicated below;
FS = 100 x LEFP/FP’ where; FS is Financial Score LEFP is the lowest price and FP’ is the price of the proposal under consideration.
Proposals will be ranked according to their combined Technical Score (TS) and Financial Score (FS) using the weights as mentioned at (e) above.
Page 110 of 176
l. The bidder achieving the highest combined score will be considered Substantial Responsive Bidder/Successful Bidder.
16.10.1 Mandatory Basic Eligibility Criteria
Description Yes No
PEC Registration Certificate of last 3-years renewed for the Year 2017-
2018 (Copy to be attached) , EE 11 (Solar).
Income Tax Registration Certificate along with Proof of submission of
Income Tax Return for the last three years.
Sales Tax Registration Certificate attached (Must be on Active Taxpayers
List “ATL” on FBR)
Affidavit on Stamp Paper duly attested that firm is not involved in
Litigation / or Black listed with any public organization in Pakistan.
Certification from any Recognized International Testing Laboratories for
the following equipment as mentioned in Annexure-B of Schedule VI.
5. Photo Voltaic Module
6. Battery
7. Solar Inverters
8. Energy Efficient Pump Set
Page 111 of 176
16.10.2 Detailed Technical Evaluation Criteria
S. No Description
Total Marks
Sub
Total Total
1 Firm in Business
One mark for each year (Max. 5 Marks)
5
2 Experience: Maximum marks 18
Past experience in Solar Systems (Hybrid/Grid-Tied) during last five
years.
d) 01 mark will be awarded for each completed work of similar nature 500 KWp and above. (Max: marks.6) (Work Orders OR Completion Certificates should be attached.)
e) 01 mark will be awarded for completed work of value more than 15-Million and above (Max: marks.07) (Work orders, satisfactory work report should be attached)
f) 01 mark will be awarded for each completed work of Solar
Power System System valuing Rs. (30-40 Millions and Above (Max: marks.5) (Work orders, satisfactory work report should be attached and work done less than Rs. 30 million will be marked zero)
6
7
5
18
Page 112 of 176
3 Expertise (Human Resource) Maximum marks 12
Two or more Renewable / Energy Engineer, having master/bachelor Degree and registered with PEC (06 Marks) (Zero marks will be given in case of less than two Energy Engineers)
Three or more than three Electrical/Electronics Engineers, having bachelor Degree and registered with PEC (06 Marks) (Zero marks will be given in case of less than three Electrical/Electronics Engineers)
06
06
12
4 Financial :
Firms having annual turnover in Audited Statements (verifiable) worth Rs.200.00 million or above each year for last 3 years from certified firms will be awarded three (03 marks for each year. (maximum 09 Marks)
Firms having annual turnover in Audited Statements (verifiable) worth Rs.150.00 million or above each year for last 3 years from certified firms will be awarded four (02) marks for each year. (maximum 06 Marks)
Firms having annual turnover in Audited Statements (verifiable) worth Rs.100.00 million or above each year for last 3 years from certified firms will be awarded two (01 marks for each year. (Maximum 03 Marks)
09
5 Certifications
ISO and OSHA Certification 4
4
6 Proportional marks will be given for wiring and installation
details diagram of Solar System as per Design and
requirements in 2D & 3D auto CAD drawing professionally
made for, mounting structure, invertors and Battery Box.
(Maximum Marks:08)
Time line plan of execution: (Maximum Marks: 02)
08
02
08
02
Page 113 of 176
7
Product Authorization Certificates from the Manufacturer (for the specific project)
10
10
8 Technical Compliance: (mentioned in section-VI, Technical Compliance Sheet)
Technical Compliance with Solar Photo voltaic Module (mentioned TC.1)
Technical compliance with solar inverter (mentioned TC.5,TC.5.1)
Technical Compliance with battery and accessories (mentioned TC.3)
Technical compliance with pump-set (mentioned TC.6)
NOTE: Project Authorization Certificate for this project from the Manufacturer will be mandatory for ensuring Technical compliance in the above 04 areas.
10
6
6
10
32
IB.17 Process to be Confidential
17.1 Subject to Sub-Clause IB.16.3 heretofore, no bidder shall contact the Employer on any matter
relating to its Bid from the time of the Bid opening to the time the bid evaluation result is
announced by the Employer. The announcement to all bidders will include table(s)
comprising read out price offered by the bidder and final evaluated prices and
recommendations against all the bids evaluated.
17.2 Any effort by a bidder to influence the Employer in the Bid evaluation, Bid comparison or
Contract Award decisions may result in the rejection of his Bid. Whereas, any bidder feeling
aggrieved may lodge a written complaint not later than Ten (10) days after the announcement
of the bid evaluation result on the PPRA and official website of the University which will be
finally decided by the Grievances Committee of the IUB, however, mere fact of lodging a
complaint shall not warrant suspension of procurement process.
Page 114 of 176
F. AWARD OF CONTRACT
IB.18. Post Qualification
18.1 The Employer, at any stage of the bid evaluation, having credible reasons for evidence of any
defect in supplier’s or contractor’s capacities, may require the suppliers or contractors to
provide information concerning their professional, technical, financial, legal or managerial
competence whether already pre-qualified or not:
Provided that such qualification shall only be laid down after recording reasons there off in
writing. They shall form part of the records of that bid evaluation report.
18.2 The determination will take into account the bidder’s financial and technical capabilities. It
will be based upon an examination of the documentary evidence of the bidders’ qualifications
submitted under Clause IB.11, as well as such other information required in the Bidding
Documents.
IB.19 Award Criteria & Employer’s Right
19.1 Subject to Sub-Clause IB.19.2, the Employer will award the Contract to the bidder whose bid
has been determined to be substantially responsive to the Bidding Documents and who has
offered the best price, provided that such bidder has been determined to be qualified to
satisfactory perform the Contract in accordance with the provisions of Clause IB.18.
19.2 Notwithstanding Sub-Clause IB.19.1, the Employer reserves the right to accept or reject all
bids, at any time prior to award of Contract, without thereby incurring any liability to the
affected bidders or any obligation to inform the affected bidders of the grounds for the
Employer’s action except that the grounds for its rejection of all bids shall upon request be
Page 115 of 176
communicated, to any bidder who submitted a bid, without justification of the grounds.
Notice of the rejection of all the bids shall be given promptly to all the bidders.
IB.20 Notification of Award & Signing of Contract Agreement
20.1 Prior to expiration of the period of bid validity prescribed by the Employer, the Employer will
notify the successful bidder in writing (“Letter of Acceptance”) that his bid has been
accepted.
20.2 Within fifteen (15) days from the date of furnishing of acceptable Performance Security under
the Conditions of Contract, the Employer will send the successful bidder the Form of Contract
Agreement provided in the Bidding Documents, incorporating all agreements between the
parties.
20.3 The formal Agreement between the Employer and the successful bidder shall be executed
within ten (10) days of the receipt of Form of Contract Agreement by the successful bidder
from the Employer.
IB.21 Performance Security:
21.1 The successful bidder shall furnish to the Employer Ten percent (10%) Performance Security
in the form of Bank Guarantee / Pay Order / Demand Draft only also stipulated in the
Conditions of Contract within a period of fifteen (15) days after the receipt of Letter of
Acceptance.
21.2 Failure of the successful bidder to comply with the requirements of Sub-Clauses IB.20.2 &
20.3 or 21.1 or Clause IB.22 shall constitute sufficient grounds for the annulment of the
award and forfeiture of the Bid Security.
IB.22 Integrity Pact
The Bidder shall sign and stamp the Form of Integrity Pact provided at Schedule-F to Bid in
the Bidding Document for all Government procurement contracts exceeding Rupees ten (10)
million. Failure to provide such Integrity Pact shall make the bid non-responsive.
Page 116 of 176
BIDDING DATA
1.1 Name of Employer: Project Director,
The Islamia University of Bahawalpur.
2.1 Brief Description of Works:
Supply/delivery, Installation commissioning and testing of Solar Energy for “SOLAR GRID-
TIED SYSTEM FOR VARIOUS ACADEMIC DEPARTMENTS AND SOLAR WATER
PUMPING SYSTEM (FOR WATER DISPOSAL) AT THE ISLAMIA UNIVERSITY OF
BAHAWALPUR”., for the warranty period which is One Year after handing over the project
sites to the beneficiary and acceptance.
2.1 Employer’s Representative / Engineer Address:
Project Director,
The Islamia University of Bahawalpur.
2.2 Bid shall be quoted entirely in Pak. Rupees and the price will not be subject to any foreign
exchange variations. The payment shall be made in Pak. Rupees.
2.3 The bidder/manufacturer has the financial, technical and production capability necessary to
perform the Contract as follows: Supply/delivery, installation, commissioning and testing of
Solar Energy system with ONE year mandatory& complimentary warranty along with ONE
year service and maintenance agreement.
2.4 (a) A detailed description of the Works, essential technical and performance
characteristics.
(b) Complete set of technical information, description data, literature (in English) and
drawings as required in accordance with Schedule B to Bid, Specific Works Data. This will
include but not be limited to a sufficient number of drawings, photographs, catalogues,
illustrations and such other information as is necessary to illustrate clearly the significant
characteristics such as general construction dimensions and other relevant information about
the works to be performed.
Page 117 of 176
3.1 Amount of Bid Security:
Bids must be accompanied by a Bid Security in form of Payment Order / Bank Draft of 2% of
the Estimated Cost mentioned in the main tender and must be delivered to the Project Director, The Islamia University of Bahawalpur.
4.1 Period of Bid Validity:
Bids shall remain valid for 120 days after the date of bid opening.
5.1 Project Handing-Over:
Project should be completed (in all respects) in 180 Days and hand-over to
beneficiary/Employer.
5.1 Number of Copies of the Bid to be submitted (in separate envelopes):
Technical Bid: - One original & one copy of the technical proposal.
Financial Bid: - One original only.
6.1 (a) Employer's Address for the Purpose of Bid Submission:
Office of Project Director, Directorate of Engineering
Abbasia Campus, The Islamia University of Bahawalpur. 7.1 Deadline for Submission of Bids (As mentioned in the main Tender advertisement)
8.1 Venue, Time, and Date of Bid Opening (As mentioned in the main Tender advertisement)
Venue: Office of Project Director, Abbasia Campus, The Islamia University of Bahawalpur.
9.1 Responsiveness of Bids
(i) The Bid must be valid for one twenty (120) days period,
(ii) Filled in Bid forum duly signed / stamped by the Authorized Entity of the firm.
(iii) The Bidder/Manufacturer is eligible to Bid and possesses the requisite experience,
capability and qualification.
(iv) The Bid does not deviate from basic technical requirements.
(v) The Bids are generally in order, etc.
Page 118 of 176
SECTION -III
FORM OF
BID
&
SCHEDULES TO
BID
Page 119 of 176
FORM OF BID (LETTER OF OFFER)
Bid Reference No. ________________
Name of the work:
SOLAR GRID-TIED SYSTEM FOR VARIOUS ACADEMIC DEPARTMENTS AND SOLAR
WATER PUMPING SYSTEM (FOR WATER DISPOSAL) AT THE ISLAMIA UNIVERSITY OF
BAHAWALPUR.
To:
Project Director
The Islamia University of Bahawalpur.
Gentlemen,
1. Having examined the Bidding Documents including Instructions to Bidders, Conditions of
Contract, Specifications, Drawings, Schedule of Prices and Addenda for the execution of the
above-named Works, we, the undersigned, being a company doing business under the name
of _______________________________________________and
address__________________________________________________________________and
being duly incorporated under the laws of ____________________________ hereby offer to
execute and complete such Works and remedy any defects therein in conformity with the said
Documents including Addend a thereto for the Total Bid Price of Rs.__________________
(Rupees________________________________)2 or such other sum as may be ascertained in
accordance with the said Documents.
(To be left blank for technical Bid)
2. We understand that all the Schedules attached hereto form part of this Bid.
3. As security for due performance of the undertakings and obligations of this Bid, we submit
herewith a Bid Security amounting of __________________drawn in your favor or made
payable to you and valid for a period twenty eight (28) days beyond the period of validity of
Bid.
4. We undertake, if our Bid is accepted, to commence the Works and to deliver and complete the
whole of the Works comprised in the Contract within the time(s) stated in Preamble to the
Conditions of Contract.
5. We agree to abide by this Bid for the period of ______ days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
6. Unless and until a formal Agreement is prepared and executed, this Bid, together with your
written acceptance thereof, shall constitute a binding contract between us.
7. We undertake, if our Bid is accepted, to execute the Performance Security referred to in
Clause 10 of Conditions of Contract for the due performance of the Contract.
Page 120 of 176
8. We understand that you are not bound to accept the lowest or any Bid you may receive.
9. We do hereby declare that the Bid is made without any collusion, comparison of figures or
arrangement with any other person or persons making a Bid for the Works.
10. We confirm, if our Bid is accepted, that all partners of the joint venture shall be liable jointly
and severally for the execution of the Contract and the composition or the constitution of the
joint venture shall not be altered without the prior consent of the Employer. (Please delete in
case of Bid from a single firm).
Dated this _______________________day of ____________________20______
Signature ________________in the capacity of _______________________duly
authorized to sign bids for and on behalf of ____________________________
(Name of Bidder in Block Capitals)
(Seal)
Address ______________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
Witness:
(Signature)___________________________________________________________
(Name)______________________________________________________________
Address:______________________________________________________________
_____________________________________________________________________
Occupation____________________________________________________________
Page 121 of 176
SCHEDULES TO BID
INCLUDE THE FOLLOWING:
Schedule A to Bid: Schedule of Prices
Schedule B to Bid: Specific Works Data
Schedule C to Bid: Work to be Performed by Subcontractors
Schedule D to Bid: Proposed Program of Works
Schedule E to Bid: Method of Performing Works
Schedule F to Bid: Integrity Pact
Page 122 of 176
SCHEDULE – A TO BID
Schedule Of Prices
Sr. No. Description Page No.
3. Preamble to Schedule of Prices 28
4. Complete Schedule of Prices 30
Page 123 of 176
PREAMBLE TO SCHEDULE OF PRICES
1. General
1.1 The Schedule of Prices shall be read in conjunction with the Conditions of Contract, Contract Data together with the Specifications and Drawings, if any.
1.2 The Contract shall be for the whole of the Works as described in these
Bidding Documents. Bids must be for the complete scope of works.
2. Description
2.1 The general directions and descriptions of works and materials are not necessarily repeated nor summarized in the Schedule of Prices. References to the relevant sections of the Bidding Documents shall be made before entering prices against each item in the Schedule of Prices.
3. Units & Abbreviations
3.1 Units of measurement, symbols and abbreviations expressed in the Bidding Documents shall comply with the System International d’ Units (SI Units).
(Note: The abbreviations to be used in the Schedule of Prices to be defined by
the Employer).
4. Rates and Prices
4.1 Except as otherwise expressly provided under the Conditions of Contract, the rates and amounts entered in the Schedule of Prices shall be the rates at which the Contractor shall be paid and shall be the full inclusive value of the works set forth or implied in the Contract; except for the amounts reimbursable, if any to the Contractor under the Contract.
4.2 Unless otherwise stipulated in the Contract Data, the rates and prices entered
by the bidder shall not be subject to adjustment during the performance of the Contract.
4.3 All Govt. taxes, duties and other levies will be applicable as per government
rules and payable by the Contractor.
4.4 The whole cost of complying with the provisions of the Contract shall be
included in the items provided in the Schedule of Prices, and where no items are provided, the cost shall be deemed to be distributed among the rates and prices entered for the related items of the Works and no separate payment will be made for those items. The rates, prices and amounts shall be entered against each item in the Schedule of Prices. Any item against which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates and prices for other items in the Schedule of Prices.
Page 124 of 176
4.5 (a) The bidder shall be deemed to have obtained all information as to and all requirements related thereto which may affect the bid price.
(b) The Contractor shall be responsible to make complete arrangements
for the transportation of the Equipment and Materials and successful completion & commissioning in all respects.
4.6 The Contractor shall provide for all parts of the Works to be completed in
every respect. Notwithstanding that any details, accessories, etc. required for the complete installation and satisfactory operation of the Works, are not specifically mentioned in the Specifications, such details shall be considered as included in the Contract Price.
5. Bid Prices
5.1 Break-up of Bid Prices
The various elements of Bid Prices shall be quoted as detailed by the
Employer in the format of Schedule of Prices.
The bidder shall recognize such elements of the costs which he expects to incur the performance of the Works and shall include all such costs in the rates and amounts entered in the Schedule of Prices.
5.2 Total Bid Price
The total Detailed Schedule of Prices shall be entered in the Schedule of
Price Summary.
6. Provisional Sums
6.1 Provisional Sums, if any, included and so designated in the Schedule of Prices if any, shall be expended in whole or in part at the direction and discretion of the Employer. The Contractor will only receive payment in respect of Provisional Sums if he has been instructed by the Employer to utilize such sums.
Page 125 of 176
Schedule-A, to BID
COMPLETE SCHEDULE OF PRICES SOLAR GRID-TIED SYSTEM FOR VARIOUS ACADEMIC DEPARTMENTS AND
SOLAR WATER PUMPING SYSTEM (FOR WATER DISPOSAL) AT THE ISLAMIA UNIVERSITY OF BAHAWALPUR.
CONTRACT PRICE:
5. The Price of imported items including taxes(if applicable) Rs. ______________________
6. The Price of local items including taxes(if applicable) is Rs. _______________________
7. The GST Cost (to be claimed on GST invoice if applicable) is Rs. _____________________
8. The Total contract Cost including all taxes is Rs. ______________________
Page 126 of 176
BREAKDOWN OF COSTS INCLUDED IN THE CONTRACT PRICE (SHEDULE OF PRICE SUMMARY)
S No. Description Total Amount (Rs)
A.
a. b.
c. d.
e.
f.
g.
h.
i. j.
k. l. m.
System-1: 150 KW ON-Grid SOLAR Photo Voltaic (PV) SYSTEM FOR Faculty of Science BJC and Admin Block Abbasia Campus AT IUB. Cost of Solar Photo Voltaic Modules Cost of Grid Tied (ON-Grid) Inverters Cost of MCU/Change over including cabling etc. Cost of DC Power Cabling (TUV Certified) with requisite installation material. Cost of AC Power Cabling with requisite installation material. Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. Cost of DC Breakers A+ Quality (Between Combiner Boxes ).
Cost of AC Breakers (Between Grid to Inverters) (Incoming & Outgoing). Cost of Breaker Cabinets (Powder Coated). Cost of Earthing Kit with Cabling and necessary installation material.
Cost of Lightning & Surge arrestor/protection system with Cabling and necessary installation material. Cost of DC and AC Distribution/Junction Boxes or Combiners Box.
Cost of Intelligent controller Monitoring System with
Page 127 of 176
n.
o.
p.
q.
Graphical Analysis. Cost of MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. Installation, Commissioning and testing. Cost of GI Perforated Cable Tray. Cost of any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
Total Cost of System-1
B.
a. b.
c. d.
e.
f.
g.
h.
i. j.
System-2: Solar Water Pumping System (For Water Disposal) Turminal Disposal Point near Farm Office Cost of Solar Photo Voltaic Modules Cost of Energy Efficient Pump-Set with Pump Inverter Cost of MCU/Change over including cabling etc. Cost of DC Power Cabling (TUV Certified) with requisite installation material. Cost of AC Power Cabling with requisite installation material. Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. Cost of DC Breakers A+ Quality (Between Combiner Boxes ).
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). Cost of Breaker Cabinets (Powder Coated). Cost of Earthing Kit with Cabling and necessary installation material.
Page 128 of 176
k. l. m. n. o.
p.
q. r.
Cost of Lightning & Surge arrestor/protection system with Cabling and necessary installation material. Cost of DC and AC Distribution/Junction Boxes or Combiners Box.
Cost of Intelligent controller Monitoring System with Graphical Analysis. Cost of MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. Installation, Commissioning and testing. Cost of GI Perforated Cable Tray. Cost of any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
Total Cost of System-2
Total Cost of System (1+2)
(Rupees __________________________________________________________________)
(In Words)
Page 129 of 176
SCHEDULE - A TO BID DETAILED SCHEDULE OF PRICES
(To be carried to the Schedule of Price Summary)
S No. Description Quantity Unit Rate(Rs) Total Amount (Rs)
A.
a.
b. c. d.
e.
System-1: 150-KW ON-Grid SOLAR Photo Voltaic (PV) SYSTEM FOR FACULTY OF SCIENCE BJC & ADMIN BLOCK ABBASIA CAMPUS AT IUB Cost of Solar Photo Voltaic Modules. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Grid Tied Inverters. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MCU/Change Over including cabling etc. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Power Cabling (TUV Certified) with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of AC Power Cabling with requisite installation material. ----------------------------------------
Page 130 of 176
f.
g.
h.
i. j. k.
---------------------------------------- --------------------------------------- Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers A+ Quality (Between Combiner Boxes ). ---------------------------------------- ---------------------------------------- ---------------------------------------
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Breaker Cabinets (Powder Coated).
---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Earthing Kit with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Lightning and surge arrestor/protection system with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC and AC Distribution/Junction
Page 131 of 176
l. m.
n.
o.
p.
q.
r.
Boxes or Combiners Box. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Intelligent controller Monitoring with Graphical Analysis. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MC4 Connectors (IP-68). ---------------------------------------- ---------------------------------------- --------------------------------------- Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. ---------------------------------------- ---------------------------------------- --------------------------------------- Installation, Commissioning and Testing. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of GI Perforated Cable Tray. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost any other material system deemed necessary by the bidder who meet the employer requirement not covered above. ---------------------------------------- ---------------------------------------- --------------------------------------
Page 132 of 176
B.
a.
b. c. d.
e.
System-2: Solar Water Pumping System (For Water Disposal) Terminal Disposal Point near Farm Office Cost of Solar Photo Voltaic Modules. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Energy Efficient Pump with Pump Inverter. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MCU/Change Over including cabling etc. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Power Cabling (TUV Certified) with requisite installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of AC Power Cabling with requisite
Page 133 of 176
f.
g.
h.
i. j. k.
installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers ( Between PV Panels Strings) A+ Quality. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC Breakers A+ Quality (Between Combiner Boxes ). ---------------------------------------- ---------------------------------------- ---------------------------------------
Cost of AC Breakers (Between Grid to Inverter) (Incoming & Outgoing). ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Breaker Cabinets (Powder Coated).
---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Earthing Kit with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Lightning and surge arrestor/protection system with Cabling and necessary installation material. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of DC and AC Distribution/Junction
Page 134 of 176
l. m.
n.
o.
p.
q.
r.
Boxes or Combiners Box. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of Intelligent controller Monitoring with Graphical Analysis. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost of MC4 Connectors (IP-68). ---------------------------------------- ---------------------------------------- --------------------------------------- Frame structures Mechanical Fixing and Civil Work Cost and Installation complete in all respects. ---------------------------------------- ---------------------------------------- --------------------------------------- Installation, Commissioning and Testing. ---------------------------------------- ---------------------------------------- --------------------------------------- Cost of GI Perforated Cable Tray. ---------------------------------------- ---------------------------------------- -------------------------------------- Cost any other material system deemed necessary by the bidder who meet the employer requirement not covered above. ---------------------------------------- ---------------------------------------- --------------------------------------
Page 135 of 176
Schedule-B, to BID
SPECIFIC WORKS DATA
DETAILED SCHEDULE OF EQUIPMENT SOLAR GRID-TIED SYSTEM FOR VARIOUS ACADEMIC DEPARTMENTS AND
SOLAR WATER PUMPING SYSTEM (FOR WATER DISPOSAL) AT THE ISLAMIA UNIVERSITY OF BAHAWALPUR.
The contractor will provide the following equipment
Specifications are given in Section-VI (Annexure) (Technical Compliance Sheet)
S No. Description Units Brands
Page 136 of 176
A.
a. b.
c. d.
e.
f.
g.
h.
i. j.
k.
l. m. n. o.
p.
q.
System-1: 150-KW ON-Grid SOLAR Photo Voltaic (PV) SYSTEM FOR Faculty of Science BJC & Admin Block Abbasia Campus AT IUB Solar Photo Voltaic Modules Grid Tied (ON-Grid) Inverters MCU/Change over including cabling etc. DC Power Cabling (TUV Certified) with requisite installation material. AC Power Cabling with requisite installation material. DC Breakers ( Between PV Panels Strings) A+ Quality. DC Breakers A+ Quality (Between Combiner Boxes ).
AC Breakers (Between Grid to Inverters) (Incoming & Outgoing). Breaker Cabinets (Powder Coated). Earthing Kit with Cabling and necessary installation material.
Lightning & Surge arrestor/protection system with Cabling and necessary installation material. DC and AC Distribution/Junction Boxes or Combiners Box.
Intelligent controller Monitoring System with Graphical Analysis. MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work and Installation complete in all respects. Installation, Commissioning and testing. GI Perforated Cable Tray.
Page 137 of 176
r.
Any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
B.
a. b.
c. d.
e.
f.
g.
h.
i. j.
System-2: Solar Water Pumping System (For Water Disposal) Terminal Disposal Point near Farm Office Solar Photo Voltaic Modules Energy Efficient Pump-Set with Pump Inverter MCU/Change over including cabling etc. DC Power Cabling (TUV Certified) with requisite installation material. AC Power Cabling with requisite installation material. DC Breakers ( Between PV Panels Strings) A+ Quality. DC Breakers A+ Quality (Between Combiner Boxes ).
AC Breakers (Between Grid to Inverter) (Incoming & Outgoing).
Breaker Cabinets (Powder Coated). Earthing Kit with Cabling and necessary installation material.
Page 138 of 176
k.
l. m. n. o.
p.
q.
Lightning & Surge arrestor/protection system with Cabling and necessary installation material. DC and AC Distribution/Junction Boxes or Combiners Box.
Intelligent controller Monitoring System with Graphical Analysis. MC4 Connectors (IP-68). Frame structures Mechanical Fixing and Civil Work and Installation complete in all respects. Installation, Commissioning and testing. GI Perforated Cable Tray. Any other material system deemed necessary by the bidder who meet the employer requirement not covered above.
Page 139 of 176
Schedule-C, to BID
WORK TO BE PERFORMED BY SUBCONTRACTORS The bidder will carry out the work with his own forces but if he wants to sub-let some portion of work, then he is to provide the following information: Items of Work Name and address of Statement of similar to be Sub-Contracted Sub-Contractor works previously executed (attach evidence) Considering the situation at project site, the Contractor may hire a local partner/installer for project execution. In either case, contractor will share the complete execution plan with the employer.
Schedule-D, to BID
PROPOSED WORK PLAN
Bidder shall provide a program in a bar-chart/CPM/PERT form showing the sequence of work items by which he proposes to complete the work of the entire Contract. The program should indicate the sequence of work items and the period of time during which he proposes to complete the Works including the activities like designing, schedule of submittal of drawings, ordering and procurement of materials, manufacturing, delivering, construction of civil works, erection, testing and commissioning of Works to be supplied under the Contract.
Page 140 of 176
Schedule-E, to BID
METHOD OF PERFORMING WORKS
The bidder is required to submit a narrative outline of the method of performing the Works. The
narrative should indicate in detail and include but not be limited to:
A list of all major items of constructional and erection tools and vehicles proposed to be used in carrying out the Works at Site, including number of each kind, make, type, capacity of all equipment, working condition, which shall be deployed by him for installation Testing and Commissioning of the Works, in sufficient detail to demonstrate fully that the equipment duly certified by the approved laboratories as per Annex B will meet all the requirements of the Technical Provisions.
The procedure for transportation and distribution of SHS units and materials to the site. Details regarding mobilization in Project area, the type of facilities including personnel
accommodation, office accommodation, provision for maintenance and for storage, communications, security and other services to be used.
Organizational chart indicating the head office & field office personnel involved in management,
supervision and engineering of the Works to be done under the Contract.
Page 141 of 176
Page 142 of 176
Schedule-F, to BID (INTEGRITY PACT)
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS WORTH RS. 10.00 MILLION OR MORE
Contract No.________________ Dated __________________ Contract Value: ________________ Contract Title: _________________
………………………………… [name of Supplier] hereby declares that it has not obtained or
induced the procurement of any contract, right, interest, privilege or other obligation or
benefit from The Project Director, Islamia University of Bahawalpur or any administrative
subdivision or agency thereof or any other entity owned or controlled by PD-IUB through any
corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and
not given or agreed to give and shall not give or agree to give to anyone within or outside
Pakistan either directly or indirectly through any natural or juridical person, including its
affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described
as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a
contract, right, interest, privilege or other obligation or benefit in whatsoever from PD-IUB,
except that which has been expressly declared pursuant hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with PD-IUB and
has not taken any action or will not take any action to circumvent the above declaration,
representation or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other rights and remedies available to PD-IUB under any law,
contract or other instrument, be voidable at the option of PD-IUB.
Notwithstanding any rights and remedies exercised by PD-IUB in this regard, [name of
Supplier] agrees to indemnify PD-IUB for any loss or damage incurred by it on account of its
corrupt business practices and further pay compensation to PD-IUB in an amount equivalent
to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by
[name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of
any contract, right, interest, privilege or other obligation or benefit in whatsoever form from
PD-IUB.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: …………………… Signature: …………………………
[Seal] [Seal]
Page 143 of 176
SECTION -IV
CONDITIONS OF
CONTRACT
&
CONTRACT
DATA
Page 144 of 176
CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions
In the Contract as defined below, the words and expressions defined shall have the
following meanings assigned to them, except where the context requires otherwise:
The Contract 1.1.1 “Contract” means the Contract Agreement and the other documents listed in the Contract
Data. 1.1.2 “Specifications” means the document as listed in the Contract Data, including Employer’s
requirements in respect of design to be carried out by the Contractor (if any), and any Variation to such document.
1.1.3 “Drawings” means the Employer’s drawings of the Works as listed in the Contract Data,
and any Variation to such drawings. Persons 1.1.4 “Employer” means the person named in the Contract Data and the legal successors in title
to this person, but not (except with the consent of the Contractor) any assignee. The employer’s representative is the Project Director, The Islamia University of
Bahawalpur. 1.1.5 “Contractor” means the person named in the Contract Data and the legal successors in
title to this person, but not (except with the consent of the Employer) any assignee. 1.1.6 “Party” means either the Employer or the Contractor. Dates, Times and Periods 1.1.8 “Commencement Date” means the fourteen (14) days after the date the Contract comes
into effect or any other date mention in the Contract Data. 1.1.9 “Day” means a calendar day 1.1.10 “Time for Completion” means the time for completing the Works as stated in the Contract
Data (or as extended under Sub-Clause 7.3), calculated from the Commencement Date. Money and Payments
1.1.12 “Cost” means all expenditure properly incurred (or to be incurred) by the Contractor, whether
on or off the Site, including overheads and similar charges but does not include any
allowance for profit.
Page 145 of 176
Other Definitions
1.1.12 “Contractor’s Equipment” means all machinery, apparatus and other things required for
the execution of the Works but does not include Materials or Plant intended to form part
of the Works.
1.1.13 “Country” means the Islamic Republic of Pakistan.
1.1.14 “Employer’s Risks” means those matters listed in Sub-Clause 6.1.
1.1.15 “Force Majeure” means an event or circumstance which makes performance of a Party’s
obligations illegal or impracticable and which is beyond that Party’s reasonable control.
1.1.16 ‘Materials” means things of all kinds (other than Plant) to be supplied and incorporated in
the Works by the Contractor.
1.1.17 “Plant” means the machinery and apparatus intended to form or forming part of the
Works.
1.1.18 “Site” means the places provided by the Employer where the Works are to be executed,
and any other places specified in the Contract as forming part of the Site.
1.1.19 “Variation” means a change which is instructed by the Engineer/Employer under Sub-
Clause 10.1.
1.1.20 ‘Works” means any or all the works whether Supply, Installation, Construction etc. and
design (if any) to be performed by the Contractor including temporary works and any
variation thereof.
1.1.21 “Engineer” means the person notified by the Employer to act as Engineer for the purpose
of the Contract and named as such in Contract Data.
1.2 Interpretation
Words importing persons or parties shall include firms and organizations. Words
importing singular or one gender shall include plural or the other gender where the
context requires.
1.3 Priority of Documents
The documents forming the Contract are to be taken as mutually explanatory of one
another. If an ambiguity or discrepancy is found in the documents, the priority of the
documents shall be in accordance with the order as listed in the Contract Data.
1.4 Law
The law of the Contract is the relevant Law of Islamic Republic of Pakistan.
Page 146 of 176
1.5 Communications All Communications related to the Contract shall be in English language. 1.6 Statutory Obligations The Contractor shall comply with the Laws of Islamic Republic of Pakistan and shall give
all notices and pay all fees and other charges in respect of the Works. 2. THE EMPLOYER 2.1 Possession of Site The Employer shall handover the Site and right of access thereto within the period
specified in the Contract Data. 2.2 Permits etc. The Employer shall, if requested by the Contractor, assist him in applying for permits,
licenses or approvals which are required for the Works. 2.3 Engineer’s/Employer’s Instructions The Contractor shall comply with all instructions given by the Employer or the Engineer /
Representative of Employer, if notified by the Employer, in respect of the Works including the suspension of all or part of the Works.
2.4 Approvals No approval or consent or absence of comment by the Engineer/Employer shall affect the
Contractor’s obligations. 3. ENGINEER’S/EMPLOYER’S REPRESENTATIVES 3.1 Authorized Person The Employer shall appoint a duly authorized person to act for him and on his behalf for
the purposes of this Contract. Such authorized person shall be duly identified in the Contract Data or otherwise notified in writing to the Contractor as soon as he is so appointed. In either case the Employer shall notify the Contractor, in writing, the precise scope of the authority of such authorized person at the time of his appointment.
3.2 Employer’s Representative
The name and address of Employer’s Representative is given in Contract Data. However
the Contractor shall be notified by the Engineer/Employer, the delegated duties and
authority before the Commencement of Works.
4. THE CONTRACTOR
4.1 General Obligations
The Contractor shall carry out the Works properly and in accordance with the Contract. The Contractor shall provide all supervision, labor, Materials, Plant and Contractor’s Equipment which may be required.
Page 147 of 176
4.2 Contractor’s Representative
The Contractor shall appoint a representative at site on full time basis to supervise the
execution of work and to receive instructions on behalf of the Contractor but only after
obtaining the consent of the Employer for such appointment which consent shall not be
unreasonable withheld by the Employer. Such authorized representative may be
substituted/ replaced by the Contractor at any time during the Contract Period but only
after obtaining the consent of the Employer as aforesaid.
5. DESIGN BY CONTRACTOR
5.1 Contractor’s Design
The Contractor shall carry out design to the extent specified, as referred to in the Contract
Data. The Contractor shall promptly submit to the Engineer/Employer all designs
prepared by him. The Engineer/Employer shall notify any comments or, if the design
submitted is not in accordance with the Contract, shall reject it stating the reasons. The
Contractor shall not construct any element of the Works designed by him. Design that has
been rejected shall be promptly amended and resubmitted. The Contractor shall resubmit
all designs commented on taking these comments into account as necessary.
5.2 Responsibility for Design
The Contractor shall remain responsible for his submitted design and the design under this Clause, both of which shall be fit for the intended purposes defined in the Contract and he shall also remain responsible for any infringement of any patent or copyright in respect of the same. The Engineer/Employer shall be responsible for the Specifications and Drawings.
6. EMPLOYER’S RISKS 6.1 The Employer’s Risks The Employer’s Risks are:- a) Ionizing radiations, or contamination by radio-activity from any nuclear fuel, or
from any nuclear waste from the combustion of nuclear fuel, radio-active toxic explosive, or other hazardous properties of any explosive nuclear assembly or nuclear component of such an assembly, except to the extent to which the Contractor/Sub-Contractors may be responsible for the use of any radio-active material;
b) Pressure waves caused by aircraft or other aerial devices travelling at sonic or
supersonic speeds; c) Use or occupation by the Employer of any part of the Works, except as may be
specified in the Contract; d) Late handing over of sites, anomalies in drawings, late delivery of designs and
drawings of any part of the Works by the Employer’s personnel or by others for whom the Employer is responsible;
e) A suspension under Sub-Clause 2.3 unless it is attributable to the Contractor’s
failure; and
Page 148 of 176
f) Physical obstructions or physical conditions other than climatic conditions, encountered on the Site during the performance of the Works, for which the Contractor immediately notified to the Employer and accepted by the Employer.
7. TIME FOR COMPLETION 7.1 Execution of the Works
The Contractor shall commence the Works on the Commencement Date and shall proceed expeditiously and without delay and shall complete the Works, subject to Sub-Clause 7.3 below, within the Time for Completion.
7.2 Program
Within the time stated in the Contract Data, the Contractor shall submit to the Engineer/Employer a program for the Works in the form stated in the Contract Data.
7.3 Extension of Time
The Contractor shall complete the work in stipulated time period of 180 Days. No extension will be given what so ever in any circumstances.
7.4 Late Completion / Liquidated Damages
If the Contractor fails to complete the Works within the Time for Completion, the Contractor’s only liability to the Employer for such failure shall be to pay the amount stated in the Contract Data for each day for which he fails to complete the Works.
8. TAKING-OVER
The Contractor shall notify the Engineer/Employer when he considers that the Works are complete.
8.2 Taking-Over Notice
After the receipt of the said notice of completion from the Contractor the Employer/Engineer shall carryout an inspection of the executed works and subject to satisfactory performance of the systems shall issue a Certificate of Completion to that effect. While issuing the Certificate of Completion as aforesaid, the Employer/Engineer may identify any outstanding items of work which the Contractor shall undertake during the Maintenances Period.
9. REMEDYING DEFECTS
9.1 Remedying Defects The Contractor shall for a period of ONE year mandatory and complimentary operational
warranty of all kinds as stated in the Contract Data from the date of issue of the Certificate of Completion carry out, at no cost to the Employer, repair and rectification work which is necessitated by the earlier execution of poor quality of work or use of below specifications material in the execution of Works and which is so identified by the Employer/Engineer in writing within the said period. Upon expiry of the said period, and subject to the Contractor’s faithfully performing his aforesaid obligations, the
Page 149 of 176
Employer/Engineer shall issue a Maintenance Certificate whereupon all obligations of the Contractor under this Contract shall come to an end.
Failure to remedy any such defects or complete outstanding work within a reasonable
time shall entitle the Employer to carry out all necessary works at the Contractor’s cost.
10. VARIATIONS AND CLAIMS
10.1 Right to Vary
The Employer/Engineer may issue Variation Order(s) in writing. Where for any reason it has not been possible for the Employer/Engineer to issue such Variations Order(s), the Contractor may confirm any verbal orders given by the Employer/Engineer in writing and if the same are not refuted/denied by the Employer/Engineer within seven (7) days of the receipt of such confirmation the same shall be deemed to be a Variation Orders for the purposes of this Sub-Clause.
10.2 Valuation of Variations
Variations shall be valued as follows:
a) At a lump sum price agreed between the Parties, or
b) Where appropriate, at rates in the Contract, or
c) In the absence of appropriate rates, the rates in the Contract shall be used as the
basis for valuation, or failing which
d) At appropriate new rates, as may be agreed or which the Engineer/Employer
considers appropriate, or and Contractor’s Equipment, and of Materials, used.
11. CONTRACT PRICE AND PAYMENT
11.1 a) Terms of Payments
They payment shall be made as per payment schedule given in the contract data.
11.2 Final Payment
The Contractor shall submit a final account to the Engineer to verify the work and the Engineer shall verify the same and forward the same to the Employer together with any documentation reasonably required to enable the Employer to ascertain the final contract value.
After the receipt of the verified final account from the Engineer, the Employer shall pay
to the Contractor any amount due to the Contractor. While making such payment the Employer may, for reasons to be given to the Contractor in writing, withhold any part or parts of the verified amount.
11.3 Retention
Retention money amounting to five percent of each bill (5%) against each bill will be withheld from the contract’s due payments to be paid by the Employer to the Contractor as in the contract data. An inspection for SOLAR GRID-TIED SYSTEM FOR VARIOUS ACADEMIC DEPARTMENTS AND SOLAR WATER PUMPING SYSTEM (WATER DISPOSAL) AT THE ISLAMIA UNIVERSITY
Page 150 of 176
OF BAHAWALPUR, shall be conducted by the Project Director, The Islamia University of Bahawalpur team before the release of retention money after the expiry of ONE year mandatory and complimentary operational warranty in all aspects.
11.4 Currency
Payment shall be in the Pakistani currency as stated in the Contract Data. 12. DEFAULT
12.1 Default by Contractor
If the Contractor abandons the Works, refuses or fails to comply with a valid instruction of the Engineer/Employer or fails to proceed expeditiously and without delay, or is, despite a written complaint, in breach of the Contract, the Employer may give notice referring to this Sub-Clause and stating the default.
If the Contractor has not taken all practicable steps to remedy the default within fourteen (14) days after receipt of the Employer’s notice, the Employer may by a second notice given within a further twenty one (21) days, terminate the Contract. The Contractor shall then demobilize from the Site leaving behind any Contractor’s Equipment which the Employer instructs, in the second notice, to be used for the completion of the Works at the risk and cost of the Contractor.
12.2 Insolvency
If a Party is declared insolvent under any applicable law, the other Party may by notice
terminate the Contract immediately. The Contractor shall then demobilize from the Site
leaving behind, in the case of the Contractor’s insolvency; any Contractor’s Equipment
which the Employer instructs in the notice is to be used for the completion of the Works.
13. RISKS AND RESPONSIBILITIES
13.1 Contractor’s Care of the Works
Subject to Sub-Clause 9.1, the Contractor shall take full responsibility for the care of the
Works from the Commencement Date until the date of the Employer’s/Engineer’s
issuance of Certificate of Completion under Sub-Clause 8.2. Responsibility shall then
pass to the Employer. If any loss or damage happens to the Works during the above
period, the Contractor shall rectify such loss or damage so that the Works conform with
the Contract.
Unless the loss or damage happens as a result of any of the Employer’s Risks, the
Contractor shall indemnify the Employer, or his agents against all claims loss, damage
and expense arising out of the Works.
14. RESOLUTION OF DISPUTES
14.1 Engineer’s Decision
If a dispute of any kind whatsoever arises between the Employer and the Contractor in
connection with the Works, the matter in dispute shall, in the first place, be referred in
writing to the Engineer, with a copy to the other party. Such reference shall state that it is
made pursuant to this Clause. No later than the twenty eight (28) days after the day on
Page 151 of 176
which he received such reference, the Engineer shall give notice of his decision to the
Employer and the Contractor.
Unless the Contract has already been repudiated or terminated, the Contractor shall, in
every case, continue to proceed with the Work with all due diligence, and the Contractor
and the Employer shall give effect forthwith to every such decision of the Engineer unless
and until the same shall be revised, as hereinafter provided in an arbitral award.
14.2 Notice of Dissatisfaction
If a Party is dissatisfied with the decision of the Engineer or if no decision is given within
the time set out in Sub-Clause 15.1 here above, the Party may give notice of
dissatisfaction referring to this Sub-Clause within fourteen (14) days of receipt of the
decision or the expiry of the time for the decision. If no notice of dissatisfaction is given
within the specified time, the decision shall be final and binding on the Parties. If notice
of dissatisfaction is given within the specified time, the decision shall be binding on the
Parties who shall give effect to it without delay unless and until the decision of the
Engineer is revised by an arbitrator.
14.3 Arbitration
A dispute which has been the subject of a notice of dissatisfaction shall be finally settled
as per provisions of Arbitration Act 1940 (Act No. X of 1940) and Rules made there
under and any statutory modifications thereto. Any hearing shall be held at the place
specified in the Contract Data and in the language referred to in Sub-Clause 17.
15 INTEGRITY PACT
15.1 If the Contractor, or any of his Sub-Contractors, agents or servants is found to have violated
or involved in violation of the Integrity Pact signed by the Contractor as Schedule-F to his
Bid, then the Employer shall be entitled to:
(a) Recover from the Contractor an amount equivalent to ten times the sum of any
commission, gratification, bribe, finder’s fee or kickback given by the Contractor or any
of his Sub-Contractors, agents or servants;
(b) Terminate the Contract; and
(c) Recover from the Contractor any loss or damage to the Employer as a result of such termination or of any other corrupt business practices of the Contractor or any of his Sub-Contractors, agents or servants.
On termination of the Contract under Sub-Para (b) of this Sub-Clause, the Contractor shall
demobilize from the Site leaving behind Contractor’s Equipment which the Employer
instructs, in the termination notice, to be used for the completion of the Works at the risk and
cost of the Contractor. Payment upon such termination shall be made under Sub-Clause 12.4,
in accordance with Sub-Para (c) thereof, after having deducted the amounts due to the
Employer under Sub-Para (a) and (c) of this Sub-Clause.
Page 152 of 176
CONTRACT DATA
Sub-Clauses of Conditions of Contract
1. Employer’s Drawings, if any
2. The Employer means
Project Director
The Islamia University of Bahawalpur.
The Employer Representative means
Project Director
The Islamia University of Bahawalpur.
.
3. The Contractor means
M/s___________________________
______________________________
4. Commencement Date means the date of issue of Engineer’s Notice to Commence which
shall be issued after the signing of the Contract Agreement and/or issuance of Acceptance
Letter.
5. Time for Completion of the Project in all respects is 180 Days after issuance of work
order.
6. Engineer
Project Director, The Islamia University of Bahawalpur.
7. Documents forming the Contract listed in the order of priority:
(i) The Contract Agreement
(j) Letter of Acceptance
(k) The completed Form of Bid
(l) Contract Data
(m) Conditions of Contract
(n) The completed Schedules to Bid including Schedule of Prices
(o) The Drawings, if any
(p) The Specifications (The Employer may add, in order of priority, such other documents as form part of the Contract. Delete the document, if not applicable)
8. Possession of Site: within Ten (10) days after issuance of works commencement order
9. Authorized person: Project Director, The Islamia University of Bahawalpur.
Page 153 of 176
10. Performance Security: 10% of the contract value in the shape of CDR/ Demand Draft/Pay Order/Bank Guarantee only (Which will release after successful completion of work).
11. Execution Program: Time for submission: Immediately after the Commencement Date. Form of program: Implementation plan in the form of Bar Chart/CPM/PERT or other) 12. Amount of liquidated damages ,in case of non-completion of the project in stipulated period
of time, shall be 0.2% per day up to a maximum of (10%) of sum stated in the Letter of Acceptance
13. Period for remedying defects –Full Operational Warranty Period in all aspects 12 months after handing over the Project sites to beneficiary and acceptance 14. Terms of Payments
Payment of Contract Price shall be made in the following manners:
vi) Fifteen percent (15%) of Contract Price shall be paid at the time of completion of design phase.
vii) Fifty percent (50%) of payment shall be made on arrival of imported/local items on site/ store, and after verification/certification of material along with certificate from Planning Department, The Islamia University of Bahawalpur or any Testing Laboratory which may deem fit to the Employer.
viii) Five percent (5%) Retention Money will be deducted from all invoices, and will be paid on completion of whole of the works after the expiry of mandatory and complimentary warranty period i.e. 12 months.
ix) The remaining Balance amount will be paid on completion of the work in all aspects.
x) Ten percent (10%) Performance Guarantee will be released after successful completion of the Project. As verified by the Engineer.
15. Percentage of retention: Five (05%) from all invoices.
16. Currency of payment: Pak. Rupees
17. Arbitration
Place of Arbitration: The Islamia University of Bahawalpur.
Page 154 of 176
SECTION -V
STANDARD FORMS
Note:
(Standard Forms provided in this document for securities are to be issued by a bank. In case the
bidder chooses to issue a bond for accompanying his bid or performance of contract or receipt of
Page 155 of 176
advance, the relevant format shall be tailored accordingly without changing the spirit of the Forms of
securities).
Page 156 of 176
FORM OF BID SECURITY
(Bank Guarantee)
Guarantee No._____________________ Executed on _____________________
(Letter by the Guarantor to the Employer) Name of Guarantor (Scheduled Bank in Pakistan) with address:____________________________________________________________ Name of Principal (Bidder) with address:____________________________________________________________ ___________________________________________________________________ Penal Sum of Security (express in words and figures):____________________________________________________________ ___________________________________________________________________ Bid Reference No.___________________________ Date of Bid _________ KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at the request of the said Principal, we the Guarantor above-named are held and firmly bound unto the __________________________________, (hereinafter called The “Employer”) in the sum stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the
accompanying Bid numbered and dated as above for
________________________________________ (Particulars of Bid) to the said Employer; and
WHEREAS, the Employer has required as a condition for considering the said Bid that the Principal
furnishes a Bid Security in the above said sum to the Employer, conditioned as under:
(1) That the Bid Security shall remain valid for a period of twenty eight (28) days beyond the period of
validity of the bid;
(2) That in the event of;
(a) The Principal withdraws his Bid during the period of validity of Bid, or
(b) The Principal does not accept the correction of his Bid Price, pursuant to Sub-Clause
16.4 (b) of Instructions to Bidders, or
(c) Failure of the successful bidder to
(i) Furnish the required Performance Security, in accordance with Sub-Clause
IB-21.1 of Instructions to Bidders, or
(ii) sign the proposed Contract Agreement, in accordance with Sub-Clauses IB-
20.2 & 20.3 of Instructions to Bidders, the entire sum be paid immediately to
the said Employer for delayed completion and not as penalty for the
successful bidder's failure to perform.
NOW THEREFORE, if the successful bidder shall, within the period specified therefore, on the
prescribed form presented to him for signature enter into a formal Contract Agreement with the said
Employer in accordance with his Bid as accepted and furnish within fourteen (14) days of receipt of
Letter of Acceptance, a Performance Security with good and sufficient surety , as may be required,
Page 157 of 176
upon the form prescribed by the said Employer for the faithful performance and proper fulfilment of
the said Contract or in the event of non-withdrawal of the said Bid within the time specified then this
obligation shall be void and of no effect, but otherwise to remain in full force and effect.
PROVIDED THAT the Guarantor shall forthwith pay to the Employer the said sum stated above upon
first written demand of the Employer without cavil or argument and without requiring the Employer
to prove or to show grounds or reasons for such demand, notice of which shall be sent by the
Employer by registered post duly addressed to the Guarantor at its address given above.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the
Principal has duly performed his obligations to sign the Contract Agreement and to furnish the
requisite Performance Security within the time stated above, or has defaulted in fulfilling said
requirements and the Guarantor shall pay without objection the sum stated above upon first written
demand from the Employer forthwith and without any reference to the Principal or any other person.
IN WITNESS WHEREOF, the above bounded Guarantor has executed the instrument under its seal
on the date indicated above, the name and seal of the Guarantor being hereto affixed and these
presents duly signed by its undersigned representative pursuant to authority of its governing body.
Guarantor (Bank)
Witness: 1. Signature 1. 2. Name _________________________ 3. Title __________________________ Corporate Secretary (Seal) 2. (Name, Title & Address) Corporate Guarantor (Seal)
Page 158 of 176
FORM OF PERFORMANCE SECURITY
(Bank Guarantee)
Guarantee No._____________________ Executed on _____________________
(Letter by the Guarantor to the Employer) Name of Guarantor (Scheduled Bank in Pakistan) with
address:_________________________________
Name of Principal (Contractor) with address:____________________________________________________________ ___________________________________________________________________
Penal Sum of Security (express in words and figures)_____________________________________________________________ ___________________________________________________________________
Letter of Acceptance No.________________________________Dated __________
KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding
Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the request
of the said Principal we, the Guarantor above named, are held and firmly bound unto the
__________________________________________________ (hereinafter called the Employer) in
the penal sum of the amount stated above, for the payment of which sum well and truly to be made to
the said Employer, we bind ourselves, our heirs, executors, administrators and successors, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has accepted the
Employer's above said Letter of Acceptance for ___________________________________ (Name of
Contract) for the ____________________ (Name of Project).
NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the
undertakings, covenants, terms and conditions of the said Documents during the original terms of the
said Documents and any extensions thereof that may be granted by the Employer, with or without
notice to the Guarantor, which notice is, hereby, waived and shall also well and truly perform and
fulfill all the undertakings, covenants terms and conditions of the Contract and of any and all
modifications of the said Documents that may hereafter be made, notice of which modifications to the
Guarantor being hereby waived, then, this obligation to be void; otherwise to remain in full force and
virtue till all requirements of Clause 9, Remedying Defects, of Conditions of Contract are fulfilled.
Our total liability under this Guarantee is limited to the sum stated above and it is a condition of any
liability attaching to us under this Guarantee that the claim for payment in writing shall be received by
us within the validity period of this Guarantee, failing which we shall be discharged of our liability, if
any, under this Guarantee.
We, ____________________________________ (the Guarantor), waiving all objections and
defenses under the Contract, do hereby irrevocably and independently guarantee to pay to the
Employer without delay upon the Employer's first written demand without cavil or arguments and
Page 159 of 176
without requiring the Employer to prove or to show grounds or reasons for such demand any sum or
sums up to the amount stated above, against the Employer's written declaration that the Principal has
refused or failed to perform the obligations under the Contract, for which payment will be effected by
the Guarantor to Employer’s designated Bank & Account Number.
PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the
Principal (Contractor) has duly performed his obligations under the Contract or has defaulted in
fulfilling said obligations and the Guarantor shall pay without objection any sum or sums up to the
amount stated above upon first written demand from the Employer forthwith and without any
reference to the Principal or any other person.
IN WITNESS WHEREOF, the above bounded Guarantor has executed this Instrument under its seal
on the date indicated above, the name and corporate seal of the Guarantor being hereto affixed and
these presents duly signed by its undersigned representative, pursuant to authority of its governing
body.
_______________
Guarantor (Bank)
Witness:
1. _______________________ 1. Signature _______________
_______________________ 2. Name __________________
Corporate Secretary (Seal)
3. Title ___________________
2. _______________________
_______________________ _______________________
(Name, Title & Address) Corporate Guarantor (Seal)
Page 160 of 176
FORM OF CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the _____ day of
________ 201 _____ between _________________________(hereinafter called the “Employer”) of
the one part and ______________ (hereinafter called the “Contractor”) of the other part.
WHEREAS the Employer is desirous that certain Works, viz _______________ should be executed
by the Contractor and has accepted a Bid by the Contractor for the execution and completion of such
Works and the remedying of any defects therein.
NOW this Agreement witnessed as follows:
3. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.
4. The following documents after incorporating addenda, if any except those parts relating to Instructions to Bidders, shall be deemed to form and be read and construed as part of this Agreement, viz:
(a) The Letter of Acceptance; (b) The completed Form of Bid along with Schedules to Bid; (c) Conditions of Contract & Contract Data; (d) The priced Schedule of Prices; (e) The Specifications; and (f) The Drawings
5. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy defects therein in conformity and in all respects within the provisions of the Contract.
6. The Employer hereby covenants to pay the Contractor, in consideration of the execution and completion of the Works as per provisions of the Contract, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to be executed on
the day, month and year first before written in accordance with their respective laws.
Signature of the Contactor Signature of the Employer
______________________ _____________________
(Seal) (Seal)
Signed, Sealed and Delivered in the presence of:
Witness: Witness:
________________________ _____________________________
(Name, Title and Address) (Name, Title and Address)
Page 161 of 176
FORM OF BANK GUARANTEE FOR ADVANCE PAYMENT Guarantee No.________________
Executed on________________ (Letter by the Guarantor to the Employer)
WHEREAS the __________________________________________________ (hereinafter called the Employer) has entered into a Contract for ________________________________________________ (Particulars of Contract), with______________________________________________________ (hereinafter called the Contractor). AND WHEREAS the Employer has agreed to advance to the Contractor, at the Contractor’s request, an amount of Rs._____________________ Rupees ________________________) which amount shall be advanced to the Contractor as per provisions of the Contract. AND WHEREAS the Employer has asked the Contractor to furnish Guarantee to secure the advance payment for the performance of his obligations under the said Contract. AND WHEREAS ____________________________________________ (Scheduled Bank) (hereinafter called the Guarantor) at the request of the Contractor and in consideration of the Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said Guarantee.
NOW THEREFORE the Guarantor hereby guarantees that the Contractor shall use the advance for the purpose of above mentioned Contract and if he fails, and commits default in fulfillment of any of his obligations for which the advance payment is made, the Guarantor shall be liable to the Employer for payment not exceeding the aforementioned amount. Notice in writing of any default, of which the Employer shall be the sole and final judge, as aforesaid, on the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first written demand payment shall be made by the Guarantor of all sums then due under this Guarantee without any reference to the Contractor and without any objection.
This Guarantee shall come into force as soon as the advance payment has been credited to the account
of the Contractor.
This Guarantee shall expire not later than _________________________________
by which date we must have received any claims by registered letter, telegram, telex or telefax.
It is understood that you will return this Guarantee to us on expiry or after settlement of the total
amount to be claimed hereunder.
______________________
Guarantor (Scheduled Bank)
Witness: 1. _______________________ 1. Signature _______________
_______________________ 2. Name __________________
Corporate Secretary (Seal)
3. Title ___________________
2. _______________________
(Name, Title & Address) Corporate Guarantor (Seal)
Page 162 of 176
SECTION -VI
ANNEXURES
TECHNICAL COMPLAINCE SHEET
&
DRAWINGS
Page 163 of 176
Annexure-A
PROJECT LOCATION
Page 164 of 176
Annexure-B
LIST OF APPROVED LABORATARIES
Name Address Phones / Fax / contact info e-mail / website
Fraunhofer ISE Heidenhofstr.2D-79110 Freiburg Germany
Georg Bopp T:+ 49 (0) 761 4588-5224 F:+49 (0) 761 45 88 9000
[email protected] www.ise.fhg.de
European Solar Test Installation Renewable Energies Unit Institute for Environmental and Sustainability –JRC
Via E. Ferm 1 Ispra (VA) 21020 Italy
T: +39 0 332 78 9172 F: + 39 0332 78 9268/5561
[email protected] www.iames.jrc.it
NREL - National Renewable Energy Laboratory
1617 Cole Blvd. Golden, CO 80401-3393 USA
T: +1 (303) 275-3000 www.nrel.gov
Arizona State University Photovoltaic Testing Laboratory
PTL 7349E, Unity Avenue, MESA, Arizona, 85212 USA
Centro de Investigaciones Energéticas, medio ambientales y tecnológicas Centro de la Moncloa
Avda. Completeness 22-28040 Madrid España
Tel: + 91 346 6000 Fax + 91 346 6005
TÚV Rheinland Product Safety GmbH
Am Grauen Stein D-51105 Cologne Germany
Tel.+ 49 221 / 806 - 0 Fax + 49 221 / 806 – 114
www.de.tuv.com [email protected]
Post and Telecommunications Industry Products Quality Surveillance and Inspection Center PTPIC
No. 28 Xinjiekou-wai 1000 88 Beijing
Tel. + 86 10 8205 1479 Fax + 86 10 8205 1479
[email protected] www.ptpic.com.cn
BUET Bangladesh University of Engineering Technology
Dept. of Electrical Electronic Engineering Dhaka-1000 Bangladesh
Prof. Mohammed Rizwan Khan Tel. ++88 02 9665650-80, Ext.7105, 7473
NOTE: The specified certifications from laboratories other than listed above will be acceptable if a proof of accreditation / license from IEC for that laboratory is provided by the Contractor. The condition of the specified certification in the relevant area shall be met in any case.
Page 165 of 176
TECHNICAL COMPLIANCE SHEET
Page 166 of 176
TC Technical Compliance Sheet
TC.1 Solar Photo Voltaic PV Modules
Serial number below glass. No stickers allowed.
European or American brand Unique serial-number, name of manufacturer of PV Module, of Manufacturer of Solar cells, country of origin (separately for solar cells and module), I-V curve for the module, date and year of obtaining IEC PV module qualification certificate or other relevant information on traceability of solar cells and module as per ISO
Original datasheet of supplier signed by supplier. If required modifications signed on a separate paper. Minimum power at 200 W/m2 (STC) (25°C /AM1.5)
Information to glass quality and thickness (4mm solar glass with anti-reflection surface treatment, where as Maximum wind load 244kg/m2 (2400 Pa)
Nominal operating cell temperature (NOCT) 46.6°C (±2°C) Temperature coefficient of PMPP -0.40 %/°C Temperature coefficient of VOC -0.27 %/°C Temperature coefficient of ISC 0.013 %/°C
Module efficiency ≥16.7%
Operational temperature: -40 ... +85°C Maximum system voltage: 1000 V / 1500 V Max series fuse rating: 25 A Max reverse current: 25 A
Cell type: 72 multicrystalline 3 strings of 24 cells Glass: 4 mm solar glass with anti-reflection surface treatment Back sheet: Highly resistant polyester Frame: Anodized aluminum (silver) Junction box: IP67 rated, 3 bypass diodes 4 mm² solar cable, 1.2 m + 1.2 m Connectors*: Tonglin TL-Cable01 / Tonglin-Cable01S-F (4 mm²) *Dependent on product type
PID free (certificate should attached)
Panels delivered in original packing to ensure damage during transport
Flash reports in excel / CSV, comprising S.No., Wp, Uoc, Isc, Impp, Umpp at STC. Provision 14 days prior to delivery to concerned manager of IUB.
Cable length suitable for landscape mounting (if offered so), without any prolongation of cables. Materials and workmanship warranty of a minimum of 10 years in the form of a certified data sheet from the supplier.
Power warranty/performance guarantee of a minimum of 25 years: the power output should not fall below 90% within 10 years, and below 80% within 25 years; linear warranty
Page 167 of 176
Relevant ISO and IEC Certifications should be attached and mentioned (IEC 61215, IEC 61730 & UL 1703. IEC 62804 (PID Free), IEC 61701 (Salt Mist Level 6),IEC 62716 (Ammonia Resistance), ISO 11925-2 (Ignitability Class E), UNI 8457/9174 (Class A), ISO 9001:2015, ISO 14001, OHSAS 18001) , Waste Electrical and Electronic Equipment (WEEE) COMPLIANT RECYCLING MEMBERSHIP. Mandatory
PV Module Performance Assurance: Actual power output of the Product should reach at least 97% of the nameplate power output specified on the Product during the first year (calculated from the date of production as identified on the Product). From the second year, the actual power output should decline annually by no more than 0.7% for a period of 24 years, so that by the end of the 25th year, an actual output of at least 80.2% of the nameplate power output specified on the Product will be achieved.
Specifications of diods to proof suitability for high temperature, diods replaceable, provision of proved and helpful specifications
TC.2 Mounting structure
Material of structure of Aluminum. Fittings like washer, screws etc. V2A steel quality or proved high quality coating not interacting with Aluminum. Documentation of material through supplier.
Comprehensive documentation / proof by engineering calculation of stable location, for wind- speed up to 120 to 130 km/h for each type of mounting structure. Calculation of total weight, weight/m2 in combination with array plan. Weight /m2 must be lower than max load capacity of roof. Complete list of all components of each type of mounting array including interconnections of rows. Panels pinched to structure. No fixing by wholes in frame. And no physical damage on rooftop
TC.3 Batteries + Rack + Cabling a) Capacity suitable to ensure back up time required. Comprehensive calculation required.
b) Battery Cycles life should be >6000(+25℃, 0.4C) c) Operating temperature Charge :-10~50℃; Discharge:-20~55℃; d) Transport regulation compliance UN3480 & UN38.3
e) Protection class IP20
g) Storage temperature : -20℃ ~+- 55℃ ( <3months,20%~60%SOC); -20 ℃ ~ 30(<1 Year,30% ~ 60%SOC) h) Nominal voltage[V] 51.2 per battery in rack i) Capacity [C/5][Ah] 50 per battery in rack j) Energy[ C/5][WH] 2500 per battery in rack k) Life should be more than 10-Years at (+25 ℃)
l) Communication RS485/CAN
Energy Efficiency: >97%
IV) EMC standard compliance EN 61000 chapter 4.2,4.3,4.5,4.6/EN55022 V) Safety standard compliance UL1642 for cell:CE and TUV(JP) for battery module VI) Certificate : TUV SUD/CE/ UL1642/UN38.3 (Certification will provide by
supplier, bidder)
Page 168 of 176
TC.4 Monitoring
The HW + software of monitoring system has to be really stackable (modular). Bi-directional function to allow remote management of systems by setting parameters of inverters and other required actions. Reliable system for measuring irradiation as well as on horizontal level as tilt level of all different offered arrays with their different orientation to ensure proper calculation of performance ratio (PR) Sensors with ISO certificates or equal. Methodology, algorithm on how average irradiation is calculated
Explanation of expected accuracy of measurement of irradiation.
Amendment for measurement of direct irradiation possible by same supplier
Data sheet with suitable specifications for all components proving reliable function at high temperature and humidity.
Display suitable for in door and corridor installation Comprehensive certificate required documenting suitability for max ambient temperature of 50°C, anti-reflex screen, robust glass, suitable for dusty environment, at least 42 inch. Data stored and accessible at a portal. Optional and research specifications Without interfering standard functions additional parameters, sensors should be able to be monitored and data should be accessible by portal. Additional measurement of temperatures, wind, and humidity freely combinable with all other data should be provided and for research purpose the quality of measurement should be suitable. Useful analysis of all energy flows in combination with existing data should be able to be programmed on a PLC which could be connected to the monitoring by one of the standard protocols of monitoring system. (No individual programming of interface)
Every string has to be fitted with at least one temperature sensor for measurement of cell temperature of panels. Strings equal or larger than 6 panels with 2 sensors per string
Measurement of energy provided by solar, grid, generator, to the battery and out of battery etc.
To ensure awareness of quality of the system to as many persons as possible the performance data have to be displayed on a big display mounted at ground floor. (AC supply and data cable from server/ inverter room to display will be laid by IUB)
All subsystems have to be monitored and on string level with aggregation on inverter level to allow to identify problems and specially to secure proper research for student’s projects
Clear description how related electronic devices, data and communication structure is protected against overvoltage. Proper drawing of protection system with all relevant components and connection with grounding of building
Page 169 of 176
1. Device should be capable with String monitoring and monitoring in case of failure and performance of individual inverters Status and fault monitoring via integrated LCD display - Completely internet sends messages via email and SMS - Should be capable Existing broadband router - S0 output for large displays - S0 input for electric meter - USB port for simple data transfer - Sensor basic for the recording of environmental data - Can be monitor and control System. -More than 1 different manufacturer inverters can be connect. -Handling via browser and touch screen display.
Communication : 1 x RS485/RS422, 1 x RS485, 1 x Ethernet - RJ45 bush - 10/100 MBit, 1 x USB, 2 x S0-In, 1 x potential-free contact (relay), Wi-Fi, Bluetooth
EMC IEC 61326-1
Protection rating : IP-65 & IP20
Rated Frequency : 45-Hz to 65-Hz
TC.5 Inverter
On-Grid inverter
Multiple MPPTs voltage range (260Vdc to 850Vdc) Maximum (1000Vdc)
Operating Temperature Range ‒25°C to +60°C (‒13°F to +140°F), high relative humidity 0~95%.
DC Connectors Range : 10 to 12-Nos (MC4/ Phoenix/ Amphenol)
Nominal AC voltage 3 / PE, 400 V to 480 V, ±10 %
Enable Protection System:
Residual current monitoring unit [Should be Integrated] Anti-islanding protection [ Should be Integrated] PV array string fault monitoring [ Should be Integrated] DC fuse [ Should be Integrated] DC switch [ Should be Integrated optional] DC SPD [ Should be Type II] AC SPD [ Should be Type II] SPD fault monitoring [ Should be Integrated] AC over currant protection [ Should be Integrated] Insulation monitoring [ Should be Integrated]
Maximum Efficiency: 98.8%
Certifications and Standards: Grid regulation : | VDE0126-1-1, AS4777.2, G59/3, VDE-AR-N 4105, EN50438,
PEA ||VDE0126-1-1, EN50438, G59/3 VDE-AR-N 4105, AS4777.2,| Safety : | EN62109-1&-2 ||EN62109-1&-2| EMC : EN 61000-6-1, EN 61000-6-2, EN 61000-6-3, EN 61000-6-4
Topology / cooling concept : Transformer less / active
Warranty : Warranty should be minimum 5-Years (Standard) with extendable upto 25-Years.
Degree of protection: IP65
Page 170 of 176
TC.5.1 Hybrid inverter solution
a) Pure sine wave
b) Future conception for Solar Charge controller and inverter integrated , Intelligent battery management function.
c) Capable of being grid-interactive or grid-independent.
d) Dust protection of electronic. If 3rd party filter is used, written comment of inverter supplier necessary If cleaning by blower is proposed, a permission of supplier is required, confirming warranty will stay valid. e) Compatible with both Lead-acid and Li-Ion battery.
f) IP65 dust-proof and water-proof rating45°C full-load output
g) Maximum Efficiency 97% Max.MPPT Efficiency 99.9%
h) Multiple MPPT Tracker
DC Disconnection switch (4-Pole 850V) 25-A
Bi-Directional energy storage system, capable both off-grid and on-grid PV system and can control the flow of energy hybrid. Short circuit protection electronic at max charge current, switch off < 1sec
Charging Curve should be Three-Stage adaptive
Protections: - Residual current monitoring unit - Anti-islanding protection - DC switch(PV) - AC Over current protection - Insulation monitoring
Grid regulation : VDE4105, VDE 0126-1-1+A1, G83/2, G59/2, AS4777.2/.3, IEC62109-2 Safety : IEC62109-1&-2, AS3100, IEC62040-1 EMC : EN61000-6-1, EN61000-6-2, EN61000-6-3, EN61000-6-4, EN61000-3-11, EN61000-3-12 Protection Degree: IP65
Ambient temperature range -25~60°C (>45°C de-rating) Communication USB2.0; RS485 WiFi
Warranty: Standard Warranty should be more than 2-Years(Standard) with extendable option upto5-Years
Data stored and accessible at a portal.
Without interfering standard functions additional parameters, sensors should be able to be monitored and data should be accessible by portal. Connected to the monitoring by one of the standard protocols of monitoring system. Additional measurement of temperatures, wind, and humidity freely combinable with all other data should be provided and for research purpose the quality of measurement should be suitable. Useful analysis of all energy flows in combination with existing data should be able to be programmed on a PLC which could be (No individual programming of interface) Every string has to be fitted with at least one temperature sensor for measurement of cell temperature of panels. Strings equal or larger than 6 panels with 2 sensors per string.
TC.6 Pump-Set
Page 171 of 176
DESCRIPTION
4. High efficiency multi-stage bore hole centrifugal submersible pump, with inlet strainer and built-in non-return valve in corrosion-resistant stainless steel. All metal surfaces in contact with pumped media have to be made of stainless steel. Pump has to be of sheet metal construction.
5. Pump shall be coupled with an asynchronous canned type 4” or 6” inch motor.
6. Pump and motor shall be from the same manufacturer and shall be of European origin.
SCOPE
2. Design, manufacturing, testing, supply, erection and commissioning of bore hole submersible pump and shall be suitable for the purpose the product is intended
REFERENCE STANDARDS
C. The following standards are referred to in this Clause
6. ISO 9906:2012 – International Standards Organizations hydraulic performance tests for customers' acceptance of roto dynamic pumps.
7. EN 1.4301/ EN 1.4401/ EN 1.4539 - European Standard for materials: 8. WRAS- conformance mark with the requirements of the drinking Water
Supply (Water Fittings) Regulations 1999 and amendments of UK. 9. NEMA- American standard for Electrical equipments 10. IEC - International Electrotechnical Commission
D. Compliance: Pump shall be energy efficient and comply with the Eco-design Directive (Commission
Regulation (EC) No 547/2012) for the minimum efficiency requirement PUMP Pump shall be High efficiency multi-stage bore hole centrifugal submersible type. Material of construction of the pump shall be Stainless steel, EN 1.4301 (AISI 304) Pump shall be selected close to the best efficiency point for the duty point as required in the
tender. Pump components shall be of sheet metal construction with high degree of surface finish to
enhance efficiency and minimize risk of chloride ions getting accumulated in the deep grooves of rough surfaces. Pumps with cast components shall not be acceptable.
Pump shall have a built-in non-return valve to prevent backflow in connection with pump
stoppage. Furthermore, a short closing time of the non-return valve is required to reduce the risk of destructive water hammer. Inlet strainer preventing particles from entering the pump.
Page 172 of 176
An inlet strainer must be provided to prevent larger particles entering the pump. All bearings must be water-lubricated. Bearings must be shaped to let sand particles pass
through the pump with a minimum of wear. Wear rings and bearings must be replaceable to enable refurbishment and maintain best
pump efficiency. Shall be able to handle water with sand content of upto 50 g/m3. A stop ring must prevent damage due to thrust-up in connection with start-up. Designed as a
thrust bearing, the stop ring must limit axial movements of the pump shaft. Pump shall be provided with Screwed connection at the delivery housing. ELECTRIC MOTOR Motor shall be of 2 pole, asynchronous squirrel-cage submersible, water filled type and shall
be cooled by the pumped liquid itself. Material of construction shall be Stainless steel, EN 1.4301 (AISI 304), for slightly
corrosive liquids. Shall be hermetically sealed, canned motor with a dry stator. Dry stator shall completely
encapsulated in stainless steel. Designed to fit pump ends made according to the NEMA standard MG1-18.413. Motor shall have bidirectional water lubricated thrust bearing. The trust capacity of the
bearings shall be in accordance with NEMA standards for submersible motors. Flow velocity for sufficient cooling as recommended by the manufacturer shall be ensured.
If sufficient flow velocity is not there, suitable flow sleeve shall be offered to have sufficient cooling past the motor.
Motor shall be fitted with up thrust spacers to prevent up thrust in the critical start-up phase. Shall have mechanical seal with material of construction of - Ceramic/carbon. - SiC/SiC. Motor shall be fitted with a rubber diaphragm between the stator and the motor end shield to
equalize pressure variations caused by temperature rises in connection with intermittent operation.
The sound pressure level shall be lower than 70 dB (A). Enclosure class shall be IP 68 according to IEC 60034-5. Motor shall have a service factor of 1.15 as minimum and shall be mentioned in the
Page 173 of 176
nameplate. To achieve maximum protection of the motor against burnout, the motor shall have a built-in
temperature sensor with power line communication(No separate cable for temperature transmission)
WARRANTY The equipment shall be warranted to be free of defects in material and workmanship for a
period of 30 months from the date of invoice or 24 months from the date of first start-up, whichever is earlier.
B.
TC.7 Cables
Manufacturer / specifications have to be visible on outer side of cable shielding
Cable have to be double shielded
UV stability for use as solar cable has to be proved by ISO certificates or equal
All DC cables (panels to combiner box) should be imported with capacity of 1000-VDc and certification should be provided by bidder.
Calculation of diameter for longest connection panel-combiner box and combiner box-inverter) based on material specifications of chosen cable to ensure max voltage drop 1.5%
All cable connections with industrial cable connectors. (MC4 or equivalent) Used connectors have to be compatible with connectors of panel supplier. Preferably connectors of supplier used for connecting strings to combiner box / inverter. Certificates are required.
Breakers: - DC Circuit Breaker Two pole for PV Panels . ( Schneider/Hager/ABB or Equivalent ) - Breakers DC Circuit Breaker Battery Bank Double pole (Schneider/Hager/ABB or Equivalent) - Breakers Circuit Breaker double pole for AC load. ( Schneider/Hager/ABB or Equivalent ) - Breakers Circuit Breaker double pole for AC input. ( Schneider/Hager/ABB or Equivalent )
TC.8 Installation, Commissioning, testing and handing over
General conceptual note outlining how the bidder will ensure management of site, (quality control, craftsmanship) names of assigned persons and there competences perceived interfaces to other works and rules to secure status of own work as well of others.
Conceptual note how to fulfill the responsibility to store and mange tools and material safely, to ensure security of work on site for his own staff as well as for the staff of University as far as impacts arise by his work. (Security instructions, signboards, security equipment and fencing etc.).
Page 174 of 176
DRAWING-1
The contractor will submit Drawings as per Engineering Design for approval from the Engineer / Department
175
176
WIRE SIZE TABLE:
Load
Distance between Components (m)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
W
A
Standard Size Wire needed (mm
2)
6 10 12 13 15 18 20 22 24 28 30 32 34 36 38 40 45 48 50 55 60 65 70 72 75 80 84 85 90 96 100 108 110 120 130 140 150 160 170 180 190 200 220 240 260 280 300
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 .
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 10 10 10
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 10 10 12 12 12
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 10 10 10 12 12 14 14 14
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 25. 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 6 6 6 6 6 6 6 6 8 8 8 8
10 10 10 12 12 12 14 14 16 16
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 6 6 6 6 6 6 6 6 6 8 8 8 8 10 10 10 12 12 12 12 14 16 16 18 18
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 6 6 6 8 8 8 8 8
10 10 10 12 12 12 14 14 16 16 18 20 20
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 6 6 6 6 6 6 6 8 8 8 8 8 8 10 10 10 12 12 12 14 14 14 16 18 18 20 22 22
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 8 10 10 10 12 12 12 14 14 16 16 16 18 20 22 24 24
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 8 8 8 8 8 8 8
10 10 10 10 12 12 14 14 14 16 16 18 18 20 22 24 26 26
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 8 8 8 8 8 8 8 10 10 10 12 12 12 14 14 14 16 16 18 18 20 22 24 26 28 28
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 4 6 6 6 6 6 8 8 8 8 8
10 10 10 10 10 12 12 12 14 14 16 16 18 18 20 20 22 24 26 28 30
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 8 10 10 10 10 12 12 12 12 14 14 16 16 18 20 20 22 22 24 26 28 30 32
2.5 2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 10 10 10 10 10 12 12 12 14 14 14 16 16 18 20 20 22 22 24 26 28 30 32 32
2.5 2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 6 8 8 8 10 10 10 10 12 12 12 12 12 14 14 16 16 18 18 20 22 22 24 24 28 30 32 32 32
2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8 10 10 10 10 12 12 12 12 14 14 14 14 16 18 18 20 22 22 24 26 26 28 32 32 32 32
2.5 2.5 2.5 2.5 2.5 2.5 4 4 4 4 4 6 6 6 6 6 6 8 8 8 8
10 10 10 10 12 12 12 12 14 14 16 16 16 18 20 20 22 24 24 26 28 30 32 32 32 32