Upload
hoangdieu
View
249
Download
1
Embed Size (px)
Citation preview
Government e-Procurement System Tender Input Form-CPPP
(for ePublishing)
TENDER INPUT FORM Pl. do not use special characters in any field as these characters are not allowed to enter in the actual ONLine Form. e.g. & and Colon(:) but Comma(,), slash (/), bracket ( ), dot(.) and dash (-) can be used. (A) Basic details: 1 Tender Reference No. / Tender ID * NCA6F505 2 Tender Type *(Open / Limited / EOI / Auction/ Single) Limited 3 Form of Contract *
(Buy / Supply / Piece Work / Lump-sum / Multi Stage / Fixed Rate / Turn-key / Works / Sale / Item Rate / Rate Contract)
Turn-key
4 No. of Covers * (1 / 2 / 3 / 4) 2 5 Tender Category * (Goods / Services / Works) Services 6 Account Type Head * (State Government Funded /
Central Government Funded / Others) Central Government
7 No of Bid Openers (2 of 2) (2 of 2) 8 Payment Mode * (Offline / Online) Off-line
8a If Offline : As Per Tender Document, Not Applicable DD-Demand Draft, BG-Bank Guarantee BC-Bankers Cheque, SS-Small Savings Instrument ACG-67 Receipts, Personal Cheque , FDR, RTGS / ECS / NEFT/
As Per Tender Document
(B) Cover details: No. of Covers Cover Type Contents 1 Single Cover (Fee/Prequal/Technical/Financial) N/A /A 2 Two Covers (a) Fee/Prequal/Technical
(b) Financial Two Covers a)Technical
b)Financial 3 Three Covers (a) Fee (b) Prequal/Technical
(c) Financial N/A N/A
4 Four Covers (a) Fee (b) Prequal (c) Technical (d) Financial
N/A N/A
(C) NIT Document (Attached files should be in Word and Excel only ) S No. File Name Document Description Type Size 1 NCA6F505 NIT Word/excel
(D) Work / Item Details: 1 Work / Item Title * 18MW Automatic SPV
Module Manufacturing Line(Turn-key Basis)
2 Work / Item Description * As per tender 3 Pre-qualification Details As per Tender 4 Product Category * (select from the provided list only) Services
4a Product Sub Category * Supply, Erection and Commissioning
5 Contract Type * (Tender / Empanelment / Rate Contract)
Tender
6 Tender Value * (INR / US /EUR) INR 20 Cr 7 Bid Validity days * (120 / 90 / 60 /30) If other, specify 90 days 8 Calendar Completion / Delivery Period in Days 120 days
9 Location Detail of Work / services / items * ITI Ltd, Naini Unit, Mirzapur Road, Naini Allahabad
10 Pin code 211010 11 Pre Bid Meeting * (Yes / No), If Pre Bid Meeting is Yes
11a Pre Bid Meeting Place * 11b Pre Bid Meeting Address *
No
12 Bid Opening Place * ITI Ltd, Naini Unit, Mirzapur Road, Naini Allahabad
13 Tenderer Class * (As per tender document / NA) As per tender document 14 Inviting Officer * Purchase officer
(Enquiry Cell) 15 Inviting Officer Address with Phone and email: *
MM department, ITI Ltd, Naini Unit, Mirzapur Road, Naini Allahabad Ph 0532-2682550/2682231
(E) Fee Details: 1 Tender Charges: NA
1(a) Tender Fee 1(b) Processing Fee 1(c) Surcharges 1(d) Other Charges 1(e) Tender Charges Payable To * 1(f) Tender Charges Payable At *
2 EMD Fee details: 2(a) EMD Fee (Fixed / Percentage) Fixed 2(b) If EMD Fee is Fixed then EMD Amount:
If EMD Fee is Percentage then EMD Percentage % INR 5 lakhs
2(c) EMD Exemption Allowed (Full / Partial / None) FULL for MSME 2(d) If EMD Exemption Allowed is Partial, then
EMD Exemption Percentage %
2(e) EMD Fee Payable To * ITI Ltd 2(f) EMD Fee Payable At * Allahabad
(F) Critical Dates: Sl No Dates (DD/MM/YY) Time (HH:MM) 1 Publishing Date 2 Document Sale / Download Start Date 3 Document Sale / Download End Date 4 Seek Clarification Start Date --- 5 Seek Clarification End Date --- 6 Pre Bid Meeting Date --- 7 Bid Submission Start Date 13-02-2016 11:00 (IST) 8 Bid Submission End Date 15-02-2016 16:30 (IST) 9 Bid Opening Date (G) Uploading the Tender documents;(only pdf,jpg,xls & rar files allowed) S No
File Name Document Description (NIT / Tender / BOQ / Additional )
File Type
Size
1 2 3
4 5 Note: Pl. use some prefix to the file name which can indicate the category it belongs to. e.g. NIT_xxxxx / Tender_xxxxx / BOQ_xxxxx / Addl_xxxxx, where xxxxx is ‘Actual file name’ Prepared by: Approved by: Name/Designation Name/Designation (with Phone No.) (with Phone No.)
Product Category * (Product Category depends on Tender category) A- (If,Tender Category is Goods , choose from the following options available only )
Aviation Computer-Data processing Computer H/W Computer Manpower Computer S/W Electrical Work / Equipment Electronics Equipment Food products Furniture / Fixture Gold and Silver coins / Bars Hiring of goods Hiring of vehicles Maintenance contracts
Mechanical Engineering Items Medals, Corporate mementos / Plates Medical Equipments / Waste Metal Plates Miscellaneous goods Non dietary items Pipes and pipe related activities Sports goods / Equipments Sugar and allied products Uniforms / Curtains / Clothes UPS Others
B- (If,Tender Category is Works , choose from the following options available only )
Access Control System Adhesives Agricultural or forestry Architecture / Interior design Audio-Visual Equipment Cargo / container Ceramics Chemical / Minerals Civil Work Coal Construction Documentary film / Video film Electrical Works Entertainment / Musical instruments Explosive Government stock / Security Gypsum House keeping / Cleaning Industrial / Medical gas Information technology Iron / Steel materials Land / Building Machineries Marine works Metal fabrication
Metals Minigs Miscellaneous Nobard and rural roads Non explosive Oil / Gas packaging Pesticide Plant protection input Power / Energy projects / Products / Services Publishing / Printing Pumps / Motors Repair and Maintenance Repair works Scrap / disposables Security system Shipping / Transportation / Vehicle Solid Waste Management Stationery Stones Support / Maintenance service Surgical and sutures Survey Textile Warehouse Water Equipments / Meter / Drilling / Boring
C- (If,Tender Category is Services , choose from the following options available only )
Aids and appliances for the disabled Air Compressor Air Conditioner Automatic Bus Washing Machine Bearings Bio-Fertilizer Production Material Bus Body construction Catering Services Consultancy Crane Services Fire and Safety Handy Craft Hotel / Catering
House Keeping Jute Product Marine Services Medicines Miscellaneous Services Network / Communication Equipments Plant Protection Equipment Solar Water Heater Stationery Items Supply, Erection and Commissioning Survey and Investigation Services Weighing System
Space Layout for 18 MW Solar Photovoltaic Module Manufacturing Line (Turnkey Basis)
4.5M
20 M
PASSAGE
P A S S A G E
41 M
20 M
Note: 1. Area (41m x 20m) enclosed in dotted line in the above diagram is to be used for SPV Line 2. Please specify minimum required roof height. 3. All dimensions are in meter 4. P1, P2, P3, P4,P5 are five pillars of dimension 0.5M x 0.5M.
3.3 M
4 M
4.5M
9 M
8.5 M
8.5 M
8.5 M
0.5M
P1
P2
P3
P4
MAIN GATE
PASSAGE
Sheet 1/2
P A S S A G E
P5
8.5 M
0.5M
PACKING AND STORE
Space Layout for 18MW Solar Photovoltaic Module Manufacturing Line (Turnkey Basis)
4.5M
20 M
PASSAGE
P A S S A G E
41 M
20 M
Note: 1. Area (41m x 20m) enclosed in dotted line in the above diagram is to be used for SPV Line 2. Please specify minimum required roof height. 3. All dimensions are in meter 4. P1, P2, P3, P4,P5 are five pillars of dimension 0.5M x 0.5M. 5.All the equipment will be Inline.
3.3 M
4 M
MAIN GATE
PASSAGE
Sheet 2/2
P A S S A G E
TABBER/ STRINGER WITH LAYUP
MANUAL BUSSING & VISUAL INSPECTION
L A M I N A T O
R 1
L A M I N A T O
R 2
EL TESTER
GLASS WASHER
REPAIRING STATION
EVA /BACKSHEET CUTTER BUS BAR
EDGE TRIMMING, SILICONE SEALANT, DISPENSING FRAMING, JUNCTION BOX FIXING, SUN SIMULATOR TESTING
PACKING AND STORE
S.No.
Vendor’s C
onfirmation
The complete line m
ust be suitable for SPV m
odule manufacturing of 9 x 4 m
atrix using1/3 cut cell to 12 x 6 matrix using full cell.
3Technical Specifications
Cell breakage (Line) : < 1 %
Cell Thickness : > 160 µm
Module Size : U
p to 2000 mm
x 1000mm
or larger
Solar Cell size : 156m
m x 156m
m. &
upto 1/3rd of 156mm
x 156 mm
.Solar C
ell type : Mono and M
ulti crystalline
Cell G
eometry : Square/ Pseudo square
Matrix : 6 x 12(C
ell size 156mm
x156mm
)
Working hours / D
ay : 14 hoursY
early working D
ays : 300 Days
Total hours : 4200 hours
Watts / M
odule : 300 Watts
No. of C
ells/Module : 72 Pcs.
Solar Cell size : 156 m
m x 156 m
m
The scope of this tender is for supply, installation & com
missioning, process optim
ization & w
arranty with spares for m
inimum
of 02 years for SPV m
odule m
anufacturing line on turnkey basis for the capacity (as defined below) of 18M
W. The scope also includes the layout design &
required training. Post w
arranty AM
C (com
prehensive : both labour & parts) to be quoted separately.
Scope:
Basis for capacity Calculation:
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
2
Lamination C
ycle time : 20m
in (with fast cure EV
A) including loading &
unloading
1
Uptim
e :3360 hours (80 % of 4200 hours)
Cell Pow
er : 4.17 Watt
S.No.
Vendor’s C
onfirmation
S.No.
Main Equipm
entQ
ty.4.1.1
Autom
atic Glass w
asher 1 N
o.4.1.2
Autom
atic Tabber & Stringer M
achine 1 N
os. of 1400 cells/hror
2 Nos. of 700cells/hr
4.1.3A
utomatic Lay up Station w
ith manual bussing facility
1 Sets4.1.4
ElectroLuminescencs tester
1 Nos.
4.1.5A
utomatic V
acuum Lam
inator2 N
os.4.1.6
Solar Module Tester (Sun Sim
ulator)1 N
o.
4S.N
o.M
iscellaneous Equipment
Qty.
4.2.1Edge Trim
ming Station
1 No.
4.2.2A
utomatic Silicone dispensing unit for Fram
es1 N
o.4.2.3
Framing Station for C
orner type Frames
1 No.
4.2.4Sealant A
pplicator for junction Box Fixing
1 No.
4.2.5A
utomatic EV
A &
Back sheet C
utting Machine
1 No.
4.2.6A
utomatic R
ibbon Cutting M
achine1 N
o.4.2.7
High V
oltage (HI-PO
T) Test Station1 N
o.4.2.8
Gel content &
Peel strength test setup1 Set.
4.2.9D
ark current Test Setup1 N
o.4.2.10.1
RFID
(Reader &
Writer) System
1 Set4.2.10.2
Bar code Printer &
Reader System
1 Set4.2.11
Repair Station
2 Sets4.2.12
Intermediate Transport alongw
ith required Go/N
o Go conveyor &
Handling System
As per ITI Ltd.layout &
m
entioned capacity
4.1 List of Main Equipm
ent for the Production Line :
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
4.2 List of Miscellaneous Equipm
ent for the Production Line :
List of Equipments:
4
S.No.
Vendor’s C
onfirmation
S.No.
Trolleys & C
arts Q
ty.4.3.1
Glass handling trollys (C
apacity minim
um 200 glasses)
2 Nos.
4.3.2C
ell handling trolly/carts2 N
o.4.3.3
Cut B
ack sheet handling cart 3 N
os.4.3.4
EVA
cut sheet handling cart3 N
os4.3.5
Laminated panel transfer trolly/cart
3 Nos.
4.3.6Fram
ed Module transfer trolly/cart
3 Nos.
4.3.7A
luminum
Frame Transfer Trolley
2 No.
4.3.8C
orner Block Transfer Trolley
1 No.
4.3.9B
uffer Stacks for Laminates
4 Nos.
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
4.3 List of Trolleys & C
arts :
NO
TE: Any item
not indicated in the above list but mandatory for sm
ooth functioning of 18 MW
Solar Photovoltaic Module M
anufacturing Line (Turnkey Basis) m
ust be part of the total offered line cost.
4
S.No.
Vendor’s C
onfirmation
4.1.1Sl N
o.Param
eterSpecification
1The glass sheet w
asher shall be 2 stage machine capable of doing the
operations indicated :> 1. Scrubbing w
ith Water
2. Drying
2M
aterial of Construction
Construction should be of Stainless Steel of suitable thickness
for sturdiness & non-corrosivness.
a) Scrubbing with hot w
ater on top & bottom sides w
ith rotating non abrasive nylon brush on both side of the glass sheet .
b)Provision of recirculating of water (for reduced consum
ption) is essential.
4H
ot water Tank
In-built Hot W
ater Stainless Steel cevered Tank with adjustable
Temperature setting of upto to 60 deg C
or higher.
5D
rying Mechanism
Through blower w
ith high velocity air knives. (Blower should
have replaceable Air Filter.)6
Minim
um G
lass Sheet Dim
ension under Cleaning
400mm
X 400mm
or lower
7M
aximum
Glass D
imension under C
leaning1000m
m X 2000m
m or higher
8G
lass Thickness3 m
m to 4 m
m
9C
leaning Process Speed1 M
eter/ min. or better
10M
otorized Conveyor Including Loading & U
nloading All m
otorized conveyors must be able to handle glass sheet of
above given size & must be fitted w
ith rubber coated rollers to safeguard the glass from
marks, im
pressions and scratches.
Loader & Unloader stage m
ust be capable of holding complete
glass sheet of 1000mm
X 2000mm
or higher.
11Vacuum
Pickup SystemVacuum
pickup system required for pickup of glass from
Glass
Trolley and placing it at loading stage of glass washer.
12W
aste Water D
rainage Suitable drainage outlet m
ust be provided for waste w
ater.
a) Auto stop safety sensor at Output conveyor
b) Splash Guard
3W
ashing Mechanism
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
13Essential Features
Specification of Autom
atic Glass w
asher (Qty: 01N
o.)4
S.No.
Vendor’s C
onfirmation
44.1.2
Sl .No.
Parameters
Specification>1400 cells / hour (1 m
achine) or > 700 cells / hour (2 m
achine).M
inimum
/ Average throughput should be more than 1300
cells/hour2
Cell Size
156 mm
x 156 mm
&upto 1/3rd of 156m
mx156 m
m.
Please specify provisions for other sizes of cut cells. 3
Cell G
eometry
Square & Pseudo square 4
Num
ber of busbars on cell 2, 3 and 4 busbar U
pgradation to 5 busbar is preferable (optional)5
Cell BusBar Spacing
Machine should be capable of handling 2, 3 & 4 bus bar
variable standard spacing.6
Ribbon w
idth1.2m
m to 2.0 m
m7
Accuracy of ribbon placem
ent on cell<
0.2mm
8C
ell Breakage<0.3%
9Cell thickness
> 160 m
icron 10
Loading of cellsLoading of cells from
cell stack11
Capacity of one cell stack
100 or more cells
12N
umber of cell stack
4 or more
13Soldering ribbon
Machine should be capable of soldering using S
n-Pb coated, S
n-Pb -Ag coated C
opper contacts & also lead
free soldering ribbons.14
Vision system
Autom
atic Cell alignm
ent & inspection for identification
of defective cells by camera system
.
1
Specification of Autom
atic Tabber & Stringer M
achine (Qty;01 nos.)
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
Throughput of the machine
S.No.
Vendor’s C
onfirmation
44.1.215
Rejection bin
Rejection bin for defective/broken cell
Preheating of the Cells
Pre fluxing & drying system for ribbon
Cutting of ribbon to the required length & positioning on cells
Soldering process : conduction / IR / H
ot Air / Induction or com
binationSoldering system
must be capable of soldering cells w
ith continuous & discrete bus bars on cells
17C
ell & string transport systemC
onveyor/Vacuum/R
obot/walking beam
.
18N
umber of cells for string
1 to 12 number of cells or m
ore of 156mm
x 156 mm
cells
19D
istance between C
ells within string
variable, 2 mm
to 5 mm
or beyond20
Distance betw
een stringsvariable, 2 m
m to 5 m
m or beyond
21O
perator controlEm
bedded PC w
ith touch-screen display (along with C
olour Laser printer) control for setting/adjusting process param
eter ie tem
perature, cell spacing, cell per string, tab length etc, .
22Loading of ribbon spool & flux
Hassle free loading system
for ribbon spool & flux23
Tools & jigs All the tools & jigs needed for full cells &cut cells m
ust be part of the basic m
achine.24
Rem
ote assistanceEthernet connection for online rem
ote assistance/defect tracking system
in machine to be provided .
Specification of Autom
atic Tabber & Stringer M
achine (Qty;01 nos.)
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
16Soldering system
S.No.
Vendor’s C
onfirmation
44.1.3
a)A
utomatic Lay up Station
Sl .No.
Parameters
Specification1
Throughput Throughput of layup station m
ust match or exceed Tabber-
Stringer & is to be integrated with the Tabber-Stringer m
achine.Specify throughput.
2G
lass size2000m
m x 1000m
m (L x W
) or higher , (3mm
to 4mm
thickness).
3Additional input Buffer conveyor
Additional input buffer conveyor required to place 02no. of G
lass with EVA, as a buffer .
4Loading & centering of glass
Motorized input conveyor for loading of glass w
ith EVA to the layup station . Arrangem
ent of centering of glass (with EVA)
5Vision system
Vision system w
ith camera for precision alignm
ent & positioning of cell string on glass
6M
atrix capacityAdjustm
ent for variety of cell sizes & cell matrix , eg. of 9 x 4
matrix using1/3 cut cell to 12 x 6 m
atrix using full cell.7
String rotationProvision of R
otation of cell string by 180 degree for interconnection by m
achine.8
Operation & C
ontrolTouch screen for setting param
eters for number of :
1. Strings per module,
2. String spacing & 3.O
rientation of cell string on glass. etc.Inspection system
for checking of soldering, cell alignment &
cell breakage.The defective string m
ust be placed on reject tray by the m
achine. 10
Rew
orked StringsM
inimum
2 positions.11
Conveyor system
Seamless m
ovement/transport of layup assem
bly through autom
atic conveyor.
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
Integrated motor driven Inline loading , unloading &
rejection conveyors.
9
Specification of Autom
atic Lay up Station with m
anual bussing facility (Qty:01 set)
Inspection system
S.No.
Vendor’s C
onfirmation
b)Ball table/C
onveyer with vacuum
holding cup facility (inline) for holding layup assem
bly suitable for interconnection of string. (2 nos bussing station)
Temperature controlled soldering station for bussing .
2nos soldering station for each bussing station (01each num
ber either side) Total 04 nos.
01 number Ball table/C
onveyer with vacuum
holding cup facility (inline) for holding layup assem
bly suitable for putting Cell
holding tape on cells.2
Station for final laminate assem
bly with EVA & Back sheet
01 number of Ball table/C
onveyer with vacuum
holding cup facility (inline) for final lam
inate assembly w
ith EVA & Back sheet
3Inspection table w
ith mirror
01 number of inspection system
(inline) with m
irror for physical inspection of pre-lam
inate assembly.
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
1M
anual bussing facilityM
anual bussing facility
S.No.
Vendor’s C
onfirmation
44.1.4
Sl .No.
Parameters
Specification1
EL systemThe inline EL system
should be capable to capture & display EL im
age of each individual silicon solar cell (mono & m
ulti crystalline) of any size & shape.
2Fault detection capabilities
EL tester should be capable of detecting Micro crack, Edge
defects, Printing defects, Low efficient area, False detection on
framed & unfram
ed modules before & after lam
ination of any thickness.
3Throughput
The EL tester station must m
atch or exceed the throughput of the line.
4M
odule size for measurem
entU
pto 2000mm
x1000mm
or larger5
EL test condition> 60 V & > 10 A (typical biasing)
6Test probe connection
Manual
7C
amera Specification
High resolution C
CD
IR/ near IR
camera
(minim
um 02nos. cam
eras system for taking im
ages).(D
etail to be provided by the vendor)8
Image acquisition tim
e< 90 seconds
9C
amera R
esolutionM
inimum
4 MPix
10Pixel size
10 micro m
eter or better11
Image resolution
500 micro m
eter or better12
Software & G
raphicsO
perator controlled user friendly automatic im
age processing softw
are to store & reload images for detailed analysis later on.
Detection & classification of defects.
Provision to enhance the field of view.
All the required software backup should be provided in
CD
/DVD
.
13C
omputer
Industrial computer w
ith latest OS, keyboard, m
ouse & all required interfaces,inbuilt high perform
ance graphic card, accessories w
ith display monitor of m
inimum
of 32 inches flat LED
screen.(D
etail to be provided by the vendor).C
olour Laser printer should be provided as a part of machine..
14R
emote access facility
Ethernet connection for online remote assistance/defect
tracking system in m
achine to be provided .
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
Specification of Inline Electro-Luminescence Tester (Q
ty :01 nos.)
S.No.
Vendor’s C
onfirmation
44.1.5
Sl .No.
Parameters
Specification1
Laminator stages
Single stage laminator capable of lam
inating minim
um of 03
numbers of PV lam
inate of size 2000mm
x 1000mm
per cycle.
Minim
um Length: 3300 m
mM
inimum
Width: 2050 m
m3
Loader & Unloader
Automatic Inline loader & U
nloader capable to accomm
odate 03 num
ber of laminates assem
bly (size 1000mm
x 2000mm
) w
ith suitable gaps.4
Type of heatingElectrical H
eaters 5
Lamination & C
uring Temp R
angeU
p to 160º C
6Tem
perature Uniform
ity± 2º C
at 150º C in the entire Lam
ination area7
Laminating Pressure
1 atm8
System C
ontrolPLC
with data back up facility.
Touch screen control to be provided for smooth operation &
setting different parameters like tem
perature , time, vacuum
, duty cycle of heaters, etc.D
isplay of above said process parameters.
9Final Vacuum
Pressure< 1 m
bar 10
Evacuation Time to 1 m
bar Less than 120 Sec
11Vacuum
Generator Pum
p In built (Leybold / Edw
ards /Pfeiffer/Varian/ Agilent /Alcatel/ Sim
ens/ Mitsubishi)
12Technology
Heavy duty vacuum
pump to achieve vaccum
< 1mbar in less
than 2 minutes w
ith condensable trap to prevent clogging of pum
p with additional external oil m
ist filter.13
Diaphragm
life> 4000 cycle (quick change over facility of diaphragm
)14
Cooling
Cooling facility to be provided at unloader stage
Laminator shall have provision for Program
mable
(Temperature, Pressure and Tim
e) profiling with standard
library.H
eater should be modular in type and quickly replaceable.
Two sets of release sheet of teflon covering w
hole platen area on both sides of the lam
inate should be provided.(total 04 nos)
Provision for cleaning of platen & silicon mem
brane.Equipm
entshould
haveprovision
ofallnecessary
protectionsincluding overheating.O
neset
ofSilicon
Mem
braneshallbe
providedas
sparew
ithstandard system
.
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
15O
ther requirement
Specification of Inline Autom
atic Vacuum Lam
inator (Qty: 02 nos)
2Effective Lam
ination Area
Fault indication through audio-visual alarms.
Allnecessary
safetyprovisions
forelectrical
andvacuum
systemare
tobe
incorporatedto
ensureproper
protectionof
man & m
achine against hazards.
S.No.
Vendor’s C
onfirmation
44.1.6
ABC
Parameters
Range
1R
atingA
AA
( Under IEC
60904 -09 specification)2
PV M
odule Dim
ensions2000 m
m x 1000 m
m or higher
3Lam
p TypeX
enon Lamp / LED
light source4
Flashing Method
Dual Flash or LED
type. 5
Pulse width at 1,000 W
/m2
Minim
um 10 m
s 6
SpectrumA
M1.5G
– Class A
, as per IEC 60904-3
7Total illum
inated areasize 2000m
m x 1000m
m or higher
8O
verall illumination N
on-uniformity
< 2%9
Irradiance Spatial Non-U
niformity
Class A ( IEC
Acceptable)10
Temporal Irradiance Stability
Class A ( IEC
Acceptable)11
Temp. &
Light irradiance correctionThe
Equipment
shouldhave
provisionfor
Temp.&
Lightirradiancecorrection
12Lam
p / LED Life
>2,00,000 flashes with 1,00,000 flashes for each lam
p.(m
ultiplelam
psw
ithcum
ulativelam
plife
ofspecified
valueis
acceptable)O
R> 30000 hours of life (in case of LED
light source)13
Light Intensity Range
Adjustable from
400 to 1000 W/m
2 or wider range
14V
oltage range 0 to 60 V
FS or better in multiple ranges
15C
urrent range 0 to 12A
FS or better in multiple ranges
16C
urrent & V
oltage Accuracy
0.2% of FS or better
17Total C
ycle Time
20 seconds or better 18
Reference C
ellM
onoC
rystallineSilicon,as
perIEC
60904-2(C
alibrationcertificate
from authorized test lab shall be provided)
19Filters
Appropriate filters,if any, of light source for measurem
ent must
be part of the standard equipment.
• Equipment should be capable of testing m
ono / poly crystalline silicon modules and Thin film
modules and shall take sufficient num
ber of data points to provide accurate and repeatable results
Specification of Solar Module Tester (Sun Sim
ulator) (Qty: 01 no)
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
• The equipment should m
easure illuminated P-V & I-V characteristics as per IEC
60904-1 and parameters like open circuit voltage, short
circuit current, maxim
um pow
er point current, maxim
um pow
er point voltage, load current and power at a fixed load voltage, fill factor, cell
efficiency, Module efficiency, R
-series, R-shunt, cell tem
perature, intensity of illumination D
ate & Time of m
easurement etc
Inline Automatic Table Top type Solar M
odule Tester(Sun Simulator w
ith loader & unloader) for Solar Modules testing , w
ith Xenon / LED light
source that closely match the solar spectrum
while avoiding the excessive solar cell heating
Technical Features
Technical Parameters of Sun Sim
ulator
20C
ontrol systemThe
equipmentshould
haveinbuilt/externalPC
&m
ustbesupplied
with H
eavy duty color Laser printers 21
RFId Interface
Necessary
arrangement
tobe
providedfor
interfacingw
ritabledata
transferfrom
SunSimulator
toR
FIdSystem
throughW
i-Fi(Third
Party system acceptable).
S.No.
Vendor’s C
onfirmation
44.2.1Sl .N
o. 1
Table typeTurn table / Ball table w
ith vacuum holding system
2D
imensions
Suitable to handle laminate upto 2000 m
mX 1000 m
m X 5.5
mm
OR
Higher.
3Trim
ming operation
Manual edge trim
ming by standard electric hot knife.
(04 nos of Electric hot knife to be supplied along with one table)
4.2.2Sl .N
o.
1D
ispenser typeAutom
atic machine to put defined am
ount of silicon sealant in alum
inum fram
e.2
Flow control
Selectable flow control.
3D
ispensing head/Frame m
ovement
Automatic adjustable X,Y & Z axis m
ovement of dispensing
head/frame w
ith speed control.4
Frame glueing length
Upto 2000m
m O
R H
igher5
Pump for silicon drum
Automatic silicone dispensing pum
p for silicone drums w
ith provision for single part sealant.
6O
perationTouch screen panel for operator control
4.2.3Sl .N
o. 1
Framing
Automatic fram
ing station with fixing facility of all four sides of
aluminium
frames.
2Fram
ing sizeFram
ing station must be capable of fram
ing upto 2000m
mx1000m
m O
R H
igher & frame height up to 50m
m.
Minim
um fram
e size must be indicated.
3C
orner block fixing & PunchingC
orner block fixing & punching for pressing the corner into the shorter/longer arm
frames.
4H
andling systemH
andling system for loading & unloading of the unfram
ed & fram
ed laminated panel should be through pneum
atic lifter .
4.2.4Sl .N
o. 1
Sealant dispenserPneum
atic dispensing gun to dispense silicone adhesive for attaching & sealing the junction box to the m
odule.Provision for connecting dispensing gun w
ith the silicon dispensing pum
p provided for frames.
2Flow
controlSelectable flow
control.
Specification/Requirem
ent
Framing Stations for C
orner type Frames: (Q
ty: 01no)Specification/R
equirement
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
Sealant Applicator for junction B
ox Fixing (Qty: 01no)
Edge Trimm
ing Station (Qty: 01no)
Specification/Requirem
ent
Autom
atic Silicone dispensing unit for frames (Q
ty: 01no)
Specification/Requirem
ent
3H
ot melt G
un2 N
os. Hot m
elt Gun required for quick fixing of junction box by
hot melt glue
4Turn table
Turn table with vacuum
holding system for holding the PV
modules during junction box fixing.
S.No.
Vendor’s C
onfirmation
44.2.5Sl .N
o. 1
Cut size
Maxim
um cut m
easure: 2000mm
(length) x 1100mm
(width) O
R
2M
achine controlTouch screen adjustm
ent for parameter for cut length, num
ber of cut, speed etc.
3piece counter
Automatic piece counter.
4Spool diam
eterSpool diam
eter 300mm
Typical5
Incision facilityFacility for m
aking incision/slit for the ribbon exit for connection to junction box
6Spool loading
Simple loading facility for spool
7Spares
02 nos of spare blades.
4.2.6Sl .N
o. 1
Cut ribbon type
Suitable for all types of ribbon material
2C
ut ribbon thickness & width
Facility to cut ribbon of different thickness (0.1mm
to 0.5mm
) & different w
idth ( from 1m
m to 6m
m)
3Piece counter
Automatic piece counter
4R
ibbon straightening M
achine must m
aintain straightness of the cut ribbon.5
Spool loadingSim
ple loading facility for ribbon spool6
L- shaping of Ribbon
Jig/ Tool for L-shaping of ribbon required in bussing operation.
4.2.7Sl .N
o. 1
Max m
odule size under testIn-line w
ith Sun simulator H
i-Pot test station must be able to
test the SPV module size upto 2000m
m x 1000m
m or larger.
2Param
eter setting & Display
Programm
able applied voltage , ramp tim
e, dwell tim
e & allow
able leakage current with LC
D display .
3Specific requirem
entSystem
should meet the H
igh voltage requirement of U
L-1703, IEC
-61215 & IEC-61730
4Failure detection
Test station must have built-in failure detection system
5Accessories
The test setup must include all necessary accessories for
6Safety kit
Safety kit for operators.
4.2.8Sl .N
o.
Test station with all necessary equipm
ent & accessories to evaluate gel content shall be provided.Test station w
ith equipment, chem
icals etc to evaluate peel strength, encapsulate adhesion & ribbon pull strength.
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
Specification/Requirem
ent
Gel content &
Peel strength test setup (Qty: 01 set)
Specification/Requirem
ent
High Voltage (H
I-POT) Test Station: (Q
ty: 01no)
Specification/Requirem
ent
1Q
uality test system
Specification/Requirem
ent
Autom
atic Ribbon C
utting machine (Q
ty: 01no)
Autom
atic EVA &
Back sheet cutting m
achine (Qty: 01no)
4.2.9Sl .N
o. 1
Dark current test
Programm
able test setup to check dark current of module upto
300 Watt or higher
Dark current Test setup (Q
ty: 01no)Specification/R
equirement
S.No.
Vendor’s C
onfirmation
4.2.10.1
1i)ii)iii)iv)v)vi)1.1i)ii)iii)
Tag Read/W
rite Distance: M
in. 10 cm
Client PC
: The station must include suitable client PC
for Data Back up and other activities
Interfacing Software for Fixed U
HF R
FID R
eader/Writer Station
Software for accessing com
plete Test Results & I-V C
urve of all OEM
make SPV M
odule Tester & writing the sam
e as per scope.
User friendly softw
are with drop dow
n menu
Provision for adding/ editing the values
(iv) For SPV Module: M
onth and year of manufacture & C
ountry of origin
RFID
system m
ust be integrated with Sun Sim
ulator equipment
Specification of RFID
System (Q
ty:01 no)Vendor M
ust fill up the compliance statem
ent/ Rem
arks
Part A: Passive U
HF R
FID System
for SPV Modules
(i) Nam
e of the manufacturer of SPV M
odule
To read & display the written data in the tag w
henever required
(vi) Peak Wattage, Im
p, Vmp, Isc, Voc and FF for the m
odule.(vii) U
nique Serial No and M
odel No of the m
odule(viii) D
ate and year of obtaining IEC SPV m
odule qualification certificate(ix) N
ame of the test lab issuing IEC
certificate
(ii) Nam
e of the Manufacturer of Solar cells
(iii) For solar cells: Month and year of m
anufacture & Country of origin
(v) I-V curve for the module w
ith ITI Logo
(x) Any other information required as per JN
NSM
Fixed UH
F RFID
Reader/W
riter StationTo W
rite encoded Test Results & I-V C
urve (as per scope) into the RFID
tags.
Protocol: EPC G
en 2 Com
pliantInterface: U
SB Type
Purpose: Passive UH
F RFID
System com
prising of:a)Fixed
UH
FR
FIDR
eader/Writer
Stationw
ithInterfacing
Software
toaccess
complete
TestResults
&I-V
Curve
ofallOEM
make
SPVM
oduleTester, b) H
and-held UH
F RFID
Reader &
respective suitable software/m
iddleware to interact w
ith the system.
Thesystem
shallbeused
forStoring
ofSPVM
oduledata
inthe
PassiveR
FIDTag
asper
JawaharlalN
ehruN
ationalSolarM
ission(JN
NSM
)guidelines for traceability &
read the same at site.
Scope:Supply&
InstallationofPassive
UH
FR
FIDSystem
.Thesystem
willaccess
complete
TestResults
&I-V
Curve
ofallO
EMm
akeSPV
Module
Tester,Storein
PassiveB
lankR
FIDTags
(UH
F)andboth
theR
eadercanread
thedata
atfixedplace
&atsite
asperJaw
aharlalNehru
National Solar M
ission (JNN
SM) guidelines for traceability. The System
shall be used to Store & R
ead following Inform
ation:
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
S.No.
4.2.10.1V
endor’s Confirm
ation2i)ii)iii)iv)v)vi)vii)viii)ix)x)2.1
Qty: 10000 nos (to be supplied w
ith RFID
System)
123456789
4.2.10.2
1Bar C
ode Printer Suitable
industrystandard
Barcodeprinter
systemincluding
computer
&its
software
etc.,for
coding&
printingof
alphanumeric data of the SPV m
odule on stickers. 2
Bar Code R
eaderSuitable
industrystandard
Barcodereader
includingdisplay
alongwith
software
etc.,for
readingof
thebarcode
fromstickers.
3Barcode sticker
Suitable Barcode stickers: Qty: 10000 nos (to be supplied w
ith Barcode Printer and R
eader System)
Hand-held U
HF R
FID R
eaderTo read & display Test R
esults & I-V Curve (as per scope) from
the RFID
tags of the SPV Modules installed at the site.
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
IP65 Com
pliant
Protocol: EPC U
HF C
lass 1 Gen 2 C
ompliant
Input: QW
ERTY keyboard, Touch Screen, O
utput: LCD
Screen
Specification of Barcode Printer and R
eader System (Q
ty:01 no)Vendor M
ust fill up the compliance statem
ent/ Rem
arks
Size: 4.5" x 1" (typical)Adhesive (U
L Certified) backing for easy attachm
ent directly to SPV Module Back sheet w
ith peel off paper
Tag should be laminated w
ith UV Proof M
aterialM
odule identification details as well as com
pany logo shall be pre-printed on RFID
Tag. Details to be provide at the tim
e of PO.
Mem
ory Size: 512 bits (suitable for storing SPV Module data)
TheR
FIDtag
shallbecom
patiblefor
writing
dataw
ithfixed
RFID
writer
stationusing
thedata
extractedfrom
theSPV
Module
testeras
perJN
NSM
guidelines. Portable RFID
reader must be capable to read the data stored in R
FID tag at site.
Face Material: PET or W
hite Polyester
RFID
TAG TEC
HN
OLO
GY: Passive U
HF (EPC
Gen 2 com
pliant)
Battery Life: 1.5 hours continuous read or more
Accessories: Rechargeable Battery (2 Sets), C
harger, Cable & Pow
er Adaptor, Mem
ory Card (2 G
B Minim
um)
Processor & Internal Mem
ory: 400 MH
z, 128 MB Flash, 64 M
B RAM
Tag Read R
ange: 1 meters (M
inimum
)M
inimum
External Mem
ory: 2 GB
Frequency Range: 865-867 M
Hz
Software: suitable s/w
to read & display in LCD
screen as per our scope.
PUR
POSE:Storing
ofSPVM
oduledata
inthe
Tag&
fixingiton
tothe
SPVm
odulesas
perJaw
aharlalNehru
NationalSolar
Mission
(JNN
SM)
guidelines for traceability.
Specification Part B
: Blank U
HF R
FID Tag
Type: Passive Blank RFID
Tags (UH
F) for writing SPV M
odule data
Vendor’s C
onfirmation
S.No.
4.2.11
Suitable for 1x12 string (For full cell & cut cells upto 1/3 of full cell)Tem
perature controlled soldering & Desoldering setup.
Hot plate for preheating.
4.2.12
1Interm
ediate Transport & Handling system
Standard Push button/ Ball roller / Motorised transport conveyer
system for sm
ooth transport along the line between each
manufacturing stage as per ITI lay out.
Qty.
2 Sets
1R
epair Station facility
Intermediate Transport &
Handling system
(Qty: 01 set)
Specification/Requirem
ent
Tools for Maintenance
Repair Station (Q
ty: 2 sets)
Spares :
Maintenance tools for the com
plete line.
Com
plete list of spare items to be listed &
quoted.Please provide List of spares against each equipm
ent (From 4.1.1 to 4.1.6 , From
4.2.1 to 4.2.12 & From
4.3.1 to 4.3.9)
Vendor shall provide training for operation &
maintenance as per requirem
ent at ITI Ltd. Naini at the tim
e of installation & com
missioning as a part of supply.
All utility requirem
ents , a) Electrical, b)Com
pressed air, c) Water (R
aw &
DI), d) Exhaust, e) D
rainage, f) Environmental requirem
ent or any other requirement, against
each equipments (From
4.1.1 to 4.1.6 & From
4.2.1 to 4.2.12) may please be provided:
10
Utilities:
Installation Com
missioning , Process optim
ization & Trial run:
Training
Com
plete list of Consum
ables items to be listed &
quoted.Please provide List of C
onsumables against each equipm
ent (From 4.1.1 to 4.1.6 , From
4.2.1 to 4.2.12 & From
4.3.1 to 4.3.9)
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
Consum
ables :
789 6 5
Vendor shall under take Installation and com
missioning of all equipm
ent at ITI Ltd. Naini site free of any additional cost.
Vender shall optim
ize the process & conduct trial run of the com
plete line. For trial run purpose vender has to arrange all the required material for
manufacturing of finished SPV
module (consisting of 6 x 12 m
atrix of 4.17 watt Poly C
-Si cells of size 156mm
x 156mm
& also for cut cell upto 1/3 of full cell).
After process stabilization vendor has to produce m
inimum
40 nos (30 nos with full cells , 5 nos w
ith 1/2 cut cells & 5 nos w
ith 1/3 cut cells) defect free complete
finished module using m
aterial brought by vendor for trial run. These samples w
ill remain at ITI Ltd. N
aini.The m
aterial for the above activities is to be arranged by vendor & it should be the part of the basic offer.
Specification/Requirem
ent
Vendor’s C
onfirmation
AM
C for a period of 5 years after expiry of w
arranty period shall be quoted (comprehensive -both labour and parts).H
owever, A
MC
may be aw
arded only after the com
pletion of Warranty period.
Annual M
aintenance Contract (A
MC
) for the Post Warranty Period:
Vendor shall provide On-site w
arranty including all necessary spares & consum
able for complete line free of cost (list m
ay be attached) for a m
inimum
period of 2 years from date of com
missioning.
On intim
ation by ITI Ltd., during first month of actual production, vendor has to station engineer at its ow
n cost at ITI Naini site for sm
ooth operation of Autom
atic SPV manufacturing line. Further vendor has to depute service engineer (w
ithin 48 hours) as & when required during the rem
aining warranty
period.
15
(II) Weight in Kg.
(III) Vendor shall provide a drawing/layout for the entire line along w
ith product flow as per ITI layout (Space layout draw
ing enclosed ) considering m
aintenance & service aspects also.
Floor Space requirement
Vendor shall provide follow
ing information for each equipm
ent
All necessary standard safety requirements for electrical, vacuum
, hydraulic systems m
ust be taken care off to ensure protection to both system and
operator against any malfunction. Installed equipm
ent must have easy accessibility for m
aintenance (electrical,mechnical , electronic & others)
(i) foot print dimension ( in m
m)
Safety & M
aintenance Features:
14 12 1113
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
OEM
inspectionPrior to dispatch O
EM has to inspect all the equipm
ents as per ITI Ltd. Specifications & also has to conduct trial run of equipm
ent at his works . O
EM has to enclose
inspection report & trial run report along w
ith the dispatched equipment.
(IV) Vendor has to indicate whether any special foundation is required for any equipm
ent (civil work).
Onsite W
arranty with Spares &
consumable for m
inimum
of 2 Years:
16S.N
.Particulars
Vendor's C
onfirmation
1V
endor shall supply , install, integrate 18 MW
SPV m
odule manufacturing line (Turn
Key basis) along w
ith conveyor/transport system.as per ITI specification.
YES/N
O
2A
ll the major equipm
ent (from 4.1.1 to 4.1.6) of 18 M
W SPV
module m
anufacturing line shall be from
a single OEM
or guaranteed by a single OEM
. The supplier m
ust furnish an undertaking from the O
EM on O
EM letter head in this regard.
How
ever the vendor/ supplier shall be fully responsible for the complete line in
respect of warranty, m
aintenance , spares & all other conditions.
Part offer is not acceptable.
Yes/N
oA
ttach undertaking from O
EM stating that they w
ill be responsible in respect of w
arranty, maintenance , spares &
all other conditions for the m
ajor equipment sold to ITI N
aini.
3The m
ajor equipment (from
4.1.1 to 4.1.6) are CE/SEM
I or UL certified.
Yes/N
o
4D
etail of individual equipment, consum
able, recomm
ended spare parts, installation &
comm
issioning, layout design, training etc. must be provided in the technical bid &
sam
e to be quoted in comm
ercial bid.
Yes/N
o
5Specifications of all the equipm
ent must be supported by technical catalogues and
data sheet of OEM
& the sam
e must be provided along w
ith the technical bid.Y
es/No
6O
ver all line breakage ≤ 1%Y
es/No
7O
ffers should be for new equipm
ent and not for any refurbished / used equipment
Certified new
equipment,Y
ES/NO
8V
endor shall have its own establishm
ent in India with full service support.
Yes/N
o
Pre-Qualification C
riteria Check-List:
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
9(a) The vendor m
ust have already supplied and installed similar SPV
Module
manufacturing line w
ith major equipm
ents of same m
ake, in India & it m
ust be operating successfully for at least last 1 year. (ITI officials m
ay visit the site for verification).(b) Please provide C
ustomer list for the above said line.
(a)Yes/N
o(b) custom
er reference list enclosed;Yes/N
o
10O
nsite warranty w
ith spares for period of minim
um tw
o (2) years from the date of
comm
issioning of SPV m
anufacturing line should be provided.Y
es/No
11C
ompany has to provide the guarantee for availability of spares and service support
for at least 5 years beyond warranty period of com
plete SPV m
anufacturing line.
Yes/N
o12
The vendor shall have trained engineers in India and should provide prompt on site
repair service & spares support for the offered equipm
ent for the period of atleast 7 years.
Yes/N
o
13An offer for com
prehensive AMC
for a period of 5 years after expiry of w
arranty period shall be provided (comprehensive -both labour & parts)
Yes/N
o
14Prior to dispatch O
EM has to inspect all the equipm
ents as per ITI Ltd. Specifications & also has to conduct trial run of equipm
ent at his works .
OEM
has to enclose inspection report & trial run report along with the
dispatched equipment.
Yes/N
o
Note:
The pre qualification criteria are mandatory requirem
ents and the technical bids will be considered only if all the above pre qualification criteria
are met.
Pre qualification will be carried out based on details furnished by the vendor / feedback from
their customers/ inspection of SPV
manufacturing
line as per customer list provided by vendor as m
entioned above (at Sl.No.8) by ITI officials if required.
Qualification of offer shall be at sole discretion of ITI Ltd.
Details of technical specification of 18M
W Solar Photovoltaic M
odule Manufacturing Line
(Turnkey Basis)
17Sl.N
oV
endor’s Confirm
ation1234567891011121314
Special conditionsVendor shall supply , install, integrate 18 M
W SPV m
odule manufacturing line (Turn Key basis) along w
ith conveyor/transport system.as per
ITI specification.
Two (2) sets of operation and m
aintenance manuals (H
ard copy in English ) for each equipment shall be supplied. M
aintenance manual
should include complete electrical schem
atics, all mechanical, pneum
atic, hydraulic diagram, trouble shooting chart. routine checks and
preventive maintenance schedule and recom
mended spare parts list. Soft copy of all the m
anuals in DVD
/CD
's should also be provided.
The major equipm
ent (from 4.1.1 to 4.1.6) should be from
a single OEM
or guaranteed by a single OEM
and should be CE/SEM
I or UL
certified.
List of spares, part numbers, and address of original suppliers of spares/subsystem
s should be provided.
The equipment shall be O
HSAS (O
ccupational Health & Safety Advisory Services) com
pliant. H
azards connected with operation & m
aintenance of all the equipment including line shall be indicated explicitly and instructions for
minim
izing the hazards (safety/environmental hazards) shall be indicated.
All pneumatics (ie. solenoid valves, isolation valves, gauges etc.) should be of w
ell known reputed m
ake. vendor should specify the make.
PC, PLC
, electronics module used for autom
ation in equipment should be of w
ell known reputed m
ake. vendor should specify the make.
Equipment should be rated for nom
inal 400V/3 phase 50 Hz /5 w
ire or 230 V 1 phase / 50 Hz 3 w
ire system only
Vendor shall under take Installation and comm
issioning of all equipment at ITI Ltd. N
aini site.Vender shall optim
ize the process & conduct trial run of the complete line. For trial run purpose vender has to arrange all the required
material for m
anufacturing of finished SPV module (consisting of 6 x 12 m
atrix of 4.17 watt Poly C
-Si cells of size 156mm
x 156mm
& also for cut cell upto 1/3 of full cell. Vendor m
ay use its own standard design.). After process stabilization vendor has to produce m
inimum
40 nos (30 nos w
ith full cells , 5 nos with 1/2 cut cells & 5 nos w
ith 1/3 cut cells) defect free complete finished m
odule using material brought by
vendor for trial run. These samples w
ill remain at ITI Ltd. N
aini. The material for the above activities is to be arranged by vendor & it should
be the part of the basic offer.R
FI filter / surge suppresser shall be provided at mains (incom
ing) stage as well as at the input stage of critical electronic instrum
ents / system
s used in the equipment.
The vendor should submit test and w
arranty certificates for all the supplied equipment. C
alibration certificates for all the instruments , gauges ,
indicators shall be provided. Calibration procedures m
ust be provided for equipment. Vendor shall ensure for trouble-free operation against
manufacturing defects during w
arranty period.C
alibration / preventive maintenance during w
arranty period to be done free of cost. (Vendor to specify the schedule).
The machine softw
are should be self diagnostic, which can identify the faults and appropriate m
essage with error and probable corrective
action should be flashed on the screen so that remedial m
easures can be taken..
Com
pany has to provide the guarantee for availability of spares and service support for at least 5 years beyond warranty period of com
plete SPV m
anufacturing line. The vendor shall have trained engineers in India and should provide prom
pt on site repair service & spares support for the offered equipment
for the period of atleast 7 years.
ITI LTD., NAINI PLANT, CENTRAL PURCHASE, NAINI, ALLAHABAD – 211010.
PH. 0532-2682273, 2682550 FAX : 0532-2686008, 2687345, EMAIL : [email protected] OUR WEBSITE : http://www.itiltd-india.com Govt. of India Web Site : http://tenders.gov.in ITI LIMITED: CIN NO. L32202KA1950GOI000640 SUB: TENDER ENQUIRY NO. : NCA6F505 DT. : 30.01.2016 -------------------------------------------------------------------------------------------------------------------------------------------- SNo ITEM DESCRIPTION QTY. DELIVERY -------------------------------------------------------------------------------------------------------------------------------------------- 1. 18MW Automatic SPV 01 Set June. ‘2016 Module Manufacturing Line ( Turnkey Basis ) NOTE –
A. Offers should be in two parts : (1) TECHNICAL BID & (2) COMMERCIAL Bid to be submitted separately. B. Vendor’s Confirmation for each clause of Technical spec. is required. C. EMD of Rs. 5 Lacs must accompany with the Technical bid & bid received witout EMD shall not be considered for
evaluation and further processing. D. EMD for MSME is exempted against the valid documentry evidences. E. Our Organization is ISO 14001 certified company. Offers should be in compliance
with ISO 14001 requirement. F. MSME Guideline may also be examined at the time of tendering/ ordering G. Enquiry is also hosted on: www.itiltd-india.com, www.tenders.gov.in, http://eprocure.gov.in/cppp as per norms. H. CIN Number of Company to be mentioned as per Norms.
------------------------------------------------------------------------------------------------------------------------------
DUE DATE FOR SUBMISSION OF OFFER: 13.02.2016 UPTO 4.30 PM. OFFER OPENING DATE: 15.02.2016 AT 11.00 AM. TERMS & CONDITIONS: As per enclosure. NOTE: For any further details if required pl. contact at our E-mail : [email protected]
STANDARD INFORMATION
1. Tender Title: 18MW Automatic SPV Module Manufacturing Line (turnkey Basis) 2. Tender Ref.No:NCA6F505 3. Product category: Services 4. Product sub category: Supply, Erection and Commissioning 5. Tender Value: Rs. 20 Cr. 6. Tender EMD : Rs. 05 Lacs 7. Tender Document cost: NIL 8. Tender Type: BUY 9. Location : NAINI 10.First Announcement date/time : 30.01.2016 11.Last date/time of document collection : N/A 12.Last date/time for submission : 13.02.2016 UPTO 4.30PM 13.Opening date/time: 15.02.2016 AT 11.00AM 14.Work description: supply, installation & commissioning, process optimization & warranty with spares for minimum of 02 years and also includes the layout design & training. 15.Pre-qualification: As per tender documents.
Purchase Officer -EC
TEND-IN.DOC
ITI LIMITED
CIN NO. L32202KA1950GOI000640 Annexure - I
Form No.:XPR14/M2/0995/24
TERMS AND CONDITIONS FOR SUBMISSION OF TENDER
ENCLOSURE TO ENQUIRY NO :……………………………………..
1 SUBMISSION OF TENDERS: A. This is only an enquiry to quote and not an order. This enquiry is not transferable. B. Tenders must be submitted in a SEALED ENVELOPE SUPERSCRIBED WITH OUR ENQUIRY NO. and DUE DATE ON THE face of the envelope and should be addressed to SIGNATORY OF THIS ENQUIRY. C. Bid must be submitted in two parts for Technical & Commercial. D. The party may indicate whether they fall under purview of MSMED Act2006 and if so the certified copy of relevant registration certificate as a proof may be submitted along with the tender bid. E. In case such certificate is not produced at the time of bid party will not be considered to be falling under this category. F. NEW BIDDERS QUOTED FROM WEBSITE MAY PLEASE CONTACT OUR VENDOR DEVLOPMENT SECTION FOR REGISTRATION AND APPROVAL PROCEDURES. NOTE: a. Tenders should reach us on or before the due date before 12.00 Hrs. of the due date. b. Separate envelopes should be used for each enquiry. c. Please send your offer in a sealed envelope. Offer should have commercial condition and technical details. d. The validity of offer should be for a minimum period of 90 days from the opening date of tender. 2 OPENING OF TENDERS: Tenders against enquiries will be opened in the presence of the tenderer / authorised representative on THE DUE DATE OF THE TENDER itself / the next working day i.e., on .......At 11.00 Hrs.(INDIAN STANDARD TIME). 3 LATE OFFERS: Tenders (not super scribed with our enquiry No... and Due date on the face of envelop) and / or tenders/FAX/E-mail which are received late are liable for rejection. NOTE: a. Send your quote well in advance of due date to avoid postal / courier delay. b. If you are not in a position to quote, for any reason please communicate the same without fail to enable us to keep you on our vendor list. c. Please indicate the Sl. No. and Code/Description exactly as per our enquiry. Any substitute or alternate code quoted should be clearly stated. In case the item quoted is under obsolescence, the same may be indicated with best last date of P.O. and supply feasibility. 4 Terms of Prices: Rates quoted should be firm and applicable to any qty within our enquired qty.
a. Indigenous Vendor : FOR Naini , ITI works.( Loading & unloading till ITI Works is the responsibility of supplier)
b. Foreign Vendor Preferred Terms of prices : DAP i.e Delivery at ITI Works,Naini, including Loading & unloading till ITI Works, is the responsibility of supplier. ITI Shall arrange Custom Clearance and Pay the Custom Duty.
c. FOREX RISK: In case of prices are quoted in Foreign currency exchange rate will be taken from RBI website (www.rbi.org.in ) for all the references & supplier’s acceptance of following clause is mandatory,,
i. “ The exchange rate on tender opening date shall be considered for the purpose of commercial evaluation of Tender. However for release of Payment ,the exchange rate as
ISO 9001:2008 ACCREDITED
TEND-IN.DOC
on date of Tender opening or as on due date of payment, whichever is lower shall be considered “
ii. Remittance on ITI in INR = Exchange rate as defined above X Order value in Foreign Currency
d. In case of any variation in quoted terms of price other than the preferred above in such an event while tabulating the offers loading of various charges will be done accordingly to arrive the prices to FOR-ITI Naini works.The quoted prices should include weather proof packing adequate to withstand transhipment damages till delivery at our Stores in our Plant.
e. ITI, under normal circumstances, may not negotiate for the price. We may also short list only two to three suppliers for ordering. Hence you are requested to quote your best price in the original quotation itself.
f. Any counter terms and conditions are not binding on us unless we agree to the same in writing. g. In case of an order on you, the ordered rate should be firm till the completion of the order.
5 STATUTORY LEVIES: a. All applicable statutory levies like Sales Tax, Excise Duty etc.( except custom duty etc ) should be separately indicated with the current rate applicable, otherwise rate quoted will be deemed as inclusive of taxes / levies. Vague terms like "As applicable at the time of supply" should be avoided. Apart from Statutory levies other charges like handling, P and F etc., will not be paid by us. b. In case of sales tax exempted delivery, authorisation letter from the competent authority should be enclosed along with the quote. c. In case of your absorbing the sales tax portion, the same be specified clearly in the quotation itself and not after the tender opening,which otherwise will be treated as post-tender correction and would disqualify your quote. d. In case of statutory levies like Sales Tax, Excise Duty, Surcharge etc., are modified, the same has to be intimated to ITI immediately. 6 MODVAT RELIEF: a. We are eligible to avail the credit of Excise Duty paid on items procured for manufacturing Tele-communication equipments under MODVAT RELIEF scheme. Hence "Invoice Cum Gate Pass" in original for payment, and transporter copy duly marked and authenticated is to be produced along with the consignment. In case of your failing to adhere to this instruction, no ED will be reimbursed by us. b. Invoices should be in the prescribed form and have all particulars as per the Central Excise Rules and notifications as amended from time to time, particularly Assessor code, Range Division, rate and amount of duty debited and debit particulars. c. Agents/Distributors, on whom an order is placed should also produce Invoice Cum Gate Pass as per the procedure laid down by Central Excise Rules and notifications issued from time to time. They should get registered with Central Excise authorities where ED is being passed on. 7. TERMS OF PAYMENTS: ITI Prefer the following Payment Terms :
A. Normal Terms of Payment (NTP) i.e. 60 days credit from the date of receipt of material or as agreed by ITI.
B. In case of LC payment terms: • LC Payment : 90 % Payment through irrevocable LC in the following manner, • 60% payment : Against shipment of equipment through documentary evidence as per PO Terms. • 30% Payment : After successful installation and commissioning(I&C) of full turnkey line on the basis of
Certificate issued by DGM-W/DGM ( OPT & SOLAR ). • Balance 10 % Payment : Against submission of PBG valid for a period of 2 Year from the date of I&C
• ITI will prefer long credit period.
Note: In the event of short supply and/or wrong supply , the supplier has to bear all expenses to complete the supply as per PO terms. Till supply completion as per PO terms, payment will be kept in abeyance & . NO PAYMENT WILL BE MADE FOR THE REJECTED QUANTITY. 8. INSPECTION: a. ITI reserves the right to restrict the ordering to 2 or 3 vendors who are capable of meeting the Quality, Delivery and Cost requirements. Preference will be given to the vendors with maintained and proven Quality Assurance Systems. b. We are planning to reduce inspection time with self certification scheme for the vendors who keep up good quality leading to "ship to stack system".
TEND-IN.DOC
c. Inspection of the material at our works will be final. ITI reserves the right to inspect the material at any other standard testing centre authorised by us. d. We or our representative including our customer may if required preliminarily inspect the product at vendor's premises. Such verification shall not absolve the vendor of the responsibility to provide the acceptable product nor shall preclude subsequent rejection during the final inspection at our works It is the responsibility of every vendor to ensure that only the inspected materials confirming to our specifications/drawings/requirements are supplied. e. The supplies shall be from the latest batch of production. Batch Number should be indicated on the components / packet / test certificate and accompanying delivery challan / test certificate. f. Test Certificate / check list should accompany each supply consignments without test certificate are liable for rejection. Rejected material should be collected immediately (within 30 days) after our intimation by giving two days prior notice for completing the necessary EXCISE FORMALITIES. You should make arrangements to collect the material either personally, or through your authorised representatives. ITI does not take any responsibility to send the material back to you. After 90 days from the date of rejection intimation to you the material will be scrapped at your risk if not collected. 9. WARRANTY/ consistent performance: Please note that we are an ISO 9001:2008 accredited company. Equipment warranty should be as called in the Tender specifications. Within this warranty period, if any of your component /subsystem is found defective during trial run or otherwise, the same is to be replaced free of cost immediately by you. 10.. GENERAL: a. We reserve the right to accept or reject any or all offers and order full or part quantities or cancellation thereof without assigning any reason whatsoever. b. Successful tenderer only will be intimated by post through/email/letter of intent/firm orders. c. Canvassing by tenderers in any form including un-solicited letters against tenders submitted or post-tender correction shall render their tenders liable for summary rejection. d. I T I Naini reserves the right to split Quantity/Services at ordered rates accepted by L1 bidder to meet the supply schedule / maintain uninterrupted services in view of the capacity of L1 bidder. e. Distribution of quantities for ordering to the selected bidders against this tender -
The quantity shall be distributed in the ratio between 60:40 to 70:30 between L1 and L2 in case order is to be given to two bidders. In case if the order is to be placed on three selected bidders, the guiding ratio would be 50:30:20 for L1,L2 & L3 bidders. More than three bidders may be considered in case of larger volume or in case of capacity restriction. However ITI, reserves the right to depart from the above guidelines for distribution of quantity amongst successful bidders depending upon the urgency and other factors prevailing at the time of deciding the bid.
11. DELIVERY SCHEDULE: a. Please indicate minimum LEAD TIME REQUIRED, manufacturing capacity and the quantity that can be reserved for us. b. Liquidated Damages Clause Time is the essence of contract and the materials, against an order arising outof this enquiry must be delivered by the supplier according to the delivery schedule indicated in the P.O. In case of any change, the supplier should inform us in advance and obtain our approval to the revised delivery schedule. Should the supplier fail to deliver the material or part thereof as per the delivery schedule, or any extension thereof, we shall be entitled at our option either to recover from the supplier, as penalty, a sum equivalent to 1/2% (half percent) per week for first four weeks and 0.7% per week thereafter for such delay or part thereof or terminate the contract in respect of the balance supply so delayed and purchase materials elsewhere at the risk and cost of the defaulting supplier. 12. EMD/Security deposit: Interest free EMD for an amount of Rs. 05 Lakhs to be deposited by supplier along with the Tender in INR in the form of DD etc. favoring ITI Ltd , Payable at Allahabad valid for a period of 3 months. The EMD of unsuccessful bidders will be refunded within 1 Month of finalization of Tender. EMD of successful bidder will be converted in to security deposit . The Security deposit amount is Rs. 10 Lakhs so additional Rs. 5 lakhs have to be deposited by the successful bidder.. SD will be returned after 2 Months of successful Installation and Commissioning of the SPV Module Manufacturing Turnkey line. 13. PBG : PBG to be furnished for 10 % of the PO value in INR , valid for warranty period from the date of successful commissioning to cover the warranty of Equipment for the release of 10% of Payment 14 LOCAL REPRESENTATION: Please indicate your local representative's address, telephone, Telex No. Fax No., Pager No./E-mail address the person to be contacted, in the offer.
TEND-IN.DOC
15 TECHNICAL CATALOGUE: In the event of any change in the technical catalogue, updated version may be sent to us immediately. It is essential that you simultaneously take up the same with approving authority and their approval copy sent to us. 16 SALES TAX: Form "C"/Form III-B/III-D will be financial year wise. You are requested to give the details (4 copies) strictly as per the format shown below to enable us to issue the same. The filled in format will be returned back to you by endorsing on the same. Hence use plain paper only. Any demand for these Forms before full settlement of purchase order will not be entertained. ENCLOSURE TO FORM III-B/III-D/FORM 'C' FOR THE FINANCIAL YEAR 20 -20 NAME OF THE SUPPLIER P.O. REF :- INV.NO
AND DATE
ITEM DESPN
QTY.
NOS.
UNIT RATE
Rs.
VALUE
Rs.
EXCISE DUTY
% Rs.
UPST CST
% Rs.
OTHER CHARGE IF
ANY (PKG FDG FRT ETC) Rs.
TOTAL Rs.
17. APPLICABLE LAW AND DISPUTE RESOLUTION:
All disputes arising in connection with Purchase Order shall be settled between the Parties, the Parties shall try to resolve it through mutual discussions. In case the dispute could not be resolved through mutual discussions, the dispute shall be referred as per ICADR rules.
"Since , ITI is the ISO 14001 : 2004 certified company hence, you may introduce eco friendly material in your process and packing as much as possible & adopt standard symbol as per norms to satisfy ISO 14001 : 2004 during handling , storage and transportation of material"
Purchase Officer
ENQUIRY CELL Date: