technical specifications - eeslindia.org€¦ · shall submit separate nabl test reports for each...

18
As per LM80 report LM80 LM 80 test report to be of chip submitted. As per manufacturer's test report at maximum ambient temperature but should not exceed maximum rated Junction temperature of chip used Manufacturer be submitted. test report to Minimum 25,000 16102-2 and TM-21 test results to be 16106 submitted. Lumen maintenance @ 85°C for LED chip Max. Junction temperature . Lamp Life Hrs TECHNICAL SPECIFICATIONS - SELF-BALLASTED 7W LED LAMP FOR DOMESTIC USE 1. Bidder to give 3 years free replacement warranty Certificate for each Batch of bulbs supplied. 2. Bidder to submit Test Certificate for the parameters given below from a NABL certified Lab as per the testing protocol mentioned in the tender document below. Cool White LED Applicable IS bulb requirements SMD LED Chip Major reputed manufacturers subject to technical due diligence by EESL (Maximum of 3 LED Chip Suppliers are accepted). LED Chip Package supplier should have an active marketing office in India for atleast last 2 years.Proof should be provided for the same.The chip manufacturer should also hold the patent for the Chip offered or hold written permission/ Cross- License from the original manufacturer/ designer of the Chip for manufacturing the offered design. EESL Reserves the right to reject any Chip proposed by Bidders. Minimum 120Lm/W. Documents to be submitted by Bidder **(Submission of all documents are mandatory)** LED technical datasheet including packaging details to be submitted. LED Chip manufacturer to provide an authorization letter in favor of bidder stating their supply support for execution of project. LM-80 test reports should have an accreditation of I LAC/MRA/KO LAS/EPA International Certifying Agencies Bidder to submit LED chip manufacturer's credentials viz. proof of supplies made to Indian lighting companies and recommendations from other Lighting manufacturers along with the technical bid. LED Technical Datasheet for the LED light source intended for supply for the project to be submitted. Parameters Light Source LED Make LED Chip Efficacy LM80/ 16106 Efficacy at actual LED driving condition. Pagel 5 of 32 Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Upload: dothu

Post on 01-Jul-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

As per LM80 report LM80 LM 80 test report to be

of chip submitted.

As per manufacturer's test report at maximum ambient temperature but should not exceed maximum rated Junction temperature of chip used

Manufacturer be submitted.

test report to

Minimum 25,000 16102-2 and TM-21 test results to be 16106 submitted.

Lumen maintenance @ 85°C for LED chip

Max. Junction temperature .

Lamp Life Hrs

TECHNICAL SPECIFICATIONS - SELF-BALLASTED 7W LED LAMP FOR DOMESTIC USE

1. Bidder to give 3 years free replacement warranty Certificate for each Batch of bulbs supplied.

2. Bidder to submit Test Certificate for the parameters given below from a NABL certified Lab as per the testing protocol mentioned in the tender document below.

Cool White LED Applicable IS bulb requirements

SMD LED Chip

Major reputed manufacturers subject to technical due diligence by EESL (Maximum of 3 LED Chip Suppliers are accepted). LED Chip Package supplier should have an active marketing office in India for atleast last 2 years.Proof should be provided for the same.The chip manufacturer should also hold the patent for the Chip offered or hold written permission/ Cross- License from the original manufacturer/ designer of the Chip for manufacturing the offered design. EESL Reserves the right to reject any Chip proposed by Bidders.

Minimum 120Lm/W.

Documents to be submitted by Bidder **(Submission of all documents are mandatory)**

LED technical datasheet including packaging details to be submitted. LED Chip manufacturer to provide an authorization letter in favor of bidder stating their supply support for execution of project. LM-80 test reports should have an accreditation of I LAC/MRA/KO LAS/EPA International Certifying Agencies Bidder to submit LED chip manufacturer's credentials viz. proof of supplies made to Indian lighting companies and recommendations from other Lighting manufacturers along with the technical bid.

LED Technical Datasheet for the LED light source intended for supply for the project to be submitted.

Parameters

Light Source

LED Make

LED Chip Efficacy

LM80/ 16106

Efficacy at actual LED driving condition.

Pagel 5 of 32 Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015

SECTION - 4 (Technical & SCC)

SECTION - 4 (Technical & SCC)

Page16 of 32 Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015

3. Bidder to clearly state the actual driving forward current, forward voltage and wattage of the Chip and also give an undertaking that the Chip supplied in the Bulb is not being overdriven. The bidder to also produce the LM80 report data with TM-21 at the declared driven current at 55, 85 and 105 °C. I amp 'Nattage 7W (Suitable to 16102-1 and 16102-2 NABL Test Report

replace 60 W ICL CCT Cool white (5700K, 16102-2 CCT range as NABL Test Report

6500K) 'er standard or ANSI. LED Chip < 1w ±10 Recommended at NABL Test Report Wattage actual driving

condition. Bidder to clearly state the drive current and voltage to establish the actual chip wattage. The drive current should be less than the lmaxiumum rated forward current for the Chip and the Bidder to separately declare the drive current, voltage, wattage and also produce the LM80 data with TM-21 at this drive current at 55, 85 & 105 C. If it is found that the bidder intends to or has over-driven the Chip in the supplies made, strict penal action shall be taken including but not limited to rejection of bid, cancelling order nd invoking the BG.

Base Cap

Ingress Protection Rated Luminous flux

B22d 16102-1 (Bayonet Cap) IP20

600 Lumens

NABL Test Report

NABL Test Report

NABL Test Report 16102-2 and 16106

1.Bidders has to compulsorily submit the Third Party NABL Accredited Lab Test Reports conforming following technical specifications and consolidated LAB report for the offered LED Bulb has to be structured in the same sequence. 2. Following parameters to be checked as compliance check by TPL NABL accredited lab. 'Working humidity' ,'Working temperature' 'LED chip wattage' Operating voltage range', 'Voltage range for lamp on and safety. Above parameters shall be tested construing RfP parameters to check its compliance. Driver efficiency > 85% - As per IS 15885. 3. For parameters which are not covered under LM-79 i.e., non-time bound test parameters, a compulsory in-house test reports to be submitted, which will indicate compliance with all technical parameters as per EESL technical specification at the time of bid and also TPL NABL accredited lab test reports for the same parameters before commencement of supply. (Incase bidders intends to source different LED light source for LED Bulbs manufacturing, then bidders shall submit separate NABL test reports for each such LED Bulb samples AT THE TIME OF BID)

a

CRI (Typical) Beam angle Total Harmonics Distortion Driver Efficiency

Minimum 80 16102-2 and 16106

> 120° 16102-2

Maximum 20%

16102-2

>85%

IS 15885

Table 6 and 7 16102-2 and 6873 part 5

Minimum 80% after 6000 16102-2 and 16105. hrs.(Indoor application). Intermittent test results at every 1000hrs to be reported.

Minimum 0.9

16102-2 100 V — 300 V

16102-2

100 V — 300 V

220 V — 240 V

Withstand 2.5 kV -10 to 45 deg C 25°C (±2°C)

-10 to 45 deg C

10% - 90% RH

Table 1 All Test

(1) Product shall be subjected to - 10 °C for 1 hrs, then switch to 50 °C for 1 hrs.Total 5 cycles (2)30 Sec On and 30 sec Off. For 12500 cycles At the end of test as per (1) and (2) , no visual damage shall be observed and lamp shall alight for more than 15 min after test. Product shall be operated continuous for 6000hours. Test has to conduct at 45°C At the end of test , no visual damage shall be observed and lamp shall alight for more than 15 min after test.

EMC

Lumen Maintenance @ 25°C ambient (±2°C)

PF Operating Voltage Range Voltage Range for Lamp "ON" and Safety Rated Voltage for Performance and Life Time Surge Voltage Working Temp Temperature for Performance Measurement Temperature for Safe Operations Working Humidity Marking Safety Requirement Temperature Cycling test and supply voltage switching test

Accelerated operational life test.

NABL Test Report NABL Test Report NABL Test Report

NABL Test Report

NABL Test Report

NABL ( Lab may certify that, if the samples are still under testing or else intermittent test results at every 1000hrs to be reported, if sample has crossed such testing intervals) NABL Test Report NABL Test Report

NABL Test Report

NABL Test Report

NABL Test Report NABL Test Report NABL Test Report

NABL Test Report

NABL Test Report

NABL Test Report ( Lab may certify that, if the samples are still under testing or else intermittent test results at every 1000hrs to be reported, if sample has crossed such testing intervals)

16102-2 NABL Test Report 16102-1 NABL Test Report

IS 16102 (Part 2) NABL Test Report

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Pagel 7 of 32

apple
apple

Adequate di- (Isolation-minimum 1.5 electric KV di-electric resistance) protection to be provided in the

bulb design to prevent any possibility of electric shocks to user from leakage or short circuiting from lamp body.

NABL Test Report

Please provide the all above-mentioned test results in table format which is given below. But all the supporting documents such as laboratories reports have to be submitted with bid.

S.No. Test Name Test Results (Value/Complie s/Satisfactory)

Test Date Name of Laboratory

5. GENERAL REQUIREMENT

a. The Lamp housing or heat sink shall be made up of stainless steel or aluminium or any other material made from either extruded or pressure die casted or any manufacturing process to withstand lifetime performance and having high thermal conductivity material.

b. Suitable diffuser may also be provided to increase the illumination, uniformity and distribution.

c. Design of the thermal management shall be done in such a way that it shall not affect the properties of the diffuser and ensure adequate temperature control of bulb body so as not to adversely impact the warranty period of 3 years.

d. The connecting wires used inside the system, shall be low smoke halogen free, fire retardant PTFE cable and fuse protection shall be provided in input side.

e. The LED Chip array and the driver electronics should be on independent PCB Cards.

1. REFERRED STANDARDS IS: 513 Cold-rolled low carbon steel sheets and strips IS 12063 Classification of degree of protections provided by enclosures. IS 6873(Part 5) Limits and methodsofmeasurementof radio

disturbancecharacteristicofelectricallighting and similarequipment. 16102(part 1) SelfBallasted LED lamp for General lighting Services

Safetyrequirement Part-1

IS 16102(part 2) SelfBallasted LED lamp for General lighting Servises Performancerequirement

Part-1

IS 6873 (Part 5) Equipment for General lightingpurposes — immunityrequirement.

EMC

IS 13021 (Part 2) Performance,AC suppliedelectronics ballast tubularflourescentlamps performance requirement.

for

IS 10322 (Part 5/sec 1)

Fixed general purpose luminaries

Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page18 of 32

IS 10322 (Part 1) Luminaires -General requirement and tests IS 14700 (Part 3/sec2)

Electro Magnetic compatibility (EMC) -Limits for Harmonic current emission —THD < 15% (equipment input current 5 16 Amps. per

_phase. IS 9000 (Part 6) Environmental Testing :Test Z- AD: composite temperature/

humidity cyclic test IS 15885 (Part 2/Secl 3) IS 16104— 1 and 2

Lamp control gear: particular requirements for DC or AC supplied electronic control gear for LED modules.

IS 10322 Specification for the luminaries IS 4905 Method for random sampling IS 16106 LED luminaire photometry measurement. IS 16005/LM-80. Lumen Maintenance >90% @ 105 degree C. as per LM-80

measurement. IS 16108/IEC62471 Photo biological safety

2. TESTING PLAN:

Tests are classified as: ■ Type test ■ Acceptance test ■ Routine rest • Verification test

1) Type Test

Type tests shall be carried out to prove confirmation with the requirement of specification and general quality/design features of the unit. In case of any change in Material or design of unit, complete type test shall be repeated. If any sample fails in any of the type tests, fresh samples shall be taken and tested. IS: 16102-1 IS: 16102-2 a. Marking (see 5) a) Marking (see 5) b. Interchangeability (see 6) b) Dimension (see 6) c. Protection against electric Shock (see c) Wattage (see 8)

7) d) Luminous Flux d. Insulation resistance and electric e) Centre beam intensity (see 10)

strength after humidity treatment (see f) Beam angle (see 11) 8) g) Colour Chromaticity and colour

e. Mechanical Strength (see 9) rendering index (CRI) ( see 12) f. Cap Temperature rise (see 10) h) Life (see 13) g. Resistance to heat ( see 11) i) Harmonics (see 15), and h.

i. j.

Resistance to flame and ignition (see 12) Fault Condition (see 13) Creepage distance and clearances

j) Emission (radiated and conducted ) of radio frequency disturbances (see 16)

(see 14)

2) Acceptance Tests: These tests are carried out by an inspecting authority at the supplier's premises on sample taken from a lot for the purpose of acceptance of a lot. Acceptance tests shall not be carried out from particular size from the lot on which type tests have already been conducted. Recommended sampling plan is given below.

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page19 of 32

• Sample size and criteria for conformity • The luminaries shall be selected from the lot at random. In order to ensure randomness of selection, procedures given in IS 2500 part 1 may be followed.

IS: 16102-1 IS: 16102-2

Acceptance test a. Marking (see 5) b. Interchangeability (see 6)

Acceptance Test a) Marking (see 5) b) Dimension (see 6)

c. Protection against electric Shock (see 7) d. Insulation resistance and electric strength

after humidity treatment (see 8) e. Mechanical Strength (see 9) f. Cap Temperature rise (see 10) g- Creepage distance and clearances (see 14)

d) Wattage (see 8) d) Luminous Flux e) Centre beam intensity (see 10) f) Beam angle (see 11) g) Colour Chromaticity and colour rendering

index (CRI) ( see 12)

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page20 of 32

3) Routine Tests: These tests shall be performed by the manufacturer on each complete unit of the same type and the results shall be submitted to the inspecting agency, prior to offering the lot for acceptance test. The firm shall maintain the records with traceability. IS: 16102-1 IS: 16102-2 Test for Inspection Test Quality a) Marking (see 5) b) Interchangeability (see 6)

Inspection Test Quantities (ITQ)

The Sampling Criteria condition of compliance c) Protection against electric Shock (see 7) and tests to be carried out for ITQ shall be d) Insulation resistance and electric strength

after humidity treatment (see 8) e) Mechanical Strength (see 9) a)

given in 16 and 17 of IS 16102 (part-I)

4) Verification:

LED bulb shall be verified for important design parameters as discussed above. There are various specification in place for qualification in India and globally. In India, Bureau of Indian Standards (BIS) has published series of 12 standards for LED based lighting products and following two are applicable for the LED bulb.

Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page21 of 32

3. TEST SCHEDULE: SL No.

Description Test Type Test Acceptance Test

Routine Test

1 Proof of procurement of LEDs Y Y Y 2 Safety Tests ( IS:16102-1)

a) Marking Y Y Y b) Interchangeability , Y Y Y c) Protection against electric shock d) , IR and HV test after Humidity , e) Mechanical Strength Y Y Y f) Cap temperature Rise Test Y Y -- g)Resistance to Heat Y Y Y h) Resistance to Flame and Ignition Y -- -- i) Fault Condition Y -- — j) Creepage distance and Clearance Y -- --

3 Performance and reliability tests (IS:16102-2) -- — Marking Y Y Dimension Y Y — Lamp Power Y Y — Luminous flux. Centre Beam Intensity Y —Y — Beam Angle Y -Y- — CCT, Chromaticity Coordinates and CRI Y Y— -- Lamp Life, Lumen Maintenance and Endurance test for Built-in Electronic Ballast.

Y

Harmonics and Power Factor. Y Test for Emission ( Radiated and Conducted) Y

4. Test Procedure: a. Visual and Dimensional Check:

The unit shall be checked visually for all dimensions as per approved design and drawing. All the components properly secured and sharp edges shall be rounded off. Marking & rating should be legible. Workmanship should be of good quality.

b. Proof of procurement of LEDs:

Check Document like Purchase order & invoice for the proof of Procurement of LEDs.

5. ELIGIBILITY CRITERIA:

The manufacturer shall have all the requisite testing facilities for the tests mentioned above, preferably at their works. However, all the requisite tests may be carried out in any NABL approved labs.

6. WARRANTY:

The system shall have warranty for satisfactory performance and manufacturing defects for a period of 3years. The period of 3 years will start after 6 months from the date of first bulb delivery at project site.

Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

]

Page22 of 32

61321

7. APPROVAL:

While seeking approval, the manufacturer shall submit the sample along-with the following:

a. Technical Catalogue of Product

b. Type Test reports of system.

c. Lumen Depreciation Curve of LEDs used (supplied by LED manufacturer)

After submission of the above, the system shall be considered for approval.

Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical

& SCC) Page23 of 32

SPECIAL CONDITIONS OF CONTRACT

1.0 TERMS OF PAYMENT: Payment towards Cost of LED Lamps delivered

A. For Supply Part Including transportation, handling and insurance etc.

Period of Payment Payment Terms Conditions 1. Acceptance of LoA and signing of

contract agreement. 2. The successful bidder will provide

contact performance guarantee (CPG) equivalent to 50 % of order value (based on quantities that the bidder indicated during the bid) to EESL before start of supplies for five months.

3. After the supply period concludes, the 100 % of invoice value* for bidder's contact performance quantity supplied within 30 days guarantee (CPG) is reduced to 30 % of after receipt of original invoice at order value as detailed below'

Implementation EESL Office with receipt Note: The CPG value will be progressively phase acknowledged, signed and reduced in equal proportion on yearly basis

stamped by EESL authorized by 33 % of CPG value as project representative at designated stores location.

progresses.

Illustrative Example: If order value is Rs.100 than CPG amount for three years will be: Beginning of First Year: Rs 30= 30% of Order Value Beginning of Second Year: Rs 20= 2/3 *30% of Order Value Beginning of Third Year: Rs 10= 1/3 * 30% of Order Value

Note:*Cost of LED Bulb discovered through Competitive Bidding process including transportation, loading, unloading, insurance etc. F.O.R. Project site (PAN India).

Test Certificate: Before commencing the supply, bidder must submit the final test certificate (not more than 1 year old). Please refer the list of test certificates indicated in the technical specifications document.

Warranty: 03 years starting after 5 months from date of delivery consignment / as defined in the document . Warranty starts form the end of five months from the date of receipt of first lot of bulbs at the project area till the end of project duration of 3 years. However the warranty will also cover the initial period of five months for the bulbs receipt being considered as the Implementation period of the project .

Price Basis

Prices to be quoted F.O.R to Destination Basis i.e. PAN India.

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page24 of 32

LIM

2.0 Liquidated Damages:

Liquidated damages applicable limited to 10 % of Total Order value in case of delay and applicable at 0.5 % per week or part thereof of the value of stores not delivered beyond the total delivery period of 150 days from date of LOA. However the LD will not be applicable for the period if delay is not on bidder's part.

3.0 Price Basis

To be quoted as Firm at FOR Destination Basis i.e. F.O.R. PAN India.

4.0 Evaluation Criterion:

Tender will be evaluated for per bulb basic price. Techno-commercially suitable bidder having the lowest basic price shall be L-1.

• Bidder has to quote for Min. 7000000 (seventy lacs) and Max. 21000000 (two Crores ten lacs) LED bulbs i.e. bidder has to supply/ quote for minimum 70 Lacs LED bulbs and at the maximum for 2.10 Crores LED Bulbs. L1 shall be awarded with maximum quantity mention by him from the band provided (70 Lacs - 2.10 Crores LED Bulbs).

• Subsequently suitable nos. of bidders and as per the maximum quantity declared to supply in their bid may be asked to match the price of L-1

It will be the sole discretion of EESL to award the quantity irrespective of the quantity mentioned by the bidder and the band provided above.

5.0 Adjudicator:

Adjudicator under the contract shall be appointed by the Appointing Authority i.e. MD (EESL). If the bidder does not accept the Adjudicator proposed by EESL, it should so state in its bid form and make a counter proposal of an adjudicator. If on the day the contract agreement is signed, the EESL and contractor have not agreed on the appointment of adjudicator, the adjudicator shall be appointed, at the request of either party, by the appointing authority specified.

6.0 Arbitration:

Arbitration shall be carried out as per Arbitration Act 1996 and its subsequent amendment. The Contract shall be governed by and interpreted in accordance with the laws in force in India. The courts of DELHI shall have exclusive jurisdiction in all matters arising under the contract.

7.0 Completion Time:

Entire material to be delivered tested and commissioned as per the delivery schedule from the date of issue of Purchase Order/Letter of award and as per the Annexure A of the section 4.

Page25 of 32 SECTION - 4 (Technical & SCC) Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015

SECTION - 4 (Technical & SCC) Bid Document No. EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015

Page26 of 32

8.0 Contract Performance Guarantee: Within twenty eight (28) days of the receipt of notification of award(P.O./L.O.A.) from EESL. the successful bidder shall furnish the Performance Security in the form of Demand Draft/ Pay Order or Bank Guarantee for 50% of the total contract value before start of supplies for five months. Thereafter, the bidder's contact performance guarantee (CPG) is reduced to 30 )̀/0 of the order value for three years. However, the CPG value will be progressively reduced on yearly basis by 33 % of CPG value as project progresses.

Illustrative Example: If order value is Rs.100 than CPG amount for three years will be: First Year: Rs.30.00 (30% of Rs.100) Second Year: Rs.20.00 (Rs.30 — 33% of Rs.30) Third Year: Rs.10.00 (Rs.20 — 33% of Rs.30)

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

Bank guarantee shall be from any Nationalized Banks/other scheduled private banks. EESL shall at his discretion have recourse to the said Bank Guarantee for the recovery of any or all amount due from the bidder in connection with the contract including of guarantee obligations.

Failure of the Successful Bidder to comply with the requirements of IFB/RfP/NIT shall constitute sufficient grounds for the annulment of the award and forfeiture of the Contract Performance Guarantee.

9.0 Pre-bid conference

9.1 The official representative of the Bidders (Only one per bidder) may attend the pre- bid conference on 13.05.2015 at 11:30 Hrs, which will take place at the following address:

Energy Efficiency Services Limited, 4th Floor, A-13, IWAI Building, Sector-1, Noida — 201301 (U.P.)

(Only one person from the bidder company is allowed to participate in the meeting. Bidders are requested to send their queries at least 3 days before the schedule date of meeting in the format attached)

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

9.3 Record notes of the meeting including the text of the questions raised and responses given will be transmitted to all the bidders who were present at the meeting. Based on that, amendment can be issued in the tender documents. The clarifications that could not be furnished during pre-bid conference will be separately communicated to all the bidders.

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

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

11.11.Lia

9.6 WARRANTY: 03 years starting after 5 months from date of delivery of first consignment /As defined in the document.

10.0 The Bidder shall be deemed to have examined the Bid document, to have obtained his own information in all matters whatsoever that might affect carrying out the Works in line with the Technical specifications and Scope of Work specified in the document at the offered rates and to have satisfied himself to the sufficiency of his Bid. The bidder shall be deemed to know the scope. nature and magnitude of the work and requirement of materials, equipment, tools and labour involved, wage structures and as to what all works he has to complete in accordance with the Bid documents irrespective of any defects, omissions or errors that may be found in the Bid documents.

11.0 EESL reserve the right for quantity variation up to +/-20%. Further EESL reserve the right to place a repeat order in case of urgency for part quantity in the Letter of Award for similar work on same prices, terms and conditions. Also, EESL reserve the right to ask the successful bidder to deceiver the part quantity placed on them anywhere in territory of India on same prices, terms and conditions.

12.0 Insurance: The Goods supplied under the Contract shall be fully insured in Indian Rupees against loss or damage incidental to manufacture or acquisition, transportation. storage and delivery. For delivery of goods at site, the insurance shall be obtained by the Contractor, for an amount not less than the Contract Price of the goods from "warehouse to warehouse" (final destinations) on "All Risks" basis including War risks and strikes.

13.0 Transportation, Demurrage Wharfage, Etc.: Contractor is required under the Contract to transport the Goods to place of destination defined as Site. Transport to such place of destination in India including insurance, as shall be specified in the Contract, shall be arranged by the Contractor, and the related cost shall be included in the Contract Price. Successful bidder, on whom letter of award is placed, is to ensure all safety guidelines, rules and regulations, labour laws etc. Successful bidder indemnify EESL for any accident, injury met by its labour, employee or any other person working for him. Any compensation sought by its labour. employee or any other person working for him shall be paid by successful bidder as per settlement solely. EESL has no role to play in this matter.

14.0 Successful bidder is to submit interchangeability certificate for its product supplied for replacement during warranty and maintenance period and even when it is purchased from open market. In case due to change in technology , the supplied product is not available during warranty/ maintenance period than the improved version of product can be used in warranty/ maintenance period with same or improved technical parameters or the combination thereof after written communication of Engineer in Charge at same cost& terms and conditions. Successful Bidder. on whom letter of award has been placed, has also to confirm that the prices of improved version of product is not lesser than the original product or its parts in comparison.

15.0 Subsequent to an order being placed against your quotation, received in response to this 'enquiry', if it is found that the materials supplied are not of the right quality or not in accordance with our specifications (required by us) or received in damaged or broken conditions, not satisfactory owing to any reason of which we shall be the sole

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical

& SCC) l',i,2c27 of 32

ECM

judge, we shall be entitled to reject the materials, cancel the contract and buy our requirement from the open market / other sources and recover the loss, if any, from the supplier reserving to ourselves the right to forfeit the security deposit, furnished by the supplier against the contract. The supplier will make his own arrangements to remove the rejected material within a fortnight of instruction to do so. Thereafter material will lie entirely at the supplier's risk and responsibility and storage charges, along with any other charges applicable, will be recoverable from the supplier.

16.0 We reserve the right to accept or reject any quotation in full or in part without assigning any reason thereof. We also reserve the right to split and place order on more than one suppliers.

17.0 The bidder should not have been black-listed by Central Government or Central Public Sector Undertakings. If at any stage of tendering process or during the currency of the contract, any suppression / falsification of such information is brought to the knowledge, EESL shall have the right to reject the proposal or terminate the contract, as the case may be, without any compensation to the tenderer & forfeiture of bid security/EMD/CPG.

18.0 Cost of tender Documents:

Interested bidders may view the tender documents at https://eesl.eproc.in or could be viewed after following the link of he-Tendering' on EESL home page, i.e. http://eeslindia.org from where the registered vendors [registration process is explained at EESL home page in "E-tendering" section] with EESL will be able to download the tender documents and submit their bids online. The cost of tender documents is Rs. 25,000/- (Rupees Twenty Five Thousand only-Non

refundable and Non Adjustable)-which shall be payable in the form of DD/Pay order or Banker's Cheque in favour of Energy Efficiency Services Limited issued by any scheduled/nationalized bank payable in Noida/New Delhi (under this option the details of DD No. & Date, amount, bankers name etc has to be submitted in relevant field/column of online module). Tenders without this cost are liable to be rejected. It should be ensured by the vendor that the original DD is received by EESL before opening time of techno-commercial bids for verification of the details of DD given online by the vendors.

The tender submission, tender closing and opening will be done electronically and online.

EESL will not be responsible for any delay, loss or non-receipt of Tender Document Cost sent by post/courier. The instrument should reach in original to EESL office before the Bid Opening date. Bids not accompanied with the requisite tender document cost may not be opened.

19.0 Bid Security/Earnest Money Deposit (EMD): Amount of Bid Security: Rs. 3,40,00,000/- (Rupees Three Crores Forty Lakhs only).

The bidder shall furnish, as part of its bid, a bid security in a separate envelope. The bid security shall, at the bidder's option, be in the form of a Banker's cheque, Demand Draft in favour of "Energy Efficiency Services Limited- or a bank guarantee as per format at attachment 1. Bid security/EMD shall remain valid for a period of 45 days beyond the

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page28 of 32

4 •

OEM

original bid validity period of 90 days, i.e. 135 days from date of bid opening. If there is any extension in bid validity period, then EESL may ask the bidder to extend the validity of bid security.

The details of EMD instrument has to be submitted in relevant field/column of online module. Tenders without Earnest Money Deposit is liable to be rejected. It should be ensured by the vendor that the original DD/ BG is received by EESL before opening time of techno-commercial bids for verification of the details of DD given online by the vendors.

The tender submission, tender closing and opening will be done electronically and online.

EESL will not be responsible for any delay, loss or non-receipt of Tender Document Cost sent by post/courier. The instrument should reach in original to EESL office before the Bid Opening date. Bids not accompanied with the requisite tender document cost may not be opened.

The bid securities of unsuccessful bidders will be returned as promptly as possible after the award is made to lowest evaluated technically acceptable bidder.

The bid security of the successful bidder will be returned when the bidder has signed the contract agreement, and has furnished the required performance security.

The bid security may be forfeited if:

a. If the bidder withdraws its bid during the period of bid validity as specified in the bid.

b. If the bidder does not accept computational/arithmetical error correction made by EESL and as explained in "Financial Evaluation" section of the Bid/ RfP document.

c. If the bidder does not accept assumptions, estimations etc. used for evaluation of bids as specified by EESL in tender documents and revision of his bid accordingly, in case other assumptions are used. If the bidder does not accept the sharing as specified in the bid.

d. If the Bidder refuses to withdraw, without any cost to the EESL, any deviation not listed in Attachment 5 but found elsewhere in the bid; or

e. In the case of successful bidder, if the bidder fails within the specified time limit:

• To sign the contract agreement within 15 days of placement of Lol/Award letter.

• To furnish the required performance guarantee, in accordance with the tender document.

On beh of EESL

Kumar Saurabh Sr. Manager (Tech. & Contracts)

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page29 of 32

Format for Queries for Bidders for Pre-Bid Meeting

(Bidders are requested to send the queries 3 days in advance from the date of pre bid to the contact points mentioned in section 1)

Name of Tender

Tender No.

Tender ID (in case of e-tender)

Bid Opening Date

Bidder's Name

Contact person from Bidder with address, e-mail and Contact No.

Sr. No. Section No. Description as

Per RIP Queries/ Clarification of

the bidder Remarks

_

Page No. Para No/ Clause No.

1. Section No. Page No. Para No/ Clause No.

2. Section No. Page No. Para No/ Clause No.

3. Section No. Page No. Para No/ Clause No.

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page30 of 32

CCM

PRICE BID: TABLE

NAME OF WORK: Supply of 7 W LED bulbs for PAN India including cost of manufacturing, packaging, transportation, transit insurance, loading, unloading, testing and 3 year warranty .

NIT/Bid Document No.: EESL/06/2015-16/SL-India/0512029 dated: 05-05-2015

SI. No Description of Work

Quantity of LED Bulbs that bidder can supply in 5 months (Nos.)

Base Price per Unit Quantity Inclusive of Cost of Transportation, loading/unloading, Transit Insurance, Handling in all over India (Exclusive of all taxes and duties)

(In Rs.)

Total Price for proposed quantity (Exclusive of all taxes and duties)

(In Rs.)

A 1 2 3 4= 2*3

1

Design, Supply, Commissioning and Warranty Maintenance of self-ballasted 7W LED Lamp for domestic use [as per Technical Specifications defined in Scope of Work] with 3 year Manufacturer's standard warranty.

[Quantity range is from Minimum 7000000 to Maximum 21000000 LED Bulbs]

Total Cost as per technical specification and scope of work on F.O.R. PAN India Basis (Rs.)

Rupees (In Words):

Note: 1. The Bidder shall indicate in the Price Bid, the unit prices in Rs. (INR) and total Bid prices of the Goods &

Services in the prescribed format only. Bidders shall quote for the complete requirement of Goods and Services specified under the Contract on a single responsibility basis, failing which such Bids will not be taken into account for evaluation and will not be considered for award.

2. Prices to be quoted F.O.R to FOR Destination Basis i.e.PAN India

3. The bidder should quote for all heads in the price-bid format for which separate analysis/ reasonable estimation of all heads should be done by the bidder before quoting the rates in the financial bid. Any contravention may leads to rejection of offer submitted. Bidder is to arrange on its own to deliver the material at site. No road permit is provided by EESL. No concessional sales tax form is issued by EESL.

Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015 SECTION - 4 (Technical & SCC)

Page31 of 32

ECM

4. The taxes will be paid on actual basis as per the locations of delivery on submission of documentary evidence.

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

6 EESL does not issue any Road Permit.

Deposit of statuary taxes, duties, levies etc. to government authorities shall be sole responsibility of the bidder. However, income tax, TDS etc. will be deducted at source by EESL as per government policies.

8. The bidder shall submit PAN and Service Tax Registration Certificate in support ofclaim of service tax.

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

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

I/VVe have read all the terms and conditions of the Rfp/IFB and the Annexure(s) thereto and agree to accept and abide by the same in toto. The above quotation has been prepared after taking into account all the terms and conditions and scope of work of the Rfp/IFB

(SEAL) Signature of Tenderer or Their Authorized Representative:

Dated Name & Address of Tenderer:

Phone No:

Fax no

E-Mail.

Page32 of 32 SECTION - 4 (Technical & SCC) Bid Document No. EESU06/2015-16/SL-India/0512029 dated: 05-05-2015