tender document: c-2(b)/rc/7500/0087/2016 format no. : cel/fr/mmd/03(01… · 2016-09-28 ·...

37
Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sect or Ent erprise) TENDER DOCUMENT for Design, Supply and Testing of 350 KWH, 700 KWH Installation, Commissioning and AMC for 5 years of Lithium Ion battery storage system (BESS) along mandatory spares and special Tools and Tackles& Design, Supply and Testing of 150 KWH, 30 KWH Installation, Commissioning and AMC for 5 years of flow battery energy storage system (BESS) along mandatory spares and special Tools and TacklesTender Notice No. C-2(b)/RC/7500/0087/2016 dated 26 th August, 2016 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in Page 1 of 37

Upload: others

Post on 10-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Tender Document: C-2(b)/RC/7500/0087/2016

FORMAT NO. : CEL/FR/MMD/03(01)

CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise)

TENDER DOCUMENT

for

“Design, Supply and Testing of 350 KWH, 700 KWH Installation, Commissioning and AMC

for 5 years of Lithium Ion battery storage system (BESS) along mandatory spares and

special Tools and Tackles”

&

“Design, Supply and Testing of 150 KWH, 30 KWH Installation, Commissioning and AMC

for 5 years of flow battery energy storage system (BESS) along mandatory spares and

special Tools and Tackles”

Tender Notice No. C-2(b)/RC/7500/0087/2016 dated 26th

August, 2016

Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

Page 1 of 37

Page 2: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Tender Document: C-2(b)/RC/7500/0087/2016

FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED

(A Public Sector Enterprise) 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA

Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in

TENDER NOTICE

Tender Notice no. C-2(b)/RC/7500/0087/2016 26th

August, 2016

Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which are valid for

a minimum period of twelve months from the date of opening for “Design, Supply and Testing of 350

KWH, 700 KWH Installation, Commissioning and AMC for 5 years of Lithium Ion battery

storage system (BESS) along mandatory spares and special Tools and Tackles”

&

“Design, Supply and Testing of 150 KWH, 30 KWH Installation, Commissioning and AMC

for 5 years of flow battery energy storage system (BESS) along mandatory spares and

special Tools and Tackles”

Scope of Work “Design, Supply and Testing of 350 KWH, 700 KWH Installation,

Commissioning and AMC for 5 years of Lithium Ion battery storage

system (BESS) along mandatory spares and special Tools and

Tackles”

&

“Design, Supply and Testing of 150 KWH, 30 KWH Installation,

Commissioning and AMC for 5 years of flow battery energy storage

system (BESS) along mandatory spares and special Tools and

Tackles”

Earnest Money

Deposit

Rs.10,00,000/- (Rupees Ten Lakhs Only)

Interested parties may view and download the tender document containing the detailed terms &

conditions, free of cost from the website http://eprocure.gov.in/ or http://www.celindia.co.in

Please see document control Sheet at Annexure-1

For CENTRAL ELECTRONICS LIMITED

Sd-

Assistant General Manager (Materials)

Materials Management Division

Page 2 of 37

Page 3: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Tender Document: C-2(b)/RC/7500/0087/2016

Annexure-1

Important dates

Tender Reference No. C-2(b)/RC/7500/0087/2016 Name of Organization Central Electronics Limited

Tender Type

(Open/Limited/EOI/Auction/Single)

Open

Tender Category (Services/Goods/works) Goods

Type/Form of Contract (Work/Supply/

Auction/Service/Buy/Empanelment/Sell)

Buy

Payment Mode (Online/Offline) Offline

Date of Issue/Publishing 26/08/2016(13:00 Hrs)

Document Download/Sale Start Date 26/08/2016 (13:00 Hrs)

Document Download/Sale End Date 12/09/2016(15:00 Hrs)

Bid submission Start Date 26/08/2016 (13:00 Hrs)

Last Date and Time for Submission of Bids 12/09/2016 (15:00 Hrs)

Date and Time of Opening of Bids 12/09/2016 (15:30 Hrs)

Page 3 of 37

Page 4: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Tender Document: C-2(b)/RC/7500/0087/2016

TENDER DOCUMENT for Tender notice No. C-2(b)/RC/7500/0087/2016

Important Instructions: - 1. The following documents/Annexures are part of tender document:

a. Tender notice b. Document Control Sheet Annexure -1 c. Price bid format (as given at) Annexure ‘A’ d. Detailed Specifications & Eligibility Criteria Annexure ‘A’ e. Commercial terms & conditions Annexure ‘B’ f. Format for submission of Vendor Data Annexure ‘C’’ g. Tender acceptance letter Annexure ‘D

2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications. 3. Escalation in price (except where price variation clause is applicable and given as per relevant clause of

Annexure B of tender), deviation from delivery schedule, terms and conditions will not be permitted in your quotation. Statutory Taxes & Duties should be shown separately from the price.

4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”, as per Eligibility Criteria.

5. Catalogue, literature, specification details should accompany the quotation. Incomplete quotations are liable to be rejected.

6. Any deviations whether technical or commercial stated anywhere in the bid shall not be taken into account and may render the bid non-responsible and liable to be rejected.

7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure C. 8. Quotation should be submitted in Two bid system.

9. Tender/Quotation/Bid should be submitted in sealed covers super-scribing the tender notice no., name of the item and due date should be delivered at the Office of the Asstt. General Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 12

th September 2016 up to 15:00

hrs IST. There will be two sealed covers/envelopes in the quotation. The following are to be submitted in your quotation signed and stamped on all pages: Cover-1

i. Demand Draft/RTGS details towards Earnest Money Deposit/copy of NSIC/DIC certificate ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Drawings/data sheet/catalogue clearly showing that the offered material is meeting the

specifications given in the tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents mentioned in the “Eligibility Criteria” given in Annexure-A

Cover-2

i This must contain only price bid as per the format given in Annexure-A

Page 4 of 37

Page 5: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Annexure-A

Tender for Design, Supply, Testing and Installation & Commissioning of 500kWh Battery Energy Storage System (BESS) with AMC for 5 years on Turnkey Basis at CEL

Sahibabad, U.P

Sr. No. Particulars Qty.

1.

Design, Supply, Testing and Installation & Commissioning of 500kWh (350kWh of Lithium Ion Battery & 150kWh of Flow Battery) Battery Energy Storage System (BESS) with AMC for 5 years on Turnkey Basis at CEL Sahibabad, U.P

01 job

Note: The bidders may visit the site before submitting their offer. 1. Eligibility Criteria

In order to participate in the tender, the bidder must fulfil the following eligibility criteria and all the Documents are to be submitted along-with bid. Any discrepancy, non– submission of documents or departure from the same shall make the bidder ineligible for participating in the tender.

i) Technical Experience:

The bidder should have installed and commissioned at least 100 kWh Grid Scale Battery

Energy Storage System (cumulatively), which should have been in satisfactory operational

(certificate issued by the Employer/ Client certifying the operation without any adverse

remark along with LOI/ LOA copy) for a minimum period of 1 years as on scheduled date

of bid submission.

ii) Financial Experience:

For the purpose of this particular bid, bidder shall meet the following criteria:

a) The net worth for the last two financial years should be positive and should not be less than paid up share capital. “Net Worth” of the Bidder shall be calculated as follows:

Net Worth = Paid up share capital

Add: Free Reserves and surplus

Subtract: Miscellaneous Expenditures to the extent not written off and carry forward losses

Subtract: Intangible Assets

Free reserves means reserves created out of profits and securities premium account

but does not include reserves created out of revaluation of profits, write back of

depreciation and amalgamation or any capital reserve. Securities Premium will be

considered to be part of net worth only in those cases where it has been

realized/received in the form of cash. However, this may not be applicable in case of

listed companies. (Audited annual report for last three financial & CA certified

document to be submitted along-with bid).

Page 5 of 37

Page 6: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

b) The minimum average annual turnover of the Bidder in the preceding three (3)

financial (2012-13, 2013-14 & 2014-15) years as on the date of Technical bid opening,

shall be 25 Crores (Indian Rupees Twenty Five Crores) only or in equivalent US $ (TT

Selling Rate of the US $ as established by State Bank of India, prevalent as on 30 days

prior to the date set for bid opening). (CA certified document to be submitted along-

with bid)

c) Bidder shall have liquid assets (L.A) or/and evidence of access to or availability of credit

facilities of not less than Rs 10 Crores (Indian Rupees Ten Crores) only or in equivalent US

$. (Documents to be submitted along-with bid).

d) The bidder must be a company registered under the Indian Companies Act 1956 or a

firm registered under VAT/STCC in any state. (Documents to be submitted along-with

bid).

NOTE: In case bidder is a holding company, the financial position criteria referred to in clause 1

sub-clause ii above shall be of that holding company only (i.e excluding its subsidiary/ group

companies). In case bidder is a subsidiary of a holding company, the financial position criteria

referred to in clause 1 sub-clause ii above shall be of that subsidiary company only (i.e. excluding

its holding company).

2. Execution Schedule

The program of execution of the supply and erection shall be carried out as per the

following schedule:

The work i.e. Design, Supply, Testing and Installation & Commissioning of 500kWh

(350kWh of Lithium Ion Battery & 150kWh of Flow Battery) Battery Energy Storage

System (BESS) with AMC of 5 years on Turnkey Basis at CEL Sahibabad, U.P has to be

completed as below:

1. 350kWh of Lithium Ion Battery within 4 months from the date of issue of work order.

2. 150kWh of Flow Battery within 6 months from the date of issue of work order.

Execution of work shall be carried out in an approved manner as outlined in the technical specification or where not outlined, in accordance with the relevant Indian Standard Specification, to the reasonable satisfaction of the authorized CEL Officer. In case of deficiency / gap in any specifications the supplier shall stand to be penalized. Penalty shall be imposed pro rata as per the deficiency of any system calculated on the basis cost of system.

2.1. Upon intimation about erection of the systems by the executing firm a joint

inspection will be carried out by the representatives of CEL.

2.2 The issuance of a Joint Commissioning Certificate (JCC) shall in no way relieve the bidder from its responsibility for satisfactory operation & maintenance of the BESS.

Page 6 of 37

Page 7: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

3. Validity of offer

The offer must be kept valid for a period of one year from the date of opening of the

technical bid or till the completion of the tender project. No escalation clause except the

admissible tax component under the period of consideration would be accepted.

4. Penalty and termination of contract

The systems shall be supplied and erected within the scheduled time as mentioned in the

work order. If the supplier fails to adhere to the schedule, CEL shall without prejudice to its

other remedies under the contract deduct from the contract price as liquidated damages a

sum equivalent to 1% of the delivery price of the delayed goods or unperformed services

for each week of delay until actual delivery or installation/commissioning up to a maximum

deduction of 5% of the contract price for delayed goods or installation and commissioning.

Once the maximum is reached (i.e 5 weeks of delay) CEL may consider termination of the

contract and forfeit the EMD without prejudice to the other remedies of the contract.

If at any time during the performance of the Contract, the Supplier or its subtle

executants(s) should encounter conditions impeding timely delivery of the Goods and

performance of the Services, the Supplier shall promptly notify CEL in writing of the fact of

the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the

Supplier's notice, CEL shall evaluate the situation and may at its discretion extend the

Supplier's time for performance, with or without liquidated damages, in which case the

extension shall be ratified by the parties by amendment of the Contract.

A delay by the supplier in the performance of its delivery obligations shall render the

supplier liable to the imposition of liquidated damages pursuant, unless an extension of

time is agreed upon without the application of liquidated damages.

5. Termination for Default

CEL may, without prejudice to any other remedy for breach of contract, by written notice

of default sent to the Supplier, terminate the Contract in whole or in part:

5.1. If the Supplier fails to deliver any or all of the Goods within the period(s) specified in

the Contract, or within any extension thereof granted by the Purchaser;

5.2. If the Supplier fails to perform any other obligation(s) under the Contract.

5.3. If the Supplier, in the judgement of the purchaser, has engaged in corrupt or

fraudulent practices in competing for or in executing the contract.

For the purpose of this clause:

“Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract

Page 7 of 37

Page 8: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

execution. “fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution or a contract to the detriment of the borrower, and

includes collusive practice among bidders (prior to or after bid submission) designed to

establish bid prices at artificial non-competitive levels and to deprive the borrower of the

benefits of free and open competition.

In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may

procure, upon such terms and in such manner as it deems appropriate, Goods or services

similar to those undelivered, and the Supplier shall be liable to the Purchaser for any

excess costs for such similar Goods or services. However, the Supplier shall continue the

performance of the Contract to the extent not terminated.

6. Payment Payment will be made as per the following:

A. 70% of the supply value of materials with full taxes / duties will be made after receipt of the materials in good condition at site B. 20% of the supply and 100% installation & commissioning value along with taxes towards Installation & commissioning will be made after successful commissioning of the system. C. Balance 10% of the supply will be released @2% in five instalments after end of each successful year or against submission of BG of equivalent value valid for 62 months of any Nationalised Bank. This payment shall be released based on the functionality of the system duly certified by the concerned Authorized officials of CEL of each year.

7. Force Majeure

In no event shall either Party have any liability for failure to comply with this Agreement, if

such failure results directly from the occurrence of any contingency beyond the reasonable

control of the Party, including, without limitation, strike or other labour disturbance, riot,

major power failure, war, natural calamities including but not limited to floods,

earthquakes, fire, volcanic eruptions, epidemics, National Emergency, interference by any

government or governmental agency, embargo, seizure, or enactment or abolition of any

law, statute, ordinance, rule, or regulation (each a " Force Majeure Event"). In the event

that either Party is unable to perform any of its obligations under this Agreement because

of a Force Majeure Event, the Party who has been so affected shall as soon as may be,

after coming to know of the Force Majeure Event, inform the other Party and shall take

reasonable steps to resume performance as soon as may be after the cessation of the

Force Majeure Event. If the period of non-performance due to a Force Majeure Event

exceeds thirty (30) days, the Party whose ability to perform has been so affected may, by

giving written notice, terminate this Agreement.

Page 8 of 37

Page 9: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

8. Security Deposit

Contractor has to deposit 2% of the contract value as a security deposit, valid for a period of

12 months or till project commissioning whichever is earlier within fifteen (15) days after

receiving the PO.

9. Documents

The contractor shall submit the following documents within 15 days of accepting the PO- 1. Project schedule/ Plan 2. Site Acceptance Test (SAT) Plan

Technical Specification

In India, Government has planned to add 175GW of Solar Power by 2022 to electricity grid. As

Solar Power being inherently variable and intermittent in nature and therefore to ensure

stability of the grid and firming of power, a balancing mechanisms in the form of battery

energy storage systems would play a crucial role.

Similarly at Central Electronics Limited (CEL), we are in process of installing 1MW of Grid Tied

Solar Power Plant at various location i.e Rooftop, Ground Mounted and Car Parking. This pilot

project would help in understanding behaviour of battery energy storage system technology

on our internal grid so that large scale deployment in future may be carried out with ease.

1. Scope of Work:

The scope of work shall include following, in complete conformity with subsequent sections of

the specifications:

Site survey, planning, design, manufacturing, transportation to site, insurance, supply at site,

unloading, handling, storage, installation, integration, testing, commissioning &

demonstration for acceptance of all equipment/ materials and miscellaneous item required to

complete the battery energy storage system

Documentation & Training to CEL’s manpower

The equipment and materials for battery energy storage system shall include following:

(i) Batteries of specified technology

(ii) Battery Energy Management System (BEMS) inclusive of Power Conditioning System, Power Management System and associated Monitoring & Control System

(iii) Protection System

(iv) Mandatory spares, maintenance tools & tackles as identified by the contractor

(v) Any other associated materials and accessories necessary for trouble free operation and maintenance of the above system.

Page 9 of 37

Page 10: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

All other associated works/items not listed in the schedule of works but required for completion of the project shall deemed to have been included in the scope of this bid.

The bidder’s proposal shall clearly identify all features described in the specifications or in any

supporting reference material that will not be implemented; otherwise, those features shall

become binding as part of the final contract.

An analysis of the functional and performance requirements of this specification and/or site

surveys, design, and engineering may lead the Bidders to conclude that additional items are

required that are not specifically mentioned in this specification. The Bidders shall be

responsible for providing at no added cost to the Employer, all such additional items such that

a viable and fully functional Battery Energy Storage System is implemented that meets or

exceeds the capacity, and performance requirements specified. Such materials shall be

considered to be within the scope of the contract. To the extent possible, the bidders shall

identify and include all such additional items in their proposal.

The offered items shall be designed to operate in varying environments. Adequate measures

shall be taken to provide protection against contaminants, pollutants, water & moisture,

lightning & short circuit, vibration and electro-magnetic interference etc.

The Bidders are advised to visit sites (at their own expense), prior to the submission of the

bid, and make surveys and assessments as deemed necessary for proposal submission. The

site visits after contract award shall be made which shall include all necessary surveys to allow

the Bidders to perform the design and implementation functions. Any additional

equipment’s/ system required for successful implementation of BESS and not covered during

initial site visit before submission of proposal shall be supplied. No payment on this account

shall be paid by CEL.

Quarterly preventive maintenance of the system shall be performed by the bidder. The

contractor/bidder shall rectify the defects within 3days of the receipt of the complaint under

corrective maintenance. In case the same are not rectified then CEL has full authority to

rectify the same themselves and the expenditure so incurred shall be recovered from

payment of the contractor.

During maintenance period of the systems if there is any loss or damage of any component due to Mis-management/ Mis-Handling or due to any other reasons pertaining to the deputed personnel what so ever the contractor shall be responsible for immediate replacement or rectification.

Any other works as required on the site or instructed by CEL officials. The contractor/bidder

shall not display the photographs of the work and not take advantage through publicity of the

work without written permission of CEL.

Service Level Agreement (SLA) has to be signed on Rs.100/- stamp paper. (SLA Enclosed)

Page 10 of 37

Page 11: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Contractor shall arrange all the utilities (i.e Electricity, Water and etc.) required to complete

the work. No payment on this account shall be paid by CEL.

2. Definitions: Definitions of various terminologies related to battery energy storage system

shall be as per IEC 60050-482 (International electro-technical vocabulary for cells/ batteries) if

otherwise not specified. In addition some of them are defined as below:

Lithium‐ion (Li‐ion) Battery: Battery based on chemistry of Lithium‐ion (Li‐ion) battery cells shall

be used in the energy storage system.

Flow Battery: Battery in which two electrolytes in liquid form separated by membrane

provide energy through ion exchange.

Battery efficiency: Ratio of the electric energy provided from a secondary battery during

discharge to the electric energy supplied to the battery during the preceding charge.

Point of Common Coupling (PCC): It is coupling point for grid connectivity between utility

system and battery energy storage system at 440 volts.

State of charge (SOC): It is ratio of remaining capacity to the nominal capacity at any point of

time. Nominal capacity is the maximum amount of charge present in the battery as specified

by the manufacturer.

Response Time: Time taken by BESS to provide rated output after receiving control signal.

3. Proposed Application of Battery Energy Storage System:

BESS is primarily envisaged to be used for Energy Time Shift, Ramping Control and Power

Firming applications. BESS shall be evaluated for all the applications separately. Battery

energy management system shall have programming capability for using the battery energy

storage system for above applications. Details of the applications for which BESS shall be

utilized are defined below:

3.1. Energy Time Shift: In this application BESS shall draw power from internal CEL grid during

off peak hours and/or from Solar during holidays/ working days for charging (priority for

charging may be defined later) and supply to load during peak hours through discharging.

3.2. Ramping Control: The BESS shall be able to provide Ramp Control to fill in the gap of 15-

20min between the power outage and start of DG sets installed at CEL.

3.3 Power Firming: Solar Power has variable, intermittent power output. The Energy Storage

System (ESS) will smooth the output and controls the ramp rate to eliminate rapid voltage and

power swings on the electrical grid. CEL shall be able to schedule the power dispatch from the

BESS with maximum power limited to ratings defined. The ESS will be functionally operated

with 600kWp Solar Power Plant. The scheduling of power supply to internal CEL Grid will be

decided mutually with successful bidder.

Page 11 of 37

Page 12: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Application Matrix of Battery Energy Storage System:

Sr. No.

Applications Battery Chemistry Rating of BESS Duration of Discharge

Response Time

1 Energy Time Shift Flow Battery 150kWh, 30kW 5 hrs. 1sec

2 Ramping Control Lithium‐ion (Li‐ion)

Battery 350kWh, 700kW 30 mins

The overall system shall have capability to operate at 0.99 power factor during both charging

and discharging operations.

4. Design and Constructional Requirements

Scope of work shall include Battery Energy Storage System (BESS) consisting of Batteries of

specified technologies, Battery Energy Management System (BEMS) inclusive of Power

Conditioning System (PCS), Power Management System and Monitoring & Control System,

Protection System and associated components. BESS shall be controlled & monitored

remotely from local control centre. All the additional items such as enclosures, junction

boxes, grounding, instrumentation, wiring etc. required for fully functional system as per

specification shall be provided / installed by contractor.

4.1. Battery Sub-System

The cells may be supplied as separate, individual units or as group of cells combined into

modules. If batteries are assembled at factory and transported to site in containers, then cell

and module design shall accommodate the anticipated vibrations and shocks associated with

the transportation and shall resist deterioration due to vibrations. External connection to the

cells, including inter-cells or inter-module connections (such as cables/ straps etc.) shall also

be designed to prevent failure during transportation. Protective covers/ insulation shall be

provided at battery terminals to prevent accidental contact with live electrical connections.

4.2. Battery Technology

i) Flow (Vanadium Redox, Zinc Bromine, Nickel Zinc etc.) batteries shall be used in the energy

storage system. Batteries shall be sourced from the manufacturer whose batteries of

capacity of at least 750kWh (cumulative) are in operation for at least 1 (one) year at the

time of approval. (Document to be submitted along with bid).

BESS performance or rating shall not suffer due to any partial / total shutdown for memory /

scheduled cycling to get prolonged battery life. Batteries which fulfil required parameters as

mentioned in this specification shall be acceptable.

Page 12 of 37

Page 13: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Sr. No. Parameters Unit Value

1

Useful capacity (available at the output of Power conversion system) at rated DoD as per battery design and losses in PCS & auxiliaries

kWh 150

2 Peak Power Requirement As per application defined earlier

3 Depth of Discharge % 80

4 Life Cycle* Nos. At least 8000 cycles at rated DoD at which useful capacity of the battery is designed

5 Battery Efficiency (DC-DC round trip) % ≥75

6 AC-DC-AC round trip Efficiency ≥70

7 Service Life Years At least 10

8 Charging Rate Max. Two hours from rated DoD to full capacity

* End of life is considered when battery capacity at full charge reaches 80% of useful capacity mentioned at Sl. No. 1.

BESS shall have at least ten (10) year service life i.e. it should have capabilities for providing

services as per specification for ten years from the date of commissioning of the system

subject to numbers of charge / discharge cycles at specified DoD of batteries are within limit

mentioned in specification. For batteries, if number of charge / discharge cycles at specified

DoD exhaust before ten years then battery life shall be considered completed. Other

components shall have service life of ten years.

ii) Lithium‐ion (Li‐ion) battery cells shall be used in the energy storage system. Batteries shall

be sourced from the manufacturer whose batteries of capacity of at least 1MWh

(cumulative) are in operation for at least 6 (six) months at the time of approval. (Document

to be submitted along with bid)

It should not require any memory / scheduled cycling for effective operation. Different

chemistries of Li ion technology with materials such as manganese, cobalt, iron, titanium etc.

are allowed subject to fulfilment of the required parameters as mentioned in this

specification.

Sr. No. Parameters Unit Value

1 Useful capacity (available at the output of Power conversion system) at rated DoD as per battery design and losses in PCS & auxiliaries

kWh 350

2 Peak Power Requirement As per application defined earlier

3 Depth of Discharge % 85

4 Life Cycle* Nos.

At least 3500 cycles at rated DoD at which useful capacity of the battery is designed

Page 13 of 37

Page 14: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

5 Battery Efficiency (DC-DC round trip) % >90

6 AC-DC-AC round trip Efficiency ≥85

7 Service Life Years At least10

8 Self-discharge rate per Month % <5

9

Charging Rate

Max. three hours from rated DoD to full capacity

* End of life is considered when battery capacity at full charge reaches 80% of useful capacity mentioned at Sl. No. 1.

BESS shall have at least ten (10) year service life i.e. it should have capabilities for providing

services as per specification for ten years from the date of commissioning of the system

subject to numbers of charge / discharge cycles at specified DoD of batteries are within limit

mentioned in specification. For batteries, if number of charge / discharge cycles at specified

DoD exhaust before ten years then battery life shall be considered completed. Other

components shall have service life of ten years.

4.3. Configuration

Unit batteries can be electrically interconnected in series or parallel configuration to achieve

the overall system energy and power requirements. Each electrically series connected string

of unit batteries shall include means of disconnecting the string from rest of the system and

provide over current protection during fault. The unit batteries / cells in the battery system

shall be racked or housed in stackable modules (Not applicable for flow batteries). They shall

be arranged to maximise energy density and shall facilitate easy access for maintenance.

4.4. Battery Containers

The container material shall have chemical and electro-chemical compatibility and shall be

acid/ alkaline resistant (as required). The container shall be fire retardant. The tensile strength

of the material of the container shall be such as to handle the internal cell pressure of the

cells or electrolyte in the worst operating condition. Cell / Battery shall not show any

deformity or bulge under all working conditions.

4.5. Cell covers

The cell covers shall be permanently fixed with the battery container (electrolyte container in

case of flow batteries) and shall be capable to withstand internal pressure without bulging or

cracking. It shall also be fire retardant (if required). Fixing of pressure regulation valve (if

provided) & terminal posts in the cover shall be such that the seepage of electrolyte, gas

escapes and entry of electro-static spark are prevented.

Page 14 of 37

Page 15: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

4.6. Separators

The separators used in manufacturing of battery cells (for Lithium-ion Battery), shall be of

suitable material with large porosity, low acid / alkaline solubility and good insulating

properties depending on the type of technology used for battery. The design of separators

shall ensure that there is no misalignment during normal operation and handling.

4.7. Pressure Regulation Valve

Each cell shall be provided with a pressure regulation valve (if required). The valve shall be

self-re-sealable and flame retardant. The valve unit shall be such that it cannot be opened

without a proper tool. The valve shall be capable to withstand the internal cell pressure

specified by the manufacturer.

4.8. Terminal Posts

Both the +ve and –ve terminals of the cells shall be capable of proper termination and shall

ensure its consistency with the life of the battery. The surface of the terminal post extending

above the cell cover including bolt hole shall be coated with an acid/alkaline resistant and

corrosion retarding material. Terminal posts or any other metal part which is in contact with

the electrolyte shall be made of the same alloy as that of the plates or of a proven material

that does not have any harmful effect on cell performance. Both +ve and –ve posts shall be

clearly and unambiguously identifiable. Terminal post seals shall not transmit stresses

between the cover or container and posts.

4.9. Connectors, Nuts & Bolts, Heat Shrinkable Sleeves

Where it is not possible to bolt the cell terminals directly to assemble a battery, separate non-

corroding lead or copper connectors of suitable size shall be provided to enable connection of

the cells. Copper connections shall be suitably coated to withstand corrosion due to acid /

base at a very high rate of charge or discharge. Nuts and bolts for connecting the cells shall be

made of copper, brass or stainless steel, which shall be effectively coated to prevent

corrosion. All inter cell connectors shall be protected with heat shrinkable silicon sleeves for

reducing the environmental impact including a corrosive environment.

4.10. Flame Arrestors

Each cell shall be equipped with a flame arrestor to defuse any flammable gas escaped during

charge and discharge. Material of the flame arrestor shall not affect the performance of the

cell.

4.11. Battery Bank Stand

All batteries shall be mounted in a suitable metallic stand / frame. The frame shall be properly

painted with the acid / base resistant paint. The suitable insulation shall be provided between

stand / frame and floor to avoid the grounding of the frame / stand.

Page 15 of 37

Page 16: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

4.12. Accessories

The cells and battery system shall be supplied with all required / recommended accessories

inclusive of inter-cell connectors, monitoring devices for cell temp. & cell voltage etc.

4.13. Labeling

Labeling of the cells or unit batteries shall include details so that same shall be traceable to

the point of origin for purpose of addressing safety issues.

Note: If proposed technology does not require any part/ parts described above then

same shall be specifically mentioned in clause by clause compliance sheet.

5. Battery Energy Management System

Battery Management System (BMS) is an important part of battery energy storage system.

BMS shall consist of following:

i. Power Conditioning System (PCS) which converts AC to DC during charging of battery and

convert DC to AC during discharging of battery. It also includes charge controller and

associated control and protection system. Power conditioning system shall convert DC

power available from battery during discharging into AC power and vice-versa for charging

of battery. It may be single unit or combination of parallel units. PCS shall supply rated

power to the grid / battery for rated duration without violating the temperature rise limits.

PCS shall consist of solid state devices compatible to specified battery technology. PCS shall

have control of active and reactive power separately. It shall contain adequate inbuilt filter

bank, harmonic filters etc. for its operation without deteriorating the quality of power in

terms of power factor, harmonics, transients, flicker etc. It shall have following additional

features:

Local LCD display shall be provided to monitor various functions and parameters locally

viz. charging / discharging, voltage, current, power, alarms etc.

For air cooled, PCS final rejection of waste heat shall be done to the ambient air. Air

handling system shall have filter to stop entrance of dust inside PCS. If fluid cooling system

is provided then provision should be there to monitor coolant leaks, alarming & protection

suitably.

PCS shall be housed inside weatherproof & dustproof enclosure (IP-42) with provisions to

prevent moisture condensation, water, airborne dust, rodents, insects etc. from air intake /

exhaust ports.

Any additional sub-system, if required for cell level monitoring & protection must be

provided.

Page 16 of 37

Page 17: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Technical Parameters (For Flow Battery)

Sr. No. Parameters Unit Value

1 Voltage withstand capability Volts +15 / -20% of rated voltage on

both AC & DC sides

2 Maximum VA capacity (Continuous) kVA 35

3 Maximum power handling capacity (Continuous)

kW 30

4 Power quality parameters As per IEC/IEEE standards

5 Power factor cosØ 0.90 (leading to lagging)

6 PCS efficiency % >97

7 Frequency Hz 50±3%

Technical Parameters (For Lithium-Ion Battery)

Sr. No. Parameters Unit Value

1 Voltage withstand capability Volts +15 / -20% of rated voltage on

both AC & DC sides

2 Maximum VA capacity (Continuous) kVA 750

3 Maximum power handling capacity (Continuous)

kW 700

4 Power quality parameters As per IEC/IEEE standards

5 Power factor cosØ 0.90 (leading to lagging)

6 PCS efficiency % >97

7 Frequency Hz 50±3%

The PCS shall perform following functions:

i. Monitoring: PCS shall monitor battery subsystem for total output voltage, state of charge

(SOC), cell temperature, cumulative no. of cycles along with depth of discharge, charging /

discharging current, power quality parameters or any other parameter essential for

monitoring health of the battery. It shall also monitor parameters like charging /

discharging current, power quality parameters, voltage and protection system etc. on the

utility side of PCS.

ii. Charge Control: PCS shall monitor voltage, temperature and charging status of each cell of

BESS. It shall be able to control charging of each cell based upon these information and

power / energy requirements. It shall be able to charge the battery in float / boost mode as

per requirement of battery sub-system design. PCS shall regulate the float/ boost voltage

in case of prescribed temperature rise of battery as per manufacturer’s recommendation

to avoid thermal runaway.

Page 17 of 37

Page 18: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

iii. Active/ Reactive Power Control: PCS shall have capability to provide both active and

reactive power as per requirement limited to rated capacity of system. Change in delivery

of active/ reactive power towards load side should be smooth over the range of 0-100%.

Similarly change in charging current of batteries should also be smoothly controllable. PCS

output voltage shall remain within 1% of the set value, for AC input voltage variation of

10%, frequency variation of 5%, a combined voltage and frequency variation of 10%, and a

DC load variation from zero to full load.

iv. Operation Modes: PCS shall be connected with distribution grid at three phase 440 Volts.

It shall operate in grid connected mode. Beyond the voltage limits, as mentioned above,

PCS shall disconnect itself from grid automatically. After normalization of voltage

condition, it shall be restart/ reconnected automatically.

v. Auxiliary Power Supply: Auxiliary loads of BESS such as fans, lights, heater, cooling

system, motors etc. shall be supplied through AC bus of PCS. There shall be provision for

connecting power supply cable from other source (control room) as well. The auxiliary

power consumption should not exceed 25kW under all operating conditions.

vi. Enclosure: The PCS shall be indoor (inside container/ enclosure of BESS), floor-mounted,

self-supporting sheet metal enclosed cubicle type. The contractor shall supply all necessary

base frames, removable gland plate, glands, copper lugs, anchor bolts and hardware.

Cubicle door shall be properly earthed. Each wire shall bear a ferrule or tag on each end for

identification. At least 20% spare terminals shall be provided for control circuits. Enclosure

shall be suitably protected from corrosion internally as well as externally.

ii. Power Management System (PMS) shall comprise of hardware & software for managing

BESS for specific application. PMS shall have capability to tune BESS for Ramp Rate Control,

Energy time shift and Power Firming application. For ramp rate control required, response

time, reactive power requirement etc. shall be programmable. Similarly for energy time shift

application time duration setting for discharge, power output etc. shall be programmable.

iii. Monitoring, Data Acquisition and Control System: The ESS shall include a Monitoring,

Data Acquisition and Control System to provide continuous monitoring and display of key

operational parameters, as well as permanent archival of all measured parameters. The

System shall include sensors, transducers, wiring, signal isolation and conditioning circuitry,

and data acquisition and analysis hardware and software as required to perform the

functions described in this section. The System shall be of standard commercial manufacture

and shall use hardened components. The System shall measure operational data, as

described in this section, and shall record all data points to fix and removable non-volatile

memory. The System shall be capable of making all monitored data and events available

Page 18 of 37

Page 19: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

through the DNP3 communication interface and shall permit display of current values and

recent historical trends (such as the past 24 hours) on a local screen and remote screen for

all recorded points.

The System shall preferably be based on personal computer technology with a Microsoft

Windows 7 or later operating system. Other system architectures are acceptable, but

regardless of system architecture, the System shall, at a minimum, provide remote data

inquiry from personal computer– based platforms and data file export capabilities in ASCII

format on independent media (such as a universal serial bus drive) that are readable on

personal computer-based systems. All sensors, transducers, circuit boards, and test points in

the System shall be easily and safely accessible for calibration, maintenance, and

troubleshooting by the CEL.

The System shall provide unsolicited message capability for reporting critical alarms and

indication locally and remotely to the CEL.

The ESS shall include provisions to transmit, at a minimum, the data displayed on the panel

meters and the alarm/status indicators to the remote computer. Internet and other required

facility to transmit data is in vendor`s scope.

iv. Functional Requirements: BESS operation shall be possible by only one operator at a

time positioned locally or at local control centre by providing suitable interlock. Local control

shall be highly placed in control hierarchy. The operation shall depend on the conditions of

other functions, such as interlocking, synchro check, etc. It shall have following functionality:

a. Select-Before-Execute: For security reasons the command is always to be given in two

stages: selection of the object and command for operation under all mode of operation

except emergency operation. Final execution shall take place only when selection and

command are actuated.

b. Command Supervision: Software Interlocking is to be provided to ensure that

inadvertent incorrect operation of switchgear causing damage and accidents in case of

false operation does not take place. Command execution timer (configurable) must be

available for each control level connection. If the control action is not completed within a

specified time, the command should get cancelled.

c. User Configuration: The monitoring, controlling and configuration of all input and output

logical signals and binary inputs and relay outputs for all built-in functions and signals shall

be possible both locally and remotely.

Analog data and Digital status data (reported by exception) shall be updated and displayed

at the control centre in real time. An integrity scan of all analog/ digital data shall also be

made regularly and any discrepancies between field status and database shall be reported

by an alarm message. Monitoring & Control system shall monitor & display at least following

parameters in control centre:

Page 19 of 37

Page 20: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

i. Operation Mode

a. Grid connected mode / Standalone mode

b. Manual / Automatic

c. Charging / Discharging

ii. Application Mode (Ramping Control/Energy time-shift/Power Firming)

iii. Measurements (V, I, P, Q, f, Energy Export / Import)

iv. Events

v. Alarms

vi. Breaker position / operation

vii. Parameters of power conditioning system & power management system

viii. Status of health of each battery

ix. Estimated time for charging

x. Estimated discharge time at ongoing discharge rate

xi. Fault information

xii. Protection operation information

xiii. Alarms for over charge, over discharge, over current, over voltage, high temperature,

protection operation etc.

xiv. Energy Efficiency of PCS

xv. Status of air-conditioning system

xvi. Status of fire protection system

xvii. Ambient temperature

xviii. Trending of parameters

xix. Battery Cycles: Utilized Cycles and Un- utilized Cycle.

xx. Fault with HVAC Systems alarm

xxi. Container Door Open alarm

xxii. Smoke/ Fire alarm.

xxiii. Any other information / alarms required for proper monitoring / display of the system

At least following control from control centre shall be possible:

xxiv. Open / Close operation of breakers

xxv. Change of operating mode

xxvi. Change of local / remote control

xxvii. Change in parameters for energy time shift, ramp control & power firming applications

xxviii. Protection relay parameter setting

xxix. Battery over / under voltage alarm/ tripping

xxx. Battery over current alarm / tripping

xxxi. Temperature rise alarm / tripping

xxxii. Charging control

The control system should be able to communicate with the automatic switching system of

the 600kWp Solar Power Plant to turn on/off of Solar Power for charging and discharging

during holidays. All infrastructure required shall be in vendor`s scope.

Page 20 of 37

Page 21: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

v. System Hardware

Monitoring & Control system shall include workstation, display unit, keyboard, mouse, LAN

switch and all other required accessories. It shall use industrial grade components. Processor

and RAM shall be selected in such a manner that during normal operation not more than

50% capacity of processing and memory are used. Supplier shall demonstrate these

features.

The capacity of hard disk shall be selected such that the following requirement should

occupy less than 50% of disk space:

Storage of all real time analogue data (at 10 Minutes interval/ changeable) and digital

data including alarm, event and trend data for thirty (30) days. During discharge of the

battery it shall be possible to record measurement at an interval of 10s.

Backup of all real time database

Storage of all necessary software

160GB space for CEL`s use.

Supplier shall demonstrate that the capacity of hard disk is sufficient to meet the above

requirement.

vi. HMI (Human Machine Interface)

HMI shall show overview diagrams (Single Line Diagrams) and complete details of the

battery energy storage system with a colour display. All event and alarm annunciation shall

be selectable in the form of lists. Operation shall be by a user friendly function keyboard and

a cursor positioning device. The user interface shall be based on WINDOWS concepts with

graphics & facility for panning, scrolling, zooming, decluttering etc.

vii. Visual Display Units/TFT's (Thin Film Technology)

The display units shall have high resolution and reflection protected picture screen. High

stability of the picture geometry shall be ensured. The screen shall be at least 21" diagonally

in size and capable of colour graphic displays. The display shall accommodate resolution of

1280 X 1024 pixels.

viii. Switched Ethernet Communication Infrastructure

The contractor shall provide the switched optical Ethernet communication infrastructure for

Monitoring & Control system. Switch, router, suitable cables etc. as per requirement shall be

provided by the contractor for communication infrastructure. Each switch shall have at least

two spare ports. Outdoor cable shall be armoured fibre optic and suitable interfaces shall be

provided at both ends for proper connectivity.

Page 21 of 37

Page 22: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

ix. Expansion Capability

System should have capability to take and accept analog/ digital data from other battery

energy storage system of similar/different size and with different technology. Therefore

system should have capability to accept five times of the designed analog/ digital signal of the

battery energy storage system being provided.

x. Time Synchronization

The monitoring & control system shall have capability to be synchronized from the GPS based

Time Synchronization system NTP/ SNTP.

xi. Web Access

Monitoring & control system shall be accessible through web based interface for remote

monitoring after secured log in.

6. Protection System

Reliable, sensitive and properly coordinated protection system shall be provided for safe

operation. Protection system shall be capable of monitoring operating parameters and

sensing all abnormal conditions to isolate the faulted circuits or components without causing

damage to other circuits and components of the system. Adequate indications/ alarms shall

also be provided locally as well as at remote control system for identification of faults and

taking preventive / restoration actions.

Contractor shall submit single line diagram showing configuration of the system upto point of

common coupling along with protection system considered for each of the potential fault

point. Protection system shall work on following principles:

a. Protection system must be capable of distinguishing between external faults on the

distribution system and internal faults within the battery energy storage system. The

automatic reconnection shall occur for external faults (after detection of healthy

condition) only.

b. The protective device closest to the faults shall clear the faults without causing damage

to other devices/ components

Protection system supplied by contractor shall include all the components/ relays which may

not be specified in this specification but required for proper operation and protection of the

battery energy storage system.

6.1. DC System Protection

i. DC Over Current

ii. Earth Fault Protection

iii. DC Over / Under Voltage

iv. Breaker failure protection

v. Transient / Surge Protection

Page 22 of 37

Page 23: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

6.2. AC System Protection

i. AC Over / Under Voltage

ii. AC Over current

iii. Earth Fault Protection

iv. AC Over / Under Frequency

v. Breaker Failure Protection

vi. Loss of Phase

vii. Transient / Surge Protection

viii. Synchronization Check Relay

6.3. Protection for Temperature Rise

The contractor shall design and install a temperature rise protection system for battery as

well as PCS, in case of abrupt temperature rise due to short circuit in batteries, failure of

temperature controller, internal fault in batteries, failure of electrolyte system or any other

internal / external conditions which may increase the temperature of batteries / PCS.

6.4. Protection for Spill

The BESS design shall mitigate electrolyte spills that are credible for the types of cells used.

The design shall include features that contain electrolytes spills and prevent discharge to

surroundings site soils.

6.5. Emergency Stop

Provision shall be provided for automatic as well as manual disconnection of the battery

energy storage system from distribution system if:

a. Protection system fail is detected during self-diagnostic, control healthy check

b. Breaker trip coil or interrupting device fails

c. DC supply is lost

An emergency stop button shall be provided in PCS console which can be manually operated

for emergency conditions like communication failure or any other hardware or software

failure which prevents remote operation of PCS through monitoring & control system.

7. Metering

Energy meter of 0.5 class accuracy (as per IS 14697 or equivalent international standard) shall

be provided for recording export / import of the energy to the battery energy storage system.

CTs / PTs required for energy meter shall be in the scope of contractor.

8. Civil / Structural

All civil works shall be carried out as per design / drawings / specifications provided by CEL or

approved by CEL. All materials shall be of best quality conforming to relevant Indian Standards

and Codes. In case of any conflict between Standards / Codes and Technical Specification, the

provisions of Technical Specification shall prevail. The contractor shall also make necessary

Page 23 of 37

Page 24: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

arrangements for construction of foundation, cable trenches, excavation & backfill of soil for

successful commissioning & operation of pilot project.

All materials including cement, reinforcement steel and structural steel etc. shall be arranged

by the Contractor.

The bidder shall fully apprise himself of the prevailing conditions at the proposed site (CEL,

Sahibabad-U.P). Climatic conditions including monsoon patterns, local conditions and site

specific parameters, soil parameters, availability of construction material and shall include for

all such conditions and contingent measures in the bid, including those which may not have

been specifically brought out in the specifications.

9. Enclosure / Container of BESS

The BESS shall be installed inside container(s). Container shall be designed to be a dropped

shipped on to a properly prepared pad or foundation. When fully installed, BESS components,

including all auxiliaries, (Air conditioning system, firefighting system etc.) PCS, PMS etc. shall

be enclosed in containers, even if certain components are shipped separately and installed at

site. Containers shall have IP-65 class of protection. Containers shall meet all safety

requirements including aisle width, working space, lighting, emergency etc. Containers shall

be provided lifting hooks of suitable capacity according to its weight and size.

For BESS having flow battery shall be installed inside suitable enclosure, which may be

supplied in parts and assembled at site. When fully installed, BESS components, including all

auxiliaries, (Air conditioning system, firefighting system etc.) PCS, PMS etc. shall be inside

enclosure. Enclosure shall meet all safety requirements regarding working space, lighting,

emergency etc.

10. Air Conditioning

BESS shall be provide air conditioned atmosphere for proper operation. Container / enclosure

of BESS is likely to be unmanned, therefore, the air-conditioning system shall be rugged,

reliable, maintenance free and designed for long life. The system shall be designed for

continuous operation to maintain the inside temperature at recommended value by

contractor for proper operation of the critical equipment. Redundancy in AC units shall be

provided such that operation is unaffected in n-1 failure criteria.

To ensure longer life of the system and to keep the AC units healthy, changeover of the units

shall be done periodically through the controller. Air conditioning system shall have suitable

transducer for temperature measurement and sensors for knowing on / off status of air

conditioning units. These information shall be integrated with monitoring & control system.

11. Fire Fighting

Adequate fire protection system shall be provided to tackle fire incident likely to arise in the

battery energy storage system. Fire extinguishers shall be suitable for the type of fire likely to

Page 24 of 37

Page 25: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

happen. Smoke/ heat detection system shall be installed in the containers having battery

energy storage system, PCS etc. and shall be connected with monitoring & control system.

12. Earthing

A suitable earthing system shall be designed and installed for the BESS system.

13. Type Tests

The reports for all the type tests as per technical specification shall be furnished by the

contractor along with equipment/ material drawings. The type tests conducted earlier

should have been conducted in accredited laboratory (Accredited by International agency or

national accreditation body of the country where laboratory is located).The components of

battery energy storage system shall be tested in accordance with, and found to comply with,

the requirements as per following standards in internationally accredited lab:

Battery:

Bidder shall be responsible for carrying out all the type tests required for safety and

performance standards and shall provide such list along with the bid.

For Lithium-ion Battery/ Flow Battery (Document to be submitted along with bid)

Requirements Standard

Safety requirements IEC 62133 or IEC 62620:2014 or UL 1642 or UL 1973 or

Equivalent (IEC, UL or any European standard only )

Performance tests, designations, markings, dimensions and other requirements

IEC 61960

Test methods and requirements to ensure safety during transport other than for recycling or disposal

IEC 62281 or UL 1973

Tests and requirements for verifying the mechanical Behavior

IEC61959

Power Conditioning System (Document to be submitted along with bid)

Requirements Standard

General and safety requirements IEC 62040-1 or IEC 62477-1 or Equivalent(IEC, UL or any European standard only )

Standard for Interconnecting Distributed Resources with Electric Power Systems

IEEE 1547

Power conditioners - Procedure for measuring efficiency IEC 61683 or Equivalent(IEC, UL or any European standard only )

Environmental testing IEC 60068-2 (1,2,14,30)

Switches / Breakers / Connectors IEC 60947 (1, 2, 3)

Page 25 of 37

Page 26: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

14. Factory Test

The contractor shall develop and submit a comprehensive factory acceptance test (FAT) plan

to CEL for its review and approval. FAT shall be carried out at a subsystem or module level and

shall consist of all the components of BESS to the extent possible. FAT shall be demonstrated

to CEL’s representative for compliance of specification, inclusive but not limited to following:

Visual inspection of equipment including dimensions and overall design

Verifications of sensors, metering and alarms

Verification of all control functions including remote control, monitoring and

communication interfaces

Verification of system performance at full/ partial Energy/ Power ratings

Verification of maintenance and replacement features for unit batteries and other

components

During the FAT, system shall be operated as specified & designed in all the operating states,

use cases and duty cycles. It shall meet power/ energy requirements and shall be

demonstrated to meet the safety requirements.

Operation of all control, protective relaying and instrumentation circuits shall be

demonstrated by direct tests, if feasible, or by simulating operating states for all parameters

that cannot be directly tested. Automatic, local and remote operation of the controls shall be

demonstrated.

BESS shall be verified for operation at temperature extremes defined in specification. For this,

if it is not possible for the full system, then independent laboratory certification of operation

of critical components and subsystems shall be submitted at the time of FAT.

During FAT, if something mal-operates then FAT shall be suspended and resumed after

rectification of the problem. The system shall not be accepted for shipment until all FATs have

been successfully completed.

15. Site Test

The contractor shall submit comprehensive plan for site acceptance test to the CEL for

approval. SAT plan shall include procedures to test correct system responses to system

disturbances and operating scenarios described in the specification. The tests shall include, as

a minimum, the following:

Verification of sensors, metering and alarms

Verification of all control functions including automatic, local and remote control

Verification of the performance criteria

Demonstration of all the intended applications

Demonstration of grid interface protection & control system

Verification of power quality parameters

Page 26 of 37

Page 27: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

16. Transportation and Storage at Site

The Contractor shall be responsible to survey, select and verify the route, mode of

transportation and make all necessary arrangement with the appropriate authorities for the

transportation of the equipment. The dimension of the equipment shall be such that when

packed for transportation, it will comply with the requirements of loading and clearance

restrictions for the selected route. It shall be the responsibility of the contractor to coordinate

the arrangement for transportation of the BESS for all the stages from the manufacturer’s

work to site.

The Contractor shall dispatch the battery system in such way to avoid any accident either due

to road conditions, environmental conditions and any other conditions which may be arise

during transportation.

Contractor shall follow all the rules, regulations and guidelines applicable for transportation of

batteries in India as well as in country of origin.

17. Installation and Commissioning

Contractor shall be responsible for installation and commissioning of the all the equipment

upto point of common coupling. CEL shall provide cable & its termination at the PCC for

interconnection of BESS with distribution system.

BESS shall be connected at three phase, 440 Volts at point of common coupling, for

connection with utility grid. Battery technologies specified in this package shall be executed

together and all the two BESS shall be connected with internal CEL Grid in parallel. Contractor

shall be responsible for providing suitable protection arrangements if required for such

parallel operation. Each of the two different battery technologies energy storage shall have

their own battery management system.

18. Special Tools and Tackles

The bidder shall include in his proposal the deployment of all special tools and tackles,

required for installation, testing & commissioning and maintenance of the battery energy

storage system. The special tools & tackles shall cover items which are specifically required

for the system offered and are proprietary in nature. In addition to this the contactor shall

also furnish a list of special tools and tackles for the system in a manner to be referred by the

employer during the operation of the system. The scope of special tools & tackles are to be

decided during details engineering and the list of special tools & tackles, if any shall be

finalized.

19. Mandatory Spares

Bidder shall provide a list of mandatory spares for the offered system. It shall not be binding on

the Employer to procure all of these mandatory spares.

Page 27 of 37

Page 28: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

No mandatory spares shall be used during the commissioning of the equipment or warranty

period. Any spares required for commissioning / warranty shall be arranged by the

Contractor. The unutilized spares if any brought for such purposes shall be taken back by the

contractor after the specified warranty period.

20. Warranty

BESS components shall have warranty period as per detail below:

Batteries & Battery Management System, PCS &

Power Management System

5 Years from the date of commissioning

Other System 5 Year from the date of commissioning

21. Training

Contractor shall provide training in India to manpower identified by CEL. Training shall cover

all aspects of battery energy storage system needed for proper operation & maintenance of

the system. The contractor shall be responsible for determination of content & duration of for

training sessions. All training materials shall be submitted to CEL for approval.

Training course requirements are described below in terms of the contents of each course.

Training shall cover orientation, operation and maintenance.

Orientation Course

Operation & Maintenance Course

Application Software Course

Operator Training Course

22. Documentation

To ensure that the proposed system conform to the specific provisions and general intent of

the specification, the contractor shall submit a comprehensive list of the documents

applicable for the offered system to CEL for review and approval. Further the contractor shall

also submit the drawings / documents for all the hardware & software required for site

installation, testing and commissioning and thereafter operation of the system. The

contractor shall obtain approval of CEL for the relevant document at each stage before

proceeding for purchase, manufacturing, system development, factory testing, erection, site

testing, training etc.

The contractor shall submit hard copies of each document / drawing for CEL`s review and

approval along with soft copy with each submission. After approval three set of all the

documents shall be submitted as final documentation. Any changes observed during field

implementation shall be incorporated in the as-built drawing and two sets of same shall be

submitted to CEL.

Page 28 of 37

Page 29: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

The documentation shall be in English, well detailed and instructive. Review and acceptance

of the submittals shall not encumber the CEL with responsibility for the adequacy or safety of

the contractor’s design. Documentation as a minimum shall consist of following:

System description document (Overview)

Functional description document

System configuration document

Construction and installation drawings

Equipment drawings and specifications

Wiring diagrams

Conduit diagrams

Bill of material

Assembly drawing

O & M manual

Maintenance schedule

Project schedule

Master test plan & procedures

Quality assurance manual

Software documentation inclusive of data dictionary and error message list

Test reports

FAT procedure

SAT procedure

Relay & control settings

Progress reports

Training manuals

Page 29 of 37

Page 30: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Appendix-B

Bill of Quantity for Battery Energy Storage System (For Lithium-ion Battery)

Sl. No. Description Unit Quantity

1 Lithium ion Batteries with useful capacity of 350 KWh (700 kW for 30 minutes).

Set 1

2 Battery management System Comprising following

a Power Conditioning System (PCS) No. 1

b Power Management System consisting of hardware / software for operation of frequency regulation and energy time shift applications.

LS 1

c Monitoring & Control System LS 1

3 Protection System LS 1

4 Container to house Battery Energy Storage System inclusive of Fire Protection System & Air Conditioning System.

LS 1

5 Mandatory Spares for

a Batteries Set 1

b Battery Management System Set 1

c Protection System Set 1

6 Special Tools & Tackles Set 1

Appendix-C

Bill of Quantity for Battery Energy Storage System (For Flow Battery)

Sl. No. Description Unit Quantity

1 Flow Batteries with useful capacity of 150 KWh (30 kW for 5 hours)

Set 1

2 Battery management System Comprising following

a Power Conditioning System (PCS) No. 1

b Power Management System consisting of hardware / software for operation of frequency regulation and energy time shift applications.

LS 1

c Monitoring & Control System LS 1

3 Protection System LS 1

4 Container to house Battery Energy Storage System inclusive of Fire Protection System & Air Conditioning System.

LS 1

5 Mandatory Spares for

a Batteries Set 1

b Battery Management System Set 1

c Protection System Set 1

6 Special Tools & Tackles Set 1

Page 30 of 37

Page 31: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

PRICE BID

Sr. No. Particulars Price in INR

1

Design, Supply, and Testing of 350kWh, 700kW of Lithium Ion Battery Energy Storage System (BESS) along Mandatory Spares and Special Tools and Tackles.

2

Design, Supply and Testing 150kWh, 30kW of Flow Battery Energy Storage System (BESS) along Mandatory Spares and Special Tools and Tackles.

3

Taxes and Duties

4

Sub Total (1 +2+3)

5

Installation and Commissioning of 350kWh, 700kW of Lithium Ion Battery Energy Storage System (BESS)

6

Installation and Commissioning of 150kWh, 30kW of Flow Battery Energy Storage System (BESS)

7

Taxes and Duties

8

Sub Total (5+6+7)

9

AMC for 5 years of 350kWh, 700kW of Lithium Ion Battery Energy Storage System (BESS)

10

AMC for 5 years of 150kWh, 30kW of Flow Battery Energy Storage System (BESS)

12

Taxes and Duties

13

Sub Total (9+10)

14

Grand Total (4+8+13)

*Please mention percentage of excise duty and sales tax whichever is applicable Delivery Lead Time = ………. Days

Page 31 of 37

Page 32: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Annexure-B

Commercial terms and Conditions:

1. CEL will prefer to get offers directly from the original manufacturers. No Deviation from Specifications, Terms & Conditions of the tender is allowed. Quotations having deviation(s) from our specifications, terms & conditions would be rejected.

2. Basis of price: The offer should clearly indicate units and rates. Prices should be submitted on FOR CEL Sahibabad basis as per the Execution Schedule defined in clause 2 of Annexure A. Quotations submitted with basis of price other than the above will be rejected forthwith.

3. All requirements of export licensing, Govt. permissions or any other statutory clearance from the country of export as per regulations existing in the supplier’s country shall be the responsibility of supplier.

4. In a tender either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously in the same tender. If an agent/distributor submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender. Agent quoting on behalf of OEM /Principal shall submit along with their offer a valid authorization certificate from the OEM.

5. Taxes and duties: The taxes and duties are to be clearly mentioned, if any.

6. Delivery schedule. As per Execution Schedule given in Annexure A.

7. Payment: As per clause 6 of Annexure A.

8. Warranty period: As per clause 20 of Annexure A.

9. Performance Bank Guarantee (PBG): As per clause 6 ‘C’ of Annexure A.

10. Price reduction for delayed delivery: In the event of delay in affecting the delivery within agreed period, a reduction in the price shall be levied @ 0.5% of the total order value per week or part thereof subject to maximum of 5% of the total order value. (This clause will be superseded by clause 4 of Annexure-A).

11. Inspection: Inspection shall be carried out as per clause 14 and 15 of Annexure A.

12. Price variation Clause: Price variation would not be permitted and quotations having Price variation

clause would be rejected.

13. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum period of one year from the date of opening as per clause 3 of Annexure-A.

14. CEL reserve the right to split the quantity and award on two or more vendors as per the requirement. The following norms would be adopted in case of spilt of quantity:

If the lowest quoting vendor is an approved vendor and the second lowest and third lowest bidders are also approved vendors to CEL 100% of tender quantity would be split amongst the approved vendors only. In case of split of quantity in two approved vendors, the same shall be applicable for lowest (L1) & second lowest (L2) in the ratio of 70:30 at the rate & terms applicable to L1 approved vendor, keeping in view the objective that the per unit landed cost to CEL in case of purchase from L1 or L2 approved vendor remains same. In case of split of quantity in three approved vendors 60% quantity would be awarded to L1 approved vendor and balance 40% quantity will be awarded to the L2 approved vendor and L3 approved vendors in the ratio of L2’s quantity > L3’s quantity subject to acceptance of L1 rate by L2 and L3 vendor. If the L2 vendor does not accept the L1 approved vendor’s rate and terms then the quantity will be split between L1 approved vendor and L3 approved vendor.

Micro & Small Enterprises quoting price within price band of L1+15 per cent shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs (as per “Public Procurement Policy for Micro & Small Enterprises (MSEs) Order 2012”)

15. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. If the bidder wishes to send the bid through courier/post, it may be ensured that the bid reaches CEL one day before the due date of opening. CEL does not take any responsibility for delay in receipt or non-receipt or loss of bid(s) in transit.

Page 32 of 37

Page 33: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

16. Earnest Money Deposit of ₹10,00,000/- in the form of demand draft favoring “M/s. Central Electronics Limited” and payable at Delhi and valid for three months to be submitted along with tender documents. No interest shall be payable on the earnest money deposited by bidder/ tenderer. The earnest money may also be deposited through RTGS in CEL’s account. The details of the account are as below:

Beneficiary Name: Central Electronics Limited Beneficiary Account Number/IBAN: 87761250000014 Beneficiary Bank SWIFT Address/BIC: SYNBINBB161 Beneficiary Bank Name: Syndicate Bank Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4, Sahibabad 201010, U.P., INDIA

The earnest money (after deduction of bank charges, if any) of unsuccessful bidders/ tenderers will be refunded within one month of finalization of tender. The earnest money of successful bidder would be converted into security deposit and would be returned (after deduction of bank charges, if any) to the bidder only after two months of successful completion of work. In case the successful bidder is exempted from submission of EMD (as described below), Security Deposit equivalent to 2% of the total order value (including taxes & duties) has to be submitted through a DD/BG/RTGS within 15 (fifteen) calendar days of receipt of purchase order either as scanned copy by email or original copy by post/courier, failing which, it will be treated as non-acceptance of the order by the successful bidder and CEL will be at liberty to impose “Termination for Default” clause (No. 5 of Annexure-A). Exemption from submission of EMD: The following type of bidders are exempted from submission of EMD subject to submission of relevant documents mentioned herein: “Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India”. (A copy of valid registration certificate should be submitted with technical bid of quotation).

17. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production at CEL or to modify the order without liability for any compensation and or claim of any description.

18. Submission of Tender: Submission of Tender: Tender/Quotation/Bid in sealed cover super-scribing

the tender notice no., name of the item and due date should be delivered at the Office of the Asstt.

General Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur

Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is

12.09.2016 up to 15:00 hrs IST. The offer shall be submitted in two sealed envelopes super-

scribed with tender number, scope of work and due date as detailed below:

Cover-1 i. Demand Draft/RTGS details towards Earnest Money Deposit/copy of NSIC/DIC certificate ii. Filled up Format for Submission of Vendor Data as per format at Annexure C. iii. Drawings/data sheet/catalogue clearly showing that the offered material is meeting the

specifications given in the tender. iv. Tender acceptance letter as per format at Annexure D. v. Documents mentioned in the “Eligibility Criteria” given in Annexure-A

Cover-2

i. This must contain only price bid as per the format given in Annexure-A

19. Opening of Tenders: Technical Bids/Quotations/tenders will be opened on 12.09.2016 at 1530 hrs (IST). Price bids of technically qualified bidders shall be opened after technical evaluation. Technically qualified bidders shall be informed by email about the price bid opening one day in advance.

20. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover

Page 33 of 37

Page 34: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead & incidental expenses.

21. Replacement of Rejected Material: Any material supplied against order place on basis of this tender and found to be defective on inspection or differing from approved samples or make or specifications will be replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics Limited including freight and insurance and other incidental charges at our discretion.

22. Arbitration: Any disputes, difference controversies/ difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. between the parties shall be resolved by mutual discussion/reconciliation in good faith. If disputes, difference controversies/difference of opinions, breach and violation arising from or related to this agreement/contract/work order etc. cannot be resolved within 30 days of commencement of reconciliations/ discussions then the matter shall be referred to the Sole arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the parties. There will be no objection to any such appointment on the grounds that the Arbitrator is an employee of CEL and no appeal on any order passed by the Arbitrator for this purpose shall be filed in any Court of Law on such ground.

Apart from above, terms and conditions mentioned in Annexure-A shall be applicable.

Page 34 of 37

Page 35: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Annexure C

Format for submission of Vendor Data

1. Name of vendor

2. Registered Address

Phone No.

Fax No.

Name of Proprietor/ CEO/Chairman

Phone/Mobile No.

Email id

3. Factory Address

Phone No.

Fax No.

Email id

4. Delhi/NCR Address (if any)

Phone No.

Fax No.

Email id

5. Correspondence Address

6.

Name of Contact Person

Designation

Phone/Mobile no.

Fax No.

Email id

7. Website

Page 35 of 37

Page 36: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

CEL is hereby authorized to communicate through mobile No. ________________ of the contact person during the finalization of the tender/execution of work even if the mobile No. is registered in DND registry. I certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern

8. Sales Tax related information

TIN No.

L.S.T. No.

C.S.T. No.

Sales Tax Exemption No. (if any)

9. Income Tax related information

PAN No.

PAN reference no. (in case PAN applied for)

PAN Status (in case PAN applied for)

10. Excise duty related information

ECC No.

Range

Collectorate

11. Registration No. with Directorate of Industries

12. SSI Reg. No. (if Small Scale Industrial Unit)

13. Bank related information

Bank name

Branch name

Bank address

Bank phone no.

Bank fax no.

Bank MICR Code (9 digit)

RTGS-IFC Code

Account type

Account no.

Swift Code

Page 36 of 37

Page 37: Tender Document: C-2(b)/RC/7500/0087/2016 FORMAT NO. : CEL/FR/MMD/03(01… · 2016-09-28 · Sahibabad, U.P Sr. No. Particulars Qty. 1. Design, Supply, Testing and Installation &

Annexure – D

TENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

Date:

To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Tender / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 37 of 37