National Research Centre For Banana

Transcription

National Research Centre For Banana
Phone : 94425-53117/94425-83117
e-mail : [email protected]/[email protected]
National Research Centre For Banana
(Indian Council of Agricultural Research)
Thayanur Post, Thogamalai Road,
Trichy - 620 102 (Tamil Nadu)
Tender Notification No.03/2014
Sealed tenders are invited by the Director, NRCB, Tiruchirapalli under two bid
system from reputed manufacturers/dealers/authorized Indian Agents for the supply of
following EQUIPMENTS to this Institute. Tender form, list and detailed specification
of the equipments, other terms and conditions of procurement are available at our
website: www.nrcb.res.in. Tender form details can be downloaded from the website
directly. Sealed tender for each item separately superscribed as “Tender for equipment
name” should be sent to this office along with non-refundable processing fee of
Rs.1000/- (Rupees One Thousand Only) by demand draft drawn in favour of “ICAR
Unit –NRCB” payable at Tiruchirapalli. Last date for receipt of completed Tender
document is 10.10.2014 (Friday) by 02.30 P.M. Technical bids of the Tenders will be
opened on the same day i.e. 10.10.2014 (Friday) at 03.30 PM.
1.
2.
3.
4.
5.
6.
MASS SPECTROPHOTOMETER WITH GAS CHROMOTOGRAPHY :
MICROWAVE-PLASMA ATOMIC EMISSION SPECTROMETER
TISSUE HOMOGENIZER
MULTIMODE MICROPLATE READER
AUTOMATIC LABORATORY GLASSWARE WASHING MACHINE
25.0 KVA ON-GRID SOLAR PV MODULE
General Conditions for all the instruments :
1.
Warranty : Minimum two years for lab equipments and five years
for On-Grid Solar PV module.
2.
3.
4.
If offer is submitted for more than one instrument, separate tender for each
instrument along with Processing Fee should be submitted.
Performance Security : 10% of cost instrument for 26 months by means of
bank guarantee / Joint Fixed Deposit / DD in favour of ICAR-UNIT, Trichy.
Postal/Courier delay is not acceptable. Do not send tender through Courier
and preferably send by SPEED POST.
Tenders received after the due date and time and also without the requisite fee
will be rejected. Director, NRCB reserves the right to accept or reject any or all the
tenders without assigning any reason whatsoever.
Sd/Director
DETAILED SPECIFICATIONS OF THE INSTRUMENTS
1.
MASS SPECTROPHOTOMETER WITH GAS CHROMOTOGRAPHY :
GC Specifications
System should be capable of supporting two inlets and two detector ports simultaneously,
should have electronic pneumatic / pressure controls for all the gases and should have
Chromatography Data system which is based on Microsoft Windows operating system for
instrument control, data acquisition, data analysis, quantization, automation & customization
with online and offline sessions provided.
A
Provision to install two or more columns
Operating temp range of oven from near ambient to 450oC and option of cooling up
B
to -80 deg C with liquid nitrogen or CO2
c
Oven temp ramp rate of oven should be120oC or better
d
Possible to program 15 temp ramps (16 plateaus) or better
e
15 EPC/PPC channels for inlets, detectors or auxiliary gases or more
f
Flow sensor for control & storage of split ratio
Possible to use capillary columns of 100, 250, 320 microns and
g
above
The pressure set points should be adjustable by increments of 0.001 psi up to 100 psi
h
Maximum temperature attainable should be 400 deg C or more fr injectors/inlets
Inlets: Two inlets should be provided. One Programmable temperature
vaporizer(PTV) or Multi Mode inlet for large volume injection and one split/split
less Capillary injector. The Programmable Injector should have ramping facility and
I
Injector should be capable of doing large volume injection upto 500 microlitre
PTV Injector should have heating rate of 800 degree/min and above and should be
programmable with more than 8 steps heating and ramps
Quote one FID detector with the following specification or better:
MDL: < 1.5 pg c/s OR BETTER(SPECIFY THE COMPOUND)
J
Dynamic range: > 107
Data acquisition rate: up to 400 Hz OR BETTER
All gases flow should be adjustable/controlled by software with no manual control.
The system should have a Autosampler/injector with vial capacity of 15 vials or
more. The system should be upgradable to 100 vial or more capacity
Autosampler should be capable of handling large volume injection with syringe size
K
from 0.5 microlitre to 250 microlitre
Autosampler should be upgradable with bar code reader, dilution , vortex, heating
capability
MS SPECIFICATIONS : LAN based quadruple MS system with EI system and
(optionally quote CI source and CI should do both PCI and NCI) with appropriate
computer & printer to support the system from original manufacturer. Should
include turbo molecular pump WITH 250 L/SEC CAPACITY OR MORE with EI
and CI source
Mass range of 2-1000 amu in 0.1 amu steps
Mass axis stability should be 0.10 amu/48 hrs
Scan speed up to 15,000 u/sec or better
Ion source temp - up to 350oC for better sensitivity for active compounds and it
should be programmable. Transfer line temp - 100-350 DEG C
Ionization energy range 5-220eV
Ionization current range - 1-315μ A
EI scan sensitivity and is a must parameter to demonstrate at site at least: 1500:1 S/N
for 1 pg OFN scanning from 50-300 amu at nominal m/z 272 ion
The mass spectrometer shall have the capability to cerate a 90 SIM ion groups with
up to 45 ions per group or more.
PCI scan S/N (Methane) 100:1 S/N will be given by 1-μL injection of 100-pg/μL
BZP2 standard scanning from 80 to 230 amu at nominal 183 amu ion
NCI scan S/N (Methane) 500:1 S/N will be given by 2-μL injection of 100 fg/μL
OFN standard scanning from 50 to 300 u at nominal 272 u ion
Spectral libraries: NIST LATEST VERSION WITH LICENCE
The gcms system should be quoted with the following capability for:
Replacement of GC column without venting MS vacuum which results in
elimination of GC/MS downtime.
Splitting of one column effluent to FID and MSD with software controlled flow so
that both detector have the same RSD. The device should have pressure controlled
carrier flow and should be controlled by software
Optionally quote the below probe:
MS sample Probe for Solid, Liquid and Slurry Samples: The system should be
provided with a probe for injecting solid, liquid or slurry sample without and dilution
with solvent or sample preparation.
The system should come with following items:
1) Two cylinders each of Helium, Nitrogen, Air and Hydrogen. Optionally 1
cylinder of Methane for CI. It should be along with 2 stage regulators, tubing,
purification panel and installed at site
2) 7.5 KVA UPS of brand Numeric or APC with 1 hour backup
The Vendor should provide list with contact details of users where similar GC/
GCMS is running with Electro antennogram(EAG) Detector coupled with GC.
This is a mandatory requirement as GC will be used to couple with EAG
detector.
2.
MICROWAVE-PLASMA ATOMIC EMISSION SPECTROMETER
Sl.No. Segment
Specification
1.0
Microwave PlasmaAtomic
Emission
Spectrometer
1.1
Plasma
Magnetically excited microwave Nitrogen plasma
2.0
2.1
Optical System
Wavelength Range
2.2
2.3
3.0
Spectrometer
Detector
Sample Introduction
System
Plasma Torch
Simple intact (cassette style) torch – no alignment required –
(HF-acid proof) – with suitable cooler region elimination.
Sample introduction Parameter
(HF-acid proof)
Nebulizer : Inert
Spray chamber : Double-pass glass cyclonic
Sample tubing : solvent resistant
Waste tubing : solvent resistant
Read : Time 3 s
Replicates : 3
Stabilization time : 15 s
Rinse time : 45 s
Fast Pump : 80 rpm
Background correction : Auto
Pump speed : 5 rpm
Source of Nitrogen Nitrogen generator suitable for the equipment
gas
Software/System
Windows based latest operating system with capabilities for
advanced data handling, storage and analysis. MPAES
should be fully computer controlled including gas flow,
plasma
view,
ignition,
microwave
generation,
electromagnetic induction, safety interlocks, trouble shooting
etc.
Computer and Printer Branded PC and Laser Printer
Comprehensive
Two years warranty in addition to regular warranty
warranty by the (total 2+2=4 years).
principal
manufacturer
Installation
At National Research Centre for Banana, Tiruchirapalli, TN.
Training
10 days at site and 2 days at application laboratory
Period
of Minimum 7 years after the lapse of comprehensive warranty
Maintenance support
Delivery
Delivery at F.O.R destination
3.1
3.2
4.0
5.0
5.1
6.0
7.0
8.0
9.0
10.0
Wavelength range. The instrument shall be able to operate
over the range of 160 to 850 nm.
Monochromator
Non-blooming Charge Couple Device
3.
TISSUE HOMOGENIZER
Applicable for wide range of plant tissues, seeds and compatible for DNA, RNA and
PROTEIN isolation. Running temperature = 15 deg C to 30 deg C. Provisions for multiple
sample processing, rotors of 24x2 ml and 6x50 ml holding capacity. Digital display with
control for temperature, RPM and Time. Disposable probes. Homogenizer speed : Max.
25000 RPM / 3-30 Hz. Accessories should resist organic solvents like phenol, chloroform,
methanol, etc.
4.
MULTIMODE MICROPLATE READER
Microplate reader capable of reading fluorescence (top and bottom), UV-Visible
absorbance, and luminescence (not secondary mode) using monochromator based optics.
Tunable wavelength control using quadruple (preferable) or double dual monochromators for
both fluorescence (excitation and emission) and absorbance with Xenon flash lamp energy
source. Methods of detections: Kinetics, end-point, spectral scanning, and well-area scanning.
Detectors based on photomultipliers with minimal noise and automatic path length / path
check correction. Read times with maximal sensitivity, not on-the-fly reading, for 96-well
plates should be less than 25 seconds. Resolution should be 0.0001 OD. Microplate capacity:
from 6-well to 384-well plates with shaking for thorough mixing. The instrument should have
provision for Cuvettes for reading both fluorescence and absorbance with compatible quartz
cuvettes (0.1 – 3.0 mL). It should be able to measure ultra low volume samples (equal to or
less than 2 µl) using micro-volume plates or multivolume plates with detection limit of 2 ng
dsDNA /μL. Temperature and accuracy: Ambient +5 deg C to 40-45 deg C with less than or
equal to ±1.0 deg C at set point of 37 deg C. Fluorescence: excitation wavelength: 250 – 850
nm or wider range. Fluorescence sensitivity and detection limit: Equal to or less than 0.25
fmol/well in 384-well plates in top-reading mode for fluorescence. Wavelength accuracy and
reproducibility: ±2.0 nm or less and ±0.2-0.4 nm. Starter kit for florescence (RIBO GREEN /
PICO GREEN) for 1000 reactions need to be supplied along with Instrument. Luminescence
must be in the primary mode. Luminescence Wavelength range: 300 – 700 nm.
Luminescence sensitivity: 20 - 200 amol ATP typical (flash) /well lower detection limit for
firefly luciferase in 96 and 384 well top read. Latest version of original licensed software for
instrument control, operation workflow, kinetics, and data analysis should be included.
Authorization letter from principal and manufacturer for sales and service should be
provided. IQ, OQ, PQ, applications, and capabilities of the system using standard protocols to
meet the specifications should be demonstrated on site. Certifications for various applications
including HTRF study. System should be upgradable to following Detection Modes: Time
Resolved Fluorescence (TRF), filter based Fluorescence Polarization and dual reagent
dispenser for flash luminescence. Desktop computer with 2nd generation Intel Core i5
processor (3.0 GHz), memory 4 GB (1333 MHz), Storage 500 GB, Windows-7, chassis
(tower), and high resolution LCD monitor (19”). On-line uninterrupted power supply (UPS)
at least 1 KVA with 20 min back-up.
5.
AUTOMATIC LABORATORY GLASSWARE WASHING MACHINE:
Microprocessor controlled laboratory glassware washer with 120-140 liter capacity. Type 316
stainless steel with detachable large spindles for washing narrow-neck glassware. Rack must
accommodate a variety of inserts for holding beakers, culture tubes and other special
glassware (inserts sold separately). Test tube trolly with minimum of 50 noshers to be quoted
for efficient wash. Water temperature must reach 93-99 deg C (199 deg F) on 230 volt
models to sanitize glassware and for enhanced washing and faster drying and sufficient water
recirculation rates must be present for thorough cleaning. LCD information center for
customizing cycles and monitoring operation, including internal water temperature (deg C or
deg F). dual pumps, one for washing and one for draining to reduce potential for cross
contamination. Built-in purified water pump to bring non-pressurized or pressurized purified
water into the tank for up to six pure water rinses. Manual fill detergent dispenser for powder
or liquid detergent and manual fill rinse aid solution dispenser. Built-in forced air drying into
the tank up to 250 minutes and programmable from 40 to > 70 deg C. Alarms with display
for HOT GLASS, PLEASE WAIT, WATER LOW, WATER HIGH and OVERFLOW, LIQ.
DETER. , RINSE AID, DRAIN FAIL and LOW TEMP. User set delayed start ( up to 8
hours). Type 304, brushed stainless steel door, tank, upper and lower wash arms. One piece,
stainless steel, fine mesh particle drain filter to trap debris in tank to protect the pumps is
required. Four leveling feet is required. Factory installed drain hose and band clamp must
present. Necessary suitable RO unit should be quoted to have required quality of feed water
to the machine. Other essential and optional accessories may be quoted separately.
6.
25.0 KVA ON-GRID SOLAR PV MODULE:
1.0
1.1
Introduction :
The grid-connected solar photo-voltaic (PV) systems, solar energy is fed into the
building loads that are connected to the TANGEDCO grid through a service
connection with surplus energy being fed into the grid and shortfall being drawn from
the grid. Production of surplus energy may happen when solar energy produced
exceeds the energy consumption of the building. This surplus is fed into the grid.
During the night, or when during the day energy demand in the building exceeds solar
energy generation, energy is drawn from the grid. Grid connected solar PV systems
have no battery storage and will not work during grid outage. For buildings with
grid connected solar PV systems, the service connection meter needs to be of the
bidirectional type, whereby import kWh and export kWh are separately recorded.
A grid connected solar PV system consists of the solar panels, solar panels mounting
structure, one or more grid inverters, protection devices, meters, interconnection
cables and switches.
Components and parts used in solar PV systems should conform to the BIS or IEC or
other international specifications, wherever such specifications are available and
applicable.
Quality and Workmanship :
Solar PV modules are designed to last 25 years or more. It is therefore essential that
all system components and parts, including the mounting structures, cables, junction
boxes, distribution boxes and other parts also have a life cycle of lat least 25 years.
Therefore, all works shall be undertaken with the highest levels of quality and
workmanship. During inspection special attention will be given to neatness of work
execution and conformity with quality and safety norms. Non compliant works will
have to be redone at the cost of the installer.
System sizing :
As per the solar net metering orders of the Tamil Nadu Electricity Regulatory
Commission (TNERC) of 13.11.2013, crediting of energy for the purpose of net
metering is limited to 90% of the consumed energy during a 12 month settlement
period. The maximum recommended solar PV capacity for grid connected solar PV
systems is therefore a capacity that produces not more than 90% of the annual energy
consumption of the building.
Specification of Solar PV Module :
Detailed specifications of the solar PV module are given below.
1.2
1.3
2.0
2.1
3.0
4.0
4.1
Type
Origin
Efficiency
Fill factor
Degradation warranty
Module frame
Crystalline Silicon
Manufactured in India.
>= 13%
>=70%
Panel out put (W ) capacity to be >= 90% of design
nominal power after 10 years and >=80% of design
nominal power after 25 years.
Non-corrosive and electrolytically compatible with the
mounting structure material.
Termination box
Blocking diodes
Module minimum rated power
RF Identification tag for each solar
module
RF Identification tag data
Power out put rating.
Compliance with standards and codes
Salt mist corrosion testing
Module dimensions
Glass thickness
Maximum power voltage (Vmpp)
Peak power current (Impp )
Open circuit voltage (Voc)
Short circuit current (Isc)
Weight of each module
Certificate / standards
Operating temperature
Temperature co-efficient Pnom
Temperature Co-efficient Voc
Temperature Co-efficient Isc
5.0
5.1
5.2
Thermo plastic, IP 65, UV resistant.
Schottky type.
The nominal power of a single PV modlle shall be not
be less than 250 Wp.
Shall be provided inside the module and must be able
to withstand environmental conditions and last the
lifetime of the solar module.
a. Name of the manufacturer of PV Module.
b. Name of the manufacturer of Solar cells.
c. Month and year of manufacture (separately for
solar cells and module).
d. Country of origin (separately for solar cells and
module)
e. I-V curve for the module.
f. Wm, Im, Vm and FF for the module.
g. Unique Serial No. and module No. of the module.
h. Date and year of obtaining IEC PV module
qualification certificate.
i. Name of the test lab issuing IEC certificate.
j. Other relevant information on traceability of solar
cells and module as per ISO 9000 standard.
To be given for standard test conditions (STC), I-V
curve of the sample module shall be submitted.
IEC 61215 / IS 14286
IEC 61730 part 1 and 2.
As per IEC 61701.
As per MNRE recommendations.
ISO 9001 :2008, ISO 14001:2004, OSHAS 18001
: 2007, ISO 50001:2011.
-40 deg C to 85 deg C
As per MNRE recommendations.
Solar PV Module Mounting Structure :
The PV Module shall be mounted on fixed metallic structures having adequate
strength and appropriate design, which can withstand the load of the modules and
high wind velocities. The support structure shall be hot dip galvanized steel or
aluminum.
Detailed specifications for the mounting structure are given below :
Wind velocity withstanding capacity
Structure material
Bolts, nuts, fasterners, panel mounting
clamps.
Mounting arrangements for RCC Flat
Roofs
150 km/hour
Hot dip galvanized steel with a minimum
galvanization thickness of 120 microns or
aluminium alloy as per IS: 2062.
Stainless steel SS 304.
With removable concrete ballast made of prefabricated PCC (1:2:4), M15.
Installation
Minimum distance between roof edge
and mounting structure
Access for panel cleaning and
maintenance
Panel tilt angle
5.3
6.0
6.1
7.0
7.1
7.2
The structures shall be designed for simple
mechanical on-site installation. There shall be no
requirement of welding or complex machinery at
the installation site.
0.6 m
All solar panels must be accessible from the top
for cleaning and from the bottom for access to the
module-junction box.
North – south orientation with a fixed tilt angle of
11-13 degrees (depending on location), south
facing.
The prospective installer shall specify installation details of the solar PV modules and
the support structures with lay-out drawings and array connection diagrams. The
work shall be carried out as per the designs approved by the Centre.
Solar Array Fuse
The cables from the array strings to the solar grid inverters shall be provided with DC
fuse protection. Fuses shall have a voltage rating and current rating as required. The
fuse shall have DIN rail mountable fuse holders and shall be housed in thermoplastic
IP 65 enclosures with transport covers.
Solar Grid Inverter :
The solar grid inverter coverts the DC Power of the solar PV module to grid
compatible AC power.
The detailed specifications of the solar grid inverter are given below.
Total output power (AC)
Input DC voltage range
Maximum power point (MPPT)
tracking
Number of independent MPPT inputs
Operation AC voltage
Operating frequency range
Nominal frequency
Power factor of the inverter
Total harmonic distortion
Built in protection
Anti islanding protection
Humidity
Inverter efficiency
Inverter weighted efficiency
Protection degree
Communication interface
Safety compliance
Environmental testing
Efficiency Measurement Procedure
Cooling
Display type
Display parameters to include
30 KVA
1000V
34 A
2 or more
Single phase 230 V or three phase 415V
(+12.5%, -20%).
47.5 – 52.5 Hz.
50Hz
>0.98 at nominal power
Less than 3%
AC high / low voltage ; AC high/low frequency
as per VDE-AR-N 4105 & VED-0126-1-1
As per VDE 0126-1-1, IEC 60255.5 / IEC
60255.27
0-95% Rh
>=95%
>=94%
IP 65 for outdoor mounting, IP54 for indoor
mounting.
RS 485 / RS 232 / RJ 45
IEC 62109-1, IEC 62109-2
IEC 60068-2 (1,2,14,30)
IS/IEC – 61683
Convection
LCD for data display, LCD / LED for status
display.
Output power (W), cumulative energy (Wh), DC
Max. recommended PV power
Max. input voltage
MPPT Voltage range
Total input current
max. output current
Reactive power (adjustable)
No. of conductors (user settable)
Noise level (typical)
Self consumption at night
EMC
Environmental testing
Ingress protection
Communication interface
Built in energy data logger
Emergency power off (EPO)
Warranty
8.0
8.1
9.0
9.1
9.2
10.0
10.1
11.0
Voltage (V), DC Current (A), AC Voltage (V),
AC Frequency (Hz), AC Current (A), Cumulative
hours of operation (h).
38 kWp.
1000V
480-800 V
68A
46A
0.8 lagging – 0.8 leading.
4/5 wire (L1, L2, L3, N, PE)
< 61 dB (1 m front panel)
< 2 watts.
En 61000-6-2; EN 61000-6-4
IEC 60068-2-1; IEC 60068-2-2; IEC 60068-2-14;
IEC 60068-2-30; IEC 60068-2-6; IEC 60068-221; IEC 60068 2-27; IEC 60068-2-75; IEC
60068-2-78 (as per MRE and SECI requirement)
IEC 60529
MODBUS RTU over RS 485 physical layer.
Yes.
Yes, external switch to be connected.
Five years.
DC Combiner Box :
A DC Combiner Box shall be used to combine the DC cables of the solar module
arrays with DC Fuse protection for the outgoing DC cable(s) to the DC Distribution
Box.
DC Distribution Box :
A DC Distribution Box shall be mounted close to the solar grid inverter. The DC
distribution box shall be of the thermo-plastic IP65 DIN-rail mounting type and shall
comprise the following components and cable terminations :
Incoming positive and negative DC cabls from the DC Combiner Box.
DC circuit breaker, 2 pole (the cables from the DC Combiner Box will be connected
to this circuit breaker on the incoming side).
DC Surge protection device (SPD), class 2 as per IC 60364-5-53.
Outgoing positive and negative DC Cables to the solar grid inverter.
As an alternative to the DC circuit breaker, a DC isolater may be used inside the DC
Distribution Box or in a separate external thermo-plastic IP 65 enclosure adjacent to
the DC distribution box. If a DC isolater is used instead of a DC circuit breaker, a
DC Fuse shall be installed inside the DC Distribution Box to protect the DC cable
that runs from the DC distribution box to the solar grid inverter.
AC Distribution Box :
An AC Distribution Box shall be mounted close to the solar grid inverter. The AC
distribution box shall be of the thermo plstic IP 65 DIN rail mounting type and shall
comprise the following components and cable terminations :
Incoming 3-core / 5 –core (single phase / three-phase) cable from the solar grid
inverter.
AC circuit braker, 2-pole / 4-pole.
AC surge protection device (SPD), class 2 as per IEC 60364-5-53.
Outgoing cable to the building electrical distribution board.
Connection to the building electrical system :
11.1
The AC output of the solar grid inverter shall be connected to the building’s electrical
system after the TANGEDCO service connection meter and main switch on the local
side. The solar grid inverter output shall be connected to a dedicated module in the
Main Distribution Board (MDB) of the building. It shall not be connected to a nearby
load or socket point of the building. The connection to the electrical system of the
building shall be done as shown in typical wiring diagram 1 in the annexure 2.
11.2 For buildings or loads with diesel generator backup, the wiring of the solar grid
inverter shall be such that the solar grid inverter cannot run in parallel with the diesel
generator. This implies that the solar grid inverter must be connected to a distribution
board on the grid side of the automatic or manual change over switch as shown in
typical wiring diagram 2 in the annexure 2.
12.0 Cables :
12.1 All cables shall be supplied conforming to IEC 60227 / IS 694 & IEC 60502 / IS
1554. Voltage rating : 1, 100V Ac, 1,500V DC.
12.2 For the DC cabling, XLPE or XLPO insulated and PVC sheathed single or single core
flexible copper cables shall be used. Multi core cables shall not be used.
12.3 For the AC cabling, PVC or XLPE insulated and PVC sheathed single or multi core
flexible copper cables shall be used. Outdoor AC cables shall have a UV stabilized
outer sheath.
12.4 The total voltage drop on the cable segments from the solar PV module to the solar
grid inverter shall not exceed 2.0%.
12.5 The total voltage drop on the cable segments from the solar grid inverter to the
building distribution board shall not exceed 2.0%.
12.6 The DC cables from the SPV Module array shall run through a UV stabilized PVC
conduit pipe of adequate diameter with a minimum wall thickness of 1.5 mm.
12.7 Cables and wires used for the interconnection of solar PV modules shall be provided
with solar PV connectors (MC4) and couplers.
12.8 All cables and conduct pipes shall be clamped to the rooftop, walls and ceilings with
thermo plastic clamps at intervals not exceeding 50cm. The minimum DC cable size
shall be 0.4 mm2 copper. The minimum AC cable size shall be 4.0 mm2 copper. In
three phase systems, the size of the neutral wire size shall be equal to the size of the
phase wires. The following colour coding shall be used for cable wires.
DC positive : RED (the outer PVC sheath can be black with a red line marking).
DC negative : BLACK
AC single phase : Phase – RED, Neutral – BLACK
AC Three phase : phases – RED, YELLOW, BLUE; Neutral – BLACK
Earth wires : GREEN
12.9 Cables and conduits that have to pass through walls or ceilings shall be taken through
a PVC pipe sleeve.
12.10 Cable conductors shall be terminated with tinned copper end-ferrules to prevent
fraying and breaking of individual wire strands. The termination of the DC and AC
cables at the Solar Grid Inverter shall be done as per the instructions of the Centre,
which in most cases will include the use of special connectors.
13.0 Earthing :
13.1 The PV module structure components shall be electrically interconnected and shall be
grounded.
13.2 Earthing shall be done in accordance with IS 3043-1986, provided that earthing
conductors shall have a minimum size of 6.0 mm2 copper, 10 mm2 aluminium or 70
mm2 hot dip galvanized steel. Unprotected aluminium or copper clad aluminium
conductors shall not be used for final underground connections to earth electrodes.
13.3
13.4
14.0
14.1
14.2
14.3
14.4
15.0
15.1
15.2
16.0
16.1
16.2
16.3
16.4
16.5
16.6
16.7
17.0
17.1
17.2
17.3
18.0
18.1
A minimum of two separate dedicated and interconnected earth electrodes must be
used for the earthing of the solar PV system support structure with a total earth
resistance not exceeding 5 Ohm.
The earth electrodes shall have a precast concrete enclosure with a removable lid for
inspection and maintenance. The entire earthing system shall comprise non corrosive
components.
Surge Protection :
Surge protection shall be provided on the DC side and the AC side of the solar
system.
The DC surge protection devices (SPDs) shall be installed in the DC distribution box
adjacent to the solar grid inverter.
The AC SPDs shall be installed in the AC distribution box adjacent to the solar grid
inverter.
The SPDs earthing terminal shall be connected to earth through the above mentioned
dedicated earthing system. The SPDs shall be of type 2 as per IEC 60364-5-53.
Junction Boxes :
Junction boxes and solar panel terminal boxes shall be of the thermo plastic type with
IP 65 protection for outdoor use and IP 54 protection for indoor use.
Cable terminations shall be taken though thermo plastic cable glands. Cable ferrules
shall be fitted at the cable termination points for identification.
Tools, Tackles and Spares :
The Installer shall keep ready stock of tools, tackles and essential spares that will be
needed for the day-do-day maintenance of the solar PV system. This shall include
but not be limited to, the following :
Screw driver suitable for the junction boxes and combiner boxes.
Screw driver and / or Allen Key suitable for the connectors, power distribution
blocks, circuit breaker terminals and surge arrestor terminals;
Spanners / box spanners suitable for the removal of solar PV modules from the solar
PV module support structure ;
Solar panel mounting clamps;
Cleaning tools for the cleaning of the solar PV modules.
Spar fuses.
Caution signs :
In addition to the standard caution and danger boards or labels as per Indian
Electricity Rules, the AC distribution box near the solar grid inverter, the building
distribution board to which the AC output of the solar PV system is connected and the
solar generation meter shall be provided with a non corrosive caution label with the
following text:
WARNING – DUAL POWER SOURCE
EB & SOLAR
The size of the caution label shall be 105mm (width) x 20 mm (height) with white
letters on the red background.
Caution labels as may be prescribed by TANGEDCO shall be fixed s per the
TANGEDCO specifications.
Metering :
An energy meter shall be installed in between the solar grid inverter and the building
distribution board to measure gross solar AC energy production (the “Solar
Generation Meter”). The Solar Generation Meter shall be of the same accuracy class
as the TANGEDCO service connection meter or as specified by TNERC.
18.2
19.0
19.1
a.
b.
c.
d.
e.
f.
g.
h.
i.
20.0
The existing service connection meter needs to be replaced with a bidirectional
(import kWh and export kWh) service connection meter (the “Solar Service
Connection Meter”) for the purpose of net-metering.
Documentation:
The installer shall supply the following documents :
System description with working principles.
System single line diagram.
Solar PV Array layout
Routing diagram of cables and wires.
Data sheets and user manuals of the solar PV panels and the solar grid inverter.
A system operation and maintenance manual.
Name, address, mobile number and e-mail address of the service centre to be
contacted in case of failure or complaint.
Warranty cards.
Maintenance register.
Test Certificates and Reports to be furnished :
Test Certificates / Reports from IECQ / NABL accredited laboratory for relevant IEC
/ Equivalent BIS standard for quoted components shall be furnished. Type Test
Certificates shall be provided for the solar modules and the solar grid inverters to
provide evidence of compliance with standards as specified in article 4.0 and 7.0 of
this Technical Specification. The Centre reserves the right to ask for additional test
certificates or (random) tests to establish compliance with the specified standards.
TENDER ELIGIBILITY CRITERIA FOR 25 KVA ON-GRID SOLAR PV
MODULE
The Bidder(s) shall meet the following Eligibility Criteria to participate in the tender and
shall enclose documentary proof for fulfilling the eligibility in the Tehno commercial bid.
S.No.
Minimum eligibility Criteria
1.
a. The bidder / its wholly owned subsidy shall
be
A registered manufacturing company / firm of
SPV cells / Modules or Battery or PV System
electronics in India.
Or
A PV System integrator in India in existence
for at least past one audited year.
b. Consortium not exceeding three partners.
Each partner of the consortium shall be
registered company / firm in existence for at
least past one audited year.
The prime bidder amongst the consortium
partners shall be either
A registered manufacturing company / firm of
SPV Cells / Modules or PV Systems
electronics in India
Or
A PV system integrator in India.
Proof to be submitted for fulfilling the
eligibility criteria
Certificate of Incorporation or Registration
and relevant proof shall be submitted.
Certificate of incorporation / registration
of all the partners shall be submitted.
Copy of consortium agreement shall be
submitted
Or
A letter to intent to execute a consortium
agreement in the event of a successful bid
shall be signed by all the partners and
submitted with the bid together with the
copy of the proposed consortium /
agreement.
In case of consortium, all partners of the
2.
3.
3.1
3.2
4.
5.
6.
7.
8.
9.
The bidder shall use only SPV modules
manufactured in India
Annual turnover of the bidder shall be as per
the following .
In case of consortium, consortium partners
shall cumulatively have 50% of the average
annual turnover as per criteria (2) or (3) &
Prime bidder shall satisfy the criteria (1).
Turnover in PV field in the last three financial
years
Average turn over in the in the last three
financial years
Bidder shall have installation experience in
installation of solar PV plants of 10 Kwp and
above and shall have installed at least 40% of
the quantity tendered (power plants installed
minimum period of 3 months prior to the date
of bid submission will only be considered)
and these systems shall be working
satisfactorily (Lanterns are not allowed.)
The bidder shall agree to accept the entire
quantity that is finally allotted to him.
Various components of the SPV system shall
conform to the MNRE standards as per the
Technical Specifications given in the tender
Bidder(s) shall not be currently blacklisted by
any of the State / Central Government
organizations of India as on the date of
submission of tender.
The bidder shall undertake to submit only
bound bids with all pages serially numbered.
The bidder shall undertake for product take
back and re-cyling.
consortium shall be liable jointly and
severally for the execution of the contract
in accordance to the contract terms and a
statement to this effect shall be included
in the letter of intent.
Necessary undertaking letter shall be
submitted from the Module Manufacturer.
A summarized sheet of turnover certified
by registered CA shall be furnished.
More than Rs.25 lakhs.
More than Rs.25 lakhs.
Copy of the work orders and performance
certificates for satisfactory function of
those SPV systems obtained from the end
user if system cost was paid by the end use
or from the Government agency.
Necessary undertaking shall be enclosed in
this regard.
Copy of the test certificate / test reports for
each components shall be submitted.
Necessary undertaking letter shall be
submitted.
Necessary undertaking letter shall be
submitted.
Necessary undertaking letter shall be
submitted.
General:
1.
Postal/Courier delay is not acceptable.
and preferably send by SPEED POST.
Do not send tender through Courier
2.
Tenders received after the due date and time and also without the requisite fee
will be rejected. Director, NRCB reserves the right to accept or reject any or all
the tenders without assigning any reason whatsoever.
Sd/Director
TENDER FORM
I.
Terms and conditions for furnishing tenders/quotations:
1.
Tenders/quotations for technical and financial aspects should be furnished
separately in two closed envelopes superscribing as Technical Bid for supply of
quoted (Equipment name) and Financial Bid for supply of quoted (Equipment
name) in the tender forms enclosed.
2.
Both the technical and financial tender covers may be put in one cover and name
of the equipment may be written on the outer cover also for each equipment/item.
3.
DGS & D rates if available may be quoted.
4.
Last date and time of receipt of tender will be: 10.10.2014 (Friday) by 02.30 PM.
5.
Tenders received after the due date/time will not be accepted.
6.
Technical bids of the Tenders will be opened in the presence of the bidders/
authorized representatives, on the same day i.e. 10.10.2014 (Friday) at 03.30
PM.
7.
In the event of any of the above date being declared as a holiday/closed day for
the purchaser the bids will be sold/received/opened on the next working day at the
appointed time.
8.
Processing fee of Rs.1000/-(Rupees One Thousand Only) should be furnished
by DD drawn in favour of “ICAR Unit NRCB” payable at Tiruchirapalli
along with Technical Bid which is non refundable. Technical Bids without
processing fee will be rejected and no exemption will be allowed.
9.
Detailed specifications such as make and other distinguishing marks with respect
to the standard/quality of the item(s) wherever necessary should be indicated in
the tender.
10.
The insurance charges, if any, are to be borne by the suppliers. The Tenders
should be kept valid for a minimum period of six months from the date of its
offer.
11.
The bid security i.e. Earnest Money Deposit as mentioned below against each
instrument is to be submitted along with the Technical Bid through DD
drawn in favour of “ICAR Unit-NRCB” payable at Tiruchirapalli. The
bidders who are registered with the Central Purchase Organization, NSIC
are exempted for it.
S.No. Name of the instrument
EMD
(in Rupees)
1.
MASS
SPECTROPHOTOMETER
WITH
GAS 2,50,000/CHROMOTOGRAPHY
2.
MICROWAVE – PLASMA ATOMIC EMISSION
1,00,000/-
3.
4.
5.
6.
SPECTROMETER
TISSUE HOMOGENIZER
MULTIMODE MICROPLATE READER
AUTOMATIC GLASSWARE WACHING MACHINE
25 KVA ON-GRID SOLAR PV MODULE
35,000/75,000/25,000/1,00,000/-
12.
Performance security @10% of the equipment value for 26 months should be
paid by the successful bidder in the form of account payee demand draft
drawn in favour of ICAR UNIT – NRCB, Trichirapalli or fixed deposit
receipt or Bank Guarantee from a commercial bank before executing the
order. Performance security to be paid will remain valid for a period of sixty
days beyond the date of completion of warranty obligations.
II.
Other Conditions of Supply:
1.
Delivery of the goods must be completed not later than the date(s) as specified in
the order.
2.
Guarantee – The equipment supplied should have minimum guarantee period as
mentioned in the specification given above.
3.
Customers list along with the broucher of the quoted model is mandatory. It
should be attached along with the Technical Bid.
4.
Satisfactory installation and test running at NRCB, Trichy is to be done at the cost
of supplier/agent within 15 days of the supply of the instrument.
5.
Payment will be made by RTGS/NEFT TRANSFER in favour of the firm/party
on receipt of the articles in satisfactory condition and successful installation. The
bill should be drawn in triplicate drawn in favour of The DIRECTOR,
NATIONAL RESEARCH CENTRE FOR BANANA, TIRUCHIRAPALLI – 102
duly pre-receipted for arranging the payment.
6.
Advance /partial payment is not acceptable.
7.
The Director reserves the right to accept or reject any or all the quotations without
assigning any reason.
8.
Terms and Conditions of Import:
8.1
Since the Centre is having Registered with DSIR, New Delhi for availing duty
exemptions, the traders are requested to offer the price only in FOREIGN
CURRENCY on FOB Basis for direct imports.
8.2
By irrevocable Letter of Credit (LC) through our bankers STATE BANK OF
INDIA, MAIN BRANCH, TIRUCHIRAPALLI, TAMIL NADU, INDIA open for
90 days for Shipment and 21 days for document negotiation. 80% of cost of
instrument will be released by our banker on receipt of documents and 20%
will be released only after successful installation of the equipment at our end
and submission of Performance security.
8.3
Alternatively, 100% WIRE TRANSFER can be arranged after completing the
supply, successful installation of the instrument and submission of Performance
Security.
8.4
Minimum Validity of quote – Six months.
8.5
Shipment –By air/sea to CHENNAI / TIRUCHIRAPALLI (TAMIL NADU,
INDIA). Partial shipment not allowed.
8.6
Air/Sea freight –Will be paid by this Institute in Indian rupee.
TECHNICAL TENDER
Date : ____________
From
To
The Director,
National Research Centre for Banana,
Thogamalai Road,
Thayanur Post,
Tiruchirappalli-620 102.
Sir,
I/We am/are in furnishing our quotation along with technical specifications for
supply of following equipments intended by you. I/We agree to the terms and conditions
of supply given in the tender form. The rates quoted are for supply of items at site:
NATIONAL RESEARCH CENTRE FOR BANANA, TIRUCHIRAPPALLI, TAMIL
NADU. DD worth Rs.1000/-towards Processing Fee (DD No.______________________
dated _____________) and Earnest Money Deposit Rs._________________ (DD
No.____________________ dated____________) are enclosed.
SL
No.
TENDER TECHNICAL
Technical Specifications
Special
Features
Yours faithfully,
Signature of the Authorized Signatory
(with office seal & date)
FINANCIAL TENDER
Date : ____________
From
To
The Director,
National Research Centre for Banana,
Thogamalai Road,
Thayanur Post,
Tiruchirappalli-620 102.
Sir,
I/We am/are in furnishing our competitive rates and terms for supply of the
following equipments/stores intended by you. I/we agree to the terms and conditions of
supply given in the tender form.
FINANCIAL TENDER
Sl
Cost/Unit
Amount
Technical Specifications
No.
(Rs.)
(Rs.)
Yours faithfully,
Signature of the Authorized Signatory
(with office seal & date)
Note:
1.
Indicate special discounts, taxes payable extra and any other condition deserving.
2.
Cost in foreign currency and Indian rupees are to be indicated clearly. In case
your offer is for both Indian and Foreign item please furnish the same
separately.
3.
DGS & D rates if available, may be quoted separately.