ناتسناغفا یملاسا یروهمج · 2020. 5. 20. · your quotation(s) should be valid...
TRANSCRIPT
جمهوری اسلامی افغانستان
Islamic Republic of Afghanistan
REQUEST FOR QUOTE
FOR PROCUREMENT OF GOODS UNDER
NATIONAL SHOPPING PROCEDURES
FOR
Procurement of Solar Power System for Injil, Guzara and Islam Qala Hospitals in Herat
province.
Package ID No: AF-DABS-171544-GO-RFQ
Project : Herat Electrification Project (HEP)
Purchaser : Da Afghanistan Breshna Sherkat (DABS)
Funding : ARTF – World Bank
Grant No : IDA-D2080
Issued by:
Da Afghanistan Breshna Sherkat
19 May 2020
2
Table of Contents
Request for Quotations ................................................................................................................... 3
ANNEX 1: Purchaser’s Requirements ............................................................................................ 7
ANNEX 2: Quotation Forms ........................................................................................................ 23
ANNEX 3: Contract Forms .......................................................................................................... 32
3
Request for Quotations
RFQ Ref No.: AF-DABS-171544-GO-RFQ
RFQ issue Date: 19 May 2020
Gentleman/Ladies:
Request for Quotation (RFQ)
The Islamic Republic of Afghanistan has received grant from the IDA towards the cost of the Herat
Electrification project (HEP) and intends to apply part of the proceeds toward payments under the
contract for procurement of the items under this RFQ.
The Herat Electrification Project (HEP) now invites sealed quotations from suppliers for the Goods
and the Related Services, described in Annex 1: Purchaser’s Requirements, attached to this RFQ.
Validity of offers
Your quotation(s) should be valid for a period of forty five (45) days from the deadline for
receipt of quotation(s).
Quoted Price
Prices shall be quoted in the following manner
(a) For Goods to be supplied from within the Purchaser’s Country:
(i) the price of the Goods quoted DDP, including all customs duties and sales and
other taxes already paid or payable on the components and raw material used in
the manufacture or assembly of the Goods;
(ii) if known, any Purchaser’s Country sales tax and other taxes which will be
payable on the Goods if the Contract is awarded to the Supplier; and
(iii) The contractual unit prices shall be fixed during the Supplier’s performance of
the Contract and not subject to adjustment.
Prices can be quoted in Afghanis only The Bidder has to complete all the columns in price
schedule no 1 for the items offered and sign at the bottom of the page containing the items
offered. The current local taxes are 7 % Business Receipt Tax (BRT) in case the bidder is not
registered in Afghanistan and 2 % Business Receipt Tax (BRT) in case the bidder is registered
in Afghanistan. The bidder should include appropriate BRT tax in the price and provide total
price net of taxes in the price schedule. BRT tax will be deducted from gross billed amount while
making payment’
a. For information on taxes in Afghanistan, the bidder is advised to refer to
the web site of Ministry of Finance: www.mof.gov.af/tax.
b. The prices shall be quoted in Afghani only.
4
The Supplier may quote its price in a foreign currency of its choice in addition to the currency of
the Purchaser’s Country (for any local costs as applicable).
Clarifications
Any clarification request regarding this RFQ may be sent in writing to:
Attention: Saif u Rahman “Omarzai”
Position: Procurement Specialist
Address: DABS Headquarter, Commercial Building, 6nd Floor, Procurement Department Da
Afghanistan Breshna Sherkat (DABS, Dehmazang, Kabul, Islamic Republic of Afghanistan
Mobile: +93 (0) 72 803 78 63
Email: [email protected]
Submission of Quotations
a. Quotations are to be submitted in the form attached at Annex 2 properly signed, stamped
and in a sealed envelope. Quotations submitted as email attachments shall not be
accepted.
b. The deadline for submission of Quotations is : 27 May 2020
The address for submission of Quotations is:
Attention: Saif u Rahman “Omarzai”
Position: Procurement Specialist
Address: DABS Headquarter, Commercial Building, 6nd Floor, Procurement Department
Da Afghanistan Breshna Sherkat (DABS, Dehmazang, Kabul, Islamic Republic of
Afghanistan
Mobile: +93 (0) 72 803 78 63
Email: [email protected]
Opening of Quotations
The Purchaser’s representatives will open quotations immediately after the deadline for the
submission of Quotations.
Evaluation of Quotations
Quotations will be evaluated to ensure compliance with the Technical Specifications, Delivery
and Completion Schedules and any other requirements of the RFQ.
Evaluation for the whole lot/package
Quotation will be evaluated for the whole lot/package under this RFQ. If a Price Schedule shows
items listed but not priced, their prices shall be assumed to be included in the prices of other items.
An item not listed in the Price Schedule shall be assumed not included in the Quotation, and
provided that the Quotation is substantially responsive, the average of the item price as quoted by
substantially responsive Suppliers will be added to the Quoted Price and the equivalent total price
of the Quotation so determined will be used for price comparison.
For evaluation and comparison purposes, the currency (ies) of the Quotations shall be converted
into a single currency. The currency that shall be used for comparison purposes to convert at the
5
selling exchange rate offered prices expressed in various currencies into a single currency is:
Afghani.
The source of exchange rate shall be: Da Afghanistan Bank
The date for the exchange rate shall be: RFQ submission date.
Bids quoted in other currencies shall be converted in to Afghani. The source of exchange rate shall be Da Afghanistan Bank Kabul and the date of the exchange rate shall be the date of deadline must be the opening day of quotation.
Contract Award
The Contract will be awarded to the Supplier/s who:
a. offers the lowest evaluated price/s,
b. technically compliant quotation, and
c. guarantees delivery, in accordance with the delivery period/s
In accordance with the Evaluation of Quotations above.
The Purchaser shall invite by the quickest means e.g. letter or e-mail the successful Supplier/s for
any discussion/ negotiation that may be needed to conclude the contract or otherwise for contract
signature.
The Purchaser shall communicate by the quickest means with the other Suppliers on its contract
award decision. An unsuccessful supplier may request clarifications as to why its quotation was
not determined to be successful. The Purchaser will address this request within a reasonable time.
The Purchaser shall publish a contract award notice on its website with free access, and send award
notice via email to the other unsuccessful suppliers. The information shall include the name of the
successful Supplier, the Contract Price, the Contract duration, summary of its scope and the names
of the Suppliers and their quoted and evaluated prices.
Fraud and Corruption
The Bank requires compliance with the Bank’s Anti-Corruption Guidelines and its prevailing
sanctions policies and procedures as set forth in the WBG’s Sanctions Framework, as set forth in
the attachment to the Contract Conditions (Attachment A).
In further pursuance of this policy, the supplier shall permit and shall cause their agents (where
declared or not), subcontractors, sub consultants, service providers, suppliers, and personnel, to
permit the Bank to inspect all accounts, records and other documents relating to the RFQ and
contract performance (in the case of award), and to have them audited by auditors appointed by
the Bank.
On behalf of the Purchaser:
Signature:
Name: Ahmad Daud “Noorzai”
Title/position: CEO/DABS
6
Attachments:
Annex 1: Purchaser’s Requirements
Annex 2: Quotation Form
Annex 3: Contract Forms
ANNEX 1: Purchaser’s Requirements
1.1 List of Goods and Delivery Period
List of Goods and Delivery Period for Enjil Hospital
Line
Item
N
Description of Goods Quantity
required
Physical
unit
Named Place
of Destination
DDP
Place of Final
Destination
(Project Site)
Applicable
Incoterms
DDP
Delivery Period
from Date of
signing the
contract
1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure and with the accessories
5 KW
Herat Herat injil hospital DDP 20 days
2 Supply and Installation of Hybrid Inverter and with the accessories 5
KVA
Herat Herat injil hospital
DDP 20 days
3 Supply and Installation of Battery+BMS/EMS
system As per configuration and setting of
battery storage, individual capacity of battery
can be selected without any variation of total
battery bank capacity and with the accessories
32 KWh
Herat Herat injil hospital
DDP 20 days
4 Supply and Installation of LED Light 80
Nos
Herat Herat injil hospital
DDP 20 days
5 Re- Structure of Internal Wiring as per required
and some of small items which is missing from
BoQ but it is needed for completion of the
project
LM Herat Herat injil hospital
DDP 20 days
8
List of Goods and Delivery Period for Guzara Hospital
Line
Item
N
Description of Goods Quantity
required
Physical
unit
Named Place
of Destination
DDP
Place of Final
Destination
(Project Site)
Applicable
Incoterms
DDP
Delivery Period
from Date of
signing the
contract
1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure and with the accessories
10 kW Herat Herat Guzara
hospital
DDP
20 days
2 Supply and Installation of Hybrid Inverter and With the accessories 6 KVA Herat
Herat Guzara
hospital DDP
20 days
3 Supply and Installation of Battery+BMS/EMS
system. As per configuration and setting of
battery storage, individual capacity of battery
can be selected without any variation of total
battery bank capacity and With the accessories
61 kwh Herat
Herat Guzara
hospital DDP
20 days
4 Supply and Installation of LED Light 250 Nos Herat
Herat Guzara
hospital DDP
20 days
5 Re- Structure of Internal Wiring as per required
and some of small items which is missing from
BoQ but it is needed for completion of the
project
LM Herat
Herat Guzara
hospital DDP
20 days
9
List of Goods and Delivery Period for Islam Qala Hospital
Line
Item
N
Description of Goods Quantity
required
Physical
unit
Named Place
of Destination
DDP
Place of Final
Destination
(Project Site)
Applicable
Incoterms
DDP
Delivery Period
from Date of
signing the
contract
1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure, and with the accessories
3 kWh Herat Herat Islam Qala
hospital
DDP
20 days
2 Supply and Installation of Hybrid Inverter and with the accessories 3 KVA Herat
Herat Islam Qala
hospital DDP
20 days
3 Supply and Installation of Battery+BMS/EMS
system. As per configuration and setting of
battery storage, individual capacity of battery
can be selected without any variation of total
battery bank capacity and with the accessories
15 kWh Herat
Herat Islam Qala
hospital DDP
20 days
4 Supply and Installation of LED Light 40 Nos Herat
Herat Islam Qala
hospital DDP
20 days
5 Re- Structure of Internal Wiring as per required
and some of small items which is missing from
BoQ but it is needed for completion of the
project
LM Herat
Herat Islam Qala
hospital DDP
20 days
1.3 Technical Specifications
Section-A: Technical Specifications
SN Component Description: Bidder Remarks
1 Solar PV Modules
Total Size of Array must be at least 5 kW Peak for
Enjil, 10 kW Peak for Guzara and 3kW Peak for
Islam Qala.
Individual Solar PV Module must be at least 250
Wp
The proposed Solar PV Module must comply with
the latest IEC type tests. A list of IEC type tests are
mentioned below.
2 Energy Storage (Battery
Bank)
Total Size of Battery Bank must be at least 32kWh
for Enjil, 61kWh for Guzara and 15kWh for Islam
Qala.
Maximum allowed parallel string connection is
two, it is important to be chosen the right individual
battery capacity that will give suitable form the
battery bank.
The proposed Battery must comply with the latest
IEC type tests. A list of TEC type tests are
mentioned below
3 Inverter
Total Size of inverter should be not less than the
size mentioned in the BOQ
Inverter Type: Hybrid
The proposed inverter must comply to the latest
IEC type tests. A list of IEC type tests are
mentioned below.
4 Mounting
Structure/Frame
MS-hot dip Galvanized support structures to be
fixed on the roof of the building or ground . The
galvanization thickness should adhere to ASTM
123.
Mounting structure must be designed such that it is
installed to have solar PV array towards due south
around local latitude at 34 degree with horizontal
space
The support frame structure should be able to resist
at least 20 years of outdoor exposure without
suffering significant damage or corrosion.
It shall support solar PV modules at a given
orientation, absorb and transfer the mechanical
loads to the ground properly. The structure should
withstand a windload of 90 KMPH
5 Installation materials As required following national/internationals
standards
6 Earthing and Protection As required following NS/ IS standard
11
Battery management system should be a part of the
system.
The solar PV plant structure shall be grounded
properly using adequate number of earthing kits.
All metal casing of the system shall be thoroughly
grounded to ensure safety of the Solar PV system.
The Solar PV system shall be provided with
lighting and over voltage protection.
The main aim in this protection shall be to reduce
the over voltage to a tolerable value before it
reaches the system.
The system should have protection against battery
overcharge and deep discharge conditions.
Fuses should be provided to protect against short
circuit conditions.
Full protection against open circuit, accidental
short circuit & reverse polarity should be provided.
The earth resistance value should be less than 5
7 Cables and conduits
As required following NS/ IS standard
Outdoor cables must be UV protected
Cables must be selected to ensure voltage drop
across it must not exceed 3%
8 System Voltage
Installing company can design the system voltage
as per requirement and technical correctness. The
system voltage should be compatible to solar PV
module, Inverter, Charge Controller and Battery
Bank
9 Wiring Restructuring
The existing wiring to be checked and ensure that
circuit for outlets are separated.
Circuit for heavy high consumption electrical
appliance such boiler, air conditioners must be
separated.
In consultation with local medical staff the circuits
for essential and non-essential medical appliance
should be speared. Load segregation of the
hospitals will be the responsibility of the
contractor.
Existing incandescent lights/bulb to be changed
with efficient LED lights. Power rating of LED
light should not exceed 10 w.
Design and survey The contractor should conduct a site visit before supplying the equipment to identify proper
location for installation of the system. It should also include proper survey of the building including
the electrical appliance and internal wiring configuration and propose any changes in design of the
system if required.
Civil Works
12
The civil works for the proposed Solar PV System shall include, design of the Solar PV mounting
frame and installation. The structure should be facing south direction tilted at 34degree. Mounting
structure must be designed accordingly. It should be able to withstand 90 km/hr wind speed and
support the installed solar modules. Bidder must provide the technical design and drawing of the
PV mounting structure.
Operation and Maintenance Manual
An Operation, Instruction and Maintenance Manual, in English and the local language, should
be provided with the Solar PV standalone System, Single Line Diagram and detail of Wiring
and Connection Diagrams will also be provided with the manual. Manual should also have
information on structure of internal wiring and number of existing circuits connected to the
backup system. Information should be also provided on energy efficiency aspects, particularly
when the system is running on backup.
Warrantee/Guarantee
1. The Solar PV System must be warranted for power for 25 years.
a. The structure should be warranted for 25 years.
b. Inverter warranty should be 10 years.
c. Battery warranty should be as per the manufacturer.
2. PV modules used in Power Plant must be warranted for their rated output
3. The Warrantee/ Guarantee Card to be supplied with the Solar PV System must contain
the details of the system supplied. The suppliers/manufacturers can provide additional
information about the system.
4. During the Warrantee/ Guarantee period, DABS will have all the rights to cross check
the performance of Solar PV System. DABS may carry out the frequent inspections of
the sys tem installed and randomly pick up its components to get them tested at any
test centre. If during such tests any part is not found as per the specified technical
parameters, DABS will take the necessary action. The decision of DABS in this regard
will be final and binding to the Bidder.
5. Solar PV modules should have reduction of rated power of not more than 2% in the first
year and not more than 0.7% per year from the subsequent year for the remaining 25
years.
Certificate:
The main equipment supplied for the project should be submitted the latest IEC Type Test
certificate during implementation to the project manager for review and approval.
13
Appendix B
Technical Specifications for Hybrid Solar PV Plant
1. Solar PV Panels.
o PV Modules to be supplied should have a minimum declared output of 250 Wp (under
standard test conditions) or more for polycrystalline SPV modules. Number of modules shall be
worked accordingly.
o Modules proposed by the bidder should have been qualified with the existing IEC or other
international certifications.
o The modules shall be warranted for at least 10 years for failures due to material defects and
workmanship.
o PV modules used in the solar power plants must be warranted for output wattage, which
should not be less than 90% at the end of the 10 years and 80% at the end of 25 years.
o Maximum power loss at the end of the first year of operation should not be more than 2%
of the power at the start of the solar power plant.
o The Solar panels should have a linear degradation of power not more than 0.7% per year
till the 25th year.
o The front surface of the module shall consist of impact resistant, low iron and high
transmission toughened glass.
o The module frame shall be made of corrosion resistant material, which shall be electrically
compatible with the structure material selected for the power plant
2. Module Mounting Structure.
o The Structure design shall be appropriate with a safety factor of not less than 1.5. The
design calculation shall be submitted to DABS.
o Design drawings with the material selected shall be submitted for approval of DABS.
o The structure shall be designed to allow easy replacement of any modules and easy access
to the O&M staff and personal and protection.
o The structure shall be designed for simple mechanical and electrical installation. It shall
support the solar PV modules at an orientation of 34o, absorb and transfer the mechanical loads
to the ground properly. There shall be no requirement of welding or complex machinery at site.
o The array structure shall withstand a maximum wind speed of 90 KMPH.
o Nuts and bolts, supporting structures including the module mounting structures shall have
to be adequately protected with anti-corrosive paints of sufficient thickness.
o The contractor/manufacturer shall specify installation details of the solar PV modules and
the support structures with appropriate drawings.
o The drawings along with the detailed design shall be submitted to DABS for approval
before starting the erection work. The work will be carried out as per designs approved by DABS.
14
o The minimum clearance between the lower edge of the PV panel and the ground level shall
be 800mm. While making foundation design consideration should be given to the weight of the
solar modules and a maximum wind speed of 90 KMPH. Seismic factors for the site to be
considered while making the design of the foundation. The design of the array structure shall be
based on soil test report of the site and shall be approved by DABS.
o Foundation drawings and design should be submitted to DABS for approval before staring
the work. Civil work for foundations for module mounting structure shall commence only after
proper levelling of the site. Care should be taken to maintain the slopes and prevent water logging
at the site.
o The mounting structure shall have an adequate provision to alter the tilt of the panel at least
twice in a year.
The location of the water faucets is to be provided for periodic cleaning/washing of the
solar PV modules and the same shall be indicated in the drawings
3. Balance of system.
3.1 Junction Box
o The junction boxes shall be dust free and waterproof and made of thermoplastic. The
terminals will be connected to copper bus-bar arrangement of proper sizes. The junction box will
have a cable entry points fitted with cable glands of appropriate sizes for both incoming and
outgoing cables. Suitable marking shall be provided on the bus bars for easy identification and
cable ferrules will be fitted at the cable termination points for identification. The connections
should be compatible with MC-4 connectors.
o Each array junction box will have suitable reverse blocking diodes of maximum DC
blocking voltage of 600V with suitable arrangement for its connection. The array junction box
will have a suitable surge protection. The junction boxes shall have suitable arrangements for the
following.
o Combine groups of modules into independent charging sub-arrays that will be wired to the
controller
o Provide arrangement for disconnection for each of the groups.
o Provide test point for each sub-group for quick fault location.
o To provide group array isolation
o The current carrying ratingof the junction boxes shall be suitable with adequate safety
factor to inter connect the solar PV array.
3.2 Power Conditioning Units
Capacity of each PV inverter shall be as per the design
The efficiency of the PV inverter shall be more than 98% at full load. The PV INVERTER
shall have high overload capacity. The bidder should specify the overload capacity in the bid.
The output power factor of the PV INVERTER shall be of a suitable range to supply or
sink reactive power.
The PV INVERTER shall have internal protection arrangement against sustained fault in
the feeder line.
15
The dimension, weight, foundation details etc. of the PV Inverter shall be clearly indicated
in the detailed technical specification.
The PV Inverter should be Three phase static solid state type power conditioning unit. Both
the AC and DC lines shall have suitable fuses and contactors to allow safe start up and shut down
of the system. Fuses used in DC circuit shall be DC rated.
The PV Inverter shall have provision for input & output isolation.
PV Inverter front panel shall be provided with display (LCD or equivalent) to monitor the
following
DC power input.
DC input voltage.
DC current
AC output power
AC voltage (all the 3 phases)
AC Current (all the 3 phases)
All the above parameter/information shall be displayed on the LCD window of the PV
Inverter
Nuts and bolts including metallic cubicle shall have to be adequately protected taking into
consideration atmosphere and weather prevailing in the area.
Operation & maintenance manual should be furnished by the contractor before dispatch of
the PV Inverter.
The PV Inverter must have the feature to work in tandem with other similar PV Inverter's
and be able to be successively switched "ON" and "OFF" automatically based on solar radiation
variations during the day. Inverters must operate in synergy and intelligently to optimize maximum
generation at all times with minimum losses.
The inverter should have a facility to change the priority of power from either
Solar/battery/grid to grid/solar/battery.
The PV Inverter shall be capable of controlling power factor dynamically.
Maximum power point tracker (MPPT) shall be integrated in the power conditioner unit to
maximize energy drawn from the Solar PV array. The MPPT should be microprocessor based to
minimize power losses. The details of working mechanism of MPPT shall be mentioned by the
Bidder in its proposal. The MPPT unit shall confirm to IEC 62093 for design qualification.
Sleep Mode: Automatic sleep mode shall be provided so that unnecessary losses are
minimized at night. The power conditioner must also automatically re-enter standby mode when
threshold of standby mode reached.
Stand – By Mode: The control system shall continuously monitor the output of the solar
power plant until pre-set value is exceeded & that value to be indicated.
Basic System Operation (Full Auto Mode): The control system shall continuously
monitor the output of the solar power plant until pre-set value is exceeded & that value to be
indicated.
16
PV INVERTER shall have provisions/features to allow interfacing with monitoring
software and hardware devices.
Protection against faults for PV Inverter
The PV inverter shall include appropriate self-protective and self-diagnostic feature to
protect itself and the PV array from damage in the event of PV Inverter component failure or
from parameters beyond the PV Inverter’s safe operating range due to internal or external causes.
The self- protective features shall not allow signals from the PV Inverter front panel to cause the
PV inverter to be operated in a manner which may be unsafe or damaging.
Faults due to malfunctioning within the PV Inverter, including commutation failure, shall
be cleared by the PV Inverter protective devices. In addition, it shall have following minimum
protection against various possible faults.
Grounding Leakage Faults: The PV Inverter shall have the required protection
arrangements against grounding leakage faults.
Over Voltage & Current: In addition, over voltage protection shall be provided between
positive and negative conductor and earth ground such as Surge Protection Devices (SPD).
Galvanic Isolation: The PV Inverter shall have provision for galvanic isolation with
external transformer, if required.
Anti-islanding (Protection against Islanding of grid): The PV Inverter shall have anti
islanding protection. (IEEE 1547/UL 1741/ equivalent BIS standard)
Unequal Phases: The system shall tend to balance unequal phase voltage (with 3- phase
systems).
Reactive Power: The output power factor of the PV Inverter should be of suitable range
to supply or sink reactive power. The PV Inverter shall have internal protection arrangement
against any sustained fault in the feeder line and against lightning in the feeder line.
Isolation: The PV Inverter shall have provision for input & output isolation. Each solid-
state electronic device shall have to be protected to ensure long life as well as smooth
functioning of the PV Inverter.
PV Inverter shall have arrangement for adjusting DC input current and should trip against
sustainable fault downstream and shall not start till the fault is rectified.
Each solid state electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the inverter.
All inverters/ PV Inverter s shall be three phase using static solid state components. DC
lines shall have suitably rated isolators to allow safe start up and shut down of the system. Fuses
& Circuit breakers used in the DC lines must be rated suitably.
Standards & Compliances
PV Inverter shall confirm to the following standards and appropriately certified by the
labs:
Efficiency measurement: IEC 61683
Environmental Testing: IEC 60068-2 or IEC 62093
17
EMC, harmonics, etc.: IEC 61000 series, 6-2, 6-4 and other relevant Standards. • Electrical safety:
IEC 62109 (1&2), EN 50178 or equivalent
Recommended practice for PV – Utility interconnections: IEEE standard 929 – 2000 or equivalent
Protection against islanding of grid: IEEE1547/ UL1741/ IEC 62116 or equivalent
Grid Connectivity: Relevant CEA/ CERC regulation and grid code (amended up to date)
Reliability test standard: IEC 62093 or equivalent
The Bidder should select the string inverter as per its own system design so as to optimize
the power output.
Desired Technical Specifications of PV INVERTER.
o Sinusoidal current modulation with excellent dynamic response.
o Compact and weather proof housing (indoor/ outdoor)
o Comprehensive network management functions (including the LVRT and capability to inject reactive power to the grid)
o Total Harmonic Distortion (THD) <3%
o No load loss < 1% of rated power and maximum loss in sleep mode shall be less than 0.05%
o Optional VAR control
o Power factor Control range: 0.9 (lead – lag)
o Humidity: 95% Non – Condensing
o Unit wise & integrated Data logging
o Dedicated Prefabs / Ethernet for networking
Inverter/ Power Condition unit must provide protection against:
o Over current
o Sync loss
o Over temperature
DC bus over voltage
Cooling Fan failure (If provided)
Short circuit
Lightning
Earth fault
Surge voltage induced at output due to external source
Power regulation in the event of thermal overloading
Set point pre-selection for VAR control
Bus communication via -interface for integration
Remote control via telephone modem or mini web server
18
Integrated protection in the DC and three phase system
Insulation monitoring of the PV array with sequential fault location
Ground fault detector which is essential for large PV generators in view of appreciable discharge current with respect to ground.
Over voltage protection against atmospheric lightning discharge to the PV array is required.
The power conditioner must be entirely self-managing and stable in operation.
A self-diagnostic system check should occur on start up. Functions should include a test of key parameters on start up.
Power Factor.
Documentary Requirements & Inspection
The bill of materials associated with PV Inverter’s should be clearly indicated while delivering the
equipment.
The Contractor shall provide to the Employer, data sheet containing detailed technical
specifications of all the inverters and PV Inverter’s, Type test reports and Operation & Maintenance
manual before dispatch of PV Inverter’s.
The Employer or its authorized representative reserves the right to inspect the PV Inverter/
Inverters at the manufacturer’s site prior to dispatch.
.
3.3 Cables and Wires:
All cables shall be PVC insulated 1100V grade confirming to IEC standards and of the
make approved by DABS
The Wiring for modules interconnection shall be of with hard PVC conduit of approved
make.
Cables inside the control room shall be laid in suitable cable trays of approved make.
All the wires used on the LT side shall conform to IEC standards and should be of
appropriate voltage grade. Only Copper conductor wires of reputed make should be used for
connection in the LT side.
Cables and wires should be marked with good quality letters and number ferrules for proper
identification.
All cables and connectors for use for installation of solar field must be of solar grade which
can withstand harsh environment conditions including High temperatures, UV radiation, rain,
humidity, dirt, salt, burial and attack by moss and microbes for 25 years and voltages as per latest
IEC standards. (Note: DC cables for outdoor installations should comply with the TUV 2PfG
1169/09.07 for service life expectancy of 25 years)
Insulation: Outer sheath of cables shall be electron beam cross-linked XLPO type and black
in colour. In addition, Cable drum no. / Batch no. to be embossed/ printed at every one meter.
19
Cable Jacket should also be electron beam cross-linked XLPO, flame retardant, UV resistant and
black in color.
DC cables used from solar modules to array junction box shall be solar grade copper (Cu)
with XLPO insulation and rated for 1.1kV only. The cables used from array junction box to inverter
shall be solar grade copper (Cu) with XLPO insulation and rated for 1.1kV only as per relevant
standards. Bidder shall provide the type test report for each type of cable used before dispatch of
the cable.
Wires with sufficient ampere capacity and parameters shall be designed and used so that
maximum voltage-drop at full power from the PV modules to inverter should be less than 1.5%
(including diode voltage drop). Successful Bidder shall provide voltage drop calculations in excel
sheet.
Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be
accepted. If a condition arrives where the laying length is greater than the drum length and in case
of faults at the site actual conditions, the same may be accepted after due assessment by Employer
and the joint kit shall be of repute make and to be installed by the certified cable jointer. All wires
used on the LT side shall conform to IS and should be of appropriate voltage grade. Only copper
conductor wires compliant with IEC 60228, Class 5 of reputed make shall be used.
All high voltage cables connecting the inverters to the transformers should be of XLP
insulated grade conforming to IS 1554 and the cables shall also conform to IEC 60189 for test and
measuring the methods. The Underground Cable should be XLPE only.
Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly
and passed through brass compression type cable glands at the entry & exit point of the cubicles.
All cable/wires shall be provided with UV resistant printed ferrules for DC side however,
for HT cables, punched/ embossed aluminium tags are required. The marking on tags shall be done
with good quality letter and number ferrules of proper sizes so that the cables can be identified
easily.
The wiring for modules interconnection could be in the weather resistant pipe of repute
make. All the buried cables can be run through HD pipe/ DWC conduit. However, for crossing
with road, drain and trenches etc., the cable must pass through GI pipe / RCC Hume pine of
appropriate size.
3.4 Switchboard box / DC Distribution Box (DCDB) / AC Distribution Box (ACDB)
panels
Successful Bidder shall provide sufficient no. of switchboards / DCDB / ACDB wherever
required.
All boxes/ panels should be equipped with appropriate functionality, safety (including
fuses, grounding, etc.) and protection.
The terminals will be connected to bus-bar arrangement of proper sizes to be provided. The
panels/ boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for
both incoming and outgoing cables.
20
Adequate rating fuses & isolating MCB/ MCCB should be provided.
The panels/ boxes shall have suitable arrangement for the followings:
Provide arrangement for disconnection
Provide a test point for quick fault location
To provide isolation
The current carrying rating of the boxes/ panels shall be suitable with adequate safety factor
The rating of the boxes/ panels shall be suitable with adequate safety factor to inter connect
to the local/ internal grid
Thermal/ heat dissipation arrangement/ Vent for safe operation.
Adequate number of spare terminals
The boxes/ panels shall be dust, vermin, and waterproof and made of thermoplastic/
metallic in compliance with IEC 62208, which should be sunlight/ UV resistive as well as fire
retardant & must have minimum protection to IP 65(Outdoor)/ IP 20(indoor) and Protection Class
II.
All panels/ boxes shall be provided with adequately rated bus-bar, incoming control,
outgoing control etc. as a separate compartment inside the panel to meet the requirements of the
Chief Electrical Inspector General (CEIG). All live terminals and bus bars shall be shrouded. The
outgoing terminals shall be suitable to receive suitable runs and size of cables required for the
Inverter/Transformer rating.
The boxes/ panels must be grounded properly to ensure all safety related measures for safe
operation. The parts of panel, wherever applicable, must be insulated properly.
All the Panels to be manufactured with sufficient space for working and must have
temperature suitability up to 85°C with separate cable and bus bar alley.
3.5 Lightning protection and over voltage protection.
The source of over voltage can be lightning or other atmospheric disturbance. Main aim of
over voltage protection is to reduce the over voltage to a safe level before it reaches the PV or
other sub-system components as per NFC 17 – 102. Bidder to provide ESE type lightening arrester,
placed at strategic locations to protect the plant from lightening and shall not cause any shadow on
the solar modules.
Necessary foundation / anchoring for holding the lightning conductor in position to be
made after giving due consideration to shadow on PV array, maximum wind speed and
maintenance requirement at site in future.
The site is prone to lightning strikes and hence bidder is suggested to take utmost care
while designing the lightning protection system. The Bidder shall submit the drawings,
calculations and detailed specifications of the PV array lightning protection equipment to
Employer for approval before installation of system.
The lightning conductor shall be earthed through flats and connected to the grounding mats
as per applicable International Standards with earth pits. Three earth pits shall be provided for each
lightning arrestor. Each lightning conductor shall be fitted with individual earth pit as per required
21
Standards including accessories, and providing masonry enclosure with cast iron cover plate
having locking arrangement, watering pipe using charcoal or coke and salt as required as per
provisions of IS.
Technical Specification for Large Scale Storage Battery.
Capacity of the battery bank should be designed in such a manner that the energy stored in
the battery should cater to a loads of 100%.
The Batteries should be only Sealed Maintenance Free battery.
Relevant IEC Standards should be referred to during designing the battery bank.
Below is list of IEC/IS specifications for the battery specification.
o IS 1651 & IS 13369, Stationary lead-acid batteries – Vented types – General requirements
and methods of test.
o IS 15549, Stationary Valve regulated lead-acid batteries specification. IS 15767 (2008) /
IEC 62259, Secondary cells and batteries containing alkaline or other non-acid electrolytes-Nickel
cadmium prismatic secondary single cells with partial gas recombination.
o Depth of discharge is limited to 70%.
o The typical charge and discharge currents are the following: - Maximum charge current:
C/10 A - Average discharge current determined by the load: C/120 A.
NOTE 1- Depending on the system design, the charge and the discharge current
may vary in a wider range.
NOTE 2- In some systems the load current must be supplied at the same time as the
battery charging current
o Period of high state of charge
Typically, batteries will be operated at high state of charge between 80 to 100% of rated capacity
unless batteries & systems are not properly sized. The system designer should choose the
maximum charge voltage of the battery (as applicable to each battery technology) as a compromise
allowing to recover to a maximum state of charge (SOC) as early as possible in the seasons other
than the monsoon but without substantially overcharging the battery. The overcharge increases the
gas production resulting in water consumption in vented cells. In valve regulated lead acid cells,
the overcharge will cause a lesser increase of water consumption and battery internal temperature
there by reduction in battery life. Typically, the maximum charge voltage is 2.4 V per cell for lead-
acid batteries and 1.55V per cell for vented nickel-cadmium batteries (refer manufacturers
recommendations). These values are applicable for the reference temperature specified by the
manufacturer. For the other batteries the values shall be given by the battery manufacturers. Charge
voltage compensation shall be used according to the battery manufacturer instructions if the battery
operating temperature deviates significantly from the reference temperature. The expected life-
time of a battery in a PV system even kept regularly at a high state of charge may be considered
less than the published life of the battery used under continuous float charge.
4. Commissioning and Completion of the Facilities.
22
As soon as installation of the Facilities has, in the opinion of the Contractor, been completed as
specified in the Technical Specifications, excluding minor items not materially affecting the
operation or safety of the Facilities, the Contractor shall so notify the Employer (Project Manager/
EIC) in writing to witness the pre- commissioning of the facility.
As soon as all works in respect of Pre-commissioning are completed and, in the opinion of the
Contractor, the Facilities is ready for Commissioning, the Contractor shall so notify the Project
Manager in writing. The Contractor shall commence Commissioning of the facilities.
Commissioning of the Facilities shall be completed by the Contractor as per procedures detailed
in the Technical Specifications and in the presence of the Project Manager or the representatives
of the employer.
If the Project Manager notifies the Contractor of any defects and/or deficiencies, the Contractor
shall then correct such defects and/or deficiencies, and shall repeat the procedure.
If the Project Manager is satisfied that the Facilities have reached Completion, the Project Manager
shall, within seven (7) days after receipt of the Contractor’s repeat notice, issue a Completion
Certificate stating that the Facilities have reached Completion as at the date of the Contractor’s
repeat notice.
If the Project Manager is not so satisfied, then it shall notify the Contractor in writing of any defects
and/or deficiencies within seven (7) days after receipt of the Contractor’s repeat notice, and the
above procedure shall be repeated.
As soon as possible after Completion, the Contractor shall complete all outstanding minor items
so that the Facilities are fully in accordance with the requirements of the Contract, failing which
the Employer will undertake such completion and deduct the costs thereof from any monies owing
to the Contractor.
Upon Completion, commissioning and successful demonstration of the PR test, the contractor shall
be responsible for the care and custody of the Facilities, together with the risk of loss or damage
thereto, and shall thereafter take over the Facilities or the relevant part thereof for the agreed
duration of operation and maintenance as stipulated and mutually agreed terms and conditions.
23
ANNEX 2: Quotation Forms
Supplier Quotation Form
From: [Insert Supplier’s name]
Supplier’s Representative: [Insert name of Supplier’s Representative]
Title/Position: [Insert Representatives title or position]
Address: [Insert Supplier’s address]
Email: [Insert Supplier’s email address]
To: Da Afghanistan Breshna Sherkat
Purchaser’s Representative: Saif u Rahman “Omarzai”
Title/Position: Procurement Specialist
Address : DABS, Dehmazang, Kabul Afghanistan
RFQ Ref No.: AF-DABS-171544-GO-RFQ
Date of Quotation: 06 May 2020
Dear [insert name of Purchaser’s Representative]:
SUBMISSION OF QUOTATION
1. Conformity and no reservations
In response to the above named RFQ we offer to supply the Goods, [add if applicable: “and
the Related Services,”] as per this Quotation and in conformity with the RFQ, Delivery and
Completion Schedules and Technical Specifications. We confirm that we have examined and
have no reservations to the RFQ, including the Contract.
2. Eligibility
If awarded the Contract, the Goods [add if applicable: “and Related Services,”] that we supply
shall be sourced from an eligible country.
We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service
providers for any part of the contract, are not subject to, and not controlled by any entity or
individual that is subject to, a temporary suspension or a debarment imposed by the World
Bank Group or a debarment imposed by the World Bank Group in accordance with the
Agreement for Mutual Enforcement of Debarment Decisions between the World Bank and
other development banks. Further, we are not ineligible under the Purchaser’s Country laws or
official regulations or pursuant to a decision of the United Nations Security Council.
24
3. Quotation Price
The total price of our offer is [insert the total price of the offer in words and figures, indicating
the various amounts and the respective currencies].
4. Quotation Validity
Our Quotation shall be valid until the date specified in the RFQ, and it shall remain binding
upon us and may be accepted at any time before it expires.
5. Performance Security [delete if performance security is not required]
If we are awarded the Contract, we commit to obtain a Performance Security in accordance
with the RFQ.
6. Commissions, gratuities, fees
We have paid, or will pay the following commissions, gratuities, or fees with respect to this
Quotation
[If none has been paid or is to be paid, indicate “none.”]
Name of Recipient Address Reason Amount
7. Not Bound to Accept
We understand that you reserve the right to:
a. accept or reject any Quotation and are not bound to accept the lowest evaluated cost
Quotation, or any other Quotation that you may receive, and
b. Annul the RFQ process at any time prior to the award of the Contract without incurring
any liability to Suppliers.
8. Fraud and Corruption
We hereby certify that we have taken steps to ensure that no person acting for us, or on our
behalf, engages in any type of Fraud and Corruption.
On behalf of the Supplier:
Name of the person duly authorized to sign the Quotation on behalf of the Supplier: [insert
complete name of person duly authorized to sign the Quotation]
Title of the person signing the Quotation: [insert complete title of the person signing the
Quotation]
25
Signature of the person named above: [insert signature of person whose name and capacity are
shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
26
Quotation for Goods: Price Schedule 1
1 2 3 4 5 6 9 Line
Item
N
Description of Goods Country of
Origin
Delivery Date as
defined by
Incoterms
Quantity and
physical unit Unit price
INCLUDING ALL
APPLICABLE TAXES,
DELIVERY AND
INSTALLATION IN
HERAT PROVINCE
MENTIONED HOSPITAL
Total Price per Line item
(Col. 5*6)
INCLUDING ALL
APPLICABLE TAXES,
DELIVERY AND
INSTALLATION IN HERAT
PROVINCE MENTIONED
HOSPITAL
List of Goods for Enjil Hospital
1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure and with the accessories
DDP 5 KW
2 Supply and Installation of Hybrid Inverter and with the accessories
DDP 5 KVA
3 Supply and Installation of Battery+BMS/EMS system As per configuration and setting of battery storage, individual capacity of battery can be selected without any variation of total battery bank capacity and with the accessories
DDP 32 KWh
4 Supply and Installation of LED Light DDP 80 Nos
5 Re- Structure of Internal Wiring as per required and some of small items which is missing from BoQ but it is needed for completion of the project
DDP LM
27
List of Goods for Guzara Hospital
1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure and with the accessories
DDP 10 KW
2 Supply and Installation of Hybrid Inverter and With the accessories
DDP 6 KVA
3 Supply and Installation of Battery+BMS/EMS system. As per configuration and setting of battery storage, individual capacity of battery can be selected without any variation of total battery bank capacity and With the accessories
DDP 61 Kwh
4 Supply and Installation of LED Light DDP 250 Nos
5 Re- Structure of Internal Wiring as per required and some of small items which is missing from BoQ but it is needed for completion of the project
DDP LM
List of Goods for Islam Qala Hospital
1 Supply and Installation of PV Modules (>250 wp) and complete work, (Mono Crystalline or Multi Crystalline), Including Module Mounting Structure, and with the accessories
DDP 3 KWh
2 Supply and Installation of Hybrid Inverter and with the accessories
DDP 3 KVA
3 Supply and Installation of Battery+BMS/EMS system. As per configuration and setting of battery storage, individual capacity of battery can be selected without any variation of total battery bank capacity and with the accessories
DDP 15 KWh
28
4 Supply and Installation of LED Light
DDP 40 Nos
5 Re- Structure of Internal Wiring as per required and some of small
items which is missing from BoQ but it is needed for completion
of the project
DDP LM
Total Price
29
Quotation for Goods: Price Schedule 2 For Goods to be supplied from within the Purchaser’ country
1 2 3 4 5 6 7 8 9
Line
Item
N
Description of Goods Delivery
Date as
defined by
Incoterms
Quantity
and
physical
unit
Unit price
EXW Total EXW
price per line
item
(Col. 45)
[ IF REQUIRED] Price
per line item for inland
transportation and other
services required in the
Purchaser’s Country to
convey the Goods to their
final destination,
specified in RFQ
[if known] Sales and
other taxes payable
per line item if
Contract is awarded
Total Price per line
item
(Col. 6+7)
Quotation Price
30
Quotation for Related Services: Price Schedule 3 1 2 3 4 5 6 7
Item No. Item description Description of Services
Country of
Origin
Completion Period at
place of Final
destination
Quantity and physical unit Unit price Total Price per Service
(Col. 5*6 or estimate)
1 M&O please
refer technical
specification, M&O manual
Part
After sale service, Contractor assign some technical
person to regularly visit the site
(maybe 2-3 time a month + incase of any issue in plant) to
ensure smooth operation of the
system work regularly and properly within one year after
completion of the project.
Quotation Price
Total Quotation: Price Schedule 4 The total price for the supply and delivery of the Goods, and related Services is as follows:
Price Schedule Grand Amount
Goods: Price Schedule 1
Total Quotation
31
Manufacturer’s Authorization
[The Supplier shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer
and should be signed by a person with the proper authority to sign documents that are binding on
the Manufacturer.]
Date: [insert date (as day, month and year) of Quotation submission]
RFQ No.: [insert number of RFQ process]
To: [insert complete name of Purchaser]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of
goods manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of the Supplier] to submit a quotation the purpose of which
is to provide the following Goods, manufactured by us [insert name and or brief description of the
Goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 20 of the Conditions
of Contract, with respect to the Goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Title: [insert title]
Dated on ____________ day of __________________, _______ [insert date of signing]
32
ANNEX 3: Contract Forms
Contract Agreement
This Agreement, made the ( ) day of May 2020 between DA AFGHANISTAN BRESHNA
SHERKAT (DABS), a corporation incorporated under the laws of Islamic Republic of
Afghanistan and having its principal place of business at DABS Head Quarter,Chaman Houzouri,
Kabul, Afghanistan (hereinafter called “the Employer”) and ( ) , a corporation
incorporated under the laws of REPUBLIC OF ( ) and having its principal place of
business at : (hereinafter referred to as (hereinafter called “the Contractor”) of the other part.
WHEREAS the Purchaser invited quotations for certain Goods and ancillary services, [insert brief
description of Goods and Services] and has accepted a quotation by the Supplier for the supply of
those Goods and Services
The Purchaser and the Supplier agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.
(a) the Letter of Award of Contract
(b) the Supplier’s quotation
(c) Conditions of Contract
(d) the Purchaser’s Requirements (including Schedule of Requirements and Technical
Specifications)
(e) the completed Schedules (including Price Schedules)
(f) any other document listed as forming part of the Contract
3. In consideration of the payments to be made by the Purchaser to the Supplier as specified in
this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and
Related Services if applicable and to remedy defects therein in conformity in all respects
with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Related Services if applicable and the remedying of defects therein, the Contract
Price or such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.
33
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of Islamic Republic of Afghanistan on the day, month and year indicated above.
For and on behalf of the Purchaser:
Ahmad Dawood “Noorzai”
Chief Executive Officer
Da Afghanistan Breshna Sherkat/ DABS
For and on behalf of the Supplier:
Signed: [insert signature of authorized representative(s) of the Supplier]
in the capacity of [insert title or other appropriate designation]
in the presence of [insert identification of official witness]
34
Conditions of Contract
Definitions The following words and expressions shall have the meanings
hereby assigned to them:
(a) “Bank” means the World Bank and refers to the
International Bank for Reconstruction and Development
(IBRD) or the International Development Association
(IDA).
(b) “CC” means the Conditions of Contract.
(c) “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated
by reference therein.
(d) “Contract Documents” means the documents listed in the
Contract Agreement, including any amendments thereto.
(e) “Contract Price” means the price payable to the Supplier as
specified in CC 8.1, subject to such additions and
adjustments thereto or deductions therefrom, as may be
made pursuant to the Contract.
(f) “Day” means calendar day.
(g) “Completion” means the fulfillment of the Related
Services, as applicable, by the Supplier in accordance with
the terms and conditions set forth in the Contract.
(h) “CC” means the Conditions of Contract.
(i) “Goods” means all of the commodities, raw material,
machinery and equipment, and/or other materials that the
Supplier is required to supply to the Purchaser under the
Contract.
(j) “Party” means the Purchaser or the Contractor, as the
context requires, and “Parties” means both of them.
(k) “Purchaser” means the entity purchasing the Goods and
Related Services as applicable, as specified in CC 2.
(l) “Purchaser’s Country” is the country specified in the CC 2.
(m) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation, training
35
and initial maintenance and other such obligations of the
Supplier under the Contract, as applicable.
(n) “Subcontractor” means any person, private or government
entity, or a combination of the above, to whom any part of
the Goods to be supplied or execution of any part of the
Related Services is sub contracted by the Supplier.
(o) “Supplier” means the person, private or government entity, or
a combination of the above, whose Quotation to perform the
Contract has been accepted by the Purchaser and is named as
such in the Contract Agreement.
(p) “The Project Site,” where applicable, means the place
named in the CC.
Purchaser,
Purchaser’s
Country, Project
Site/Final
Destination
The Purchaser is: Da Afghanistan Breshna Sherkat (DABS)
The Purchaser’s Country is: Kabul, Afghanistan
The Project Site(s)/Final Destination(s) is/are: Herat province
mentioned Hospitals
Incoterms The edition of Incoterms that shall apply is: 2010
Notices and
Addresses for
notices
Any notice given by one Party to the other pursuant to the
Contract shall be in writing to the address hereafter using the
quickest available method such as electronic mail with proof of
receipt.
Address for notices to the Purchaser:
Name: Jawad Hadi
Position: Project Manager
World Bank Funded Projects
Address: Da Afghanistan Breshna Sherkat (DABS) Chaman
Hozori, Kabul Afghanistan.
Address for notices to the Supplier:
[insert the name of officer authorized to receive notices]
[title/position]
[department/work unit]
[address]
[Electronic mail address]
Governing Law The Contract shall be governed by and interpreted in accordance
with the laws of Islamic Republic of Afghanistan.
Settlement of
Disputes
[“CC 6(a) shall be retained in the case of a Contract with a
foreign Supplier and CC 6 (b) shall be retained in the case of a
Contract with a national of the Purchaser’s Country.”]
36
(a) Contract with foreign Supplier:
[unless the Purchaser chooses the commercial arbitration
rules of another international arbitral institution, the
following sample clause should be inserted:]
All disputes arising out of or in connection with the present
contract shall be finally settled under the Rules of Arbitration
of the International Chamber of Commerce by one or more
arbitrators appointed in accordance with the said Rules.
(b) Contracts with Supplier national of the Purchaser’s Country:
In the case of a dispute between the Purchaser and a Supplier
who is a national of the Purchaser’s Country, the dispute shall
be referred to adjudication or arbitration in accordance with
the laws of the Purchaser’s Country.
Shipping and
other documents
to be provided
[MODIFY AS APPROPRIATE
The Delivery of the Goods and Completion of the Related
Services as applicable shall be in accordance with the Delivery
and Completion Schedule specified in the Schedule of
Requirements.
Details of Shipping and other Documents to be furnished by the
Supplier are: [insert the required documents, such as a
negotiable bill of lading, a non-negotiable sea way bill, an
airway bill, a railway consignment note, a road consignment
note, insurance certificate, Manufacturer’s or Supplier’s
warranty certificate, inspection certificate issued by nominated
inspection agency, Supplier’s factory shipping details etc.].
The above documents shall be received by the Purchaser:
(i) before arrival of the Goods, if the mode of payment is
through letter of credit if so specified in CC 9. If the
documents are not received before arrival of the Goods,
the Supplier will be responsible for any consequent
expenses; or otherwise;
(ii) on shipment.]
Contract Price
The Contract Price is specified in Price Schedule 4.
The unit prices charged by the Supplier for the Goods supplied
and the Related Services performed under the Contract shall not
vary from the prices quoted by the Supplier and accepted by the
Purchaser.
Terms of
payment
Payment: The method and conditions of payment to be made to the
Supplier under this Contract shall be as follows:(i)
37
On Delivery: Ninety (90) percent of the Contract Price shall be paid
on receipt of all equipment included in this RFQ and upon submission
of the documents specified in the contract.
On Acceptance: The remaining ten (10) percent of the Contract Price
shall be paid to the Supplier within thirty (30) days after the date of the
acceptance certificate for the respective delivery issued by the
Purchaser.
Note 1: Payments shall be made by wire transfer to the Supplier’s
nominated bank account (for which the account details must be
provided by the supplier) by the Treasury Department of the Ministry
of Finance via Da Afghanistan Bank.
Note 2: The Acceptance Certificate shall be signed by an authorized
officer on behalf of the Purchaser. The Acceptance Certificate shall be
issued within six (6) working days from the physical receipt of all the
equipment included in this RFQ by the Purchaser. Physical receipt
means the moment when all the equipment included in this RFQ are put
at the Purchaser’s disposal at the point of delivery whether the
Purchaser’s premises or any other location agreed between the
Purchaser and Supplier.
(i)
Taxes and Duties For Goods manufactured outside the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, stamp duties,
license fees, and other such levies imposed outside the
Purchaser’s Country.
For Goods Manufactured within the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, duties, license
fees, etc., incurred until delivery of the contracted Goods to the
Purchaser.
If any tax exemptions, reductions, allowances or privileges may
be available to the Supplier in the Purchaser’s Country, the
Purchaser shall use its best efforts to enable the Supplier to
benefit from any such tax savings to the maximum allowable
extent.
The current local taxes are 7 % Business Receipt Tax (BRT) in case the
bidder is not registered in Afghanistan and 2 % Business Receipt Tax
(BRT) in case the bidder is registered in Afghanistan. The bidder should
include appropriate BRT tax in the price and also provide total price net
of taxes in the price schedule. BRT tax will be deducted from gross
billed amount while making payment’
38
a. For information on taxes in Afghanistan, the bidder is
advised to refer to the web site of Ministry of Finance:
www.mof.gov.af/tax.
b. The prices shall be quoted in Afghani only.
Performance
Security
N/A
Subcontractors The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already specified
in the Quotation. Such notification, in the original Quotation or
later shall not relieve the Supplier from any of its obligations,
duties, responsibilities, or liability under the Contract.
Specifications
and Standards
The Goods and Related Services if applicable supplied under
this Contract shall conform to the technical specifications and
standards mentioned in the Technical Specifications and, when
no applicable standard is mentioned, the standard shall be
equivalent or superior to the official standards whose application
is appropriate to the Goods’ country of origin.
Packing, marking
and
documentation
The Supplier shall provide such packing of the Goods as is
required to prevent their damage or deterioration during transit
to their final destination, as indicated in the Contract. During
transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing
case size and weights shall take into consideration, where
appropriate, the remoteness of the goods’ final destination and
the absence of heavy handling facilities at all points in transit.
The packing, marking and documentation within and outside the
packages shall be: [insert the type of packing required, the
markings in the packing and all documentation required; or
refer to the Technical Specifications]
Insurance cover
The insurance coverage shall be as specified in the Incoterms.
[Preferred provision]
OR
If not in accordance with Incoterms, insurance shall be as
follows:
[insert specific insurance provisions agreed upon, including
coverage, currency and amount]
Transportation
Responsibility for transportation of the Goods shall be as
specified in the Incoterms.
39
If not in accordance with Incoterms, responsibility for
transportations shall be as follows: [insert “The Supplier is
required under the Contract to transport the Goods to a specified
place of final destination within the Purchaser’s Country,
defined as the Project Site. Transport to such place of destination
in the Purchaser’s Country, including insurance and storage, as
shall be specified in the Contract, shall be arranged by the
Supplier, and related costs shall be included in the Contract
Price”; or any other agreed upon trade terms (specify the
respective responsibilities of the Purchaser and the Supplier)]
[Given the emergency nature of the subject procurement, insert
the following if the main [or only, if appropriate] mode
of international transport shall be air]
“Mode of Transport: The main [or only, if appropriate] mode
of international transport shall be by air.”
Site of inspections
and tests
17.1 The following inspection and tests shall be performed on receipt
of goods.
i) Visual inspection;
ii) Inspection for any physical damage;
iii) Operation test.
Delivery Date
and Completion
Date
The Delivery and installation Date of the Goods shall be: 20
days after signing the contract.
Liquidated
damages and
bonuses
The liquidated damage shall be 0.5% of the price of the delayed
Goods or unperformed Services for each week or part thereof of
delay until actual delivery or performance.
The maximum amount of liquidated damages shall be 10% of
the Contract Price. Once the maximum is reached, the Purchaser
may terminate the Contract pursuant to CC 26.
Warranty
The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless provided
otherwise in the Contract.
The Supplier further warrants that the Goods shall be free from
defects arising from any act or omission of the Supplier or
arising from design, materials, and workmanship, under normal
use in the conditions prevailing in the country of final
destination.
40
The warranty shall remain valid for 12 months after the Goods,
or any portion thereof as the case may be, have been delivered
to and accepted at the final destination, or for [insert number]
months after the date of shipment from the port or place of
loading in the country of origin, whichever period concludes
earlier.
The period for repair or replacement after being notified of the
defect by the Purchaser shall be 15 days.
If having been notified, the Supplier fails to remedy the defect
within the period specified in CC 20.4; the Purchaser may
proceed to take within a reasonable period such remedial action
as may be necessary, at the Supplier’s risk and expense and
without prejudice to any other rights, which the Purchaser may
have against the Supplier under the Contract.
For purposes of the warranty, the place(s) of final destination(s)
shall be: Herat
Copyright The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by
the Supplier herein shall remain vested in the Supplier, or, if they
are furnished to the Purchaser directly or through the Supplier
by any third party, including suppliers of materials, the
copyright in such materials shall remain vested in such third
party.
Fraud and
Corruption
The Bank requires compliance with the Bank’s Anti-Corruption
Guidelines and its prevailing sanctions policies and procedures
as set forth in the WBG’s Sanctions Framework, as set forth in
Attachment A to the Conditions of Contract.
The Purchaser requires the Supplier to disclose any
commissions or fees that may have been paid or are to be paid
to agents or any other party with respect to the request for
quotations or execution of the Contract. The information
disclosed must include at least the name and address of the agent
or other party, the amount and currency, and the purpose of the
commission, gratuity or fee.
Inspections and
Audit by the
Bank
Pursuant to paragraph 2.2 e. of the attachment to the Conditions
of Contract, the Supplier shall permit and shall cause its agents
(where declared or not), sub-contractors, sub consultants,
service providers, suppliers, and personnel, to permit, the Bank
and/or persons appointed by the Bank to inspect the site and/or
the accounts, records and other documents relating to the request
for quotations process and/or execution of Contract. The
Supplier’s and its subcontractors attention is drawn to CC 22.1
(Fraud and Corruption) which provides, inter alia, that acts
41
intended to materially impede the exercise of the Bank’s
inspection and audit rights constitute a prohibited practice
subject to contract termination (as well as to a determination of
ineligibility pursuant to the Bank’s prevailing sanctions
procedures).
Limitation of
Liability
Except in cases of criminal negligence or willful misconduct,
(a) the Supplier shall not be liable to the Purchaser, whether
in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the
Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser,
whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the
supplier to indemnify the Purchaser with respect to patent
infringement.
Force Majeure The Supplier shall not be liable for forfeiture of its Performance
Security (if required), liquidated damages, or termination for
default if and to the extent that its delay in performance or other
failure to perform its obligations under the Contract is the result
of an event of Force Majeure.
For purposes of this Clause, “Force Majeure” means an event
or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of the Purchaser
in its sovereign capacity, wars or revolutions, fires, floods, and
freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.
If the performance of the Contract is substantially prevented,
hindered or delayed for a single period of more than sixty (60)
days or an aggregate period of more than one hundred and
twenty (120) days on account of one or more events of Force
Majeure during the currency of the Contract, the Parties will
42
attempt to develop a mutually satisfactory solution, failing
which either Party may terminate the Contract by giving a notice
to the other Party.
Termination Termination for Default
The Purchaser, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Supplier,
may terminate the Contract in whole or in part:
(i) if the Supplier fails to deliver any or all of the Goods
within the period specified in the Contract, or within any
extension thereof granted by the Purchaser;
(ii) if the Supplier fails to perform any other obligation under
the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has engaged
in Fraud and Corruption, in competing for or in executing the
Contract.
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 Related Services if
applicable similar to those undelivered or not performed, and
the Supplier shall be liable to the Purchaser for any additional
costs for such similar Goods or Related Services if applicable.
However, the Supplier shall continue performance of the
Contract to the extent not terminated.
Termination for Convenience
(a) The Purchaser, by notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time for
its convenience. The notice of termination shall specify
that termination is for the Purchaser’s convenience, the
extent to which performance of the Supplier under the
Contract is terminated, and the date upon which such
termination becomes effective.
(b) The Goods that are complete and ready for shipment
within twenty-eight (28) days after the Supplier’s receipt
of notice of termination shall be accepted by the Purchaser
at the Contract terms and prices. For the remaining Goods,
the Purchaser may elect:
(i) to have any portion completed and delivered at the
Contract terms and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
43
Related Services if applicable and for materials and
parts previously procured by the Supplier.
Additional Clauses [insert any additional clauses as necessary, otherwise delete this row]
44
Attachment A to the Conditions of Contract
Fraud and Corruption
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-
consultants, service providers or suppliers; any agents (whether declared or not); and any of
their personnel, observe the highest standard of ethics during the procurement process,
selection and contract execution of Bank-financed contracts, and refrain from Fraud and
Corruption.
2.2 To this end, the Bank:
a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed
to achieve an improper purpose, including to influence improperly the actions
of another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements to
investigators in order to materially impede a Bank investigation into
allegations of a corrupt, fraudulent, coercive, or collusive practice;
and/or threatening, harassing, or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or
(b) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under paragraph 2.2 e.
below.
45
b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-consultants,
sub-contractors, service providers, suppliers and/ or their employees, has, directly
or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take
other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of any
part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices during the procurement process, selection and/or execution
of the contract in question, without the Borrower having taken timely and
appropriate action satisfactory to the Bank to address such practices when they
occur, including by failing to inform the Bank in a timely manner at the time they
knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by publicly
declaring such firm or individual ineligible (i) to be awarded or otherwise benefit
from a Bank-financed contract, financially or in any other manner;1 (ii) to be a
nominated2 sub-contractor, consultant, manufacturer or supplier, or service
provider of an otherwise eligible firm being awarded a Bank-financed contract; and
(iii) to receive the proceeds of any loan made by the Bank or otherwise to participate
further in the preparation or implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and
in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers),
consultants, contractors, and suppliers, and their sub-contractors, sub-consultants,
service providers, suppliers, agents personnel, permit the Bank to inspect3 all
accounts, records and other documents relating to the procurement process,
selection and/or contract execution, and to have them audited by auditors appointed
by the Bank.
1 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i)
applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in
its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder
to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 3 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken
by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating
the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes
but is not limited to: accessing and examining a firm's or individual's financial records and information, and making copies
thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic
format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other
relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
46
Sample Letter of Award of Contract
[modify as appropriate]
[use letterhead paper of the Purchaser]
[date]
To: [name and address of the Supplier]
Subject: Notification of Award of Contract No. . . . . . . . . ..
In reference to the RFQ [insert reference number and date], your Quotation [insert reference
number and date] has been accepted.
Please find inclosed herewith the Contract. You are requested to sign the contract within [insert
no of days].
[Insert the following only if Performance Security is required:] “You are also requested to
furnish a Performance Security within [insert no of days] in accordance with the Conditions of
the Contract, using for that purpose one of the Performance Security Forms attached to the
Contract.
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment: Contract