Provision of a Battery Energy Storage System in relation to the upgrade of the power generation plant (ret2)
UNOPS
Provision of a Battery Energy Storage System in relation to the upgrade of the power generation plant (ret2)
Request for proposal
Reference:
RFP/2019/11089
Beneficiary countries or territories:
Haiti
Registration level:
Basic
Published on:
16-Aug-2019
Deadline on:
13-Sep-2019 18:00 0.00
Description
The United Nations Office for Project Services (UNOPS) supports the Coopérative d’Électricité de l’Arrondissement des Coteaux (CEAC) in the re-construction and upgrade of an electrical mini-grid including the upgrade of the power generation system.
The electrical mini-grid extends to three rural municipalities in the South Department of Haiti namely Côteaux, Roche-a-Bateau and Port-a-Piment. The power station is operated and maintened by the local technical team of CEAC.
Current power generation is supplied at 90 % by diesel generators with the rest being supplied by Solar PV. This results in high operating costs and environmental impact.
UNOPS intends to upgrade the power generation system, integrating a Battery Energy Storage System (BESS). The Project includes but is not limited to engineering design, installation, testing, commissioning, CEAC personnel training, start-up and performance verification.
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
The electrical mini-grid extends to three rural municipalities in the South Department of Haiti namely Côteaux, Roche-a-Bateau and Port-a-Piment. The power station is operated and maintened by the local technical team of CEAC.
Current power generation is supplied at 90 % by diesel generators with the rest being supplied by Solar PV. This results in high operating costs and environmental impact.
UNOPS intends to upgrade the power generation system, integrating a Battery Energy Storage System (BESS). The Project includes but is not limited to engineering design, installation, testing, commissioning, CEAC personnel training, start-up and performance verification.
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
This tender has been posted through the UNOPS eSourcing system. Cet avis a été publié au moyen du système eSourcing de l'UNOPS. Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS.
| Link | Description | |
|---|---|---|
| https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
26111706
-
Electronic batteries
26131501
-
Diesel power plants
26131502
-
Geothermal power plants
26131503
-
Hydro power plants
26131504
-
Gas power plants
26131505
-
Marine power plants
26131506
-
Petrol power plants
26131507
-
Solar power plants
26131508
-
Steam power plants
26131509
-
Wind power plants
26131510
-
Thermal power plants
26131511
-
Generating Set, Gasoline
26131600
-
Exhaust structures or screening equipment
26131700
-
Power generation monitoring or detecting equipment
26131800
-
Power generation control equipment
26131900
-
Solar power equipment*
72151001
-
Boiler maintenance service
72151002
-
Boiler installation and setup service
72151003
-
Heating system maintenance and repair service
72151004
-
Hydronics heating system maintenance and repair service
72151005
-
Boiler pressure controller installation
72151006
-
Boiler pressure controller maintenance or repair or operation
72151101
-
Septic system construction service
72151102
-
Fire sprinkler system installation service
72151103
-
Irrigation sprinkler system installation service
72151201
-
HVAC mechanical construction service
72151202
-
HVAC process piping construction service
72151203
-
HVAC solar energy construction service
72151204
-
HVAC ventilation and duct work construction service
72151205
-
HVAC refrigeration construction service
72151206
-
HVAC heating system construction service
72151207
-
Heating and cooling and air conditioning HVAC installation and maintenance service
72151301
-
Residential painting service
72151302
-
Commercial painting service
72151303
-
Industrial painting service
72151304
-
Aircraft painting service
72151305
-
Bridge painting service
72151306
-
Pavement marking service
72151307
-
Ship painting service
72151308
-
Paper hanging service
72151401
-
Commercial wall covering construction service
72151402
-
Residential wall covering construction service
72151501
-
Lighting installation services
72151502
-
Electric power system construction service
72151503
-
Cogeneration plant construction service
72151504
-
Computer power conditioning service
72151505
-
Standby or emergency power installation service
72151506
-
Switchgear and related devices installation service
72151507
-
Electronic controls installation service
72151508
-
Computerized controls installation service
72151509
-
Energy management controls installation service
72151510
-
Environmental system control installation service
72151511
-
Lighting system maintenance or repair service
72151514
-
Standby or emergency power maintenance service
72151515
-
Electrical inspection service
72151601
-
Cable television installation service
72151602
-
Fiber optic cable installation service
72151603
-
Specialized sound equipment installation service
72151604
-
Telephone and telephone equipment installation service
72151605
-
Voice and data and video wiring service
72151606
-
Underground engineering for communication equipment
72151607
-
Overground engineering for communication equipment
72151608
-
Satellite system maintenance or repair service
72151609
-
Satellite system hub support service
72151701
-
Access control system installation service
72151702
-
Closed circuit television system installation service
72151703
-
Fire detection and burglar alarm systems installation service
72151704
-
Safety instrumented system installation and maintenance service
72151801
-
Banking machine installation and maintenance
72151802
-
Machinery component refurbishing and repair service
72151803
-
Vending machine installation and maintenance service
72151901
-
Foundation building service
72151903
-
Bricklaying service
72151904
-
Chimney construction and maintenance service
72151905
-
Concrete block masonry service
72151906
-
Drain tile installation service
72151907
-
Exterior marble masonry service
72151908
-
Refractory or acid brick masonry service
72151909
-
Stone masonry service
72151910
-
Mortar tuckpointing or restoration service
72151911
-
Unit paver installation service
72152001
-
Drywall installation and repair service
72152002
-
Fresco installation and repair service
72152003
-
Mantel installation and repair service
72152004
-
Plain or ornamental plastering service
72152005
-
Stucco installation and repair service
72152101
-
Acoustical and ceiling work service
72152102
-
Exterior insulation and finishing service
72152103
-
Building insulation service
72152104
-
Solar reflecting insulation film service
72152201
-
Interior marble installation service
72152202
-
Mosaic creation and repair service
72152203
-
Terrazzo installation and repair service
72152204
-
Ceramic tile installation service
72152301
-
Rough carpentry service
72152302
-
Finish carpentry service
72152303
-
Cabinet building and installation service
72152401
-
Garage door installation or erection service
72152402
-
Prefabricated window and door installation service
72152403
-
Entryway and exit framing service
72152404
-
Metal stud installation service
72152405
-
Store fixture installation service
72152501
-
Access flooring system installation service
72152502
-
Asphalt tile installation service
72152503
-
Carpet laying service
72152504
-
Ceramic floor tile installation service
72152505
-
Linoleum installation service
72152506
-
Resilient floor laying service
72152507
-
Vinyl floor tile and sheet installation service
72152508
-
Wood floor installation and refinishing service
72152509
-
Floor leveling service
72152601
-
Roofing service
72152602
-
Gutter and downspout service
72152603
-
Skylight installation service
72152604
-
Architectural sheet metal service
72152605
-
Ceiling erection and repair service
72152606
-
Siding installation and repair service
72152607
-
Chute installation service
72152701
-
Exterior concrete stucco service
72152702
-
Grouting service
72152703
-
Gunite installation service
72152704
-
Curb construction service
72152705
-
Sidewalk or ramp construction service
72152706
-
Driveway construction service
72152707
-
Retaining wall construction service
72152708
-
Parking lot construction service
72152709
-
Concrete pumping service
72152710
-
Foundation and footing construction service
72152711
-
Concrete patio construction service
72152801
-
Domestic water well drilling service
72152802
-
Geothermal water well drilling service
72152901
-
Metal building front installation service
72152902
-
Concrete reinforcement placing service
72152903
-
Elevator front installation service
72152904
-
Exterior metal wall system installation service
72152905
-
Structural iron work service
72152906
-
Metal lath and furring service
72152907
-
Precast concrete structural framing panel placing service
72152908
-
Smoke stack installation service
72152909
-
Metal storage tank erection service
72153001
-
Ballistic resistant glazing installation service
72153002
-
Glazing installation and repair service
72153101
-
Bowling alley installation service
72153102
-
Indoor sport court construction service
72153103
-
Playground construction and equipment installation service
72153104
-
Spa or hot tub construction and installation service
72153105
-
Swimming pool construction service
72153106
-
Athletic field construction service
72153107
-
Golf course construction service
72153108
-
Tennis court construction service
72153201
-
Plastic coating of concrete structures service
72153202
-
Metal structure coating service
72153203
-
Corrosion control service
72153204
-
Damp proofing service
72153205
-
Caulking service
72153206
-
Building fireproofing service
72153207
-
Glazing of concrete surfaces service
72153208
-
Insulation of pipes and boilers service
72153209
-
Waterproofing service
72153301
-
Gasoline pump installation service
72153302
-
Diesel pump installation service
72153303
-
Service station equipment maintenance and or repair service
72153401
-
Rigging services
72153402
-
Scaffolding services
72153501
-
Building exterior cleaning service
72153502
-
Building exterior sandblasting service
72153503
-
Building exterior steam cleaning service
72153504
-
High pressure water blasting
72153505
-
Construction site clean up service
72153506
-
New building post construction cleanup service
72153507
-
Construction site haul away service
72153601
-
Bathtub refinishing and repair service
72153602
-
Closet organizer installation and repair service
72153603
-
Counter top installation service
72153604
-
Drapery track installation service
72153605
-
Kitchen and bathroom remodeling service
72153606
-
Office furniture installation service
72153607
-
Plastic wall tile installation service
72153608
-
Window treatment installation service
72153609
-
Domestic or commercial appliance installation service
72153610
-
Prefabricated fireplace installation service
72153611
-
Kitchen cabinet installation service
72153612
-
Interior design or decorating
72153613
-
Office furniture lease and maintenance service
72153701
-
Parking facility equipment installation
72153702
-
Parking lot maintenance
72153901
-
Shoring and underpinning work
72153902
-
Mobile home site set up and tie down
72154001
-
Antenna installation service
72154002
-
Artificial turf installation service
72154003
-
Awning installation service
72154004
-
Building mover service
72154005
-
Cable splicingservice
72154006
-
Core drilling and cutting service
72154007
-
Dewatering service
72154008
-
Diamond drilling and sawing service
72154009
-
Industrial dock and dock equipment installation service
72154010
-
Elevator installation maintenance and repair service
72154011
-
Epoxy application service
72154012
-
Concrete forms erection and dismantling service
72154013
-
Fence construction service
72154014
-
Fiberglass installation and maintenance service
72154015
-
Fire escape installation service
72154016
-
Parade float construction service
72154017
-
Food service equipment installation service
72154018
-
Fountain installation service
72154019
-
Gas leak detection service
72154020
-
Medical gas system installation service
72154021
-
Glass tinting service
72154022
-
Hydraulic equipment installation and maintenance service
72154023
-
Lightning conductor erection service
72154024
-
Ornamental metal and iron work service
72154025
-
Petroleum storage tank pumping and draining service
72154026
-
Hydrogen cell refueling service
72154027
-
Posthole digging service
72154028
-
Sign installation and maintenance service
72154029
-
Steeple jack installation and repair service
72154030
-
Tower bell installation and repair service
72154031
-
On site welding service
72154032
-
Window and door and screening installation and repair service
72154033
-
Theatrical prop or set or scenery construction erection and repair service
72154034
-
Underground petroleum storage tank installation service
72154035
-
Nuclear power refueling service
72154036
-
Central vacuum cleaning system installation service
72154037
-
Safe or vault installation service
72154038
-
Airwave shielding installation for computer room service
72154039
-
Building board up service
72154040
-
Underground protective lining installation service
72154041
-
Target systems installation service
72154042
-
Flag pole erection service
72154043
-
Industrial and commercial sprayingservice
72154044
-
Water hewning or use service
72154045
-
Ground water level reduction service
72154046
-
Escalator installation service
72154047
-
Lift table service
72154048
-
Balcony and external walkway service
72154049
-
Sun screen service
72154050
-
Shopping cart maintenance or repair service
72154051
-
Grave relocation service
72154052
-
Post disaster renovation and repair service
72154053
-
Broadcasting station repair service
72154054
-
Catalyst loading or removal service
72154055
-
Tank cleaning service
72154056
-
Tank maintenance or repair service
72154057
-
Storage tank rental service
72154058
-
Tank and line testing service
72154059
-
Leak detection sealing and repair service
72154060
-
Degassing service
72154061
-
Air filtration service
72154062
-
Hot tapping service
72154063
-
Stopple or line stopping service
72154064
-
Portable lighting equipment rental service
72154065
-
Electrical copying equipment maintenance
72154066
-
General office equipment maintenance
72154067
-
Temporary theatrical stage and platform rental and installation
72154068
-
Graffiti removal and treatment service
72154069
-
Fencing and railing service
72154101
-
Air compressor rental and maintenance service
72154102
-
Heat exchanger maintenance or repair service
72154103
-
Rotary pump maintenance or repair service
72154104
-
Gearbox maintenance and repair service
72154105
-
Control valve maintenance and repair service
72154106
-
Reciprocating compressor rental and maintenance service
72154107
-
Centrifugal compressor rental and maintenance service
72154108
-
Reciprocating pump maintenance or repair service
72154109
-
Centrifugal pump maintenance or repair service
72154110
-
Fin fan cooling tower maintenance and repair service
72154201
-
Instrument or meter maintenance and repair service
72154301
-
Turbine equipment maintenance or repair service
72154302
-
Motor installation and maintenance service
72154303
-
Steam turbine maintenance service
72154401
-
Pipefitting fabrication service
72154402
-
Pipefitting maintenance or repair service
72154501
-
Heavy equipment maintenance and repair service
72154502
-
Crane maintenance and repair service
72154503
-
Crane rental service
72154601
-
Construction of zoo habitat and enclosure for birds and flying species
72154602
-
Construction of zoo habitat and enclosure for insects and invertebrates
72154603
-
Construction of zoo habitat and enclosure for land mammals and primates
72154604
-
Construction of zoo habitat and enclosure for aquatic and amphibious species
72154605
-
Construction of zoo habitat and enclosure for reptiles
81111809
-
System installation service
New amendment added #3: The tender is hereby amended following Clarification Request from Vendor(s) linked to Question#3:1) To provide the below listed document(s)/diagram(s) which has/ve been uploaded under the Document tab accordingly:A) 001 Generator overviewB) 002 Generator 150 - Control panelC) 003 Generator 150 - Control panel 2D) 004 Generator 150 - Control panel 3E) 005 Generator 150 - Control panel 4F) 006 Generator 300 - Control panelG) 007 Generator 300 - Control panel 2H) 008 Generator 300 - Energy meterI) 009 Generator 300 - Main breakerJ) 010 Generator 300 - Main breaker 2K) 011 Generator 300 - Main breaker 3L) Electrical sketch Generators 300 _ 150 kVAM) HTI_CEAC_Planned_Layout.08112018N) Photos GeneratorAll other information and/or documentation provided remains in full force and effect.
Edited on:
03-Sep-2019 22:53
Edited by:
webservice@unops.org
New clarification added: Answered by previously posted clarification on 3 September 2019.
Edited on:
03-Sep-2019 19:54
Edited by:
webservice@unops.org
New clarification added: Question: P4b) Conduct all equipment installation (field preparatory work, ground movements and other hand-work tasks shall be done by the CEAC technical team), integration and testing of the hybrid system, including the BESS (procured by the vendor) and the equipment already installed in the power station.Question#13: Is the foundation and grounding of the equipment covered by CEAC? Or CEAC is only responsible for leveling the land, and the bidder need to consider the budget of foundation and grounding of ESS.Answer#13:As stated CEAC can provide field preparatory work, ground movements and other hand-work. Foundation and grounding is the responsibility of the bidderP5The installation, commissioning and CEAC personnel training shall start after the equipment shipment and approximately on the 3rd quarter of 2019. The duration of these activities shall last no more than 20 working days from the start. The hybrid power plant shall be fully operational from the 30th of November 2019.Question#14: Does the construction period of 20 days include transportation time?Answer#14:The Construction period does not include transportation duration. It start from the final delivery at CEAC site. Once again as clarified for question #5, the timeline of full operation is to be by the end of April 2020. P7 AC/AC overall efficiency shall be minimum 80%.Question#15: How to define AC/AC over efficiency? Such as evaluation method, evaluation duration.Answer#15:AC/AC overall efficiency is a round-trip efficiency – an efficiency of a single charge and discharge cycle - measured on an AC-to-AC basis. Thus, it is assumed that the battery has its own AC-DC inverter. AC/AC round-trip efficiency includes losses due to power conversion from AC to DC and back to AC, the energy storage cells, busbars, battery management systems and thermal management systems. If there is no a dedicated AC-DC inverter for the BESS and the BESS is connected to the DC power line of solar PV, then apply the losses of the shared AC-DC inverter for Solar PV and BESS, which have to be a part of the bid offer.P8The diesel generator(s) and the synchronized bank shall be capable to charge the BESS.Question#16: What does “the synchronized bank” mean? Please kindly clarify?Answer#16:It means that the synchronized generators set (multiple generators in synchronized mode = “the synchronized bank”) have to be capable to charge the BESS. P8 Spinning reserve: Guarantee optimum loading and spinning reserve of diesel generators.Question#17: Please specify how much spinning reserve is required?Answer#17:The demanded spinning reserve should be defined by the bidder from the load profile Att D3 - CEAC Load 24 hours forecast 2020- scaled x2 May 2018 v0.2.csv which gives load demand as kW=f(t). Please take it with PF=0.8. Thus, the theoretical spinning reserve [kVA] is the MAX(load profile)[kW] / 0.8 for the case that full load can be backed up exclusively by diesel generators without Solar PV and BESS support. In practice it would mean to run so many generators synchronized, that their nominal capacity in kVA would be above this level. Currently, there are FG Wilson P300H-1 and P150-3 installed, and there is a plan to install additional P300H-1 and P150-3. It is a bidder’s duty to configure proper spinning reserve profiles for current and future generator setups.P17UL1741 Standard for interconnecting distributed resources with electric power systems (Inverters, Converters, Controllers and Interconnection System Equipment for Use with Distributed Energy Resources) (for PCS) or equivalent IEC 62477-1:2012 or equivalent Electronic equipment..... Question#18: Both UL1741 and IEC62477 is concerning safety requirement of power electronic converter system. Is it acceptable THAT the selected PCS only meet certification requirement of IEC62477?Answer#18:Yes, it is acceptable that Power Converting System (PCS) has at least one certification of the following standards or their equivalents UL1741 • UL62109 - UL62109-1 General - UL62109-2 Inverter specific • CSA C22.2 No. 107.1 • CSA 62109 • IEC 62109-1 • IEC 62109-2 • IEC 62477 what ever applicable to the specific PCS type and ensure a safe operation of the device.
Edited on:
03-Sep-2019 19:50
Edited by:
webservice@unops.org
New clarification added: P2The system shall be capable of integrating as a minimum the following components and operational features: 1. 4 Diesel Generators (sizes range 150-500 kVA three phases 60 Hz) 2. Diesel Generator synchronization system 3. Solar PV arrays (up to 200 kWp of installed power and up to 40 inverters)Question#9: We need to know the communication protocols of these products so that BESS can control and manage them.Answer#9:Currently, the P300H-1 has control panel PowerWizard 1.1; P150-3 has the control panel FG Wilson DCP-10; the installed Sunny Boy Inverters are communicating via RS485 to the SMA WebBox with Ethernet port and Modbus TCP protocol (see more details at SMA portal). The bidder has to provide the solution which should enable the diesel generator synchronization and their operation with the BESS. Thus, the control panels for generators have to be replaced within the bid scope. The bidder defines the communication protocol for generators. According to the CEAC upgrade plan, it is foreseen to enlarge PV array and install more SMA Sunny Boy-6.0 inverters with Ethernet/Speedwire/WebConnect ports; the SMA WebBox will be replaced with SMA Data Manager M. It is a bidder’s duty to provide a solution to support both current and future inverters communication protocols or offer a replacement which in this case have to be included into the bid. P2The system shall be capable of integrating as a minimum the following components and operational features:1. 4 Diesel Generators (sizes range 150-500 kVA three phases 60 Hz) 2. Diesel Generator synchronization system 3. Solar PV arrays (up to 200 kWp of installed power and up to 40 inverters) 4. Energy Smart meters for customer billing and tariff control Item 4: Energy smart meters for customer billing and tariff control.Question#10: Does it mean we need to provide smart meters and billing system? Answer#10:No, the bidder doesn’t have to provide smart meters and billing system for customers. However, it is a bidder duty to ensure that the Hybrid controller, BESS, synchronization control panels for generators have meters to allow the monitoring energy production coming from various source (PV, Genset, Batteries…) and all parameters necessary for safe operation of the equipment. P2The system shall be capable of integrating as a minimum the following components and operational features:1. 4 Diesel Generators (sizes range 150-500 kVA three phases 60 Hz) 2. Diesel Generator synchronization system 3. Solar PV arrays (up to 200 kWp of installed power and up to 40 inverters) 4. Energy Smart meters for customer billing and tariff control 5. Power transformers for step up LV-MV for power transmission 6. Power generation 24 hours / 7 days a week.Question#11: How to define power generation 24 hours /7 days a week, and what is the technical index to evaluate it?Answer#11:There are 3 load profiles for the whole year (8760 hours), namely for 15 hours/day; 24 hours/day in 2019, forecast 24 hours/day in 2020 are attached to the initial bid materials:· Att D1 - CEAC Load 15 hours May 2018 actual v0.csv· Att D2 - CEAC Load 24 hours forecast 2019- not scaled May 2018 v0.1.csv· Att D3 - CEAC Load 24 hours forecast 2020- scaled x2 May 2018 v0.2.csv P3Thus, the proposals might be submitted for 4 lots: the combinations of 2 storage technologies and 2 remaining BESS capacity after 4,000 cycles.Question#12: There are three battery containers in the planned layout (Att A2). However, it is required to provide 4 lots in the financial proposal. Please clarify. Does it mean that the final capacity is still uncertain?Answer#12: The 3 containers in the plan are just to show the available place to install the BESS and do not reflect any technical design or capacity; and as clarified for question #4, there is another place next to the 313 KVA generator that can receive the installation as long as the system can fit in the available space (30ft x 28ft marge included). The tender requests to submit 4 independent “lots” (proposals). All lots are evaluated separately, but only 1 lot will be nominated for an award: compliant with all requirements and having highest score which fits budget upper threshold.
Edited on:
03-Sep-2019 19:47
Edited by:
webservice@unops.org
New clarification added: Question#4: Do you have electrical drawings of the gensets? Including electrical wiring, grounding and references of existing protection circuit breakers.Answer#4: The connection of both installed FG Wilson generators is similar and presented in the sketch attached. There is no electrical drawing available. Please use the following files which will soon be uploaded under the "Document" section of the tender:1. Electrical sketch Generators 300 & 150 kVA.pdf2. 11 photos from site 001 … - 011 ..3. Additional photos from site in Photos Generator.docx4. General layout of the site HTI_CEAC_Planned_Layout.08112018.pdf5. Generator nameplates and datasheetsa. Att B1 - Diesel Generator 1 x 150 kVA Name Plate.jpgb. Att B2 - Diesel Generator 1 x 150 kVA Datasheet.pdfc. Att B3 - Diesel Generator 1 x 312.5 kVA Name Plate.jpgd. Att B4 - Diesel Generator 1 x 312.5 kVA Datasheet.pdfQuestion#5: Can the BESS be placed somewhere other than the one you are proposing?Answer#5: As long as it can fit in this area, the BESS can be placed in a space close to the Gensets that has the following dimensions 30ft x 28ftQuestion#6: We would like to request clarification on the proposed timeline of full operation by the end of Nov 2019. With the current tender closing on Sept 13, allowing for evaluation and contract setup time, this leaves 6-7 weeks to engineer and deliver the system. Can you please confirm the end of Nov 2019 timeline?Answer#6: Thank you for the remark, the proposed timeline of full operation is to be by the end of April 2020. Question#7: We would like to participate in this tender, but our company did not operate the business from the 12th of August till the 26th of August because of annual shutdown, so we could not attend the meeting on the 23rd of August. Is it possible to take participation in this tender now?Answer#7: The tender has been modified to make the Clarification Meeting "NON-MANDATORY" so that to allow for an increase participation of potential bidders. This, as we realized that a few bidders who confirmed interest were closed for holiday during that period and therefore could not participate. Any company can now participate regardless if they participated in the Clarification Meeting or not. Question#8: Referring to the Document II 'Schedule of Requirements" Section Nº.7 "Electrical design parameters requirements", Subsections c) and d), which I am attaching hereunder:c) System voltage shall be defined according to the diesel generator's system output voltage and solar PV inverter (or solar PV array) voltagesd) System rated AC currents shall be defined according to the diesel generator's system output rated current and solar PV inverters (or solar PV array) rated currents Question#8A: We would like to request the precise values of AC System's rated current and AC System's rated output voltage which would be considered for the BESS' System design?Answer#8A: As it is presented in single line diagram attached to the bid materials:1. The rated voltage of generators 480 / 277 V2. The line voltage after the step up transformers L-L 23.3kV, L-N 13.3kV3. The rated voltage of solar invertors is 183-264Vac, actual 235-245VacDepending on the connection scheme, it is expected that BESS utilizes one of the mentioned voltage levels or the bidder justify and introduce the 4th voltage level. Any equipment necessary to create the 4th voltage level for BESS should be part of the bid. The rated current is defined by the bidder depending on the selected voltage and minimum demanded BESS discharge rate 300kW mentioned in the bid documentation. Question#8B: Moreover, we would like to ask which mandatory standard has to accomplish the step-up transformer?Answer#8B: The standard for power transformers is IEC 60076-11 or equivalent, e.g. IEEE Std C57.12.01-2015
Edited on:
30-Aug-2019 23:18
Edited by:
webservice@unops.org
New clarification added: Question#3: We would like to participate in this tender, but our company did not operate the business from the 12th of August till the 26th of August because of annual shutdown, so we could not attend the meeting on the 23rd of August. Is it possible to take participation in this tender now?ANSWER#3: Kindly refer to Amendment No.2 to the tender dated 28 August 2019 which states the following:=========================The tender is hereby amended as per the below in order to ensure broader reach and participation from potential bidder in an already limited market:1) Clarifications or pre-bid meeting (under the Particulars Tab) [has been changed] from "Mandatory" to "NOT-MANDATORY."......=========================
Edited on:
29-Aug-2019 21:09
Edited by:
webservice@unops.org
New amendment added #2: The tender is hereby amended as per the below in order to ensure broader reach and participation from potential bidder in an already limited market:1) Clarifications or pre-bid meeting (under the Particulars Tab) from "Mandatory" to "NOT-MANDATORY."2) Expected contract award date has been changed from 30 September 2019 to 21 October 2019.3) Section IV - Returnable Bidding Forms - RFP-2019-11089(GM)rev8Aug in particular Form M point 1.14 wording change from "10 months" to 9 months in conformity with the requirement and as per the wording below:-Form M point 1.14 "Details and/or confirmation of the project completion timeline (system delivered, system installed and fully functional) shall be done within maximum 9 months after contract signature. [detail chronogram to be provided]"Document "Section IV - Returnable Bidding Forms - RFP-2019-11089(GM)rev27Aug" has been uploaded under the Document tab accordingly:All other information and/or documentation provided remains in full force and effect.
Edited on:
28-Aug-2019 21:02
Edited by:
webservice@unops.org
New amendment added #1: The tender is hereby amended following Clarification Request from Vendor(s) as per the below:1) Deadline for Submission (under the General tab) has been EXTENDED from Friday 6 September 2019 (2019-09-06 18:00 UTC) to Friday 13 September 2019 (2019-09-13 18:00 UTC) accordingly. (presently 18:00 UTC = 2PM Haiti local time)2) Deadline for Clarificatons (under the General tab) has been EXTENDED from Monday 26 August 2019 (2019-08-26 18:00 UTC) to Friday 30 August 2019 (2019-08-30 18:00 UTC) accordingly. (presently 18:00 UTC = 2PM Haiti local time)All other information and/or documentation provided remains in full force and effect.
Edited on:
22-Aug-2019 19:56
Edited by:
webservice@unops.org
New clarification added: Question#1: We would like to know the specific requirement regarding the backup time as this is essential information for us to choose the model of battery. By backup time we mean the required time that battery modules operate along each time. Please kindly help with this. Thanks.Answer#1: There is no backup time required. The battery capacity is defined as to be at least 240kWh after 4000 cycles for Lot 1 & 3 and at least 400kWh after 4000 cycles at Lot 2 & 4. We would ask the bidder to use this information for battery sizing. In case the battery backup time is required, the bidder can evaluate the actual backup timeusing the required remaining capacity after 4000 cycles and the load profiles shared within the RFP documentation.Question#2: Can you please extend the tender deadline?Answer#2: Following request, AMENDMENT No.1 - SUBMISSION DEADLINE and CLARIFICATION DEADLINE will soon be extended until September 13th 2019 accordingly.
Edited on:
22-Aug-2019 15:10
Edited by:
webservice@unops.org