جمهوری اسالمی افغانستان

Islamic Republic of

REQUEST FOR QUOTE

FOR PROCUREMENT OF GOODS UNDER NATIONAL SHOPPING PROCEDURES FOR Procurement of Solar Power System for Injil, and Islam Qala Hospitals in 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 Description of Goods Quantity Physical Named Place Place of Final Applicable Delivery Period Item required unit of Destination Destination Incoterms from Date of N DDP (Project Site) DDP signing the contract 1 Supply and Installation of PV Modules (>250 wp) and complete work, KW (Mono Crystalline or Multi Crystalline), 5 Herat Herat injil hospital DDP 20 days Including Module Mounting Structure and with the accessories 2 Supply and Installation of Hybrid Inverter and KVA DDP 20 days 5 Herat Herat injil hospital with the accessories 3 Supply and Installation of Battery+BMS/EMS DDP 20 days system As per configuration and setting of KWh battery storage, individual capacity of battery 32 Herat Herat injil hospital can be selected without any variation of total battery bank capacity and with the accessories

4 Nos DDP 20 days Supply and Installation of LED Light 80 Herat Herat injil hospital

5 Re- Structure of Internal Wiring as per required DDP 20 days and some of small items which is missing from BoQ but it is needed for completion of the LM Herat Herat injil hospital project 8

List of Goods and Delivery Period for Guzara Hospital Line Description of Goods Quantity Physical Named Place Place of Final Applicable Delivery Period Item required unit of Destination Destination Incoterms from Date of N DDP (Project Site) DDP signing the contract 1 Supply and Installation of PV Modules (>250 DDP wp) and complete work, (Mono Crystalline or Herat Guzara 20 days Multi Crystalline), Including Module Mounting 10 kW Herat hospital Structure and with the accessories 2 Supply and Installation of Hybrid Inverter and Herat Guzara DDP 20 days With the accessories 6 KVA Herat hospital 3 Supply and Installation of Battery+BMS/EMS Herat Guzara DDP system. As per configuration and setting of hospital battery storage, individual capacity of battery 61 kwh Herat 20 days can be selected without any variation of total battery bank capacity and With the accessories

4 Herat Guzara DDP 20 days Supply and Installation of LED Light 250 Nos Herat hospital 5 Re- Structure of Internal Wiring as per required Herat Guzara DDP and some of small items which is missing from hospital BoQ but it is needed for completion of the LM Herat 20 days project

9

List of Goods and Delivery Period for Islam Qala Hospital Line Description of Goods Quantity Physical Named Place Place of Final Applicable Delivery Period Item required unit of Destination Destination Incoterms from Date of N DDP (Project Site) DDP signing the contract 1 Supply and Installation of PV Modules (>250 DDP wp) and complete work, (Mono Crystalline or Herat Islam Qala 20 days Multi Crystalline), Including Module Mounting 3 kWh Herat hospital Structure, and with the accessories 2 Supply and Installation of Hybrid Inverter and Herat Islam Qala DDP 20 days with the accessories 3 KVA Herat hospital 3 Supply and Installation of Battery+BMS/EMS Herat Islam Qala DDP system. As per configuration and setting of hospital battery storage, individual capacity of battery 15 kWh Herat 20 days can be selected without any variation of total battery bank capacity and with the accessories

4 Herat Islam Qala DDP 20 days Supply and Installation of LED Light 40 Nos Herat hospital 5 Re- Structure of Internal Wiring as per required Herat Islam Qala DDP and some of small items which is missing from hospital BoQ but it is needed for completion of the LM Herat 20 days project

1.3 Technical Specifications

Section-A: Technical Specifications

SN Component Description: Bidder Remarks  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 1 Solar PV Modules Wp  The proposed Solar PV Module must comply with the latest IEC type tests. A list of IEC type tests are mentioned below.  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 Energy Storage (Battery two, it is important to be chosen the right individual 2 Bank) 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  Total Size of inverter should be not less than the size mentioned in the BOQ  Inverter Type: Hybrid 3 Inverter  The proposed inverter must comply to the latest IEC type tests. A list of IEC type tests are mentioned below.  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 Mounting 4 space Structure/Frame  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

 As required following national/internationals 5 Installation materials 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  As required following NS/ IS standard  Outdoor cables must be UV protected 7 Cables and conduits  Cables must be selected to ensure voltage drop across it must not exceed 3%  Installing company can design the system voltage as per requirement and technical correctness. The 8 System Voltage system voltage should be compatible to solar PV module, Inverter, Charge Controller and Battery Bank  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 9 Wiring Restructuring 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 system 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 Description of Goods Country of Delivery Date as Quantity and Unit price Total Price per Line item Item Origin defined by physical unit INCLUDING ALL (Col. 5*6) N Incoterms APPLICABLE TAXES, INCLUDING ALL DELIVERY AND APPLICABLE TAXES, INSTALLATION IN DELIVERY AND INSTALLATION IN HERAT MENTIONED HOSPITAL 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 DDP 5 KW Module Mounting Structure and with the accessories 2 Supply and Installation of Hybrid Inverter and with the DDP 5 KVA accessories 3 Supply and Installation of Battery+BMS/EMS system As per configuration and setting of battery storage, individual capacity of DDP 32 KWh battery can be selected without any variation of total battery bank capacity and with the accessories

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 DDP LM of the project 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 DDP 10 KW Mounting Structure and with the accessories 2 Supply and Installation of Hybrid Inverter and With the DDP 6 KVA accessories 3 Supply and Installation of Battery+BMS/EMS system. As per configuration and setting of battery storage, individual capacity of DDP 61 Kwh battery can be selected without any variation of total battery bank capacity and With the accessories 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 DDP LM of the project 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 DDP 3 KWh Mounting Structure, and with the accessories 2 Supply and Installation of Hybrid Inverter and with the DDP 3 KVA accessories 3 Supply and Installation of Battery+BMS/EMS system. As per configuration and setting of battery storage, individual capacity of DDP 15 KWh battery can be selected without any variation of total battery bank capacity and with the accessories 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 Description of Goods Delivery Quantity Unit price Total EXW [ IF REQUIRED] Price [if known] Sales and Total Price per line Item Date as and EXW price per line per line item for inland other taxes payable item N defined by physical item transportation and other per line item if (Col. 6+7) Incoterms unit (Col. 45) services required in the Contract is awarded Purchaser’s Country to convey the Goods to their final destination, specified in RFQ

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 Completion Period at Quantity and physical unit Unit price Total Price per Service Origin place of Final (Col. 5*6 or estimate) destination 1 M&O please After sale service, refer technical Contractor assign some technical specification, person to regularly visit the site M&O manual (maybe 2-3 time a month + Part 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, The Purchaser is: Da Afghanistan Breshna Sherkat (DABS) Purchaser’s The Purchaser’s Country is: Kabul, Afghanistan Country, Project Site/Final The Project Site(s)/Final Destination(s) is/are: Herat province Destination mentioned Hospitals Incoterms The edition of Incoterms that shall apply is: 2010 Notices and Any notice given by one Party to the other pursuant to the Addresses for Contract shall be in writing to the address hereafter using the notices 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 [“CC 6(a) shall be retained in the case of a Contract with a Disputes 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 [MODIFY AS APPROPRIATE other documents The Delivery of the Goods and Completion of the Related to be provided 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: The method and conditions of payment to be made to the payment 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 The Goods and Related Services if applicable supplied under and Standards 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 The Supplier shall provide such packing of the Goods as is and required to prevent their damage or deterioration during transit documentation 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 17.1 The following inspection and tests shall be performed on receipt and tests of goods. i) Visual inspection; ii) Inspection for any physical damage; iii) Operation test.

Delivery Date The Delivery and installation Date of the Goods shall be: 20 and Completion days after signing the contract. Date Liquidated The liquidated damage shall be 0.5% of the price of the delayed damages and Goods or unperformed Services for each week or part thereof of bonuses 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 The Bank requires compliance with the Bank’s Anti-Corruption 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 Pursuant to paragraph 2.2 e. of the attachment to the Conditions Audit by the of Contract, the Supplier shall permit and shall cause its agents Bank (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 Except in cases of criminal negligence or willful misconduct, Liability (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