Post on 22-Oct-2020
transcript
Tender Document
for
Design, Supply, Installation, Commissioning, Operation &
Maintenance of 20 Nos of 120W LED based Solar Street
Lighting Systems at 20 locations on NH-16 of Kasibugga
Sub-Division in Srikakulam District
NAME OF THE SUPPLIER / MANUFACTURER: ----------------------------------------------
Registration No: ______ / 2019-20
Tender Notice No:
NREDCAP/SE/SPV SSL/NH-16/POWER GRID/09/2019-20
Dated: 09.10.2019.
NEW AND RENEWABLE ENERGY DEVELOPMENT CORPORATION OF A.P Ltd
(NREDCAP)
Regd Office: 12-464/5/1, River Oaks Apartments,
CSR Kalyana Mandapam Road, Tadepalli,
GUNTUR DISTRICT- 522 501
TEL: 0863-2347650/51/52/53
Website: www.nredcap.in
http://www.nredcap.in/
INDEX
1. Tender Notice ……………………. 3
2. Scope of works……………………. 4
3. Pre Requisites for participation….. 6
4. General Conditions………………… 7
5. Profile of Suppliers/Manufacturers… 9
6. MNRE Specifications and Component wise Technical Details for 120W LED based Solar Street Lighting Systems… 10
7. Annexure – A 14
8. Annexure – B 17
9. Annexure – C 18
2
TENDER NOTICE
S.No Particulars Details
1 Tender Notice No NREDCAP/SE/SPV SSL/NH-16/POWER
GRID/09/2019-20, dated: 09.10.2019.
2 Scope of the work
Design, Supply, Installation, Commissioning,
Operation & Maintenance of 20 Nos of 120W (60W
X 2Nos) LED based Solar Street Lighting Systems
at 20 locations on NH-16 of Kasibugga Sub-
Division in Srikakulam District
3 Estimated Contract Value
(Approximately) Rs. 36,00,000.00
4 Period of Contract 3 Months
5 Eligibility for participation
Registered / Renewed Suppliers & Manufacturers
with NREDCAP for the year 2019-20 as
“SPV Solar System Integrators” up to 30.09.2019.
6 Processing fee of Tender
Document
Rs. 25,000/- + 4,500/- ( GST @ 18%) =
Rs. 29,500/-
7 Amount of EMD
Rs. 50,000/- (Rupees Fifty thousand only) by way
of Demand Draft drawn in favour of NREDCAP,
payable at Tadepalli
7 Last Date & Time for
Submission of sealed Tenders 23.10.2019, 13:00 hrs
8 Date & Time for Opening of
Technical Bids 23.10.2019, 15:00 hrs
NOTE:
1. The Tender Document can be downloaded from http://www.nredcap.in and the processing
fee of tender document shall be enclosed by way of demand draft for Rs: 29,500/- in
favour of NREDCAP payable at Tadepalli, which is not refundable.
2. The Financial Bids of Technically qualified Bidders will only be opened.
3. The Valid NSIC certificate holders are exempted from payment of EMD amount. The copy
of the valid NSIC certificate shall be enclosed to the Tender document.
Sd/-
VC & Managing Director
NREDCAP, Tadepalli
3
http://www.nredcap.in/
SCOPE OF THE WORKS
Design, Supply, Installation, Commissioning, Operation & Maintenance of 20 Nos of 120W
(60W X 2Nos) LED based Solar Street Lighting Systems at 20 locations on NH-16 of
Kasibugga Sub-Division in Srikakulam District
a) LED Luminair: 2 Nos X 60W LED luminair fixed to the suitable GI arms (fitted in
180 degrees) with inbuilt charge controller to operate dusk to dawn and with 2 core,
2.5 Sq mm copper cable of required length.
b) Solar PV Module: 4 Nos X 90 Wp capacity (any IEC/BIS Certified make) with 'A'
Grade Monocrystalline SPV Module along with suitable Solar PV module support
Structure (Powder coated).
c) Battery: 2 Nos X 14.8V, 45Ah Lithium-ion Battery (or) 2 Nos X 12.8V, 54 Ah
Lithium Ferro Phosphate (LiFePO4) Battery (any IEC/UL certified make)
separately mounted in battery box.
d) Battery Box: 250X250X200 mm of 2 mm thick battery box (Powder coated) with
reinforcement as required to house the above battery along with fixing arrangement
to GI pole.
e) GI Octagonal Pole: 9 meters of length, 3 mm thick (111mm dia x 3 mtrs + 90 mm
dia x 3 mtrs + 76 mm dia x 3 mtrs with minimum Galvanizing of 85 microns on hot
dip Galvanizing process) along with 2 Nos of suitable Luminiar arms to fix
luminary.
f) J Bolts & Base plate: GI J-bolts of dia 25 mm X 600 mm length along with
suitable base plate for making foundation to the GI Octagonal pole.
g) Accessories:
i) Hard ware such as GI Nut & Bolts and SS Nut & Bolts for fixing Solar PV
module and Battery box and Luminary arms as required.
ii) 2.5 Sq mm copper lugs (Ring type).
Signature of the Tenderer with seal
4
h) Civil Foundation: The foundation shall be RCC pile foundation in CC(1:2:4). The
soil stratum at work location is mostly hard rock covered with ordinary gravel and
mixture of soft rock at varying depths. The foundation shall be cast by drilling 300
mm dia bore hole of minimum depth of 1.3 m below the OGL, laying of RCC
(1:2:4) with 6 No’s 10 mm dia main reinforcement and 8 mm dia stirrups at 250 mm
c/c after inserting the G.I J bolts in position with the help of base plate.
i) Operation & Maintenance: All the street lighting system (including the battery)
will be warranted for a period of five years from the date of completion of work.
Galvanisation:
i) Structure shall be galvanized properly to avoid resting and the work shall be carried
out as per IS-2629 and IS-4759.
ii) The minimum Galvanization thickness shall be 85 microns (610 gsm).
Testing and Inspection:
i) The Testing and Inspection shall be carried out as per relevant Indian Standards.
ii) The firm shall submit test reports for the materials procured by them from the MNRE
authorized test centers for observation and its record.
Mode of payment: The payment shall be made as follows.
a) 90% Cost of the Solar Street Lighting Systems installed will be released on receipt
payment from M/s. Power Grid Corporation of India Limited based on the certified
bills from DM, NREDCAP, Srikakulam along with completion and handing over
documents in the prescribed formats.
b) The balance 10% Performance Guarantee amount will be released in 5 years @2% per
year and subsequent utilization and verification by site incharge with certification by
CSR nodal officer on receipt of payment from M/s. Power Grid Corporation of India
Limited for successful maintenance every year.
c) The firm shall pay 2.5% of value of contract towards security deposit at the time of
award of contract for due fulfillment of the contract and the security deposit will be
released after successful completion of the work.
Signature of the Tenderer with seal
5
Pre-Requisites for submission of Tenders to Design, Supply, Installation,
Commissioning, Operation & Maintenance of 20 Nos of 120W (60W X 2Nos) LED
based Solar Street Lighting Systems at 20 locations on NH-16 of Kasibugga Sub-
Division in Srikakulam District
Tenders are invited for Design, Supply, Installation, Commissioning, Operation &
Maintenance of 20 Nos of 120W (60W X 2Nos) LED based Solar Street Lighting Systems
at 20 locations on NH-16 of Kasibugga Sub-Division in Srikakulam District as shown in the
enclosed Annexure–A from the Registered / Renewed Suppliers & Manufacturers with
NREDCAP for the year 2019-20 as “SPV Solar System Integrators” upto 30.09.2019.
The Tenderers shall fulfill the following eligible criteria and submit the necessary
documentary proofs along with Tender document.
1. The Supplier’s & Manufacturer’s shall have valid Test Certificates for all products /
Components from MNRE or any other MNRE authorized Test Centers to install Solar
Street Lighting Systems as per MNRE Specifications.
2. The Suppliers & Manufacturers shall have experience in installation of at least 30 Nos
of 18W LED based of Solar Street Lighting Systems with NREDCAP or any of the
Govt. Nodal Agencies in the country (submit the attested experience certificates)
during the last two years 2017-18 & 2018-19.
3. The Suppliers & Manufacturers cumulative turnover shall not be less than Rs: 1.00
Crore (Rupees One Crore only) during last two years i.e., 2017-18 and 2018-19.
(Attach balance sheets from certified Chartered Accountant).
4. The Suppliers & Manufacturers have not been black listed at any time by NREDCAP
as well as any of the Govt. Nodal Agencies in the country.
5. The Bidder who submits the tender without satisfying or deviating the above
conditions will be rejected duly forfeiting the EMD amount.
Signature of the Tenderer with seal
6
GENERAL CODITIONS OF THE TENDER DOCUMENT
1. The rates are inclusive of all latest prevailing taxes and duties etc., of Govt. of Andhra
Pradesh as well as Govt. of India. The rates quoted shall also be inclusive of all the
charges such as transportation, Installation & Commissioning of the systems and to be
submitted in the enclosed format of Annexure – C.
2. All the Solar Street Lighting Systems are to be supplied, installed & Commissioned as
per the directions of District Manager, NREDCAP, Srikakulam / Power Grid
Officials within 45 days from the date of work order.
3. The filled in Tender document duly signed on each page has to be submitted along
with EMD amount of Rs. 50,000.00 (Rupees Fifty Thousand only) by way of
Demand Draft in favour of “NREDCAP” Payable at Tadepalli. In case of
unsuccessful bidder, the EMD amount will be refunded immediately after finalization
of the Tender.
4. The successful bidder shall pay the Security Deposit amount of 2.5% of the work
order value and will be released on successful completion of the works allotted.
5. The filled in Tender document with all enclosures should be submitted in a sealed
cover super scribing “Tender for 20 Nos of 120W (60W X 2 Nos) LED based Solar
Street Lighting Systems at 20 locations on NH-16 of Kasibugga Sub-Division in
Srikakulam District” for Technical & Financial bid separately
6. Good quality components should be supplied. In case if it is found that materials are
not as per MNRE Specifications, such components are to be replaced at free of cost.
7. The entire Solar Street Lighting System including Battery should be under guarantee /
warranty for a period of Five years from the date of commissioning against all
defects.
8. All the SPV Modules irrespective of the capacity shall have RFID tags fixed inside /
outside and it should with stand local weather conditions
9. After completion of project, the supplier / manufacturer has to submit the Installation
& Commissioning report containing the details of the components installed, layout
diagram, copies of the test certificates for SPV Modules, LED Luminary, Batteries
etc.
Signature of the Tenderer with seal
7
10. The Supply, Installation & Commissioning of Solar Street Lighting Systems will be
awarded to the bidder who quoted at L1 price.
11. The bills are to be raised in favour of NREDCAP by suppliers / manufacturers with
GST number as per GST Act in force w.e.f. 01.07.2017 and submit in triplicate
after duly handing over the systems to the District Manager, NREDCAP, Srikakulam.
12. 90% Cost of the Solar Street Lighting Systems installed will be released on receipt
payment from M/s. Power Grid Corporation of India Limited based on the certified
bills from DM, NREDCAP, Srikakulam along with completion and handing over
documents in the prescribed formats.
13. The balance 10% Performance Guarantee amount will be released in 5 years @2% per
year and subsequent utilization and verification by site incharge with certification by
CSR nodal officer on receipt of payment from M/s. Power Grid Corporation of India
Limited for successful maintenance every year.
14. The payments to the supplier shall be made only after deduction of TDS under income
Tax act against the invoices generated as per GST Act.
15. NREDCAP reserves the right to cancel the order partially or fully in case the material
supplied are substandard / delay in progress of the works without any notice and
forfeit the Security Deposit.
16. For the delayed installation beyond the stipulated period, penalty @1% on the cost of
the systems per week will be levied subject to the maximum of 5%. For valid reasons,
if the supplier is not able to supply the systems within the time prescribed, the VC &
Managing Director on receipt representation from the supplier prior to due date, may
grant extension of time. If the work is not completed within one month beyond
scheduled date, the entire work will be cancelled and the EMD paid will be forfeited.
17. The VC & Managing Director may relax any of the conditions for valid reasons and
the decision of VC & Managing Director is final and binding.
Signature of the Tenderer with seal
8
PROFILE OF SUPPLIERS / MANUFACTURERS
S.No Particulars Details
1 Name of the Tenderer
2 Postal Address
3 Email address for communication
4 Telephone, Fax No:
5 Name, designation & Contact number of
the representative of the Tenderer.
6
Nature of the firm (Individual
Partnership/Pvt. Ltd/ Public Ltd., Co.
/Public Sector etc.,)
7 Amount paid towards Tender processing
fee with details
8 Amount paid towards Earnest money
deposited with details
9
Cumulative Turnover for last Two
financial years 2017-18 & 2018-19
(Attach balance sheets from certified
Chartered Accountant)
2017-18
(Rs) 2018-19
(Rs) Total
(Rs)
10 PAN Number, GST Number along with
Registration details
(evidences are to be attached)
11
Details of Test Certificate(s) issued by
MNRE/MNRE authorized test centers.
a. Name of the Test Center b. Valid Test Certificate for the
following components
i) SPV Modules
ii) LED Luminary
iii) Batteries
Signature of the Tenderer with seal
9
TECHNICAL SPECIFICAIONS FOR 120W (60W X 2 Nos) LED BASED SOLAR
STREET LIGHTING SYSTEMS
Location of site 20 locations on NH-16 of Kasibugga Sub-Division in
Srikakulam district
SPV Modules Capacity
4 Nos X 90 Wp capacity (any IEC/BIS Certified make)
with 'A' Grade Monocrystalline SPV Module along with
suitable Solar PV module support Structure (Powder
coated)
Battery Type / make
Lithium-ion Battery (or) Lithium Ferro Phosphate
(LiFePO4) Battery (any IEC/UL certified make) separately
mounted in battery box
Battery Voltage & Capacity
2 Nos X 14.8V, 45Ah Lithium-ion Battery (or)
2 Nos X 12.8V, 54 Ah Lithium Ferro Phosphate (LiFePO4)
Battery
Light Source
2 Nos X 60W LED luminair fixed to the suitable GI arms
(fitted in 180 degrees) with inbuilt charge controller to
operate dusk to dawn and with 2 core, 2.5 Sq mm copper
cable of required length
GI Pole 9 mtrs length GI pole with base plate (111 mm dia x 3 mtrs
+ 90 mm dia x 3 mtrs + 76 mm dia x 3 mtrs)
J-Bolts & Base Plate GI J bolts of dia 25 mm X600 mm length along with base
plate for making foundation to the GI Octagonal pole.
Accessories
i) Hard ware such as GI Nut & Bolts and SS Nut & Bolts
for fixing Solar PV module and Battery box and
Luminary arms as required.
ii) 2.5 sq.mm copper lugs (Ring type).
Civil foundation
The foundation shall be RCC pile foundation in
CC(1:2:4). The soil stratum at work location is mostly
hard rock covered with ordinary gravel and mixture of
soft rock at varying depths. The foundation shall be cast
by drilling 300 mm dia bore hole of minimum depth of
1.3 m below the OGL, laying of RCC (1:2:4) with 6 No’s
10 mm dia main reinforcement and 8 mm dia stirrups at
250 mm c/c after inserting the G.I J bolts in position with
the help of base plate.
Electronics Overall total efficiency of the Electronics should be
minimum 90%
Signature of the Tenderer with seal
10
COMPONENT WISE MNRE TECHNICAL DETAILS
PV MODULE:
i. Indigenously manufactured PV module should be used.
ii. The PV module should have crystalline silicon solar cells and must have a certificate
of testing conforming to IEC 61215 Edition II / BIS 14286 from an NABL or IECQ
accredited Laboratory.
iii. The power output of the module(s) under STC should be a minimum of 90 Wp at a
load voltage* of 17.09 ± 0.2 V.
iv. The open circuit voltage* of the PV modules under STC should be at least 22.35
Volts.
v. The module efficiency should not be less than 14 %.
vi. The terminal box on the module should have a provision for opening it for replacing
the cable, if required.
vii. There should be a Name Plate fixed inside the module which will give:
a. Name of the Manufacturer or Distinctive Logo.
b. Model Number
c. Serial Number
d. Year of manufacture
viii. A distinctive serial number starting with NSM will be engraved on the frame of the
module or screen printed on the tedlar sheet of the module.
*The load voltage and Voc conditions of the PV modules are not applicable for the system
having MPPT based charge controller BATTERY:
i. Lithium-ion Battery (or) Lithium Ferro Phosphate. ii. The battery will have a minimum rating of 2 Nos X14.8V, 45 Ah Lithium-ion Battery
(or) 2 Nos X 12.8V, 54 Ah Lithium Ferro Phosphate (LiFePO4) Battery.
iii. 85 % of the rated capacity of the battery should be between fully charged and load cut off conditions.
iv. Battery should conform to the latest MNRE/ BIS/ International standards. LIGHT SOURCE:
i. The light source will be a white LED type.
ii. The colour temperature of white LED used in the system should be in the range of 5500oK–6500oK.
iii. W-LEDs should not emit ultraviolet light.
iv. The light output from the white LED light source should be constant throughout the duty cycle.
Signature of the Tenderer with seal
11
v. The lamps should be housed in an assembly suitable for outdoor use. vi. The temperature of heat sink should not increase more than 20oC above ambient
temperature during the dusk to dawn operation.
ELECTRONICS:
i. The total electronic efficiency should be at least 85%.
ii. Electronics should operate at 12 V and should have temperature compensation for proper charging of the battery throughout the year.
iii. No Load current consumption should be less than 20 mA.
iv. The PV module itself should be used to sense the ambient light level for switching ON and OFF the lamp.
v. The PCB containing the electronics should be capable of solder free installation and replacement.
vi. Necessary lengths of wires/cables, switches suitable for DC use and fuses should be
provided.
ELECTRONIC PROTECTIONS:
i. Adequate protection is to be incorporated under “No Load” conditions e.g. when the lamp is removed and the system is switched ON.
ii. The system should have protection against battery overcharge and deep discharge conditions.
iii. Fuse should be provided to protect against short circuit conditions. iv. Protection for reverse flow of current through the PV module(s) should be provided.
v. Electronics should have temperature compensation for proper charging of the battery
throughout the year. vi. Adequate protection should be provided against battery reverse polarity.
vii. Load reconnect should be provided at 80% of the battery capacity status.
DUTY CYCLE:
Dust to Dawn with Autonomy of 3 days or 36 operating hours per permissible
discharge.
MECHANICAL COMPONENTS:
i. A corrosion resistant metallic frame structure should be fixed on the pole to hold the SPV module.
ii. The frame structure should have provision to adjust its angle of inclination to the
horizontal, so that it can be installed at the specified tilt angle. iii. The pole should be made of Galvanised Iron (GI) pipe.
iv. The height of the pole should be 9 metres above the ground level, after grouting and
final installation.
Signature of the Tenderer with seal
12
v. The pole should have the provision to hold the luminaire.
vi. The lamp housing should be water proof and should be painted with a corrosion resistant paint.
INDICATORS:
i) The system should have two indicators, green and red.
ii) The green indicator should indicate the charging under progress and should glow only when the charging is taking place. It should stop glowing when the battery is fully
charged.
iii) Red indicator should indicate the battery “Load Cut Off” condition.
QUALITY AND WARRANTY:
i) The street lighting system (including the battery) will be warranted for a period of five
years from the date of supply.
ii) The PV module(s) will be warranted for a minimum period of 25 years from the date
of supply. The PV modules must be warranted for their output peak watt capacity,
which should not be less than 90% at the end of Ten (10) years and 80% at the end of
Twenty five (25) years.
iii) The Warranty Card to be supplied with the system must contain the details of the
system. OPERATION AND MAINTENANCE MANUAL:
An Operation, Instruction and Maintenance Manual, in English and the local
language, should be provided with the Solar Street Lighting System. The following minimum
details must be provided in the Manual:
i) Basic principles of Photovoltaics.
ii) A small write-up (with a block diagram) on Solar Street Lighting System - its
components, PV module, battery, electronics and luminaire and expected
performance.
iii) Type, Model number, Voltage & capacity of the battery, used in the system.
iv) The make, model number, country of origin and technical characteristics (including
IESNA LM-80 report) of W-LEDs used in the lighting system.
v) About Charging and Significance of indicators.
vi) Clear instructions about erection of pole and mounting of PV module (s) and lamp
housing assembly on the pole.
vii) Clear instructions on regular maintenance and trouble shooting of the Solar Street
Lighting System.
viii) DO's and DONT's.
ix) Name and address of the contact person for repair and maintenance, in case of non-
functionality of the solar street lighting system.
Signature of the Tenderer with seal
13
Annexure – A
Proposed 20 Locations for installation of 120W LED based Solar Street Lighting
Systems on NH-16 of Kasibugga Sub-Division in Srikakulam District.
S.No Name of the
Police Station
Name of the
Location proposed
for installation
Other Particulars
1 Kasibugga Rangoyi Junction
1) It is a "T" Junction.
2) Median open is available
3) Service road not available
4) Road Leads to Rangoyi Village is existed.
5) Pedestrian movement is there.
6) Bus shelter is existed.
7) Illumination not available.
2 Kasibugga Kobbarichetlavur
u Junction
1) It is a "T" Junction.
2) Median open is available
3) Service road not available
4) Road Leads to Kobbarichetlavuru is existed.
5) Pedestrian movement is there.
6) Illumination not available.
3 Nandigam Kapu Temburu
Junction
1) It is a T.Junction.
2) Median open is available
3) Service road not available
4) Road leads to Kapu Temburu village is
existed.
5) Bus Shelter is existed in the junction.
6) Pedestrian movement is high.
7) Illumination not available.
4 Tekkali Parasurampuram
Junction
1) It is a T.Junction.
2) Median open is available
3) Service road not available
4) Road leads to Parasurampuram is existed
5) Illumination not available.
5 Kotabommali Kannevalasa
Junction
1) It is a Straight Road
2) Median open is available
3) Service road not available
4) Bharat Petroleum Bunk is existed on the left
hand side of NH-16.
4) No illumination is available
(Except Petrol Bunk Lighting)
5) More trucks are likely to park near Bunk
Signature of the Tenderer with seal
14
6 Kotabommali Tarlipeta Junction
1) It is a T.Junction.
2) No median opening.
3) Service road not available
4) Two Dhabas are existed on the both side of
the highway.
5) More trucks are likely to park near Dhabas
6) Villagers are crossing Median for their
needs.
7) Illumination not available.
7 Kotabommali Kristupuram
Junction
1) Service Road - T.Junction to Kristupuram
Village.
2) Median open is available between Service
Road and Highway Lane.
3) Service road available
4) Illumination not available.
8 Mandasa Baligam Junction
1) It is a straight Road and Flyover Down.
2) Median open is available.
3) One left hand side of Baligam Flyover a
narrow service road is existed.
4) Seven Meters width service roads are
proposed to construt on both sides under
Capacity Augmentation works.
5) Illumination not available.
9 Mandasa Korrayi Gate
Junction
1) It is a "T" Junction.
2) Road Leads to Korrayi Railway Gate is
existed.
3) Pedestrian movement is there.
4) Illumination not available.
10 Baruva Korlam-Baruva
Junction
1) It is a "T" Junction.
2) Road Leads to Baruva, Sompeta is existed.
3) Pedestrian movement is high.
4) Busy Junction
5) Railway Gate ahead.
6) Illumination not available.
11 Baruva B.R.C. Puram
Junction
1) It is a "T" Junction.
2) Road Leads to Besi Rama Chandra Puram is
existed.
3) Pedestrian movement is there.
4) Median Opening is existed
5) Illumination not available.
12 Kanchili Buragam Junction
1) It is a "T" Junction.
2) Road Leads to Buragam is existed.
3) Pedestrian movement is there.
4) Median Opening is existed
5) Illumination not available.
Signature of the Tenderer with seal
15
13 Kanchili Jalantrakota
Junction
1) It is a "T" Junction.
2) Road Leads to Jalantharakota and other
villages is existed. 3) Pedestrian movement is
there. 4) Median Opening is existed
5) Illumination not available.
14 Kanchili Jadupudi Junction
1) It is a "T" Junction. 2) Road Leads to
Jadupudi is existed. 3) Pedestrian movement is
there. 4) Median Opening is existed.
5) Seven Meters width service roads are under
construction on the both sides of the Highway.
6) Illumination not available.
15 Kanchili Makarampuram
Junction
1) It is a "T" Junction.
2) Road Leads to Kaviti is existed on the left
hand side of Highway.
3) Every Sunday there will be a Sandy on the
right hand of Highway.
4) Pedestrian movement is there.
5) Median Opening is existed.
6) Seven Meters width service roads are under
construction on the both sides of the Highway.
7) Illumination not available.
16 Ichapuram
Town
Sky Drop
Junction
1) It is a "X" Junction.
2) Roads Leading to to Eedupuram and
Bellupada are existed on the both sides of the
Highway. 3) Pedestrian movement is there.
4) Median opening is available.
5) Illumination not available.
17 Kaviti R.Karapadu
Junction
1) It is a "T" Junction.
2) Road Leads to R.Karapadu is existed.
3) Pedestrian movement is there.
4) No median opening
5) Illumination not available.
18 Narasannapeta Tamarapalli
Village
1) It is a striaght Road
2) No median opening available.
3) Illumination not available
4) Pedestrian movement is high.
5) Village existed on the both sides of the road
19 Narasannapeta Gunduvillipeta
1) It is small village Junction
2) No median opening is available.
3) Illumination not available
4) Pedestrian movement is there.
20 Narasannapeta Jilledu
Makivalasa
1) It is 'T" Junction
2) Median opening available.
3) Illumination not available
4) Pedestrian movement is high.
Signature of the Tenderer with seal
16
Annexure – B
TECHNICAL BID
TECHNICAL SPECIFICATIONS FOR 120W (60W X 2 NOS) LED BASED SOLAR
STREET LIGHTING SYSTEMS AT 20 LOCATIONS ON NH-16 OF KASIBUGGA
SUB-DIVISION IN SRIKAKULAM DISTRICT
SI. No. Name of the Item Description /Specifications
(make, capacity etc)
1
Solar PV Module(s)
1.Type & make
2.Capacity of each module
3.No. of modules
2
Battery Bank
1.Type & make
2.Capacity and discharge rate
of each battery
3.No. of batteries
3 Light Source Rating
4 GI Pole
5 J-Bolts with base plate
6 Civil Foundation
7 Electronics
8 Duty Cycle
9 Autonomy
10 Others
Signature of the Tenderer with seal
17
Annexure-C
FINANCIAL BID
FINANCIAL BID FOR 120W (60W X 2 NOS) LED BASED SOLAR STREET
LIGHTING SYSTEMS AT 20 LOCATIONS ON NH-16 OF KASIBUGGA SUB-
DIVISION IN SRIKAKULAM DISTRICT
S.No. Name of the Item Rate (Rs)
(In words)
1
Design, Supply, Installation, Commissioning, Operation
& Maintenance of 120W (60W X 2Nos) LED based
Solar Street Lighting System with the following
components including transport and installation charges
with required civil foundation on Turnkey basis:
i) 90Wp capacity with "A" Grade monocrystalline SPV
Module X 4 Nos
ii) 60W LED based luminair with lens and full
brightness X 2 Nos
iii) 14.8 V, 45 Ah Lithium-ion Battery X 2 Nos (or)
2 Nos X 12.8V, 54 Ah Lithium Ferro Phosphate
(LiFePO4) Battery
iv) 9 mtrs length GI pole with base plate (111 mm dia x
3 mtrs + 90 mm dia x 3 mtrs + 76 mm dia x 3 mtrs)
v) Civil foundation with J-bolts
vi) Other Electrical & Electronic items
2 GST@5% on 70% of item – 1
3 GST@18% on 30% of item – 1
4 Grand Total (1 + 2 + 3 )
Signature of the Tenderer with seal
18