+ All Categories
Home > Documents > 20100709-kreda-nit15

20100709-kreda-nit15

Date post: 08-Apr-2018
Category:
Upload: shabir-tramboo
View: 214 times
Download: 0 times
Share this document with a friend

of 37

Transcript
  • 8/7/2019 20100709-kreda-nit15

    1/37

    GOVERNMENT OF JAMMU AND KASHMIRLADAKH AUTONOMOUS HILL DEVELOPMENT COUNCIL,KARGIL

    OFFICE OF THE PROJECT DIRECTOR /CEO, KREDA,KARGIL -LADAKH

    NIT NO: 15

    For and on behalf of the Governor of J&K, sealed tenders affixed with Rs.5/=

    revenue stamps are invited from reputed Solar Photo Voltaic (SPV) Module

    manufacturers for the supply and installation of SPV Power Plants of 42.5 Kwpcapacity. The firm must have ISO 9001 and ISO 14001 certification, manufacturing

    facilities for SPV Module in India & should have a service centre at Kargil. The

    tenders should be addressed to the Project Director/C.E.O,KREDA,Enviromental Awareness centre Baroo Tsog, Kargil, Ladakh J&K and

    should reach the office of the same on or before 29.07.2010 (11.00 a.m. to 4:00p.m.) as per the following terms/conditions and specifications:

    List of the 42.50KWp Proposed Power PlantsSI. No. Name of Village/Institution Proposed

    Power Plant

    Capacity

    (kW)

    Distance

    from Kargil

    (km)

    Type of Road

    1 Umba 42.5 55 motorable

    2 Tacha 42.5 30 motorable

    3 Ningos Hagnis 42.5 85 motorable

    4 Khows 42.5 60 motorable

    1. Minimum Criterion for BiddingThe bidder must have following minimum criterion for bidding:

    a. The bidder must have ISO 9001 certification for quality management

    systems.b. The bidder must have ISO 14001 certification for environmental

    requirements.

    c. The bidder must have annual turnover of Rs.1000 million in last financial

    year and 40% of the turnover must be from Solar Photo-Voltaics.(i, e,Rs.400 million)

    d. The bidder must have solar module manufacturing facility in India and

    offered modules should be manufactured in accordance with IEC 61215Edition II for meeting quality standards of crystalline silicon solar cell

    modules.

    e. The bidder must qualify to IEC 61730 (Part I and Part II) for safetyqualification testing.

    f. The bidder must have experience of supplying, installing and

    commissioning Solar Photo-Voltaic Power Plants industry for more than 2

    years in India.

    1

  • 8/7/2019 20100709-kreda-nit15

    2/37

    g. The bidder must have his service centre in Kargil with sufficient stock for

    quick servicing.

    h. The bidder must be a total integrated system designer which is inclusive ofsolar modules, solar charge controller, junction boxes, and mounting

    structures.

    i. The bidder must ensure that the battery manufacturer/supplier has ISO9001 certification.

    j. Company authorized dealers or agencies shall not be allowed to participate

    in the tender.k. Following components of the power plant must be made available during

    the tender opening date for the inspection of the major components of the

    power plant quoted by each supplier. For those bidders having tenders

    submitted without the sample components, the price bid shall not beopened.

    1. Sample of the solar panel quoted for each power plant

    2. Sample of the battery quoted for each power plant

    3. PCU Details Specification of each Power Plant to besubmittedNote: only one sample of each type need to besubmitted

    Experience of the Bidder

    A comprehensive list of past projects implemented, by the bidder in India or abroad,

    indicating clients, dates, size of projects and any other relevant material should be

    included in the offer. Companies having experience in execution and operation of solar

    power plants in Indian states, especially in Ladakh will be given preference duringtechnical evaluation.

    Documentation

    One set of installation manual / user manual shall be supplied along with each system.

    The manual shall include complete system details such as array lay-out, schematicdrawing of the system, inverter details, working principle etc. Step by step maintenance

    and troubleshooting procedures shall be given in the manuals as well.

    I .INSTRUCTIONS, TERMS AND CONDITIONS :

    1. The tender should be in three parts viz. Part I, Part II and Part III as described in

    Clause 2 below. These should be in separate envelopes duly super-scribed as Part I,

    Part II and Part III, NIT No. and due date. Sealed envelopes containing all the threeparts should then be placed in a larger envelope, which should be sealed, and super-

    scribed by the given NIT No., due date and name of the tenderer ,contact no

    2

  • 8/7/2019 20100709-kreda-nit15

    3/37

    Clause 2

    2. PART I : - Part I of the tender should be super-scribed as Part I, TechnicalDetails for NIT No and should contain

    Technical Details:

    a. The bidder ISO 9001 certificate to be enclosed

    b. The bidder ISO 14001 certificate to be enclosed

    c. The bidder must ensure that the battery manufacturer/supplier has ISO 9001

    certification; certificate to be enclosed.

    d. The bidder must submit the undertaking/certificates for the materials to besupplied as per the Technical Specifications (Annexure 1).

    e. The bidder must have solar modules manufacturing facility in India and offered

    modules have been manufactured in accordance with IEC 61215 Edition II and

    IEC 61730 (Part I and Part II); necessary certificates to be enclosed.

    f. The bidder must use solar modules and other balance of system (BoS)

    components that qualify to the latest edition of BIS or IEC standards; relevant test

    reports and necessary certificates to be enclosed.

    g. The bidder must have experience of supplying, installing and commissioning

    solar photo voltaic power plants of 50 kWp and above in India. Preference will begiven to those companies who have successfully installed & commissioned such

    power plants in the Ladakh Region. List & Purchase Order copy & performance

    certificates must be enclosed.

    h. The bidder must have PV modules tested at one of the IEC approved test centres.

    Test certificates to be enclosed.

    i. The bidder must have his service centre in kargil; details of the service centre

    must be enclosed.

    j. The bidder must be a total integrated system designer inclusive of solar modules,

    solar charge controllers, junction boxes and mounting structures. Necessary

    documentation must be enclosed.

    3. PART II : Part II of the tender should be super scribed as Part II, Commercial

    Bid for NIT No and should contain:

    3

  • 8/7/2019 20100709-kreda-nit15

    4/37

    a. Proof of Earnest Money.b. Income Tax Clearance Certificate.c. Proof of annual turnover of Rs. 1000 million in the last financialyear and 40% from solar photo voltaic turnover (i, e Rs 400

    million)d PAN Noe. Tin Nof. VAT/ service Taxg. Audit balance sheet for the last three yearh.Latest bank solvency upto june,2010For items b to g shall be submitted by the firm duly signed withsealed & should be dully attested by gazetted officer.4. Demand Draft for the purchase of tender document, or for

    downloaded tender documents worth Rs.2000.00 drawn in favourof project Director KREDA.

    5. PART III: Part III of the tender should be super scribed as Part III, Price Bidfor NIT No and should contain the price bid for the product as per the bill of

    material for each power plant, & strictly as per the price bid format given in theNIT. The price quoted should include the Maintenance contract for 5 years. The

    supplier has to quote clearly the F.O.R at the site of installation, inclusive of all

    taxes.6. The tender should be addressed to The Project Director/Chief Executive

    Officer,KREDA, LAHDC Kargil. Both inner and outer covers duly sealed and

    superscribed and sent either under registered cover or cast in the tender box kept inthe office of the Project Director/Chief Executive Officer,KREDA, LAHDC

    Kargil.

    7. The tenderer shall ensure timely receipt of tender in the office of the ProjectDirector/Chief Executive Officer, KREDA,LAHDC Kargil, the tenders receivedby hand or by post after due date of receipt of tenders shall not be entertained even if

    the tender has been posted/ dispatched much before the due date of receipt.

    8. The tenders will be opened on 31.07.2010 at 2 PM in the office of the Deputy

    commissioner/Chief Executive Officer, LAHDC Kargil, on the date of opening of

    the tenders only the technical and the commercial parts (part-I & part-II) shall be

    opened in the presence of the tenderers who may be present, the price bid (part-III)shall be opened only in case of such tenderers who on scrutiny of part-I & part-II of

    their offer are found to have qualified for opening of the price bid on the same day at

    the D.Cs office or any other day at the discretion of the purchasing committee. In

    case the due date of opening of the tenders falls on a holiday being declaredsubsequently, the tenders will be opened on the next working day.

    9. Tenders must be complete in all respects; all the terms and conditions of tender

    including the technical specifications should be carefully studied for the sake ofsubmitting complete and comprehensive tender documents. Failure to comply with

    any of terms and conditions or instructions of the offer with insufficient particulars

    which are likely to render fair comparison of tender as a whole impossible may leadto rejection even if otherwise it is a competitive offer/tender.

    4

  • 8/7/2019 20100709-kreda-nit15

    5/37

    10. Telegraphic tenders or the tenders of such tenderers who have not purchased

    tender document shall not be entertained. Any request by post or by hand or

    telegraphically for any modification addition or deletion etc. in the tenders shall notbe considered.

    11. The tenders shall be prepared in a formal manner with all quotations written both

    in figures & words. The tenders shall be typed or written in ink, any tender writtenby pencil shall be rejected. There shall be no erasures or overwriting and if

    corrections are made the same shall be neatly done and attested. A systematic form

    of totalling shall be adopted to avoid any ambiguity. The detailed description of theequipment offered shall be given Rank charge, if any shall be debited to the account

    of the tenderer.

    12. The tenderer shall furnish an affidavit duly attested by notary that design of their

    equipment is free from legal encumbrances and that no legal case of any kind oflitigation regarding the patent design is pending in any court of law.

    13. No tenderer unless otherwise specified in these specifications, terms and

    conditions shall be exempted from depositing earnest money.

    14. The tenderer must have full-fledged service centre with all repairing facilitiesin kargil.

    15. No claim shall be laid against the department either in respect of interest ordepreciation in value for the amount of security deposit and or earnest money. In the

    case of bank deposits the department shall not be responsible for any loss on account

    of failure of the bank.

    II. SPECIAL INSTRUCTIONS:

    a. Tenders not submitted on the lines indicated above are liable to be rejected

    without any correspondence.

    b. Request for extension in last date of receipts of tenders shall be ignored.c. The purchaser reserves the right to order additional quantity or reduce the

    quantity of the material advertised at the time of placement of

    order for which the quoted rate shall be valid.d. All legal proceedings in connection with the order, tender will be subject to the

    jurisdiction of local court of Jammu and Kashmir State alone.

    e. The purchaser reserves the right to divide the order between two or more

    tenders for 100% achievement.f. In case of any doubt, dispute or differences arising out of the contract, the same

    shall be referred to the Finance Commissioner (Planning) and

    Ladakh Affairs Department, J&K Government for the decisionunder J&K State Arbitration Act.

    g. The purchaser shall not be bound to accept the lowest or any tender and reserves

    to itself the right of accepting the whole or a portion of any of thetender, as it may deem fit, without assigning any reason thereof.

    h. Any form of canvassing by the tenderers to influence the consideration of their

    tender shall liable to summery rejection.

    5

  • 8/7/2019 20100709-kreda-nit15

    6/37

    i. In order to avoid delay caused by postal correspondence and to expedite the

    process, the purchaser may require the successful tenderer to hold

    technical & commercial negotiations and convey thedecision/acceptance on behalf of the tenderer, with the Purchase

    Committee.

    j. The condition hereafter deal with systems details and supplementary conditionsof the contract in addition to those stipulated in foregoing clauses

    which along with schedules and annexure, shall be deemed to

    form part of detail specification for equipment. The tenderer areadvised to study and familiarize themselves with the terms &

    conditions of the tender.

    k. All material shall be best quality in the market and be capable of satisfactory

    operation when exposed to the local atmospheric conditions atsite.

    l. The tenderer is required to submit a statement of facts in details as to their

    previous experience in performing a similar or comparable work

    and business and technical similar or comparable work andbusiness & technical organization. Financial resources and

    manufacturing facilities available to be used in performing thecontract.

    m. Force majeure clause shall apply.

    n. No other conditions except those mentioned above will be acceptable.

    o. Offers not complying with the delivery schedule shall be considered nonresponsive and shall not be evaluated

    p. Offers not providing clause by clause compliance shall be considered non

    responsive and shall not be evaluatedq. Offers not providing minimum array capacity of designated rating (Wp) shall be

    considered non responsive and shall not be evaluated

    r. Offers not submitted as per price bid format shall be considered non-responsiveand shall not be evaluated.

    III. EARNEST MONEY:

    1. Tenders shall be accompanied with the earnest money Rs11,00000.00(Rupees

    Eleven lacs only) in the form of CDR/FDR/DD/BG pledged to the Project

    Director, KREDA-LAHDC, kargil.2. Tenders not accompanied with the required amount of earnest money will be

    rejected and their price bid shall not be opened.

    3. The earnest money of the tenderers shall be forfeited if they withdraw their tenderor raise the prices of their offer within the validity period. The earnest money

    shall also be forfeited in case of the tenderers who do not comply with the

    purchase order placed on them within the validity period of the offer or violateany terms and conditions contained herein for this, purchase order shall be

    deemed to have been placed from the due date of letter of intent.

    4. Earnest money deposit shall be released in favour of the unsuccessful tender(s)

    within one month after the final acceptance of the tender.

    6

  • 8/7/2019 20100709-kreda-nit15

    7/37

    IV. SECURITY DEPOSIT:

    The successful tenderer(s) shall be required to furnish security deposit

    equivalent to 10% of the value of the contract in the

    CDR/FDR/bank guarantee from nationalized/scheduled bankpledged to the Project Director, KREDA-LAHDC, Kargil. This

    shall be released after testing and commissioning of the SPV

    Solar Power Plants.

    Security deposit shall be furnished within one month from the date of detailed

    purchase order. Failure to do so within the stipulated period will

    make the contract liable for cancellation together with forfeiture

    of EMD at the discretion of chairman purchase committee. TheEMD of the successful tenderer(s) equivalent to Rs11,00000.00

    shall be released after the submission of the security deposit.

    V. WARRANTY:

    The mechanical structures, electrical works including inverters/charge

    controllers/power conditioning unit/ maximum power point

    tracker, distribution board/digital meters/, storage batteries

    and overall workmanship of the solar power plants must be

    warranted for a minimum of 5 years.

    PV modules used in solar power plants must be warranted for output wattage,

    which should not be less than 90% at the end of 10 years and 80%

    at the end of 25 years.

    Necessary maintenance spares for five years trouble free operation shall also be

    supplied with the system. The supplier shall be responsible to replace free of cost (including

    transportation and insurance expenses) to the purchaser whole or

    any part of supply which under normal and proper use become

    dysfunctional within one month of issue of any such complaint bythe purchaser.

    In case the supplier fails to rectify/replace the defective/damaged equipment

    including transit damage, shortages within one month from thedate of intimation of such shortage/damage, they shall have to pay

    interest to Project Director,KREDA-LAHDC, Kargil @3% per

    month on the value of such materials.

    VI. OPERATION AND MAINTENANCE:

    The supplier shall be responsible for the operation & maintenance of the systemsfor a period of 5 years (that is during the warranty period) from the date of

    commissioning of the systems. The price quoted by the supplier should include

    the Operation & Maintenance for 5 years. The manufacturer will submit aquarterly report about the maintenance of the system.

    7

  • 8/7/2019 20100709-kreda-nit15

    8/37

    The bidder shall give the details of their service centers in kargil district or nearest

    places and ensure that all the essential men and materials are placed to ensurequick and efficient operation and after sales service.

    During the Operation and Maintenance period, the supplier shall train local

    personnel for operation and maintenance. An explanation of preventative

    maintenance schedule, plan of operation, scope and implementation of the aftersales service is to be defined and properly documented.

    VII. SALES TAX ETC:

    The rates offered by the tenderer for design, manufacturing, supply, installation,

    commissioning, construction of civil works and operation andmaintenance should be inclusive of all taxes, F.O.R. at the site.

    In case of failure to deliver in full the required supplies on order, the purchaser

    shall have the right to make a risk purchase at the cost of supplier

    and/or cancel the contract and claim reasonable

    compensation/damages. The contract of supply shall berepudiated if the supplies are not made within the prescribed

    period and to the satisfaction of the purchasing officer.

    The price bid should include CST, income tax, surcharge on income tax, service

    tax, local taxes etc. Income tax, service tax and other deductible

    taxes shall be deducted at the source.

    VIII. DELIVERY OF THE POWER PLANT:

    The bidder shall indicate delivery time along with the offer and shall be

    mutually agreed at the time of order finalization.

    IX. VALIDITY:

    The tender should be unconditionally valid for a period of sixmonths from the date of opening of the tenders. The quoted price

    per system as such shall be firm and not variable with the market

    price. The rates approved as per the NIT year would be valid for

    further purchase of the systems during the validity period. Anytenderer revising the offer within the validity period, without

    prejudice to other remedies available with the department is likely

    to be blacklisted.

    X. PAYMENT SCHEDULE:

    25% shall be made as advanced payment to the successful, subject

    to the submission of a bank guarantee for an equal amount valid

    for a period of one year at least. Another 25% shall be released on

    receipt of the material at the site, 45% after the installation andcommissioning. 5% shall be released in five equal instalments at

    8

  • 8/7/2019 20100709-kreda-nit15

    9/37

    the end of each year on submission of documentary evidence

    confirming successful O&M during that year.

    XI. PENALTY:

    In case of failure on the part of the tenderer to make supplies andexecute the work in full, part thereof within the delivery schedule

    stipulated in the purchase order, penalty @ 0.5% per week of

    undelivered portion subject to a maximum of 15% of the cost ofundelivered portion shall be levied.

    XII. CHANGES:

    No variation or modification or waiver of any of the terms and

    provisions of these specifications shall be deemed valid unless

    mutually agreed upon in writing by both the purchaser and the

    supplier.

    XIII. PACKING:

    The bidder shall be responsible for assuring that all commodities

    shipped are properly packed and protected to prevent damage or

    deterioration during shipment. Packaging and shipping costs shallbe borne by the supplier. Customs clearance and all costs and

    actions associated with import duties, taxes and processing of

    documents are to be borne by the bidder. The supplier shall beresponsible for all the damages/losses if any. All crates shall be

    marked with proper signs indicating UP and DOWN sides of the

    packing and also unpacking instructions considered necessary bythe supplier.

    XIV. INSURANCE:

    The bidder shall provide insurance coverage ex-factory untilcommissioning, and acceptance for replacement or repair of any part of

    the consignment due to damage or loss.

    XV. HEALTH, SAFETY AND ENVIROMENT:

    The bidder shall submit the following before starting the installation of thepower plant.

    Safety and Environment policy of the Company

    HSE Manuals for Installation

    Emergency Management Plan

    9

  • 8/7/2019 20100709-kreda-nit15

    10/37

    XVI. CLEAN DEVELOPMENT MECHANISM (CDM) BENEFITS:

    All CDM/Carbon Trading benefits from the installation, commissioning

    and operation of SPV Power Plants shall be the property of KREDA.

    XVII. MATERIAL INSPECTION:

    The material inspection shall be done at the factory location before shipment ofthe material from factory location. The material inspection

    charges (boarding /lodging) for two representatives from KREDA

    have to be borne by the successful tenderer.

    XVIII. AGREEMENT:

    The successful tenderer(s) shall be required to execute an

    agreement on a valid stamped paper for strict compliance of theterms and conditions of the contract, vis--vis the NIT and the

    supply order within seven days of placement of the order

    XIX. TECHNICAL SPECIFICATION (refer to Annexure I for 42.5 kWp

    SPV Plant):

    Project Director /Chief Executive Officer,

    KREDA,LAHDC, Kargil

    10

  • 8/7/2019 20100709-kreda-nit15

    11/37

    ANNEXURE I TECHNICAL SPECIFICATIONS FOR 42.5 kWpSOLAR POWER PLANTS

    PREPARED BY

    Kargil Renewable Energy Development AgencyLAHDC, Kargil, LADAKH

    11

  • 8/7/2019 20100709-kreda-nit15

    12/37

    1. Bill of Material

    1.1 List ofComponents of a Typical Solar Power Plant

    Sl. Description Total UOM

    No Qty

    1 Solar module - 160Wp (minimum),crystalline 42.5 Kwp

    2 Module mounting structureSuitable for

    aboveSet

    3 Array Junction Box - ABS PlasticSuitable for

    aboveNos

    4 Main Junction Box - ABS PlasticSuitable for

    aboveNo

    5 PCU (240 VDC, 45kWp, 415V AC, 25kVA)Suitable for

    aboveNo

    6 1C X 4 Sq.mm. Poly Ethylene Cu.cable 375 M

    7 2C X 10 Sq.mm. Poly Ethylene Cu.cable 60 M

    8 1C X 50 Sq.mm. Poly Ethylene Cu.cable 80 M

    9 3.5C X 10 Sq.mm. Poly Ethylene Cu.cable 30 M

    10AC Distribution Board with MCB, voltmeter, ammeter and energy meter forPCU output

    1 No

    11 Battery protection panel 1 No

    12 Solar Water Distillation plant (3-4 litres per day) 3 Set

    13Battery bank - 240V, 2400 Ah Lead Acid @ C10, 27 deg C with rack andaccessories

    1 Set

    14 Earthing kit 1 Set

    15 Lightning and overvoltage protection 1 Set

    16 Installation kit 1 Se

    17 CFL,15watt , 230V, 50Hz 2000 No

    17 Spares: PCU (240 VDC, 45kWp, 415V AC, 25kVA) 1 no

    All the cables listed above are indicative only. It may vary during thetime of installation.

    1.2 The bidder is responsible for arranging all the hardware,

    accessories, measuring instruments or any other item needed forsuccessful installation/ commissioning/ operation andmaintenance of the power plant.A complete Bill of Materials inclusive of Solar PV Modules,array Junction box, main junction box, cables, Batterybank, PCU, Array mounting structures etc. shall beprovided along with the offer. The numbers of eachcomponent proposed for supply shall be clearly specified.

    12

  • 8/7/2019 20100709-kreda-nit15

    13/37

    2. Scope of Work

    This job involves by means of the enclosed specification, design,manufacture, supply, installation, commissioning of the Solar PV Power

    Systems with 5 years warranty period including 5 years of operationand maintenance.

    The Scope of Work shall include the following,

    a. Design, manufacture and supply of Solar PV Power Plantb. Detailed planning for smooth execution of the projectc. Performance testing of the complete system & warranty of the

    system for 5 years faultless operationd. Construction of Battery Room, Control Room and Power Plant

    Fencing

    e. Risk liability of all personnel associated with the implementationrealization of the project

    f. Operation & Maintenance of the Power Plant for 5 Years including5 years of warranty period.

    3. Technical Specifications of Major Components of Solar PVPower Plant

    1 Solar PV modules and array2 Module mounting structures for Solar PV Modules3 Junction Boxes

    4 Power Conditioning Unit5 Battery Bank with Accessories6 Solar Distillation Plant7 DC & AC Distribution Boards8 Cables and installation accessories9 Earthing and lightning protection10 Battery and Control Room

    a. SOLAR PV MODULES & ARRAY

    Crystalline high power cells shall be used in the Solar Photovoltaicmodule. Each solar module shall consist of redundantly interconnectedphotovoltaic cells and peak power rating shall not be less than 160W.However, higher wattage modules shall be preferred.

    To connect the solar modules interconnection cables shall be provided.Photoelectric conversion efficiency of SPV module shall be greater than

    13

  • 8/7/2019 20100709-kreda-nit15

    14/37

    13%. Modules shall be made of high transmissivity glass front surfacegiving high encapsulation gain and silicon rubber edge sealant formodule protection and mechanical support.

    All materials used shall have a proven history of reliable and stable

    operation in external applications. It shall perform satisfactorily inrelative humidity up to 100% with temperatures between -30 Deg Cand +85 Deg C and with stand gust up to 200km/h from the back sideof the panel.

    Solar module shall be crystalline type, employing laminationtechnology using established polymer (EVA) and tedlar laminate.

    Sample modules, representative of the production processes employedin the manufacture of the offered module shall be in accordance withthe requirements of IEC 61215-Edition II for quality of crystalline silicon

    solar cell modules, IEC 61730 (Part I and Part II). The bidder shallsubmit appropriate certificates.

    Other General Requirements of PV module

    The rated output power of any supplied module shall not vary morethan 3-5% from the average power rating of all modules.

    The module frame shall be made of corrosion resistant materials,which are electrolytically compatible with the structural materialused for mounting the module.

    Protective devices against surges at the PV module shall beprovided, if required. Low voltage drop bypass and / or blockingdiode(s) may also be provided, if required.

    Module Junction box (weather resistant) shall be designed for longlife outdoor operation in harsh environment.

    PV modules used in solar power plants must be warranted foroutput wattage, which should not be less than 90% at the end of 10years and 80% at the end of 25 years.

    The solar modules shall have suitable encapsulation and sealingarrangements to protect the silicon cells from the environment. Thearrangement and the material of encapsulation shall be compatiblewith the thermal expansion properties of the silicon cells and themodule framing arrangement/material. The encapsulationarrangement shall ensure complete moisture proofing for the entirelife of the solar modules.

    Each module shall have low iron tempered glass front for strengthand superior light transmission. It shall also have tough multi

    14

  • 8/7/2019 20100709-kreda-nit15

    15/37

    layered polymer back sheet for environment protection againstmoisture and provide high voltage electrical insulation.

    The fill factor of modules shall not be less than 0.70.

    Other balance of systems components (BoS) must qualify to thelatest edition of BIS or IEC standards issued in this regard.

    Array capacity shall not be less than the designed capacity andnumber of modules required shall be worked out accordingly.

    Each PV module must use a RF identification tag. The followinginformation must be mentioned in the RFID used on each module(This can be inside or outside the laminate, but must be able towithstand harsh environmental conditions.)

    i. Name of the manufacturer of PV Moduleii. Name of the Manufacturer of Solar cellsiii. Month and year of the manufacture (separately for solar cells

    and module)

    iv. Country of origin (separately for solar cells and module)v. I-V curve for the modulevi. Wattage, Im, Vm and FF for the modulevii. Unique Serial No and Model No of the moduleviii. Date and year of obtaining IEC PV module qualification

    certificateix. Name of the test lab issuing IEC certificatex. Other relevant information on traceability of solar cells and

    module as per ISO 9000 series.

    Data sheet shall be furnished duly filled as follows:

    1) Mounting arrangement for Solar module :

    2) Solar module frame material :

    3) Module type :

    4) Module dimensions :

    5) No. of solar cells per module :

    6) Solar cell manufacturer type :

    7) Make of Solar module :

    8) Peak power voltage (Vmp) at 25 Deg C :

    9) Peak Power current (Imp) at 25 Deg C :

    10) Open circuit voltage (Voc) at 25 Deg C :

    11) Short circuit current (Isc) at 25 Deg C :

    12) Weight of each module :

    Orientation and Tilt of PV Module

    Modules alignment and tilt angle shall be calculated to provide the maximum annualenergy output at site.

    15

  • 8/7/2019 20100709-kreda-nit15

    16/37

    b. MODULE MOUNTING STRUCTURE The array structure shall be made of hot dip galvanized MS angles of size not

    less than 50 mm x 50 mm x 6 mm size. The minimum thickness ofgalvanization shall be at least 70 microns. All nuts & bolts shall be made ofvery good quality stainless steel. The minimum clearance of the lowest part ofthe module structure and the developed ground level shall not be less than

    500 mm. Leg assembly of module mounting structure made of different diameter

    galvanized tubes may be accepted. The work should be completed withsupply, fitting fixing of clamps, saddles, nut & bolts etc. While quoting therate, the bidder may mention the design & type of structure offered. All nuts &bolts shall be made of high quality stainless steel.

    The structure shall be designed to allow easy replacement of any module andshall be in line with site requirements.

    The structure shall be designed for simple mechanical and electricalinstallation. It shall support SPV modules at a given orientation, absorb andtransfer the mechanical loads to the ground properly. There shall be norequirement of welding or complex machinery at site.

    The array structure shall be so designed that it will occupy minimum spacewithout sacrificing the output from SPV panels. At the same time it shouldwithstand wind speed up to maximum 200 km/h.

    The drawings along with detailed design shall be submitted to KREDA forapproval before starting the execution work. The supplier/manufacturer shallspecify installation details of the PV modules and the support structures withappropriate diagrams and drawings. The work will be carried out as perdesigns approved by KREDA.

    PCC ARRAY FOUNDATION BASE: The legs of the structures made with GIangles will be fixed and grouted in the PCC foundation columns made with1:2:4 mix of cement concrete. The minimum clearance of the lowest part ofany module structure shall not be less 500 mm from ground level. While

    making the foundation design, due consideration shall be given to weight ofmodule assembly, maximum wind speed of 200 km/hr and seismic factors forthe site.

    The bidder can visit the site before quoting rate for civil works. After taking into consideration all aspects of the site, condition of soil etc., the bidder shallquote for civil works. No extra claim shall be entertained at post project stage.The foundation design of module structure design shall be submitted toKREDA for approval. The work will be carried out as per designs approved byKREDA.

    c. JUNCTION BOXES

    The junction boxes shall be dust, vermin and waterproof and made of FRP / ABS /Thermo Plastic. The terminals shall be connected to copper bus bar arrangementof proper sizes. The junction boxes shall have suitable cable entry points fittedwith cable glands of appropriate sizes for both incoming and outgoing cables.Suitable markings shall be provided on the bus bar for easy identification andcable ferrules shall be fitted at the cable termination points for identification. Thejunction boxes shall have suitable arrangement for the following:

    Combine groups of modules into independent charging sub-arrays that shallbe wired to the controller.

    16

  • 8/7/2019 20100709-kreda-nit15

    17/37

    Provide arrangement for disconnection for each of the groups.

    Provide a test point for each sub-group for quick fault location.

    To provide group array isolation.

    The rating of the JBs shall be suitable with adequate safety factor to interconnect the Solar PV array.

    Metal oxide variastors shall be provided inside the Array JunctionBoxes.

    d. POWER CONDITIONING UNIT

    As SPV array produces direct current, it is necessary to convert thisdirect current into alternating current and adjust the voltage levelsbefore powering equipment designed for nominal mains AC supply.Conversion shall be achieved using an electronic inverter and theassociated control and protection devices. All these components ofthe system are termed the Power Conditioning Unit or simply thePCU. In addition, the PCU shall also house MPPT (Maximum PowerPoint Tracker), to maximize Solar PV array energy input into theSystem.

    PCU refers to combination of charge controller and inverter and shall besupplied as integrated unit or different units of charge controller andinverter depending on rating and size of the power plant.

    Maximum Power Point Tracker (MPPT)

    Maximum Power Point Tracker (Tracker) shall be integrated into thePCU to maximize energy drawn from the Solar PV array. The MPPT

    should be microprocessor / micro-controller based to minimizepower losses. The details of working mechanism of MPPT shall bementioned.

    The efficiency of the MPPT shall not be less than 94% and shall besuitably designed to meet array capacity.

    Inverter

    Inverters shall be of very high quality, having high efficiency and shall becapable of running in isolated mode. The inverter should be completelycompatible with the charge controller and distribution panel.

    The inverter shall be designed for continuous, reliable power supply as per

    specifications. The inverter shall have high conversion efficiency from 25percent load to the full rated load. The efficiency of the inverter shall be morethan 90% at full load and more than 80% at partial load (50%-75%). Thesupplier shall specify the conversion efficiency in the offer.

    The inverter shall be designed for high altitude and extreme temperatures ofthe district of Leh.

    The inverter shall have internal protection arrangement against any sustained

    fault in the feeder.

    17

  • 8/7/2019 20100709-kreda-nit15

    18/37

    The dimension, weight, foundation details etc. of the inverter shall be clearlyindicated in the detailed technical specification.

    The inverter shall have provision for input & output isolation.

    Each solid-state electronic device shall have to be protected to ensure longlife of the inverter as well as smooth functioning of the inverter.

    Supplier shall indicate tripping voltage & start up voltage for the inverters &this should be perfectly matched with the recommendation of batterymanufacturers.

    The PCU shall be mounted on a suitable reinforced concrete pad inside controlroom not susceptible to inundation by water. All cable entry to and from thePCU shall be fully sheathed to prevent access of rodents, termites or otherinsects into the PCU from bottom/top of the PCU in the form of a detachablegland plate.

    Under conditions with the battery in a Full State of Charge theavailable solar power shall supply the site load via the inverterwith the excess solar power (if any) being exported to the grid.

    The contractor shall furnish details of proper operation, maintenance and

    troubleshooting details to KREDA.

    The contractor shall intimate KREDA prior to dispatch of the inverter forinspection. Shop tests on the inverter shall be conducted in the presence ofthe authorized representative of KREDA in order to verify the capacity andproper working of all control and protection arrangement.

    TRANSMISSION AND DISTRIBUTION

    The output voltage shall be 415 V, 3-ph, 50 Hz output with a single unit. T&D networkfor

    these power plants shall be accordingly designed and installed by KREDA.

    f. BATTERYBANK

    The batteries shall be solar photo voltaic batteries of floodedelectrolyte, low maintenance, lead Acid and made of hardrubber/PP container.

    The batteries shall use 2V/12V cells and battery capacity is to bedesigned at C10 rate with end cell cut off voltage of 1.80V / cell.

    Battery terminals shall be provided with covers.

    Batteries shall be provided with micro porous vent plugs withfloats.

    Charging instructions shall be provided along with the batteries.

    Suitable carrying handle shall be provided.

    18

  • 8/7/2019 20100709-kreda-nit15

    19/37

    A suitable battery rack with interconnections & end connectorshall be provided to suitably house the batteries in the bank. Thefeatures and dimensions of the battery rack shall be providedalong with the bid document.

    The batteries shall be suitable for recharging by means of solarmodules via solar charge regulators.

    Bidder shall mention the design cycle life of batteries at 80%,50% and 10% depth of discharge at 25 deg. C. .

    The batteries shall be designed for operating in ambienttemperature of site in the district of Kargil.

    The self discharge of batteries shall be less than 3 % per monthat 27 deg. C and less than 6% per month at 30 deg. C

    The charge efficiency shall be more than 90% up to 70% state ofcharge.

    The topping up frequency shall be > 6months.

    The batteries shall consist of individual cells, which can becarried separately with ease while transporting.

    Offered batteries shall comply to the following:

    10 % of DOD: 7200 cycles50 % of DOD: 3000 cycles80 % of DOD: 1200 cycles

    The Battery Bank shall be designed to provide 2 No Sun days autonomy. The minimum rating of the battery bank foreach type of power plant shall not be less than the ratingshown in system design details and BOM.Battery Rack & AccessoriesBattery interconnecting links shall be provided for interconnecting the

    cells in series and in parallel as needed. Connectors for inter cellconnection (series / parallel) shall be maintenance free screws.Insulated terminal covers shall be provided.

    g. DC & AC Distribution Boards

    DC Distribution Board (DCDB)

    19

  • 8/7/2019 20100709-kreda-nit15

    20/37

    The DC DB shall be provided in between PCU and Solar Array.This can be integrated in the PCU also, to save space.

    It shall have MCCB of suitable rating for connection anddisconnection of array input.

    AC Distribution Board (ACDB) An ACDB shall be provided in between PCU and Loads. It shall have MCB/MCCB of suitable rating for connection and disconnection of

    PCU from load.

    It shall have MCBs to supply power to control room loads such asexhaust fans, lighting loads and power plug sockets.

    It shall have energy meter to record energy supplied to loads

    h. Cables and Accessories

    All the cables shall be supplied conforming to IS 1554 / 694 Part 1 of1988 & shall be of 650 V/ 1.1 kV grade as per requirement. OnlyPVC/polyethylene copper cables shall be used.The size of the cables between array interconnections, array tojunction boxes, junction boxes to PCU etc shall be so selected to keepthe voltage drop and losses to the minimum.The bidder shall supply, installation accessories, which are required toinstall and successfully commission the power plant.

    i. Earthing and Lightning Protection

    Earthing: The array structure of the PV yard shall be groundedproperly using adequate number of earthing kits. All metal casing /shielding of the plant shall be thoroughly grounded to ensure safety ofthe power plant..Lightning: The SPV Power Plant shall be provided with lightning &over voltage protection. The main aim in this protection shall be toreduce the over voltage to a tolerable value before it reaches the PV or

    other sub system components. The source of over voltage can belightning, atmosphere disturbances etc.

    j. Battery Room, Control Room and Maintenance StaffQuarter

    The building shall comprise at least the following room sizes:a) Battery Bank Room: 16- 0 X 58-0b) Control Room: 7-0 X 58-0

    20

  • 8/7/2019 20100709-kreda-nit15

    21/37

    c) Operator Room: 12-6 X 13-0d) Kitchen: 80X 10-6

    Plinth and Underground: The building shall have a plinth height of 2-6 restingona mud mate of 4 thick cement concrete 1:4:8 mix. The plinth shall be 2 below theground level in 1:3:6 mix cement concrete blocks

    Under Floors: There shall be a sand filling lining below a thermocol lining with alayer of polythene sheet (water barrier)

    Flooring: 1.5 thick cement concrete flooring of 1:2:4 mix shall be laid with a neatfloating coat of neat cement

    Super-Structure: The outer walls (except front south side wall) shall be doublewalled having 50 mm thick thermocol insulation for the resistance of heat flow.The outer wall shall be raised in stone masonry in cement mortar 1:6 mix and shallbe 1 thick. The inner layer of the wall shall be raised with precast hollow blocks of1:2:4 mix in 1:6 cement mortar. The front wall shall be a trombe wall, painted blackfor heating purposes. All the partitions and room walls shall be of solid blocks of1:3:6 mix raised in 1:6 cement mortar including the front south side wall.

    Opening: The door shall be fully panelled and the windows fully glazed of firstclass kail wood resting in wooden frames

    Roofing: 150 mm R.C.C slab shall be laid over ground floor as roofing. 350 mmthick layer of mud pushka shall be laid over the R.C.C. slab for insulationpurposes. The roof shall be local type with a slight slope to run the rain water withall side parapets.

    Finishing: The walls shall be finished with cement plaster from inside and roughcast cement plaster from outside, with distempering from inside and cementplaster from outside. All exposed woodwork shall be polished with French Spiritpolish

    Ceiling: The R.C.C slab shall be finished with cement lining and the whole ceilingshall be white washed with lime

    Fencing: The fencing should be chain link fencing (type A) of size 50 X 50 mmmesh fixed in a frame 60 X 60 X 6 mm of equal angles; this should be embed inconcrete blocks with R-R (random rubble) masonry wall 2-0 above ground level

    with 50 mm thick DPC. 1 no. steel gate should be provided and installed with thefencing. The fencing shall be constructed such that the SPV array is not in itsshadow area.

    Lighting: 12 lighting points shall be provided in the control room/ battery bankbuilding and 8 security lighting shall be placed evenly around the SPV powerplant fencing. The security lighting should include a 3.5 metre pole, luminaryfixtures, lamp (CFL 15 W), cables, switch box and all items necessary forfunctionality. Erection of the security lighting poles shall be undertaken by thesuccessful bidder. All lighting shall be powered by the SPV power plant installed.3 nos. three-pin socket points shall also be installed in the operator room and thekitchen (2 in operator room, 1 in kitchen).

    The bidder shall include cost of construction of the battery room, control room,maintenance staff quarter, local toilet facility, lighting and fencing of the SPV

    power plant in the offer. The bidder can visit the site before quoting rate for civil works. After taking in toconsideration all aspects of the site, condition of soil etc., the bidder shall quote forall civil works. No extra claim will be entertained at post project stage. The workwill be carried out as per designs given by KREDA.

    Refer to Annexure II for the details and drawings of above

    4. Documentation

    21

  • 8/7/2019 20100709-kreda-nit15

    22/37

    Two sets of installation manual / user manual shall be supplied alongwith the each power plant. The manual shall include complete systemdetails such as array lay out, schematic of the system, inverter details,working principle etc. Step by step maintenance and troubleshooting

    procedures shall be given in the manuals.

    Detailed Estimate for SPV Building (42.5Kwp) under KREDA-Kargil

    SI No. Particular of Work Rate Amount (R

    1 Earth work in excavation over areas (exceeding 30 cm in depth, 1.5 m in

    width as well as 10 sqm in plan) including disposal of excavated earth, and

    lift upto 1.5 m, disposed earth to be levelled and neatly dressed.

    Qty: Total = 346.00 m

    3

    Rs. 82.35/ m3 28,499/-

    2 Earthwork in excavation in foundation trenches or drains (not exceeding

    1.50m) in width as well as 10 sq. m on plan) including dressing of sides

    and ramming of bottoms, lift up to 1.50 m, including taking out the

    excavated soil and disposal of surplus excavated soil as directed

    Qty: Total = 84.68 m3

    Rs. 69.35/ m3 5,873/-

    3 Providing and laying in position cement concrete of specified grade

    excluding the cost of centering and shuttering - all work up to plinth level.

    1:4:8 (1 cement: 4 fine sand: 8 graded stone aggregate 40mm nom. size

    crushed)

    Qty: Total = 25.88 m3

    Rs. 1243.50/

    m332,191/-

    4 Providing and laying in position cement concrete of specified grade

    excluding the cost of centering and shuttering - all work up to plinth level.

    1:3:6 (1 cement: 3 fine sand: 6 graded stone aggregate 40mm nom. size

    crushed)

    Qty: Total = 76.87 m3

    Rs. 1471.50/

    m31,13,119/-

    5 Random rubble masonry with hard stone from quarry in foundation and

    plinth including levelling up with cement concrete 1:6:12 (1 cement: 6

    coarse sand: 12 graded stone aggregate 20 mm nominal size) at plinth level

    with cement mortar 1:6 (1 cement : 6 coarse sand)

    Qty: Total = 66.60 m3

    Rs. 1471.50/

    m373,153/-

    6 Providing and fixing upto floor five level precast cement concrete hollow

    block including hoisting and setting in position with cement mortar 1:6 (1

    cement: 6 coarse sand), cost of centering, shuttering and finishing smooth

    with 6 mm thick cement plaster 1:3 (1 cement: 3 fine sand) on exposed

    surfaces complete.

    Qty: Total = 20.30 m3

    Rs. 3160.00/

    m364,160/-

    22

  • 8/7/2019 20100709-kreda-nit15

    23/37

    7 Providing and fixing upto floor five level precast cement concrete solid

    block including hoisting and setting in position with cement mortar 1:6 (1

    cement: 6 coarse sand), cost of centering, shuttering and finishing smooth

    with 6 mm thick cement plaster 1:3 (1 cement: 3 fine sand) on exposed

    surfaces complete.

    1:3:6 (1 cement: 3 coarse sand:6 graded stone aggregate 20 mm nominal

    size - crushed)

    Qty: Total = 58.54 m3

    Rs. 3065.20/

    m31,79,447/-

    8 Reinforced cement concrete work in roof upto floor five level excluding

    the cost of centering, shuttering, finishing and reinforcement with 1:2:4 (1

    cement: 2 coarse sand: 4 graded stone aggregate 20mm nominal size)

    Qty: Total = 41.34 m3

    Rs. 2444.40/

    m31,01,054/-

    9 Mud pushka roofing of damped brick earth on roofs laid to slope

    consolidated and plastered with 25 mm thick mud mortar mixed with local

    yakzes.

    Qty: Total = 160.28 m2

    Rs. 182.20/ m2 29,205/-

    10 Reinforcement for R.C.C work including straightening, cutting, bending,

    placing in position and binding all complete thermo-mechanically treated

    bars (TMTB).

    Qty: Total = 4339.98 kg

    Rs. 26.30/ kg 1,14,141/-

    11 Extra for every additional 1 cm thickness of mud pushka, 155 mm thick,

    i.e. 6 extra layers. Area vide item 9.

    Qty: Total = 961.73 m2

    Rs. 4.50/ m2 4,328/-

    12 Centering and shuttering including strutting, propping, etc. and removal of

    form for:

    a) Foundation, footings, bases of columns etc. for mass concrete

    Qty: Total = 32.27 m2

    b) Walls (any thickness) including attached pilasters, buttresses,

    plinth, and string courses etc. vide item 4

    Qty: Total = 225.17 m2

    c) Lintels, beams, plinth beams, girders, bressumers and cantilevers

    Qty: Total = 59.67 m2

    d) Suspended floors, roofs, landings, balconies, and access platform

    Qty: Total = 132.37 m2

    e) Edge of slabs and breaks in floors and walls : edge length, under

    Rs. 59.70/ m2

    Rs. 109.15/ m2

    Rs. 90.55/ m2

    Rs. 105.75/ m2

    Rs. 34.35/ m

    1926/-

    24,578/-

    9,403/-

    13,998/-

    23

  • 8/7/2019 20100709-kreda-nit15

    24/37

    20 cm wide

    Qty: Total = 99.82 Rm 3,429/-

    13 Sand filling in rooms under flooring with watering and ramming

    Qty: Total = 36.15 m3Rs. 126.00/ m3 4,555/-

    14 Cement concrete flooring 1:2:4 (1 cement: 2 coarse sand: 4 graded stone

    aggregate) finished with a floating coat of neat cement including cement

    slurry, but excluding the cost of nosing of steps. etc. complete - 50 mm

    thick cement concrete flooring with 20 mm nominal size stone

    Qty: Total = 165.84 m2

    Rs. 142.00/ m2 23,550/-

    15 Providing and fixing glass strips in joints of terrazzo/cement concrete floor

    40 mm wide X 6 mm thick

    Qty: Total = 590.73 m

    Rs. 17.40/ m 10,279/-

    16 Providing woodwork in frames of doors, window, clerestory windows andother frames, wrought framed and fixed in position - first class kail wood

    Qty: Total = 1.21 m3

    Rs. 21451/ m3 26,011/-

    17 Providing and fixing panelled or panelled and glazed shutters for doors,

    windows, and clerestory windows including ISI marked black enamelled

    M.S. butt hinges with necessary screws, excluding panelling which will bepaid for separately - 35 mm thick 1st class kail wood

    Qty: Total = 33.67 m2

    Rs. 696.05/ m2 23,437/-

    18 Providing and fixing panelling or panelling and glazing in panelled orpanelled and glazed shutters for door, windows, and clerestory windows

    (area of opening for panel inserts excluding portion inside grooves orrebates to be measured). Panelling for panelled or panelled glazed shutters,

    35 mm 1st class kail wood

    Qty: Total = 24.33 m2

    Rs. 559.90/ m2 13,626/-

    19 Pebble dash plaster up to 10 mtr. height above ground level with a mixture

    of washed pebbles or crushed stones 6mm to 12.5 mm nominal size dashedover and including fresh plaster in two layers, under layer 12 mm cement

    plaster 1:4 (1 cement: 4 coarse sand) and top layer 10 mm cement plaster

    with cement mortar 1:3 (1 cement: 3 fine sand) mixed with 10% finely

    grounded hydrated lime by volume of cement.

    Qty: Total = 248.01 m2

    Rs. 129.90/ m2 32,044/-

    20 12 mm thick cement plaster finished with a floating coat of neat cement of

    mix 1:4 (1 cement: 4 fine sand)

    Qty: Total = 521.70 m2

    Rs. 71.50/ m2 37,301/-

    21 6 mm thick cement plaster to ceiling of mix 1:3 (1 cement: 3 fine sand) Rs. 44.55/ m2 6,563/-

    24

  • 8/7/2019 20100709-kreda-nit15

    25/37

    Qty: Total = 147.72 m2

    22 Distempering with oil bound washable distemper of approved brand andmanufacture to give an even shade. New work (2 or more coats) over and

    including priming coat with cement primer. Quantity as per item 20 and 21

    Qty: Total = 669.01 m2

    Rs. 30.40/ m2 20,338/-

    23 Finishing walls with water proofing cement paint of approved brand andmanufacture to give an even shade. New work (2 or more coats applied @

    3.84 kg/10 sqm).

    Qty: Total = 248.01 m2

    Rs. 45.25/ m2 11,223/-

    24 French Spirit polishing on wood work: two or more coats on new works

    including a coat of wood filler

    Qty: Total = 113.92 m2

    Rs. 69.70/ m2 7,941/-

    25 Painting with aluminium paint of approved brand and manufacture to give

    an even shade, two or more coats on new work

    Qty: Total = 30.65 m2

    Rs. 22.20/ m2 681/-

    26 Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to

    frame with 10 mm diameter bolts, nuts and wooden plugs and embedding

    in cement concrete blocks 13 X 10 X 15 cm, 1:3:6 mix (1 cement: 2 coarse

    sand: 6 graded stone aggregate 20 mm nominal size)

    Qty: Total = 135 Nos.

    Rs. 37.25/ no. 5,042/-

    27 Providing and fixing bright finished brass tower bolts (barrel type) with

    necessary screws etc. complete for wooden door and windows

    250 X 10 mm

    a) 17 nos.

    100 X 10 mm

    b) 17 nos.

    Rs. 109.20/no.

    Rs. 48.55/ no.

    1856/-

    825/-

    28 Providing and fixing aluminium tower bolts, ISI marked (anodized anodiccoating not less than grade AC 10 as per IS:1868) transparent or dyed to

    required colour or shade with necessary screws etc. complete: in

    aluminium frames/shutters 100 X 10 mm

    Qty: Total = 56 Nos.

    Rs. 22.05/no. 1235/-

    29 Providing and fixing bright finished brass 100 mm mortice latch and lockwith 6 levers and a pair of lever handles with necessary screws etc.

    complete (best make of approved quality)

    Qty: Total = 6 nos.

    Rs. 253.20/ no. 1519/-

    30 Providing and fixing ISI marked oxidized M.S sliding door bolts with nut Rs. 51.95/no. 571/-

    25

  • 8/7/2019 20100709-kreda-nit15

    26/37

    and screws etc. complete 250X16 mm

    Qty: Total = 11 nos.

    31 Providing and fixing ISI marked oxidized M.S handles conforming to

    IS:4992 with necessary screws etc. complete 125 mm/100mm

    a) Inner Doors (125 mm)Qty: Total = 8 nos.

    b) Windows (100 mm)

    Qty: Total = 4 nos.

    Rs. 9.20/ no.

    Rs. 7.00/ no.

    74/-

    28/-

    32 Providing and fixing aluminium handles ISI marked anodized (anodic

    coating not less than grade AC 10 as per IS: 1868) transparent or dyed to

    required colour and shade with necessary screws etc. complete 125 mm

    Qty: Total = 10 nos.

    Rs. 33.65/no. 337/-

    33 Providing and fixing aluminium hanging floor door stopper ISI markedanodized (anodic coating not less than grade AC 10 as per IS: 1868)

    transparent or dyed to required colour and shade with necessary screws

    etc., twin rubber stopper

    Qty: Total = 8 nos.

    Rs. 46.15/no. 369/-

    34 Providing and fixing bright finished brass casement window

    stopper/fastener with necessary screws etc. complete

    Qty: Total = 14 nos.

    Rs. 30.35/no. 425/-

    35 Providing and fixing nickel plated M.S pipe curtain rods with nickel plated

    brackets - 25 mm diameter (heavy type)

    Qty: Total = 17.47 m

    Rs. 49.60/ m 867/-

    TOTAL 10,29,201/-

    36 Add 145% above on all items as tender appreciation

    25,21,542/-

    NON SCHEDULED ITEMS

    37 Providing and laying thermocol lining of 50 mm thickness in between

    double walls

    Qty: Total = 261.92 m2

    Rs. 500/ m2 1,30,961/-

    38 Providing and laying of polythene sheet (water barrier)

    Qty: Total = 118.66 m2

    Rs. 50/ m2 5,933/-

    GRAND

    TOTAL 26,58,436/-

    Construction of Chain Link Fencing around SPV Solar Power Plant

    26

  • 8/7/2019 20100709-kreda-nit15

    27/37

    S No. Particulars Specification

    1 Earthworks in excavation over areas (exceeding 30cm in depth, 1.5 mtr. in width as well as 10 sqm on

    plan) including disposal of excavated earth lead upto1.5 mtr and lift upto 1.5 mtr disposed earth to be level

    Size of Trench =.50 m X .60 m X length

    2 Providing and laying in position cement concrete of

    specified grade excluding the cost of centering and

    shuttering all work upto plinth level in 1:4:8 (1cement: 4 coarse sand: 8 graded stone aggregate 40

    mm nominal size)

    Bed Concrete =

    .50 m X .10 m X length

    3 Providing and laying in position cement concrete of

    specified grade excluding the cost of centering and

    shuttering, all work upto plinth level in 1:3:6 (1cement: 3 coarse sand: 6 graded stone aggregate 20

    mm nominal size)

    Concrete Blocks =

    .50 m X .50 m X 1.0 m

    each

    4 Random rubble masonry with hard stone from quarry

    in foundation and plinth including levelling up with

    cement concrete 1:6:12 (1 cement: 4 coarse sand: 12

    graded stone aggregate 20 mm nominal size) at plinthlevel with cement mortar 1:6 (1 cement : 6 coarse

    sand)

    Masonry Wall Size =

    .50 m X 1.0 m X length

    5 Centering and shuttering including strutting, propping,

    etc. and removal of form retaining wall/other wall of

    any thickness upto plinth level

    6 Providing and laying DPC 1:2:4 mix 40 mm thick, 20

    mm nominal size aggregate7 Pointing on stone work with 1:3 mix (flush pointing)

    8 Steel work in built up section (riveted and bolted)framed including cutting, hoisting, and fixing in

    position and applying primer coat using steel primer

    and nuts and bolts, complete job.

    Size of fencing =40 m X 40 m X 6 mm

    equal angles for

    horizontal and verticalposts and flat iron 20

    mm X 6 mm

    9 Providing and fixing chain link fencing of size

    (2X2) mesh galvanized steel wire (complete job)

    10 Carriage of materials from source/stores to the site of

    work by mechanical transport and by head load likecement, chain link fencing, stone aggregate and sand

    etc. (complete job)

    11 Provision of 1 No. Steel Gate of size 8-0 X 14-0

    using 60 X 60 X 5 mm equal angle frames with 6 mmthick M.S. Sheet including red oxide primer coating

    and painting (complete job)

    Total Estimated Cost (4500 Rs./Rm for Fencing +

    27

  • 8/7/2019 20100709-kreda-nit15

    28/37

    35,000 Rs. For 1 No. Steel Gate)

    Total length of the 42.5Kwp SPV power palnt to be

    quoted=Rs 150Mtrs

    PRICE BID FORMAT(42.5Kwp)

    COST ESTIMATE FOR LIGHTING WORKS IN SPV PLANT (42.5 kWp)

    Si No. Description Rate Amount (Rs.)

    1 Providing and fixing lighting points, completejob

    Qty: Total = 12

    Rs. 400/ each 4,800.00

    2 Providing and fixing 3 pin socket points,complete job

    Qty: Total = 3

    Rs. 500/ each 1500.00

    3 Providing security lighting, 3.5 metre poleabove ground level, mild steel,

    with weather proof paint finishing, mounting

    hardware, luminary fixtures,

    15 W lamp, cables and accessories, complete

    job

    Qty: Total = 8

    Rs. 9000/ each 72,000.00

    GRAND

    TOTAL78,300.00

    Detailed Estimate for Local Toilet Facility for SPV Power PlantParticular of work

    Earth work in excavation over areas (exceeding 30

    Si No. Description Price Bid(Rs.)

    1 Total Cost of Systems as per the Bill of Materials

    inclusive of all taxes applicable (F.O.R. at site)2 Installation and Commissioning including

    construction of control room, battery bankroom, maintenance staff room, fencing, localtoilet and any other civil/electrical works forcompletion of the Job sticky as per the design& schedule given in the NIT

    3 Operation and Maintenance for 5 years

    GRAND TOTAL

    28

  • 8/7/2019 20100709-kreda-nit15

    29/37

    cm in depth,1.5 m in width as

    well as 10 sqm in plan )

    including disposal of excavated

    earth, and lift up to 1.5 m

    disposed earth to be levelled and

    neatly dressed.

    Qty ;total =44.57m3

    Earth work in excavation in foundation trenches or

    drains ( not exceeding 1.50m) in

    width as well as 10 sq.m on plan

    ) including dressing of sides and

    ramming of bottoms, left up to

    1.50m, including taking out the

    excavated soil and disposal of

    surplus excavated soil as

    directedQty;

    total =6.19m3Providing and laying in position cement concrete of

    specified grade excluding the

    cost of centring and shuttering

    all work up to plinth level.1:4:8( 1 cement : 4 fine sand : 8

    graded stone aggregate 40mm

    nom. Size crushed)

    Qtytotal=1.23m3

    Random rubble masonry with hard stone fromquarry in foundation and plinth

    including levelling up withcement concrete 1:6:12( 1

    cement:6 coarse sand : 12graded stone aggregate 20 mm

    nominal size ) at plinth level

    with cement mortar 1:6 ( 1

    cement: 6 coarse sand )

    Qty

    total= 33.18m3

    Providing and fixing up to floor five level precast

    cement concrete solid block

    including hoisting and setting in

    position with cement mortar 1:6( 1 cement :6 coarse sand) , cost

    of centring , shuttering and

    finishing smooth with 6 mm

    thick cement plaster 1:3 ( 1

    cement : 3 fine sand) on exposed

    surface complete .

    1:3:6 ( 1 cement : 3 coarse sand :6 graded stone

    29

  • 8/7/2019 20100709-kreda-nit15

    30/37

    aggregate 20mm nominal size

    crushed )

    Qty total =

    3.05m3

    Reinforced cement concrete work in roof up to

    floor five level excluding the

    cost of centring , shuttering ,finishing ,and reinforce cement

    with 1:2:4 ( 1cement :2 coarse

    sand :4 graded stone aggregate

    20 mm nominal size )

    Qty total

    = 3.42m3

    Reinforce cement for R.C.C work including

    straightening , cutting ,bending,

    placing in position and binding

    all complete , thermo ,

    mechanically treated bars

    ( TMTB),QTY

    Total=342.5kg

    Cantering and shuttering including strutting ,

    propping etc. And removal of

    form for;

    a) Foundation , footings ,bases of columns etc. For

    mass concert

    Qty total =1.62m2

    b) Suspended floors ,roofs, landing, balconies and

    access platformQty total=9.73 m2

    c) Edge of slabs and breaks in floors and walls andedge length under 20cm wide

    Qty total =121.64Rm

    Rs 59.70/m2

    Providing wood work in frames of doors ,window , clerestory, windows

    and other frames , wrought

    framed and fixed in position ,

    first class kail woodQty

    total= 0.10m3Providing and fixing panelled or panelled and

    glazed shutters for doors ,

    windows , and clerestorywindows including ISI

    marked black enamelled M.S.

    butt hinges with necessaryscrews , excluding panelling

    30

  • 8/7/2019 20100709-kreda-nit15

    31/37

    which will be paid for

    separately -35mm thick 1st

    class kail wood

    Qty

    total= 1.21m2

    Providing and fixing panelling or panelling and

    glazed in panelled or panel and

    glazed shutters for door ,

    windows , and clerestory

    windows ( area of opening for

    panel inserts excluding portion

    inside grooves or rebates to bemeasured ) panelling for

    panelled or panelled glazed

    shutters , 35mm 1st class kail

    wood

    Qty total 2.27m2

    Pebble dash plaster up to 10mtr .height above

    ground level with a mixture of

    washed pebbles or crushed stone

    6mm to 12.5 mm nominal size

    dashed over and including fresh

    plaster into layers , under layer

    12mm cement plaster 1:4 ( 1

    cement : 4 coarse sand ) and top

    layer 10mm cement plaster with

    cement mortar 1:3 ( 1 cement :3

    fine sand ) mix with 10 %finally grounded hydrated lime

    by volume e of cement

    Qty

    total= 37.16m2

    12 mm thick cement plaster finished with a floating

    coat of heat cement of mix 1:4

    ( 1 cement :4 fine sand)

    Qty

    total=29.86m2

    Distempering with oil bound washable distemper of

    approval band and manufacture

    to give an shade. new work ( 2or more coats)over and

    including priming coat with

    cement primer. Quantity as per

    item 20 & 21.

    Qty.

    Total=29.86 m2

    Finishing walls with water proofing cement paint of

    approved brand and manufacture

    31

  • 8/7/2019 20100709-kreda-nit15

    32/37

    to give an even shade. New

    work (2 or more coats applied @

    3.84 kg/ 10sqm.

    Qty.

    Total=37.16m2

    French spirit polishing on wood work: two or more

    coats on new work including acoat of wood filler

    Qty.

    Total=4.85m2

    Painting with synthetic enamel paint of approved

    brand and manufacture to give

    an even shade, two or more

    coats on new word (on wood

    work)

    Qty.

    Total=4.85m2

    Providing 40 X 5 mm flat iron hold fast 40 cm. longincluding fixing to frame with

    10mm. diameter bolts, nuts and

    wooden plugs and embedding in

    cement concrete blocks 13 X 10

    X 15cm, 1: 3:6 mix (1

    cement:2coarse sand:6 graded

    stone aggregate 20mm nominal

    size)

    Qty.

    Total=6Nos

    Providing and fixing bright finished brass towerbolts (barrel type) with

    necessary screws etc. Complete

    for wooden door and windows

    250 X 10 mm

    a) 6X1=2Nos.

    Providing and fixing aluminium tower bolts, ISI

    marked (anodized anodic

    coating not less than grade AC

    10 as per ISI:1868) transparentor dyed to required colour or

    shade with necessary screws etc.

    Complete: in aluminium

    frames/shutters 100X10 mm

    Qty.

    Total=2Nos.

    32

  • 8/7/2019 20100709-kreda-nit15

    33/37

    Add 145% above on all items as tender appreciation

    ANNEXURE IIDetails drawing of control room ,site plan of SPV Power plant

    42.5 kWp & local lantern

    33

  • 8/7/2019 20100709-kreda-nit15

    34/37

    34

  • 8/7/2019 20100709-kreda-nit15

    35/37

    35

  • 8/7/2019 20100709-kreda-nit15

    36/37

    36

  • 8/7/2019 20100709-kreda-nit15

    37/37


Recommended