54
TENDER DOCUMENT (e-Procurement – two part tender) Installation & Commissioning of 3.3 MWp Grid Tie Solar Power plant on cluster basis on the canal top of Barapole small Hydro project in Kannur Kerala. Tender No. KSEDC/KEC/PUR/PEG/P618/2015-16 Date:20.01.2015 KERALA STATE ELECTRONICS DEVELOPMENT CORPORATION LIMITED (A Government of Kerala Undertaking) Keltron Equipment Complex, Karakulam P.O, Thiruvananthapuram – 695 564, Kerala. Tel: 0472-2888999 Fax: 0472-2888736 Email: [email protected] CIN-U74999KL1972SGC002450.

TENDER DOCUMENT (e-Procurement – two part tender)

Embed Size (px)

Citation preview

TENDER DOCUMENT

(e-Procurement – two part tender)

Installation & Commissioning of 3.3 MWp Grid Tie

Solar Power plant on cluster basis on the canal top of Barapole

small Hydro project in Kannur Kerala.

Tender No. KSEDC/KEC/PUR/PEG/P618/2015-16

Date:20.01.2015

KERALA STATE ELECTRONICS DEVELOPMENT CORPORATION LIMITED (A Government of Kerala Undertaking)

Keltron Equipment Complex, Karakulam P.O, Thiruvananthapuram – 695 564, Kerala. Tel: 0472-2888999 Fax: 0472-2888736

Email: [email protected] CIN-U74999KL1972SGC002450.

1. Preamble

1.1 Introduction

Kerala State Electronics Development Corporation Ltd, popularly known as KELTRON, was established in 1973 as the first Electronics Development Corporation in India in the state Government Sector. The Power Electronics Group is one of the divisions of KELTRON, engaged in the design, manufacturing, supply, installation and commissioning of power electronics products such as inverters, UPS, battery chargers, rectifiers, voltage stabilizers etc since 1973 and having a customer back up like NPCIL, NTPC, EIL, GAIL, ONGC, BHEL, and DRDO etc. With the vast experience in the field of Power Electronics, we also have entered into the renewable energy sector, with the Solar Power generation system along with the Solar Power conditioning unit, comprising of Inverters and Maximum power point Tracking (MPPT) Charge controllers, the heart of Solar Power system. KELTRON have developed 10KVA PCU system (can be scaled up to higher capacities) and got empanelled in the vendor list of MNRE. KELTRON have installed over 3.5MW Solar power plant in the past 3 years at various organisations including Kerala State Industrial Enterprise(KSIE),The Travancore Titanium Products, The Travancore Cements,Forest Industries Limited, Kerala Clays and Ceramics Products, The Travancore Cochin Chemicals, KINFRA, Malabar Cancer Center, Various Port Offices, Various Jails, Various Block Panchayaths,….etc.

This tender is issued by Kerala State Electronics Development Corporation (KELTRON)

for inviting proposals for Installation & Commissioning of 3.3 MWp Grid tie Solar Power plant on cluster basis on the canal top of Barapole small Hydro project in kannur, Kerala. Interested parties, who meet the qualification criteria specified in this document, please go through this document for the scope of work and terms and conditions. The proposals submitted i n the prescribed format of e-tender ing system shal l qual i f y for evaluat ion.

2. Tender Schedule

1. Tender inviting Authority,

Designation and Address

Head (Purchase)

Keltron Equipment Complex

Karakulam, Thiruvananthapuram 695564

e-mail: [email protected]

Tel: 0472-2888121,143 Fax: 0472-2888736

2. Name of the Work

Installation & Commissioning of 3.3 Mwp Grid tie Solar Power plant on cluster Basis on the canal top of barapole small Hydro project in Kannur, Kerala

3.

Cost of Tender Document

Rs. 20000.00 +VAT 5%

Rs. 21000/-

Tender documents can be downloaded from

https://etenders.kerala.gov.in

4. Earnest Money Deposit (EMD)

Rs.100000 /-

Bidder should ensure that EMD is remitted only to the

account number given in the Remittance form provided by

e-Procurement system for that particular tender. Proof for

EMD exemption certificate as per stores and purchase

manual of Govt. of kerala

5. Tender submission

Two Part Tender comprising of Technical Bid and

Price Bid should be submitted through e-tender website

https://etenders.kerala.gov.in .

Schedule for submission of Bidding documents - Important Date & Time:

Tender notification 20.01.2016 2:00 pm https://etenders.kerala.gov.in

Issue of Bidding document

20.01.2016 5:00 pm Download from

https://etenders.kerala.gov.in

Pre bid meeting 23.01.2016 2.00 pm

Last date of uploading of bid

28.01.2016 5:00 pm Tenders should be submitted online at

https://etenders.kerala.gov.in

Opening of Technical bid

01.02.2016 9:00 am

Opening of Price Bid Will be

intimated later Only the technically qualified bid will be

opened

3. General Instructions

3.1 General

a) The Bidders are requested to examine the instructions, terms and conditions and

specifications given in the Tender. Failure to furnish all required information in every

respect will be at the Bidder's risk and may result in the rejection of bid.

b) It will be imperative for each Bidder(s) to familiarize itself/ themselves with the

prevailing legal situations for the execution of contract. KELTRON shall not entertain

any request for clarification from the Bidder regarding such legal aspects of

submission of the Bids.

c) It will be the responsibility of the Bidder that all factors have been investigated

and considered while submitting the Bids and no claim whatsoever including those of

financial adjustments to the contract awarded under this tender will be entertained by

KELTRON. Neither any time schedule nor financial adjustments arising thereof shall

be permitted on account of failure by the Bidder to appraise themselves.

d) The Bidder shall be deemed to have satisfied itself fully before Bidding as to the

correctness and sufficiency of its Bids for the contract and price quoted in the Bid to

cover all obligations under this Tender.

e) It must be clearly understood that the Terms and Conditions and specifications

are intended to be strictly enforced. No escalation of cost in the Tender by the Bidder

will be permitted throughout the period of Agreement or throughout the period of

completion of contract whichever is later on account of any reasons whatsoever.

f) The Bidder should be fully and completely responsible to KELTRON for all the

deliveries and deliverables within the stipulated timelines.

3.2 Amendments to the Tender

a) The Bidders should periodically check for the amendments or corrigendum or

information in the website till the closing date of this Tender. KELTRON will not

make any individual communication and will in no way be responsible for any

ignorance pleaded by the Bidders.

b) No clarifications would be offered by KELTRON within 48 hours prior to the

due date and time for opening of the Tender.

c) Before the closing of the Tender, KELTRON may amend the Tender document

as per requirements or wherever KELTRON feels that such amendments are

absolutely necessary.

d) KELTRON at its discretion may or may not extend the due date and time for

the submission of bids on account of amendments.

e) KELTRON is not responsible for any misinterpretation of the provisions of this

tender document on account of the Bidder’s failure to update the Bid

documents on changes announced through the website.

3.3 Language of the Bid

The bid prepared by the Bidder as well as all correspondence and documents relating to

the bid shall be in English only.

3.4 Bid Currency

Price should be quoted in Indian Rupees only and Payment shall be made in Indian

Rupees only.

3.5 Contacting Tender Inviting Authority

1) Bidders shall not make attempts to establish unsolicited and unauthorized

contact with the Tender Accepting Authority, Tender Inviting Authority or

Tender Scrutiny Committee after the opening of the Tender and prior to the

notification of the Award and any attempt by any Bidder to bring extraneous

pressures on the Tender Accepting Authority and / or the Officials of

KELTRON shall be sufficient reason to disqualify the Bidder.

2) Notwithstanding anything mentioned above, the Tender inviting Authority or

the Tender Accepting Authority may seek bonafide clarifications from

Bidders relating to the tenders submitted by them during the evaluation of

tenders.

3.6 Force Majeure Neither the Purchaser / KELTRON nor the Successful Bidder shall be liable to the other

for any delay or failure in the performance of their respective obligations due to causes or

contingencies beyond their reasonable control such as:

Natural phenomena including but not limited to earthquakes, floods and

epidemics.

Acts of any Government authority domestic or foreign including but not limited

to war declared or undeclared, priorities and quarantine restrictions.

Accidents or disruptions including, but not limited to fire, explosions,

breakdown of essential machinery or equipment, power and water shortages.

3.7 Arbitration

Except as otherwise provided elsewhere in the contract, if any dispute, difference,

question or disagreement arises between the parties hereto or their respective

representatives or assignees, at any time in connection with construction, meaning,

operation, effect, interpretation or out of the contract or breach thereof, the same shall be

decided by Sole Arbitrator to be appointed by the KELTRON.

If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any reason from

the proceedings, another Arbitrator shall be appointed by the KELTRON. The Arbitrator so

appointed shall proceed with the reference from the stage, where his predecessor had left

if both parties consent for the same, otherwise, he shall proceed de novo.

It is a term of the contract that the party invoking arbitration shall specify all disputes to be

referred to arbitration at the time of invocation of arbitration and not thereafter.

It is also a term of the contract that neither party to the contract shall be entitled to seek

interest and the arbitrator should not grant interest.

The Arbitral Tribunal shall give reasoned award and the same shall be final, conclusive

and binding on the parties.

The venue of the arbitration shall be Thiruvananthapuram and language English.

The fees of the Arbitrator and expenses incidental to the arbitration proceedings shall be

borne equally by the parties.

Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 and

any statutory modifications or re-enactment in lieu thereof shall apply to the arbitration

proceedings under this Clause.

Subject to the above, the Courts in Thiruvananthapuram alone shall have jurisdiction in

this matter.

4. SCOPE OF WORK

The scope of the work includes Installation and Commissioning of 3.3 MWp Grid Tie Solar

PV Power Project on cluster basis on the Canal Top of Barapole Small Hydro Projects in Kannur

District owned by KSEBL. The bidder should visit the site before submitting the quote and

should have thorough awareness about the nature of work.

Pre bid meeting shall be arranged for clarifications, if any.

5 . Eligiblity Criteria

The Bidder should: 1. Be an Indian Company/ Firm. 2. Should not have been debarred / black listed by any Government / Semi Government organizations in India/Public Sector Undertakings of the Central and State Governments. 3. The bidder should have successfully installed solar photovoltaic power plants (Off- Grid and On-Grid) of at least 75 kWp aggregate capacity in the last 2 years as on date of Notice Inviting Tender. 4. Bidder should have turn over of Rs. 20 lakhs in the last 2 financial year, 2013-14 & 2014-15 5. The bidder should have sufficient financial background for the smooth implementation of the project. 6. Bidder should have been associated with Keltron in Electrical wiring activities. Proof for the same shall be submitted. Period of Completion The period of completion of work shall be 2 months after receiving the work order. 4. WARRANTY

The mechanical structures, electrical works and overall workman ship of the grid

solar power plant must be warranted for a minimum of 5years and AMC for a

further 5 years on completion of 5 year warranty period.

5. Bid Preparation and Submission

5.1 Cost of Bidding

The Bidders should bear all costs associated with the preparation and

submission of Bids. KELTRON will in no way be responsible or liable for the

charges/costs incurred regardless of the conduct or outcome of the bidding

process.

5.2 Earnest Money Deposit (EMD)

a) An EMD amount of Rs. 100000/- should be remitted by SBT / NEFT transfer or Proof for EMD exemption certificate as per stores and purchase manual of Govt. of kerala .Bidders are advised to visit the website https://etenders.kerala.gov.in.

Bidder should ensure that EMD are remitted only to the account number given in

the Remittance form provided by e-Procurement system for that particular tender.

The NEFT facility for online payment may be exercised at least 48 hours before

the closing date of the bid to ensure that payment towards EMD are credited and

a confirmation is reflected in the e-procurement system. Hence, the remittance

form provided by e-procurement system is to be used only for NEFT payment. The

technical bid will be opened on online at the time and date mentioned above.

b) The EMD of the unsuccessful Bidders will be returned at the expense of the

Bidders within a reasonable time consistent with the rules and regulations in this

behalf. The EMD amount held by KELTRON till it is refunded to the unsuccessful

Bidders will not earn any interest thereof.

i) The EMD amount of the Successful Bidder will be converted as part of the

Security Deposit (SD) for successful execution of the work and will be

returned only after the successful fulfillment of the contract.

ii) The EMD amount will be forfeited to KELTRON if the bidder withdraws the

bid during the period of its validity specified in the tender or if the

successful bidder fails to remit Security Deposit or fails to sign the Contract

within the due dates.

c) The successful vendor shall submit a security deposit for 5% of order value or BG

of equal amount from any nationalized bank till completion of the work.

5.3 Two Part Bidding

Bidders should examine all instructions, Terms, Conditions and Technical

specifications given in the Tender document. Failure to furnish information required

by the Bid or submission of a Bid not substantially responsive in every respect will

be at the Bidder’s risk and may result in rejection of Bids. Bidders should strictly

submit the Bid as specified in the Tender, failing which the bids will be treated as

non-responsive and will be rejected.

a) The Technical Bid format as given in the Tender shall be filled, signed and

stamped on all pages. Errors if any shall be attested by the Bidders. The

Technical Bid shall not contain any indications of the Price, otherwise the

Bid will be summarily rejected.

5.4 Price Bid Form a) All the Price items as asked in the Tender should be filled in the Price Bid

Format as given in the Tender.

b) The Bidder shall quote for both:

Basic cost, Central Sales Tax (CST), Kerala Value Added Tax (KVAT) and

others if any All expenses incurred during delivery of the item at destination

including unloading charges has to be borne by the bidder. No additional

cost on any head can be claimed by the Successful Bidder during

execution of the contract.

c) The Price Bid Form (BOQ) should not contain any conditional offers or

variation clauses; otherwise the Bids will be summarily rejected.

d) The Prices quoted shall be in INDIAN RUPEES only. The tender is liable

for rejection if Price Bid contains conditional offers.

e) The cost quoted by the Bidder shall be kept firm for a period specified in

the Tender from the date of opening of the tender. The Bidder should keep

the Price firm during the period of contract including during the period of

extension of time if any. Escalation of cost will not be permitted during the

said periods or during any period while providing services whether

extended or not within the stipulated delivery period. The Bidders should

particularly take note of this factor before submitting the Bids.

5.5 Bid Closing date and time

The Bids should be submitted not later than the date and time specified in the Tender

Schedule or Corrigendum if published. Hence the Bidders should be cautious to submit

the Bids well in advance to avoid disappointments.

5.5 Mode of Submission of Bids

a) The Tender document shall be available only on the internet

https://etenders.kerala.gov.in

b) The Bids should be submitted online strictly as specified in the Tender

document on or before the due date and time. The Bids will not be received

personally. Bidder shall scan the documents in normal resolution to reduce

the file size for uploading.

6. Tender Opening and Evaluation 6.1 Technical Bid Opening

The Technical Bid will be opened on the date and time as specified in the Tender

schedule.

6.2 Tender Validity

a) The offer submitted by the Bidders should be valid for

period of 180 days from the date of opening of the Tender.

b) In exceptional circumstances, KELTRON may solicit the Bidders to extend

the validity. The Bidder should extend price validity and Bid security

validity.

6.3 Initial Scrutiny

Initial Bid scrutiny will be conducted and incomplete details as given below will be treated

as non-responsive.

If Tenders are;

• Found with suppression of details

• Incomplete information, subjective, conditional offers.

• Submitted without support documents as per the Eligibility Criteria and Evaluation Criteria.

• Non-compliance of any of the clauses stipulated in the Tender

However, documents of historical nature can be called for by KELTRON for assessing

eligibility. All responsive Bids will be considered for further evaluation. The decision of

KELTRON will be final in this regard.

6.4 Clarifications by KELTRON When deemed necessary, KELTRON may seek bonafide clarifications on any aspect from

the Bidder. However, that would not entitle the Bidder to change or cause any change in

the substance of the Bid or price quoted. During the course of Technical Bid evaluation,

KELTRON may seek additional information or historical documents for verification to

facilitate decision making. In case the Bidder fails to comply with the requirements of

KELTRON as stated above, such Bids may at the discretion of KELTRON, be rejected as

technically non-responsive.

6.5 Tender Evaluation

6.5.1 Suppression of facts and misleading information

During the Bid evaluation, if any suppression or misrepresentation is

brought to the notice of KELTRON, KELTRON shall have the right to reject the Bid and

if after selection, KELTRON would terminate the contract, as the case may be, the

rejection/ termination will be without any compensation to the Bidder and the EMD /

SD, as the case may be, shall be forfeited.

Bidders should note that if any figure in the proof documents submitted by the Bidders

for proving their eligibility is found suppressed or erased, KELTRON shall have the

right to seek the correct facts and figures or reject such Bids.

It is up to the Bidders to submit the full copies of the proof documents to meet out the

criteria. Otherwise, KELTRON at its discretion may or may not consider such

documents.

The Tender calls for full copies of documents to prove the Bidder's experience and

capacity to undertake the project.

6.5.2 Technical Bid Evaluation

a) A Technical Committee will examine the Technical Bids against the Eligibility

Criteria and Evaluation Criteria given in the Tender document. The evaluation will be

conducted based on the support documents submitted by the Bidders. The documents

which did not meet the eligibility criteria in the first stage of scrutiny will be rejected in

that stage itself and further evaluation will not be carried out for such bidders. The

eligible Bidders alone will be considered for further evaluation.

b) For those Bidders who have already worked or working with KELTRON, their

previous performance in KELTRON would be evaluated / considered for selection.

If any unsatisfactory performances of those Bidders are found, their Bids will be

straight away rejected.

The Unsatisfactory performance is defined as any of the following:-

• Non responsiveness after getting the Purchase order (or)

• Delay in supply, installation of the ordered items etc. (or)

• Lack of communication about the delay in deliveries, installation etc.

6.5.3 Price Bid Evaluation

a) The financial bid (BOQ) should be submitted in the e-tender format.

b) In respect of VAT, where the bidders are from the State of Kerala as well

as from outside the State of Kerala, the Value Added Tax (VAT) shall be

excluded, but Central Sales Tax (CST) any other taxes quoted shall be

included for determining the lowest bidder.

c) Price bid of the technically qualified bidders alone will be opened and evaluated.

d) The bidder shall confirm that the price bid conforms to all the terms and conditions stipulated in the tender document. He shall confirm that the price bid is final in all respects and contains no conditions.

6.7 Award of contract

1) L1 Bidder will be declared as a Successful Bidder and contract will be signed with

him.In case KELTRON find that the Successful Bidder is unable to complete the work

as per the conditions, they will be free to apportion part of the total contract zone wise

to other Successful Bidders after recording the reasons in writing.

2) No dispute can be raised by any Bidder whose bid has been rejected and no

claims will be entertained or paid on this account.

6.8 KELTRON reserves the right to:

1. Insist on quality / specification of materials to be supplied.

2. If performance in delivery / quality of the Bidder is not as per the requirement,

KELTRON reserves the right to cancel the contract and make alternate

arrangements. The contractor will have to reimburse any additional expenditure

which may be incurred in the process.

3. KELTRON reserve its right to inspect the contractor’s / bidders' facilities and based

on the inspection, KELTRON reserves a right to modify the quantity ordered.

4. KELTRON reserve its right to inspect the bidders' facilities before placement of

orders and based on the inspection, KELTRON reserves a right to modify the quantity

ordered.

5. KELTRON reserves its right to withhold any amount for the deficiency in the

service aspect of the ordered items supplied to the customers.

7. Execution of Work

7.1 Acceptance of Tender and Withdrawals

The final acceptance of the tender is entirely vested with KELTRON who reserves

the right to accept or reject any or all of the tenders in full or in parts without

assigning any reason whatsoever. The Tender Accepting Authority may also reject

all the tenders for reasons such as change in Scope, Specification, lack of

anticipated financial resources, court orders, calamities or any other unforeseen

circumstances. After acceptance of the Tender by KELTRON, the Successful

Bidder shall have no right to withdraw their tender or claim higher price.

7.2 Letter of Acceptance (LOA)

After acceptance of the Tender by KELTRON, a Letter of Acceptance (LOA) will be

issued to the Successful Bidder(s) by KELTRON.

.

7.3 Termination of Contract 7.4.1 Termination for default

a) KELTRON may without prejudice to any other remedy for breach of

contract, by written notice of default with a notice period of 7 days, sent to

the Successful Bidder, terminate the contract in whole or part, (i) if the

Successful Bidder fails to deliver any or all of the goods / services within

the time period(s) specified in the Contract, or fails to supply the items as

per the Delivery Schedule or within any extension period thereof granted by

KELTRON; or (ii) if the Successful Bidder fails to perform any of the

obligation(s) under the contract; or (iii) if the Successful Bidder, in the

judgment of KELTRON, has engaged in fraudulent and corrupt practices in

competing for or in executing the Contract.

b) In the event of KELTRON terminating the Contract in whole or in part,

KELTRON may procure, upon terms and in such manner as it deems

appropriate, the goods and services similar to those and delivered and the

successful bidder shall be liable to KELTRON for any additional costs for

such similar goods. However, the successful bidder shall continue the

performance of the contract to the extend not terminated.

7.4.2 Termination of Insolvency

KELTRON may at any time terminate the Contract by giving written notice with a notice

period of 7 days to the Successful Bidder, if the successful bidder becomes bankrupt or

otherwise insolvent. In this event, termination will be without compensation to the

Successful Bidder, provided that such termination will not prejudice or affect any right of

action or remedy that has accrued or will accrue thereafter to KELTRON.

7.4.3 Termination of Contract

KELTRON reserves the right to terminate the contract in whole or part in seven days. On

termination, the Successful Bidder is not entitled to any compensation whatsoever.

7.5 Execution of Order

The Successful Bidder(s) should nominate and intimate the KELTRON, an Engineer for

Single Point of Contact (SPOC), who should be responsible for effective delivery of

materials complying with all the terms and conditions. The Successful Bidder(s) should

ensure that the Engineer fully familiarizes with the Tender Conditions, Scope of Work and

deliverables.

7.6 Assigning of Tender as whole or in part

The Successful Bidder(s) shall not assign or make over the contract, the benefit or burden

thereof to any other person or persons or body corporate. The Successful Bidder(s)

should not under-let or sublet to any person(s) or body corporate for the execution of the

contract or any part thereof.

Sub-contracting of the awarded work in any manner will amount to a breach of the

contract. Such bidders would be disqualified and their bid would be summarily rejected.

Time is the essence of the contract. KELTRON reserves the right to cancel the order

placed on any bidder and assigns the work to anyone else at the risk and cost of the

aforesaid bidder in case of delay, non-compliance to specifications or any other valid

reason.

7.7 Liquidated Damages (LD)

LD will applicable @ 0.5% per week of the delayed part of work subjected to maximum of

5% work order value.

7.9 Other Conditions

a) The final decision would be based on the technical capacity and pricing

of the Bidder(s).

b) KELTRON reserves the right to reject any or all the tenders without

assigning any reason, to relax or waive any of the conditions stipulated in

the terms and conditions of tender as deemed necessary in the best

interests of KELTRON for good and sufficient reasons.

8. Payment Clause.

1.Payments will be made for

a) Supply : (a). 50% against delivery of full material at site

(b). 40% after completion of Installation & commissioning.

(c). 10% after handing over, on submission of PBG for a period of 60

months from the date of commissioning.

b) Labour Part : (a).90% after completion of Installation & commissioning.

(b). 10% after handing over,on submission of PBG for a period

of 60 months from the date of commissioning.

Penalty amount(s) if any, will be adjusted in the payment due to the Successful

Bidder.

Period of Completion : The period of completion of work shall be 2 months after receiving the work order.

Part-1 Technical Bid

The Cover 1 shall contain:

1. Bidder Information Letter in Bidder’s Original Letter Head in the Format listed as

Annexure 1.

2. Bid Form in the Format listed as Annexure-2.

3. Declaration Regarding Clean Track Record in the format given in Annexure-3

4. Certificate of incorporation / Registration, attested copy of valid

CST/VAT/TIN/WCT registration certificate.

5. Power of attorney for the authorized signatory to sign the document.

6. Declaration by the bidder as per Annexure - 4

7. Prequalification Questionnaire as per Annexure - 5

8. Financial criteria as per the Annexure – 6(a)

9. Compliance statement as per Annexure - 7

10. The Agency should have completed at least installations of an aggregated

minimum capacity as per the experience criteria Annexure 6(b) for each group of

Power plants. The list of installed systems should be provided in the enclosed

format Annexure 10 (A&B) along with certificate of satisfactory performance issued

by the user and work order copies to prove experience.

11. Unprice list of material for the successful completion of project

Part 2- Price Bid

The Cover 2 shall contain:

1. BOQ

Other Conditions

1. In this Installation there are 4 clusters of 500 Kw & one cluster of 300Kw

2. Work may be divided between more than one vendor, which will be the sole

decision of Keltron.

3. Clarifications required , if any, may be submitted prior to pre bid meeting

4. Price the individual items as in BOM shall be submitted, subsequent to finalization

of P.O.

5. Management reserves the right to award additional works, if any , to the eligible

vendors.

.

Annexure-1

Bidder Information Letter

(To be submitted in Letter Head)

To

Head (Purchase) Keltron Equipment Complex

Karakulam, Thiruvananthapuram 695564 Kerala.

Title –Installation & Commissioning of 3.3 MWp grid tie Solar Power plant on cluster

basis on the canal top of barapole small hydro project in Kannur, Kerala.

Sir,

With reference to the Tender No: ------------------------ dated ------------------- I / We have

downloaded tender document from the website https://etenders.kerala.gov.in for the

Tender and furnishing the following details for your information.

My / our full address for communication (with Telephone/ FAX Nos./Email)

My/our full address on which PO to be placed (with Telephone/ FAX Nos./Email)

Signature of Bidder

(Seal)

Annexure -2

BID FORM To

Head (Purchase) Keltron Equipment Complex

Karakulam, Thiruvananthapuram 695564 Kerala. Sub: Bid Form

Ref. Tender No.: ---------------------------- dated -------------

Dear Sir,

1. Having examined the conditions of tender contract, the receipt of which is hereby duly

acknowledged, I / We, undersigned, offer to Installation & Commissioning of 3.3 MWp

grid tie Solar Power plant on cluster basis on the canal top of barapole small hydro

project in Kannur, Kerala and execute the P.O with tender specifications referred above

and also to the said terms & conditions of contract at the rate shown in the Financial

bid(BOQ) attached herewith and made part of this bid.

2. I / We undertake, if our Bid is accepted, to complete work as per the conditions of tender within the stipulated time.

3.I/We agree that the offer shall remain open for acceptance for a minimum period of 60

days stipulated in the Tender from the date of opening of the tender and thereafter until it

is withdrawn by us by notice in writing duly addressed to the authority of opening the

tender and sent by registered post with acknowledgement due or otherwise delivered at

the office of the authority. The EMD amount shall not bear any interest and shall be liable

to be forfeited to KELTRON .

4. We understand that you are not bound to accept the lowest or any bid, you may

receive.

5. The tender document for the works mentioned above have been obtained by me from

the URL: https://etenders.kerala.gov.in, the official e-procurement website of Govt. of

Kerala and I / We hereby certify that I /We have read the entire terms and conditions of

the tender document, which shall form part of the contract agreement and I / We shall

abide by the conditions / clauses contained therein.

6. I/We declare that the information furnished in the bid is true to the best of our

knowledge. If any false/fictitious information is found, I/We agree to the rejection of the bid

and consequence action.

7. I / We hereby unconditionally accept the tender conditions of KELTRON’s tender

document in its entirety for the above supplies.

Dated this ………………………..day of………………………………… 2015

Signature of

In capacity of

Duly authorized to sign the bid for and on behalf of ---------------------------------------------------

Witness 1. ------------------

Signature Name & Address:

Witness 2. ------------------

Signature Name & Address:

Annexure-3

Declaration Regarding Clean Track Record

To

Head (Purchase) Keltron Equipment Complex

Karakulam, Thiruvananthapuram 695564 Kerala.

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document

[No._________________]. I hereby declare that my company has not been debarred/

black listed as on Bid calling date by any State Government, Central Government, Central

& State Govt. Undertakings/enterprises/Organizations and by any other Quasi

Government bodies/Organizations, World Bank and any other major

Enterprise/Organizations in India for non-satisfactory past performance, corrupt,

fraudulent or any other unethical business practices. Further, declaring that no cases

pending against the firm/organization either in Government (State or Union) or as

mentioned above for involvement in cases for supply of sub-standard goods/material or

track record of supply of inferior quality or no enquiries on past supplies are being

conducted or underway. I further certify that I am competent officer in my company to

make this declaration.

Yours faithfully,

Signature of the Bidder

Name :

Designation :

Seal :

Date:

Annexure-4

Declaration

To

Head (Purchase) Keltron Equipment Complex Karakulam, Thiruvananthapuram 695564 Kerala.

1. DO HERE BY DECLARE THAT HE ENTRIES MADE IN THIS APPLICATION

FORMARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE.

2. I ALSO UNDERTAKE THE RESPONSIBILITY THAT ALL SUBSEQUENT CHANGES

IN THE CONSTITUTION OR WORKING OF THE FIRM, AFFECTING THE ACCURACY

OF THE ANSWERS NOW GIVEN IN THIS APPLICATION FORM WILL BE PROMPTLY

COMMUNICATED TO KELTRON.

FOR ……………….

PLACE:-

DATE:-

(SIGNATURE OF

AUTHORISED

SIGNATORY)

DESIGNATION:

(OFFICE SEAL)

Annexure-5

1. PREQUALIFICATION QUESTIONNAIRE

SL

NO

QUESTIONS

ANSWERS

1

Name of Firm

2

Nationality

I

3 Head Office Address

Postal

Telex No

Fax No.

E-MAIL

Phone No

4 Former Name of firm if any

5 Branch Office & Address

6 Type Of Organization

Individual

Partnership

Incorporated Company

7 Year & place of establishment

8 Nature of Firm

Member of a group of companies(if yes, give

name, address, connections and descriptions of

the other companies)

Subsidiary of large organization(if yes, give

name, address and descriptions of the main

company)

9 Has Your firm worked as Developer

As a joint venture

Main contractor

Sub Contractor

(if Yes, Please give name, address of prime

contractor and details of contractual

arrangements with the prime contractor)

10 Give brief description of field/areas in which you

have executed work. Please furnish details and

particulars of such works in the relevant formats

attached. Furnish exhibits of the important

projects executed by you.

11 Are you registered with any other Govt.

Department/Public Sector undertaking?

(if yes given details)

12 What type of work is usually sublet by you

13 Have You ever failed to complete any work

awarded to you? (if so when, where and why)

14 Have you ever failed to complete the work in

time? If any penalty imposed ion you, give details

15 In what other line of business are you financially

interested

16 Have you ever been denied tendering facility by

any government/Public sector under taking of

India or of any other country(if so give details)

Have you been debarred from tendering in any

Govt. departments/Undertaking (if so give

details)

17 How many years have your organization been in

business under present business name? What

were you fields, when you established your

company, when did you add new fields?

18 Has any officer or partner of your organization

ever been an officer or partner of any other

organization that failed to complete? (If so, state

name of the individual and other organization)

Has any officer or partner of your organization

ever failed to complete the construction contract

handled in his own name?

19

Name and address of affiliate subsidiary

partnerships, joint Ventures and parent

companies (indicate nature of the firm and

present engagement)

20

Name of any international organization for which

your firm has already been registered / pre-

qualified?

21

What are your sources of finance (Please give

details of bank reference- certificate from bank

endorsing your financial stability and certificate

to substantiate other sources)

22 Have your company ever been declared bankrupt

(if Yes, please give details)

23

What is the maximum value of projects/works

that you can handle

What is the maximum value of project/works

that you have handled so far.

24

Give the last Two years account with auditor’s

reports, balance sheet, profit and loss account,

and income tax clearance certificate.

25

How much is your paid up capital

How much is your working capital

How much is your foreign investment

How much is your annual turnover for the last 5

years(give separately for each year)

How much is your net income for the last 5

years? (Give separately for each year)

26

Do you intend to associate any other

organization for the works, which you are

bidding? If so, give full particulars of that

organization separately under each head of

questionnaire and forms.

27

Formats (enclosed shall be filled) Details of

Engineers & Managerial Personnel

Details of machinery and equipment owned by

the Company

List of Machinery & equipment that company

proposes take on rent and use for the work

Present activities in which your firm is engaged

as a Main Contractor(Last 5 Years)

Present activities in which your firm is working

in joint Venture (Last Five Years)

Present activities in which your firm is working

as Sub Contractor (Las Five Years)

Simultaneous contract engagement of the

contractor Material Testing facilities available

with the firm(details of testing equipment both

for civil and electrical works are to be mentioned)

Name & Address.

Annexure-6

(a). FINANCIAL CRITERIA

a) . Bidder should have turn over of Rs. 20 lakhs in the last two financial year 2013-14 &

2014-15

b) For proof of Annual turnover, attested copies of the following documents should be

submitted along with the bid:

i) A certificate issued by a practicing Chartered / Cost Accountants’ Firm,

certifying the Annual Turnover and nature of business, and

ii) Audited Balance sheet and Profit & Loss Account etc. along with the Bid

establish experience/ track record and financial capabilities meeting Bid

Rejection Criteria.

c) The bidder or its Proprietor/Partner(s)/ Director(s) of the firm should not have been

convicted by a Court of Law for an offence involving moral turpitude in relation to

business dealings during the past seven (7) years. The bidder shall give affidavit

(on Rs Ten) to this effect. The affidavit must be affirmed before the competent judicial

authority or duly notarized by the Notary. Besides, bidder should furnish litigation

history of their firm or group firm. The litigation history shall include:

(i) Arbitration cases pending.

(ii) Disputed incomplete works.

(iii) Pending civil cases against the firm and/or its Proprietor/Partner(s)/ Director (s)

involving moral turpitude in relation to business dealings.

(iv) Pending Criminal cases against the firm and /or its Proprietor / Partner(s) /

Director (s) involving moral turpitude in relation to business dealings.

(v) Punishments awarded under civil cases and / or criminal cases involving moral

turpitude in relation business dealings to the firm and / or its Proprietor/

Partner(s)/ Director(s).

d) The Bidder should confirm that they have not been banned or de-listed by any Govt. or

Quasi-Govt. Agencies or PSU’s. If so banned this fact must be clearly stated by Bidder in

his offer. However, it may necessarily be a cause of disqualifying the bid. If this

declaration is not given, bid will be rejected as non –responsive.

e) The entire work of Tender for installation and commission of 3.3 Mwp grid tie Solar PV

project on canal top of Barapole small hydro project in Kannur district owned by KSEBL

partial bidding is not acceptable.

f) The bidder shall prepare and submit, as part of his Bid, a complete construction showing

in detail his proposed programme of the operation for the orderly performance of the

work within the time specified in the specifications.

(b). EXPERIENCE

Requirement Status

a) The bidder should have successfully installed

solar photovoltaic power plants (Off-Grid and

On-Grid) of at least 75 kWp aggregate capacity

b) one plant should be a On Grid/ Off grid SPV Power

Plant of capacity 20kWp or more.

Annexure-7

Compliance Statement

a. TECHANICAL PARTICULARS OF COMPONENTS.

TECHNICAL INFORMATION TO BE PROVIDED

SL NO BRIEF DESCRIPTION MAKE

(Required)

MAKE

(Offered)

STANDARDS TO WHICH

IT COMPLIES AS PER

TEST CERTIFICATE

1

SPV module mounting

structure suitable for

accommodating 3.3

MWp (in 5 Clusters)

capacity SPV modules

including foundation

as per specifications

on Canaltop.

TATA/ JINDAL/SAIL/ any

Any ISI Make

2

Cables requirement as

per design

Finolex/V

Guard/Havells

polycab/Gloster

3

Earthling Complete

set

Any ISI Make

4

Lightning arrester

LAMCO / Any

Standard make

5

Spares, tools

operation and

maintenance of solar

plant

Bidders are to clearly mention the name and address of the manufacturer of each components

quoted them. Also attach test certificated in full of relevant equipments.

b.MINIMUM REQUIREMENT OF TECHNICAL PERSONS

SL NO

QUALIFICATION

PROFESSIONAL EXPERIENCE

NO OF PERSONS

REQUIRED

8 .FINANCIAL STATEMENT

Year 2014-15

2013-14

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Year

Total Revenue

Profit Before Tax

Profit after tax

9. TOTAL TURNOVER

YEAR

AMOUNT

2013-14

2014-15

TOTAL

Annexure-10

.ACTIVITIES AND COMPLETED WORKS OF THE FIRM (FORMS)

Form (A)

PRESENT ACTIVITIES IN WHICH YOUR FIRM IS ENGAGED AS A MAIN CONTRACTOR

Name & Types

of project/

works which

your are

presently

executing & its

location

Brief

technical

description

Name &

address of

client

Period of

contract

(as

provided

in the

agreemen

t)

Amount

of

contract.

Type &

amount

of portion

sublet by

you.

Year of

starting

Percentage

completed

(work)

Name &

address of

consultant if

any.

COMPLETED WORKS IN WHICH YOUR FIRM WAS THE MAIN CONTRACTOR

FORM B

(DURING LAST 5 YEARS.)

Name of the

Project/

works & its

location

(phase of

work for

which you are

responsible)

Brief

technical

description

Name &

Address of

Client

Period of

contract

(as

provided in

the

Agreement

)

Cost

of

project

(in

Rs.)

Type &

cost

of project

which you

Sublet.

Year of

completion

Reas

ons

for

delay

if

any.

Name &

Address

of

consulta

nts, if

any

Sche

dule

Actual

Annexure 11

ITEM DESCRIPTION

BOM OF 5 CLUSTERS FOR STRUCTURAL WORK,CABLING,PANEL CLEANING SYSTEM AND

INSTALLATION OF PCU,SCADA & SCB FOR 3.3 MW CANALTOP SOLAR POWER PROJECT AT

KSEB,BARAPOLE, KANNUR

BOM OF CLUSTER 1(300KW)

SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

SUPPLY PART 1 Supply of supporting

structures using ISMB 125

for poles & ISMB 150 for

cross beam. GI purlin of 3

inchX 1.5 inch with 2mm

thickness C-channel for

panel mounting & GI

rectangular pipe of 3 inchX

1.5 inch with 2mm thickness

for Diagonal pole at north

end for 300 KWp solar

power plant as per drawing

attached.

poles : ISMB 125

cross beam: ISMB 150.

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 300 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached. Complete structure should be

painted with 2 coats of marine Epoxy painting.

300000 Watts

2 DC cables for connecting each

string to the SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable

2500 Mtrs

3 70 sq.mm. DC Copper Cable Single core 70 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

120 Mtrs

4 50 sq.mm. DC Copper Cable Single core 50 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

120 Mtrs

5 Supply of RS 485 Cable for

SCADA

RS 485 cable with required number of connectors 150 Mtrs

6 Supply of Communication

Cable for SCADA

4Core x 1.5 sq.mm. unarmoured copper cable 60 Mtrs

7 Supply of Lightning arrestors Spike type(copper) with protection radius 15m, 2

mtr height above panel

15 Nos

8 Supply of GI strip for Double

Earthing 15 Nos. of Lightning

arrestors to a total of 25

earth pits

50 x 6 mm GI strip single run 1050 Mtrs

9 Supply of Copper bare

conductor for Double

Earthing SPDs in 3 Nos. of

SCBs in 2 earth pits

8 SWG copper bare conductor 300 Mtrs

10 Supply of materials for Rod

earthing(SCB-4 Nos, LA-

25Nos.,Structure-10Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

39 Nos

11 Supply of materials for

making LT cable tray with

25cm width and 200 mtr

length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

12 Supply of materials for

making LT cable trench with

50cm width,75cm depth and

10 mtr length

Side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

13 Supply of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

14 Supply of water pipe with

taps in every 50 mtrs

PVC pipe(1 inch)-200 mtrs and suitable taps 1 lump sum

15 Supply of car washing pump

& hose for panel cleaning

Standard spec.& make. Minimum hose length is

25m

1 Set

16 Supply of water tank of 1000

ltr capacity

PVC overhead tank of 1000 Ltr capacity 1 No

17 Supply of Fire fighting

extinguisher & sand buckets

class-C, Pressure type, 5kg-Fire fighting

extinguisher- 2 nos, Sand bucket- 2 nos

1 Set

18 Supply of ladder Multi purpose folding type mobile Aluminium

ladder(5m height)

1 No

LABOUR PART SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

1 Installation labour including

welding for poles &

supporting structures, GI

purlin and foundation works

as per drawing attached

poles : ISMB 125

cross beam: ISMB 150.

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 300 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached. Complete structure should be

painted with 2 coats of marine Epoxy painting.

300000 Watts

2 Laying of DC cables for

connecting each string to the

SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable through medium gauge PVC conduit

with required accessories

2500 Mtrs

3 Labour charges for Laying of

70 sq.mm. DC Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

120 Mtrs

4 Labour charges for Laying of

50 sq.mm. DC Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

120 Mtrs

5 Laying of RS 485 cable for

SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

150 Mtrs

6 Laying of 4 core, 1.5 sq.mm.

Copper Cable for SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

60 Mtrs

7 Installation labour charges

for Central inverter (315

KVA) including material cost

of fixing accessories

Fixing of PCU inside the control room including

fixing of air duct using proper materials and as per

drawing attached

1 lumpsum

8 Installation labour charges

for SCB including material

cost of fixing accessories

Fixing of SCB(15 IN 1 OUT) on foundation poles

using proper materials

3 Nos

9 Installation labour charges

for UPS & RTU of SCADA

Installation of UPS & RTU unit inside the mini

control room including material cost of fixing

accessories

1 lumpsum

10 Labour charges for fixing of

Lightning arrestors

Spike type(copper) with protection radius 15m, 2

mtr height above panel

15 Nos

11 Laying of GI strip for Double

Earthing Lightning arrestors

50 x 6 mm GI strip single run through cable tray

using proper materials

1050 Mtrs

12 Laying of Copper bare

conductor for Double

Earthing SPDs in 3 Nos. of

SCBs

8 SWG copper bare conductor using proper

materials

300 Mtrs

13 Labour charges for Rod

earthing(SCB-4 Nos, LA-

25Nos.,Structure-10Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

39 Nos

14 Labour for fixing LT cable

tray with 25cm width and

200 mtr length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

15 Labour charges for making

LT cable trench with 50cm

width 75cm depth and 10

mtr length

side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

16 Labour charges for making

earth pits as per electrical

inspectorate standard for

Rod earthing

Rod earthing pit with suitable earthpit cover and

foundation

39 Nos

17 Installation of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

18 Labour charges for laying of

water pipe with taps in every

50 mtrs including materials

PVC pipe(1 inch)-250 mtrs with suitable taps 1 lumpsum

19 Providing foundation and

installation of water tank on

the top of mini control room

PVC overhead tank of 1000 Ltr capacity 1 lumpsum

BOM OF 5 CLUSTERS FOR STRUCTURAL WORK,CABLING,PANEL CLEANING SYSTEM AND

INSTALLATION OF PCU,SCADA & SCB FOR 3.3 MW CANALTOP SOLAR POWER PROJECT AT

KSEB,BARAPOLE, KANNUR

BOM OF CLUSTER 2(500KW)

SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

SUPPLY PART 1 Supply of supporting

structures using ISMB 125

for poles & ISMB 150 for

cross beam. GI purlin of 3

inchX 1.5 inch with 2mm

thickness C-channel for

panel mounting & GI

rectangular pipe of 3 inchX

1.5 inch with 2mm thickness

for Diagonal pole at north

end for 500 KWp solar

power plant as per drawing

attached.

poles : ISMB 125

cross beam: ISMB 150.

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 500 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached.Complete structure should be

painted with 2 coats of marine Epoxy painting.

500000 Watts

2 DC cables for connecting each

string to the SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable

4800 Mtrs

3 95 sq.mm. DC Copper Cable Single core 95 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

480 Mtrs

4 50 sq.mm. DC Copper Cable Single core 50 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

160 Mtrs

5 Supply of RS 485 Cable for

SCADA

RS 485 cable with required number of connectors 300 Mtrs

6 Supply of Communication

Cable for SCADA

4Core x 1.5 sq.mm. unarmoured copper cable 60 Mtrs

7 Supply of Lightning arrestors Spike type(copper) with protection radius 15m, 2

mtr height above panel

25 Nos

8 Supply of GI strip for Double

Earthing 25 Nos. of Lightning

arrestors to a total of 35

earth pits

50 x 6 mm GI strip single run 1600 Mtrs

9 Supply of Copper bare

conductor for Double

Earthing SPDs in 4 Nos. of

SCBs in 6 earth pits

8 SWG copper bare conductor 300 Mtrs

10 Supply of materials for Rod

earthing(SCB-6 Nos, LA-

35Nos.,Structure-15 Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

56 Nos

11 Supply of materials for

making LT cable tray with

35cm width and 300 mtr

length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

12 Supply of materials for

making LT cable trench with

50cm width,75cm depth and

10 mtr length

Side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

13 Supply of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

14 Supply of water pipe with

taps in every 50 mtrs

PVC pipe(1 inch)-700 mtrs and suitable taps 1 lump sum

15 Supply of car washing pump

& hose for panel cleaning

Standard spec.& make. Minimum hose length is

25m

1 Set

16 Supply of water tank of 1000

ltr capacity

PVC overhead tank of 1000 Ltr capacity 1 No

17 Supply of Fire fighting

extinguisher & sand buckets

class-C, Pressure type, 5kg-Fire fighting

extinguisher- 2 nos, Sand bucket- 2 nos

1 Set

18 Supply of ladder Multi purpose folding type mobile Aluminium

ladder(5m height)

1 No

LABOUR PART SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

1 Installation labour including

welding for poles

&supporting structures, GI

purlin and foundation works

as per drawing attached

poles : ISMB 125

cross beam: ISMB 150.

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 500 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached. Complete structure should be

painted with 2 coats of marine Epoxy painting.

500000 Watts

2 Laying of DC cables for

connecting each string to the

SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable through medium gauge PVC conduit

with required accessories

4800 Mtrs

3 Laying of 95 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

480 Mtrs

4 Laying of 50 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

160 Mtrs

5 Laying of RS 485 cable for

SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

300 Mtrs

6 Laying of 4 core, 1.5 sq.mm.

Copper Cable for SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

60 Mtrs

7 Installation labour charges

for Central inverter (500

KVA) including material cost

of fixing accessories

Fixing of PCU inside the control room including

fixing of air duct using proper materials and as per

drawing attached

1 lumpsum

8 Installation labour charges

for SCB including material

cost of fixing accessories

Fixing of SCB(21 IN 1 OUT) on foundation poles

using proper materials

4 Nos

9 Installation labour charges

for UPS & RTU of SCADA

Installation of UPS & RTU unit inside the mini

control room including material cost of fixing

accessories

1 lumpsum

10 Labour charges for fixing of

Lightning arrestors

Spike type(copper) with protection radius 15m, 2

mtr height above panel

25 Nos

11 Laying of GI strip for Double

Earthing Lightning arrestors

50 x 6 mm GI strip single run through cable tray

using proper materials

1600 Mtrs

12 Laying of Copper bare

conductor for Double

Earthing SPDs in 4Nos. of

SCBs

8 SWG copper bare conductor using proper

materials

300 Mtrs

13 Labour charges for Rod

earthing(SCB-6Nos, LA-

35Nos.,Structure-15Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

56 Nos

14 Labour for fixing LT cable

tray with 35cm width and

200 mtr length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

15 Labour charges for making

LT cable trench with 50cm

width 75cm depth and 10

mtr length

side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

16 Labour charges for making

earth pits as per electrical

inspectorate standard for

Rod earthing

Rod earthing pit with suitable earthpit cover and

foundation

56 Nos

17 Installation of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

18 Labour charges for laying of

water pipe with taps in every

50 mtrs including materials

PVC pipe(1 inch)-700 mtrs with suitable taps 1 lumpsum

19 Providing foundation and

installation of water tank on

the top of mini control room

PVC overhead tank of 1000 Ltr capacity 1 lumpsum

BOM OF 5 CLUSTERS FOR STRUCTURAL WORK,CABLING,PANEL CLEANING SYSTEM AND

INSTALLATION OF PCU,SCADA & SCB FOR 3.3 MW CANALTOP SOLAR POWER PROJECT AT

KSEB,BARAPOLE, KANNUR

BOM OF CLUSTER 3(500KW)

SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

SUPPLY PART 1 Supply of supporting

structures using ISMB 125

for poles & ISMB 150 for

cross beam. GI purlin of 3

inchX 1.5 inch with 2mm

thickness C-channel for

panel mounting & GI

rectangular pipe of 3 inchX

1.5 inch with 2mm thickness

for Diagonal pole at north

end for 500 KWp solar

power plant as per drawing

attached.

poles : ISMB 125

cross beam: ISMB 150.

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 500 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached. Complete structure should be

painted with 2 coats of marine Epoxy painting.

500000 Watts

2 DC cables for connecting each

string to the SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable

4800 Mtrs

3 120 sq.mm. DC Copper Cable Single core 120 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

360 Mtrs

4 70 sq.mm. DC Copper Cable Single core 70 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

400 Mtrs

5 Supply of RS 485 Cable for

SCADA

RS 485 cable with required number of connectors 300 Mtrs

6 Supply of Communication

Cable for SCADA

4Core x 1.5 sq.mm. unarmoured copper cable 60 Mtrs

7 Supply of Lightning arrestors Spike type(copper) with protection radius 15m, 2

mtr height above panel

25 Nos

8 Supply of GI strip for Double

Earthing 25 Nos. of Lightning

arrestors to a total of 35

earth pits

50 x 6 mm GI strip single run 1600 Mtrs

9 Supply of Copper bare

conductor for Double

Earthing SPDs in 4 Nos. of

SCBs in 6 earth pits

8 SWG copper bare conductor 300 Mtrs

10 Supply of materials for Rod

earthing(SCB-6 Nos, LA-

35Nos.,Structure-15 Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

56 Nos

11 Supply of materials for

making LT cable tray with

40cm width and 300 mtr

length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

12 Supply of materials for

making LT cable trench with

50cm width,75cm depth and

10 mtr length

Side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

13 Supply of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

14 Supply of water pipe with

taps in every 50 mtrs

PVC pipe(1 inch)-800 mtrs and suitable taps 1 lump sum

15 Supply of car washing pump

& hose for panel cleaning

Standard spec.& make. Minimum hose length is

25m

1 Set

16 Supply of water tank of 1000

ltr capacity

PVC overhead tank of 1000 Ltr capacity 1 No

17 Supply of Fire fighting

extinguisher & sand buckets

class-C, Pressure type, 5kg-Fire fighting

extinguisher- 2 nos, Sand bucket- 2 nos

1 Set

18 Supply of ladder Multi purpose folding type mobile Aluminium

ladder(5m height)

1 No

LABOUR PART SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

1 Installation labour including

welding for poles

&supporting structures, GI

purlin and foundation works

as per drawing attached

poles : ISMB 125

cross beam: ISMB 150.

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 500 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached. Complete structure should be

painted with 2 coats of marine Epoxy painting.

500000 Watts

2 Laying of DC cables for

connecting each string to the

SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable through medium gauge PVC conduit

with required accessories

4800 Mtrs

3 Laying of 120 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

360 Mtrs

4 Laying of 70 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

400 Mtrs

5 Laying of RS 485 cable for

SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

300 Mtrs

6 Laying of 4 core, 1.5 sq.mm.

Copper Cable for SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

60 Mtrs

7 Installation labour charges

for Central inverter (500

KVA) including material cost

of fixing accessories

Fixing of PCU inside the control room including

fixing of air duct using proper materials and as per

drawing attached

1 Lumpsum

8 Installation labour charges

for SCB including material

cost of fixing accessories

Fixing of SCB(21 IN 1 OUT) on foundation poles

using proper materials

4 Nos

9 Installation labour charges

for UPS & RTU of SCADA

Installation of UPS & RTU unit inside the master

control room including material cost of fixing

accessories

1 Lumpsum

10 Labour charges for fixing of

Lightning arrestors

Spike type(copper) with protection radius 15m, 2

mtr height above panel

25 Nos

11 Laying of GI strip for Double

Earthing Lightning arrestors

50 x 6 mm GI strip single run through cable tray

using proper materials

1600 Mtrs

12 Laying of Copper bare

conductor for Double

Earthing SPDs in 4Nos. of

SCBs

8 SWG copper bare conductor using proper

materials

300 Mtrs

13 Labour charges for Rod

earthing(SCB-6Nos, LA-

35Nos.,Structure-15Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

56 Nos

14 Labour for fixing LT cable

tray with 40cm width and

300 mtr length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

15 Labour charges for making

LT cable trench with 50cm

width 75cm depth and 10

mtr length

side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

16 Labour charges for making

earth pits as per electrical

inspectorate standard for

Rod earthing

Rod earthing pit with suitable earthpit cover and

foundation

56 Nos

17 Installation of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

18 Labour charges for laying of

water pipe with taps in every

50 mtrs including materials

PVC pipe(1 inch)-800 mtrs with suitable taps 1 Lumpsum

19 Providing foundation and

installation of water tank on

the top of master control

room

PVC overhead tank of 1000 Ltr capacity 1 Lumpsum

BOM OF 5 CLUSTERS FOR STRUCTURAL WORK,CABLING,PANEL CLEANING SYSTEM AND

INSTALLATION OF PCU,SCADA & SCB FOR 3.3 MW CANALTOP SOLAR POWER PROJECT AT

KSEB,BARAPOLE, KANNUR

BOM OF CLUSTER 4(500KW)

SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

SUPPLY PART 1 Supply of 3 types of

supporting structures using

poles & cross beam. GI purlin

of 3 inchX 1.5 inch with

2mm thickness C-channel for

panel mounting. GI

rectangular pipe of 3 inchX

1.5 inch with 2mm thickness

for Diagonal member at north

end only for I -section poles

for 500 KWp solar power

plant as per drawing

attached.

Type1 poles : ISMB 125 cross beam: ISMB 150.

Type2 poles: MS Tubular medium(4.2mm thick) 5

inch dia

Cantilever cross beam: MS rectangular tube

4inchX 2 inch with 3.2mm thickness

Type3 poles & cross beam: GI C-channel 4 inchX 2

inch with 2.6mm thickness

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 500 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached. Complete structure should be

painted with 2 coats of marine Epoxy painting.

500000 Watts

2 DC cables for connecting each

string to the SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable

6000 Mtrs

3 120 sq.mm. DC Copper Cable Single core 120 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

320 Mtrs

4 70 sq.mm. DC Copper Cable Single core 70 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

360 Mtrs

5 Supply of RS 485 Cable for

SCADA

RS 485 cable with required number of connectors 250 Mtrs

6 Supply of Communication

Cable for SCADA

4Core x 1.5 sq.mm. unarmoured copper cable 60 Mtrs

7 Supply of Lightning arrestors Spike type(copper) with protection radius 15m, 2

mtr height above panel

30 Nos

8 Supply of GI strip for Double

Earthing 30 Nos. of Lightning

arrestors to a total of 40

earth pits

50 x 6 mm GI strip single run 1600 Mtrs

9 Supply of Copper bare

conductor for Double

Earthing SPDs in 4 Nos. of

SCBs in 6 earth pits

8 SWG copper bare conductor 300 Mtrs

10 Supply of materials for Rod

earthing(SCB-6 Nos, LA-

40Nos.,Structure-20 Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

66 Nos

11 Supply of materials for

making LT cable tray with

35cm width and 300 mtr

length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

12 Supply of materials for

making LT cable trench with

50cm width,75cm depth and

10 mtr length

Side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

13 Supply of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

14 Supply of water pipe with

taps in every 50 mtrs

PVC pipe(1 inch)-900 mtrs and suitable taps 1 lump sum

15 Supply of car washing pump

& hose for panel cleaning

Standard spec.& make. Minimum hose length is

25m

1 Set

16 Supply of water tank of 1000

ltr capacity

PVC overhead tank of 1000 Ltr capacity 1 No

17 Supply of Fire fighting

extinguisher & sand buckets

class-C, Pressure type, 5kg-Fire fighting

extinguisher- 2 nos, Sand bucket- 2 nos

1 Set

18 Supply of ladder Multi purpose folding type mobile Aluminium

ladder(5m height)

1 No

LABOUR PART SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

1 Installation labour including

welding for poles

&supporting structures, GI

purlin and foundation works

as per drawing attached

Type1 poles : ISMB 125 cross beam: ISMB 150.

Type2 poles: MS Tubular medium(4.2mm thick) 5

inch dia

Cantilever cross beam: MS rectangular tube

4inchX 2 inch with 3.2mm thickness

Type3 poles & cross beam: GI C-channel 4 inchX 2

inch with 2.6mm thickness

Purlin for panel mounting: 3 inchX 1.5 inch GI

C-channel with 2mm thickness.

Diagonal pole at north end: 3 inchX 1.5 inch GI

rectangular pipe with 2mm thickness as shown in

the drawing for mounting and holding of 500 KW

solar panels. Mounting C channels, MS angle Base

plate,anchor bolts, Gusset plate, foundation details

and other mounting accessories are as per the

drawing attached. Complete structure should be

painted with 2 coats of marine Epoxy painting.

500000 Watts

2 Laying of DC cables for

connecting each string to the

SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable through medium gauge PVC conduit

with required accessories

6000 Mtrs

3 Laying of 120 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

320 Mtrs

4 Laying of 70 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

360 Mtrs

5 Laying of RS 485 cable for

SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

250 Mtrs

6 Laying of 4 core, 1.5 sq.mm.

Copper Cable for SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

60 Mtrs

7 Installation labour charges

for Central inverter (500

KVA) including material cost

of fixing accessories

Fixing of PCU inside the control room including

fixing of air duct using proper materials and as per

drawing attached

1 Lumpsum

8 Installation labour charges

for SCB including material

cost of fixing accessories

Fixing of SCB(21 IN 1 OUT) on foundation poles

using proper materials

4 Nos

9 Installation labour charges

for UPS & RTU of SCADA

Installation of UPS & RTU unit inside the mini

control room including material cost of fixing

accessories

1 lumpsum

10 Labour charges for fixing of

Lightning arrestors

Spike type(copper) with protection radius 15m, 2

mtr height above panel

30 Nos

11 Laying of GI strip for Double

Earthing Lightning arrestors

50 x 6 mm GI strip single run through cable tray

using proper materials

1600 Mtrs

12 Laying of Copper bare

conductor for Double

Earthing SPDs in 4Nos. of

SCBs

8 SWG copper bare conductor using proper

materials

300 Mtrs

13 Labour charges for Rod

earthing(SCB-6Nos, LA-

40Nos.,Structure-20Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

66 Nos

14 Labour for fixing LT cable

tray with 40cm width and

300 mtr length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

15 Labour charges for making

LT cable trench with 50cm

width 75cm depth and 10

mtr length

side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

16 Labour charges for making

earth pits as per electrical

inspectorate standard for

Rod earthing

Rod earthing pit with suitable earthpit cover and

foundation

66 Nos

17 Installation of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

18 Labour charges for laying of

water pipe with taps in every

50 mtrs including materials

PVC pipe(1 inch)-900 mtrs with suitable taps 1 Lumpsum

19 Providing foundation and

installation of water tank on

the top of mini control room

PVC overhead tank of 1000 Ltr capacity 1 Lumpsum

BOM OF 5 CLUSTERS FOR STRUCTURAL WORK,CABLING,PANEL CLEANING SYSTEM AND

INSTALLATION OF PCU,SCADA & SCB FOR 3.3 MW CANALTOP SOLAR POWER PROJECT AT

KSEB,BARAPOLE, KANNUR

BOM OF CLUSTER 5(500KW)

SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

SUPPLY PART 1 Supply of supporting

structures using ISMB 150 &

GI C-channel for poles &

cross beam. GI purlin of 3

inchX 1.5 inch with 2mm

thickness C-channel. GI

rectangular pipe of 3 inchX

1.5 inch with 2mm thickness

for Diagonal member at north

end only for I -section poles

for 500 KWp solar power

plant as per drawing

attached.

poles & cross beam: ISMB 150 & 3 inchX 1.5 inch

with 2mm thickness GI C-channel

Purlin for panel mounting: 3 inchX 1.5 inch with

2mm thickness GI C-channel.

Diagonal member at north end for I- section poles:

GI rectangular pipe 3 inchX 1.5 inch with 2mm

thickness as shown in the diagram for mounting

and holding of 500 KW solar panels. Mounting C

channels, MS angle Base plate,anchor bolts, Gusset

plate, foundation details and other mounting

accessories as per the drawing attached. Complete

structure should be painted with 2 coats of marine

Epoxy painting.

500000 Watts

2 DC cables for connecting each

string to the SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable

4000 Mtrs

3 95 sq.mm. DC Copper Cable Single core 95 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

440 Mtrs

4 50 sq.mm. DC Copper Cable Single core 50 sq.mm. UV resistant 1.5 KV graded

unarmoured solar DC copper cable

160 Mtrs

5 Supply of RS 485 Cable for

SCADA

RS 485 cable with required number of connectors 300 Mtrs

6 Supply of Communication

Cable for SCADA

4Core x 1.5 sq.mm. unarmoured copper cable 60 Mtrs

7 Supply of Lightning arrestors Spike type(copper) with protection radius 15m, 2

mtr height above panel

20 Nos

8 Supply of GI strip for Double

Earthing 20 Nos. of Lightning

arrestors to a total of 30

earth pits

50 x 6 mm GI strip single run 1100 Mtrs

9 Supply of Copper bare

conductor for Double

Earthing SPDs in 4 Nos. of

8 SWG copper bare conductor 250 Mtrs

SCBs in 6 earth pits

10 Supply of materials for Rod

earthing(SCB-6 Nos, LA-

30Nos.,Structure-15 Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

51 Nos

11 Supply of materials for

making LT cable tray with

30cm width and 250 mtr

length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

12 Supply of materials for

making LT cable trench with

50cm width,75cm depth and

10 mtr length

Side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

13 Supply of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

14 Supply of water pipe with

taps in every 50 mtrs

PVC pipe(1 inch)-600mtrs and suitable taps 1 lump sum

15 Supply of car washing pump

& hose for panel cleaning

Standard spec.& make. Minimum hose length is

25m

1 Set

16 Supply of water tank of 1000

ltr capacity

PVC overhead tank of 1000 Ltr capacity 1 No

17 Supply of Fire fighting

extinguisher & sand buckets

class-C, Pressure type, 5kg-Fire fighting

extinguisher- 2 nos, Sand bucket- 2 nos

1 Set

18 Supply of ladder Multi purpose folding type mobile Aluminium

ladder(5m height)

1 No

LABOUR PART SL

NO

ITEM DESCRIPTION SPECIFICATION QTY. UNIT

1 Installation labour including

welding for poles

&supporting structures, GI

purlin and foundation works

as per drawing attached

poles & cross beam: GI C-channel 4 inchX 2 inch

with 2.6mm thickness

Purlin for panel mounting: 3 inchX 1.5 inch with

2mm thickness GI C-channel as shown in the

diagram for mounting and holding of 500 KW solar

panels. Mounting C channels, MS angle Base

plate,anchor bolts, foundation details and other

mounting accessories as per the drawing attached.

Complete structure should be painted with 2 coats

of marine Epoxy painting.

500000 Watts

2 Laying of DC cables for

connecting each string to the

SCB

Single core 6 sq.mm. UV resistant 1.1KV graded

solar DC cable through medium gauge PVC conduit

with required accessories

4000 Mtrs

3 Laying of 95 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

440 Mtrs

4 Laying of 50 sq.mm. DC

Copper Cable

Laying through cable tray&trench using PVC

conduit of adequate size, clamps,cable ties .

Termination of cable through proper cable glands

and lugs.

160 Mtrs

5 Laying of RS 485 cable for

SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

300 Mtrs

6 Laying of 4 core, 1.5 sq.mm.

Copper Cable for SCADA

Laying & clamping through PVC conduit(overhead

and trenching) including materials

60 Mtrs

7 Installation labour charges

for Central inverter (500

KVA) including material cost

of fixing accessories

Fixing of PCU inside the control room including

fixing of air duct using proper materials and as per

drawing attached

1 Lumpsum

8 Installation labour charges

for SCB including material

cost of fixing accessories

Fixing of SCB(21 IN 1 OUT) on foundation poles

using proper materials

4 Nos

9 Installation labour charges

for UPS & RTU of SCADA

Installation of UPS & RTU unit inside the mini

control room including material cost of fixing

accessories

1 Lumpsum

10 Labour charges for fixing of

Lightning arrestors

Spike type(copper) with protection radius 15m, 2

mtr height above panel

20 Nos

11 Laying of GI strip for Double

Earthing Lightning arrestors

50 x 6 mm GI strip single run through cable tray

using proper materials

1100 Mtrs

12 Laying of Copper bare

conductor for Double

Earthing SPDs in 4Nos. of

SCBs

8 SWG copper bare conductor using proper

materials

250 Mtrs

13 Labour charges for Rod

earthing(SCB-6Nos, LA-

30Nos.,Structure-15Nos)

1600mm X 8mm copper bonded earthing 250

microns rod

51 Nos

14 Labour for fixing LT cable

tray with 30cm width and

250 mtr length

All manner of supports,anchor bolts etc for cable

tray made out of suitable size channel

sections,slotted angles,flats,GI plates etc. as

required including 2 coats of Al painting over 2

coats of primer

1 lump sum

15 Labour charges for making

LT cable trench with 50cm

width 75cm depth and 10

mtr length

side wall RCC of 1:2::4 with 8mm steel bar, after

75cm depth 5 cm concrete and 10cm PCC.

Concrete slab on top with water proofing

1 lump sum

16 Labour charges for making

earth pits as per electrical

inspectorate standard for

Rod earthing

Rod earthing pit with suitable earthpit cover and

foundation

51 Nos

17 Installation of water pump 0.75 HP, 240V single phase, 50 Hz, AC water pump

with suction head 10 mtr

1 No

18 Labour charges for laying of

water pipe with taps in every

50 mtrs including materials

PVC pipe(1 inch)-600 mtrs with suitable taps 1 Lumpsum

19 Providing foundation and

installation of water tank on

the top of mini control room

PVC overhead tank of 1000 Ltr capacity 1 Lumpsum