Upload
khangminh22
View
1
Download
0
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.
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