18
THE ODISHA SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF ODISHA UNDERTAKING) INDUSTRIAL ESTATE, MADHUPATNA OSIC TOWER, CUTTACK - 753 010, ODISHA An ISO 9001:2000 PSU of Govt. of Odisha. e-mail : osicltd@gmail.com * website : www.osicltd.in FAX : 0671-2341875, TEL.: 0671-2341204 Bid Notice Tender Document for 2 nos. of work 1. Installation of LED based solar street lights, solar high max lights and solar based drinking water system in 6 GPs of National Rurban Cluster of Kolabira block, Dist. Jharsuguda, Odisha.” & 2. Execution of different electrical works under Biju KBK plan 2019-20 (State Sector) in Koraput District. ”. Bidding Document : Not transferable DATE OF COMMENCEMENT OF THE BID : 20.01.2020 at 11.00 AM LAST DATE / TIME FOR BID : 03.02.2020 up to 4:00 PM LAST DATE / TIME FOR SUBMISSION OF BID : 03.02.2020 up to 4:30 PM DATE OF OPENING OF TECHNICAL BID DOCUMENT : 04.02.2020 at 3:00 PM DATE & TIME OF OPENING OF THE FINANCIAL : SHALL BE INTIMATED BID DOCUMENT SEPARATELY. PLACE OF OPENING OF BID : OFFICE OF THE MANAGING DIRECTOR, AND ODISHA SMALL INDUSTRIES ADDRESS FOR COMMUNICATION CORPORATION LTD., MADHUPATNA, AND INDUSTRIAL ESTATE, CUTTACK-10 RECEIPT OF BID DOCUMENT FAX: 0671-2341875, TEL.-0671-2341204 OSIC LTD., Phone : 0671- 2341204, 2343084, 2340943 Fax- 00 91 671-2341875 / 9937596205 / 9437451521 / 9937195840

THE ODISHA SMALL INDUSTRIES CORPORATION LTDadmin.osicltd.in/Siteupdate/TenderFile/252.pdf · The Odisha Small Industries Corporation Ltd., (A Government of Odisha Undertaking), Madhupatna,

  • Upload
    others

  • View
    43

  • Download
    0

Embed Size (px)

Citation preview

THE ODISHA SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF ODISHA UNDERTAKING)

INDUSTRIAL ESTATE, MADHUPATNA OSIC TOWER, CUTTACK - 753 010, ODISHA

An ISO 9001:2000 PSU of Govt. of Odisha.

e-mail : [email protected] * website : www.osicltd.in

FAX : 0671-2341875, TEL.: 0671-2341204

Bid Notice

Tender Document for 2 nos. of work 1. “Installation of LED based solar street lights, solar

high max lights and solar based drinking water system in 6 GPs of National Rurban Cluster of Kolabira block, Dist. Jharsuguda, Odisha.” & 2. Execution of different electrical works under Biju KBK plan 2019-20 (State Sector) in Koraput District.

”.

Bidding Document : Not transferable

DATE OF COMMENCEMENT OF THE BID : 20.01.2020 at 11.00 AM

LAST DATE / TIME FOR BID : 03.02.2020 up to 4:00 PM

LAST DATE / TIME FOR SUBMISSION OF BID : 03.02.2020 up to 4:30 PM

DATE OF OPENING OF TECHNICAL BID DOCUMENT : 04.02.2020 at 3:00 PM

DATE & TIME OF OPENING OF THE FINANCIAL : SHALL BE INTIMATED

BID DOCUMENT SEPARATELY.

PLACE OF OPENING OF BID : OFFICE OF THE MANAGING DIRECTOR,

AND ODISHA SMALL INDUSTRIES

ADDRESS FOR COMMUNICATION CORPORATION LTD., MADHUPATNA,

AND INDUSTRIAL ESTATE, CUTTACK-10

RECEIPT OF BID DOCUMENT FAX: 0671-2341875, TEL.-0671-2341204

OSIC LTD., Phone : 0671- 2341204, 2343084, 2340943

Fax- 00 91 671-2341875 / 9937596205 / 9437451521 / 9937195840

Tender Notice No.- 252 Date:17.01.2020 TENDER CALL NOTICE

The Managing Director, OSIC Ltd., Cuttack invites tender from MSMEs duly empanelled with OSIC for execution of works as mentioned below. The bidding agency can bid for all or any no. of works described herein.

1. Installation of LED based solar street lights, solar high max lights and solar based drinking water

system in 6 GPs of National Rurban Cluster of Kolabira block, Dist. Jharsuguda, Odisha. 2. Installation of different electrical works under Biju KBK plan 2019-20 (State Sector)

In Koraput District.

Period of availability of tender document : 20.01.2020 to 03.02.2020 up to 4.00 PM Last date of submission of tender : 03.02.2020 at 4.30 PM Date of opening of tender : 04.02.2020 at 3.00 PM (If the day is

declared as holiday the tender will be opened in next working day)

Validity of Tender : 90 Calendar days from the last date of submission of tender.

The detailed tender call notice can be downloaded from the OSIC website www.osicltd.in . The

tender for the work is to be dropped in the tender box kept in the office of the MD, OSIC Ltd, Cuttack by the schedule date and time. Authority reserves the right to accept or reject any or all tenders without assigning any reason thereof or the tendering process may be cancelled in Toto.

Any corrigendum/ changes/ modifications will appear in OSIC Ltd. website www.osicltd.in only.

Managing Director

Copy to DGM (Admn.), OSIC Ltd with a request to publish the TCN in any two Odiya. and one English News Paper (Local Edition). One copy may be pasted in Office Notice Board. Copy to Manager(MIS) for uploading in website.

SECTION - I

INVITATION

FOR

BIDS (IFB)

THE ODISHA SMALL INDUSTRIES CORPORATION LTD. (A Government of Odisha Undertaking)

MADHUPATNA, OSIC TOWER, CUTTACK-10, ODISHA. Ph. 2340943, 2343084, Fax-2341875.

An ISO 9001:2000 PSU of Government of Odisha.

e-mail : [email protected] * website: www.osicltd.in

FAX: 0671-2341875, TEL.: 0671-2341204

SECTION – I : INVITATION FOR BIDS (IFB)

Sealed Bids in two separate covers (Technical bid and price bid) are invited by the Managing Director,

The Odisha Small Industries Corporation Ltd., (A Government of Odisha Undertaking), Madhupatna, OSIC

Tower, Cuttack-10, Odisha for 2 nos. of work 1. “Installation of LED based solar street lights, solar high

max lights and solar based drinking water system in 6 GPs of National Rurban Cluster of Kolabira block,

Dist. Jharsuguda, Odisha.” & 2. Installation of different electrical works under Biju KBK plan 2019-20

(State Sector) in Koraput District.

The Bidders may download the Bid Document directly from the WEBSITE available at www.osicltd.in.

The Bidders should specifically super-scribe, “Downloaded from the WEBSITE” on the top left corner of the

outer envelope containing Technical Bid and Price Bid separately. In case of any bid amendment and

clarification, responsibility lies with the bidders to collect the same from the website before last date of

purchase of bid document and the OSIC shall have no responsibility for any delay/ omission on part of the

bidders.

Place of opening of bids: Office of the Managing Director The Odisha Small Industries Corporation Ltd., Madhupatna, Industrial Estate, OSIC Tower, Cuttack-753 010, Odisha.

Address for communication: Managing Director The Oisha Small Industries Corporation Ltd., Madhupatna, Industrial Estate, OSIC Tower, Cuttack-10753 010, Odisha. Fax: 0671-2341875, 2342561, Tel.-0671-2340943

MANAGING DIRECTOR

TENDER CALL NOTICE NO. 252 Date:17.01.2020

1.0 OSIC Ltd., Cuttack invites Tenders from reputed Electrical Contractors with required license, either in individual

capacity or as part of a joint venture / consortium for carrying out various Electrical Installation works in the

jurisdiction of OSIC. The bidder must fulfill all the qualification requirements as specified in clause 3.0 stated

below.

2.0 Detail Technical Specification :

Technical Specifications/ scope for 2 nos. of works are given below.

1. Installation of LED based solar street lights, solar high max lights and solar based drinking

water system in 6 GPs of National Rurban Cluster of Kolabira block, Dist. Jharsuguda,

Odisha.

TECHNICAL SPECIFICATION: 15 W SOLAR STREET LIGHT

ALL-IN-ONE Solar Street Light is made in INDIA with High Efficiency Mono Crystalline Solar PV

Module, Lithium Ferro Phosphate battery with Inbuilt BMS technology, High Efficacy LED with MPPT

Solar Charge Controller & Aluminium Extruded body. ALL- IN-ONE SSL is specially designed with

SECTION-II

GENERAL TERMS

&

CONDITIONS

Panasonic PIR Motion Sensor to control the Light ON/Off during any activity near the light which

increase the backup time and life of LiFePO4 battery.

Technical Specification:

Luminaire Wattage

15 W

Make (Make: BAJAJ/ HAVELLS/ Surya/ Crompton)

Solar PV Module 40 W -Mono-crystalline

Battery (LiFeP04) 12.8 V 18 Ah

Efficiency > 93 %

LED Make OSRAM

LED viewing angle 120º

Color Temperature 5700 K

Luminous Efficacy > 130 lumen / watt

Lumen Output > 1950 lumen

Life Span > 50000 hours

Driver In Built DC-DC type

Body Aluminum Extruded Body

Dust and Water protection IP 66 Standards

Solar Charge Controller Capacity 12V, 5 A

Low-Voltage indication Red LED

Charging indication Green LED

Other protections

a. Over-Charge protection

b. deep-discharge protection

c. Over current protection

d. Short circuit protection

e. Over voltage protection

Dusk to dawn operation Provided

Motion Sensor Panasonic PIR Sensor

Motion Sensor Range 10 M

Mounting Height 5 M

Humidity range 0 to 95 % (non-condensing)

Temperature range -10 to +60 °C

Dimensions 791 x 382 x 55 mm

Weight 11 Kg

SOLAR High Max Lights SYSTEM SPECIFITION

I. System Summary The following is the brief description of the System:

Topology 45 W x 3 nos Solar LED high max System

Solar PV 500 Wp

LED Flood Light 45 W x 3 nos

Battery 400 Ah @C10 Maintenance free Gel Battery

Pole 9 M Octagonal Pole 4 mm

II. Technical Specification A. Luminaire

Rated Power 45 W

LED Make Cree / Lumileds / Osram/ Nichia

Color Temperature 5000 K – 6000 K

LED Efficacy 550 Lumens @ 480mA/ 9V

System Lumen efficacy > 120 lumens / watt

Life Span > 50000 hours

Dimming 50% after 6 hours from switch ON time

CRI > 70 Ra

Driver Microprocessor based high efficiency in built

DC – DC driver

Driver Efficiency >90 %

Enclosure Die Cast Aluminum enclosure with extruded

aluminum control gear & brand / Logo Embossed

Dust and Water protection IP 66 Standards

Optical Diffuser

Single piece injection molded poly carbonate diffuser with integrated lens having symmetrical 45 degree view angle

B. Maximum Power Point Tracking based Charge Controller :-

Rated Capacity 24 V, 25 A

Type Maximum Power Point Tracking (MPPT)

Solar charging current Up to 25 Amps continuous

Idle Current Consumption Less than 20 m A

Temperature compensated charging

Provision for automatically adjusting charging current for every 1 degree rise or fall from a 25 degree Celsius pre-defined set point

Polarity protection Designed to withstand the application of reverse battery polarity and reverse panel polarity

Other protections

a. Over-Charge protection

b. deep-discharge protection c. Over current protection d. Short circuit protection e. Over voltage protection

System Operation Auto Dusk to Dawn

C. Solar PV Module Type Poly Crystalline

Capacity 500 Wp

Solar Module efficiency Minimum 14 %

Front Cover 3.2 mm thick, Low Iron Tempered glass

Frame Material Silver Anodized

Junction box IP 65

Standard IEC 61215-2; IEC61730

D. Battery

Capacity 12 V 200 Ah C@10 x 2 nos

Type Solar Gel VRLA Maintenance free battery

Battery back-up 36 Working hrs

Standard IS 15549

E. Pole &Accessories Type Octagonal Pole, 4 mm Thickness upper 90

mm & bottom 170 mm with base plate and foundation bolts

Height above ground 9 M Thickness 4 mm

Foundation Cement concreate mix of 1:2:4 Panel Mounting Structure Hot Dip Galvanized of 80 micron thickness

Panel mounting structure Flexible to tilt to 15-30 Deg, Battery Box 1 mm Pre Galvanized Sheet , M S Powder

Coated 70 micron Mounting position Approximate 4 M from ground Light Ring Circular Ring

Technical Details 1 HP Solar Dual Pump Water Supply .

System Description

Sl No: PV Module (poly

Crystalline) 325Watt 3 Nos.

En-icon/Warree/ vikram/APS

Test Certificates

1 Submersible Water Pump with Controller

1 HP / 80V / 3 ph 1 No CRI / APS / CROMPTRON

As per requirement

2 PVC Water Tank 5000 Ltr 1No MUKTA / RENO

3

Water Tank and Solar Panel Mounting Structure with accessories

As per site condition and Attached drawings, GI sheet or Pipe with hot dip galvanized with 120 Microns considering 180km wind speed.

1No BHUSAN / APPOLO

4 Cables 6 sq mm 3 core 30Mtr POLYCAB / CRI / FINOLEX

5 Civil Structure Work and Installation

As per site condition

1 lot

6 Transportation of Materials

As on actual 1 lot

7 BOS & Other Hard ware IS Standard 1 lot Reputed Make

2. Execution of different electrical works under Biju KBK Plan 2019-20 (State Sector) in Koraput District. Scope:-

Sl. No.

Name of Block Name of the G.P.

Name of the Project

1 Borigumma Borigumma Strengthening of 11 KV feeder bifurcating Bandhapadar 7 KM

2 Kundra Kundra Strengthening of New 11 KV link line

3 Boipariguda Boipariguda Strengthening of 33/11 KV primary Sub-station at Boipariguda

4 Koraput Bada Kerenga Strengthening of 33/11 KV primary Sub-station at Kolab

5 Lamtaput Lamtaput Strengthening of 11 KV line from Tusuba to Lamtaput structure with 4 pole structure AB switch

6 Dasmanthpur Dasmanthpur Strengthening of 11 KV line and 11 KV VCB at Dasamanthpur

7 Laxmipur Panchada/ Champi

Strengthening of 11 KV line in different village of Laxmipur block (Ledniguda to Nirangiuda and Mandara to Pojhar D Panchada firm to D Panchada Khajuriput and Champi to Kusumguda)

8 Narayanpatna Tentulipadar Strengthening of 11 KV line at Narayanpatna 33/11 KV Primary Sub-Station to Tentulipadar

9 Bandhugam Almonda Strengthening of 11 KV Almonda Feeder, New 11 KV line, New LT line and S/S nine different village of Bandhugam block (Almonda, Bada Mathur Colony, Bandhugam and Mahaguda)

10 Semiliguda Pakjhola Installation of 63 KVA Transformer at Aligam Chowk

3.0 Bidders to be considered as eligible (to bid) should meet the following qualifications;

(a) Bidder may quote the rates of each work/project separately.

(b) The bidder should submit their Work experience or work order in similar nature of Work. (c) The ATO of the bidder in last three financial years.

d) In addition to above the bidders should submit the following documents as qualifying terms.

i. Self Attested copy Labour License.

ii. Self Attested copy of EPF & ESI.

iii. Self Attested copy valid electrical (HT) license for electrical works.

iv. Self Attested copy PAN & GSTIN No.

v. All the tender documents duly signed & sealed in each page as a token of unconditional

acceptance of terms of tender.

e) OSIC Ltd., Cuttack reserves the right to waive minor deviation, if they do not materially affect the

capacity of the bidder to perform the contract.

.

4.0 SOURCE OF FUNDS:

1. BDO, Kolabira is the funding Agency for the work “Installation of LED based solar street lights, solar high max lights and solar based drinking water system in 6 GPs of National Rurban Cluster of Kolabira block, Dist. Jharsuguda, Odisha”.

2. Collector, Koraput is the funding Agency for the work “Installation of different electrical works under Biju KBK plan 2019-20 (State Sector) Under the District of Koraput”.

5.0 DISCLAIMER:

5.1 This Document includes statements, which reflect various assumptions, which may or may not be

correct. Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their own interest.

5.2

5.3

This document and the information contained herein are Strictly Confidential and are for use of only the person (s) to whom it is issued/ downloaded from the website. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient’s professional advisors). The authority reserves the rights to cancel the engagement order on violation of any terms and

condit conditions so prescribed without any reason thereof.

6

COST OF BIDDING:

6.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and OSIC Ltd., Cuttack will in no case be responsible or liable for those costs.

6.2 The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and Specifications. Failure to furnish all information required in the Bidding documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will / may result in the rejection of the Bid.

7.0 AMENDMENT OF BIDDING DOCUMENTS:

7.1 At any time prior to the deadline for submission of Bids, the Owner may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing an corrigendum/addendum.

7.2 The corrigendum/ Addendum shall be part of the Bidding Documents, and it will be notified on the website only. Interested bidders may visit the website www.osicltd.in for detail enquiry.

7.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing of their Bids, the Owner may, at its discretion, extend the deadline for the submission of Bids.

8.0 LANGUAGE OF BID:

The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the Bidder and the Owner, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that the literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern.

9.0 10.0

MODE OF SUBMISSION OF BID:-

The tender for the work is to be dropped in the tender box kept in the office of the MD,

OSIC Ltd, Cuttack by the schedule date and time.

MODIFICATION AND WITHDRAWAL OF BIDS:-

Any corrigendum/ changes/ modifications will appear in OSIC Ltd. website www.osicltd.in

only.

11.0 BID PRICE:

11.1 Bidders have to quote for the entire quantum of work covered under this specification strictly as per the enclosed .xls format. The total Bid Price shall also cover all the Contractor’s obligations mentioned in or reasonably to be inferred from the Bidding Documents in respect of Supply,

erection, testing, inspection, Transportation to site/stores, all in accordance with the requirement of Tender Documents. The Bidder shall complete the appropriate Price Schedules enclosed in .xls format stating the Taxable value for each item including Packing & forwarding, freight & insurance, loading & unloading charges, GST. Price evaluation shall be carried out on the basis of total value of work including GST.

11.2 In case there is any increase or decrease in the Scope as compared to those mentioned in the IFB, the Contract Price shall be subject to increase/decrease proportionately on pro-rata basis.

11.3

Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during the performance of the Contract. A Bid submitted with variable Price or an adjustable price clause shall be treated as non-responsive and rejected out rightly.

12.0

VALIDITY. The offer shall be valid for a period not less than 90 days from the date of bid opening (Technical).

13.0 ALTERNATIVE BIDS: Bidders shall submit Bids, which comply with the Tender Documents. Alternative bids shall not be

considered for evaluation.

14.0 PAYING OFFICER:

Owner shall notify the paying officer for the project.

15.0 Provision:

The required manpower and materials for execution of the above work shall be supplied by the Executing agency and utilized for construction. The work “ execution of different electrical works under Biju KBK plan 2019-20 (State Sector) is to be executed under the Supervision of Executive Engineer (Elect.) of Utility who is the Engineer-In Charge for this Work & the work “Installation of LED based solar street

lights, solar high max lights and solar based drinking water system in 6 GPs of National Rurban

Cluster of Kolabira block, Dist. Jharsuguda, Odisha is to be executed under the Supervision of BDO, Kolabira who is the Engineer-In Charge for this Work. 16.0 LOCATION AND SCOPE OF WORK:

The contractor has to accept the work on ‘as is where basis’. The tentative quantity against each item of the work has been derived by BDO, Kolabira & concerned Executive Engineer (Elect.) of Utility.

17.0 ROW ISSUES:

All Right of way issues related to the completion of work shall be settled by contractor with the help of Utility and District Administration.

18.0 MATERIALS: All materials required for the execution of work shall be supplied by the Executing Agency as per the technical Specification.

19.0 QUANTITY VARIATION:

Owner reserves the right to increase or decrease the quantity of materials and services specified in the schedule of requirement up to 20% of the tender quantity without any change in price or other terms and conditions. The contractor may conduct a joint survey of the work site together with the Engineer-In-Charge, to derive the actual quantity of work to be undertaken.

20. QUALITY OF WORKMANSHIP: If any work is found unsatisfactory by “Owner/Executive Engineer-In-Charge/ Any authority Representative of the Owner” of the work, the contractor shall have to dismantle the same and rectify without any extra financial cost.

21.0 TOOLS, TRACKS & CONSUMABLES: All required Tools, Tackles and consumables required for execution of work shall have to be arranged by the contractor without any extra financial cost.

22.0 Transportation: Transportation of required materials during the execution of work shall be arranged by the contractor at his own cost and this rate is included in the total order price as stated above. The entire cost of loading, unloading transportation of installation and other ancillary cost is to be borne by the executing agency.

23.0 SITE FACILITIES: The contractor shall arrange its site office and also store conveniently at the work location, to store the materials for the execution of the works. Beside the above electricity, water etc. for his employees shall have to be arranged by the contractor without any extra financial cost to BDO, Boudh.

24.0 WATCH & WARD: The contractor shall be responsible for arranging suitable watch and ward of the equipments/material .

25.0 Accident: The contractor shall be responsible for any accident during execution of the work for this work order for which he has to arrange workmen’s compensation insurance. This policy shall also cover the Contractor against the claims for injury, disability, diseases or death of his or his sub-contractor’s employee’s covered under the workmen’s compensation act, 1948.

26.0 Insurance: The contractor shall arrange adequate Transit-cum-storage-cum-erection insurance policy and shall submit the copy of the same to the Owner on demand.

27.0 Warranty: The works should be guaranteed for trouble free operation by the contractor for a period of 5 year and the

executing agency is liable to maintain the projects for a period of 5 (five) years for Solar light. The guaranteed period of electrical works and executing agency is liable to maintain the projects for a period of 2 (year) year.

28.0 Inspection: The project “Installation of LED based solar street lights, solar high max lights and solar based

drinking water system in 6 GPs of National Rurban Cluster of Kolabira block, Dist. Jharsuguda,

Odisha” shall be jointly inspected by BDO, Kolabira or his authorized / nominated representatives. The authority reserves the rights to inspect the complete projects through any agency before release of work bill. The Project “Execution of different electrical works under Biju KBK plan 2019-20 (State Sector) in Koraput District” should be joint inspected by Electrical Inspector and Concerned officer of utility. The authority reserves the rights to inspect the complete projects through any agency before release of work bill.

29.0 Price Bid Format

Price Bid formats are given below

PRICE BID for the work Execution of different electrical works under Biju KBK plan 2019-20 (State Sector) in Koraput District.

Sl.

No.

Name of Block Name of the Work Estimate

Amount

Quoted

Amount

1

BORIGUMMA Strengthening of 11 KV feeder bifurcating Bandhapadar 7 KM

2699978.00

2 KUNDRA Strengthening of New 11 KV link line 7649978.00

3 BOIPARIGUDA

Strengthening of 33/11 KV primary Sub-station at Boipariguda

3399973.00

4 KORAPUT

Strengthening of 33/11 KV primary Sub-station at Kolab

2430000.00

5 LAMTAPUT

Strengthening of 11 KV line from Tusuba to Lamtaput structure with 4 pole structure AB switch

2519968.00

6 DASAMANTHPUR

Strengthening of 11 KV line and 11 KV VCB at Dasamanthpur

1899930.00

7

LAXMIPUR

Strengthening of 11 KV line in different village of Laxmipur block (Ledniguda to Nirangiuda and Mandara to Pojhar D Panchada firm to D Panchada Khajuriput and Champi to Kusumguda)

4000000.00

8 NARAYANPATNA Strengthening of 11 KV line at Narayanpatna 33/11 KV Primary Sub-Station to Tentulipadar

3800000.00

9

Bandhugam

Strengthening of 11 KV Almonda Feeder, New 11 KV line, New LT line and S/S nine different village of Bandhugam block (Almonda, Bada Mathur Colony, Bandhugam and Mahaguda)

6700000.00

10 SEMILIGUDA

Installation of 63 KVA Transformer at Aligam Chowk

200000.00

N.B: Quoted rate should be inclusive of all taxes with OSIC Service Charges @ 3% on bill Value.

* Maintenance cost for a period of 2 years to be included in the quoted price.

Price bid for Solar High Max Lights

* Maintenance cost for a period of 5 years to be included in the quoted price.

* Above quoted price should be inclusive of all taxes and duties and other statutory

dues charged by Government from time to time.

SL. No.

Specification details Quantity

Unit Rate/ unit(Rs.)

%

of

GST

Total Rate /unit

including GST

Quantity as per survey

Total

amount

(Rs.)

`1 Supply of 9mtr height Octagonal galvanised steel light pole along with 45 W x3 nos. LED flood light, Solar PV 500 Wp with Battery 400 Ah @C10 maintenance free Gel Battery.

1 No.

2 Labour charges for fitting, fixing &

excavation of foundation with casting, erection & installation embodying with base cement concrete cabling & transportation loading/unloading with cost of conveyance for 9Mtr. length galvanized Octagonal pole for high max and etc. with coil earthling.

1 No.

TOTAL

Price bid for Supply, installation & Commissioning 1 HP Solar Dual Pump Water Supply

* Maintenance cost for a period of 5 years to be included in the quoted price.

* Above quoted price should be inclusive of all taxes and duties and other statutory

dues charged by Government from time to time.

SL. No.

Specification details Quantity

Unit Rate/ unit(Rs.)

%

of

GST

Total Rate /unit

including GST

Quantity as per Survey

Total

amoun

t (Rs.)

`1 Supply of 1 HP Submersible Solar water Pump with PVC Water Tank

capacity 5000 Ltr along with 6 sq

mm 3 core cables, required PV Module (poly Crystalline) 325 watt x 3 nos. in Existing Bore well

1 No.

2 Installation, commissioning &

Labour charges for fitting, fixing & excavation of foundation with casting, erection & installation embodying with base cement concrete cabling & transportation loading/unloading and etc. with coil earthling in Existing Bore well

1 No.

TOTAL

Price bid for Supply, installation & Commissioning of All in one Solar Street

Light 15 Watt with 6 Mtr G.I Pole.

* Maintenance cost for a period of 5 years to be included in the quoted price.

* Above quoted price should be inclusive of all taxes and duties and other statutory

dues charged by Government from time to time.

SL. No.

Specification details Quantity

Unit Rate/ unit(Rs.)

%

of

GS

T

Total Rate /unit

including GST

Quantity as per Survey

Total amount (Rs.)

`1 Supply of Smart All in one Solar

Semi integrated intelligent

system 15W

(Make: BAJAJ/ HAVELLS/ Surya/ Crompton) (6 Mtrs) (6M GI Pole Made out of 3" G.I Pipe with base plate and top cap. Pole shall be painted with Aluminum paint above ground and black paint on grounding portion)

1 No.

2 Installation, erection of the Solar street

light with the help of Suitable

equipment's and labour & Concrete

Foundation (Suitable foundation with

concrete for the solar street light

considering the safe soil bearing

capacity at site)

1 No.

TOTAL