11.07.2015 Views

tender documents for - Rajasthan Agriculture Marketing Board

tender documents for - Rajasthan Agriculture Marketing Board

tender documents for - Rajasthan Agriculture Marketing Board

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

EXECUTIVE ENGINEER (ELECT.) R.S.A.M.BOARD, JAIPUR-IITENDER DOCUMENTSFORNAME OF WORK : Supply, Installation &Commissioning of 7KWp StandAlone Solar Photo Voltaic PowerPlant at KUMS Goluwala.NIT NO. : 13/2012-13NIT AMOUNT : 21.26 LacsCOST OF TENDER DOCUMENT : Rs. 500/-COST OF EARNEST MONEY : Rs. 42,520/-LAST DATE OF SALE OFTENDER DOCUMENTDATE & TIME OF RECEIVINGTENDERS: 19.12.201221.12.2012: 21.12.2012 AT 12.00 PMDATE & TIME OF OPENINGTENDERS: 21.12.2012 AT 1.00 PMNAME OF AGENCY : M/s_________________________________________________________________________________


OFFICE OF THE EXECUTIVE ENGINEER (ELECT.)R.S.A.M.BOARD, JAIPUR-IITENDER FORMDate of Tender: 21.12.2012 Tender Cost Rs. 500/-To,The Superintending Engineer/Executive Engineer (Elect.)<strong>Rajasthan</strong> State Agricultural <strong>Marketing</strong> <strong>Board</strong>,Circle-Sri Ganganagar/Jaipur-IIName of Work:-Supply, Installation & Commissioning of 7KWpStand Alone Solar Photo Voltaic Power Plant atKUMS Goluwala.Dear Sir,I/We hereby <strong>tender</strong> <strong>for</strong> execution <strong>for</strong> the Administrator, <strong>Rajasthan</strong>State Agricultural <strong>Marketing</strong> <strong>Board</strong>, the work specified in the memorandumwith in the time specified in the memorandum at rate specified by me/us inthe schedule attached.I/We hereby abide by the terms & conditions <strong>for</strong> this work as laid inR.P.W.A. 100.A sum of Rs. …………………….. has been deposited as Earnest Money bycash in your office.Yours faithfullySignature of the Contractor& Address


Name of Contractor: …………………………..……………………………..Address : …………………………………………………………………………….OFFICE OF THE EXECUTIVE ENGINEER (ELECT.)R.S.A.M.BOARD, JAIPUR-II"MEMORANDUM OF WORKS"Name of Work:- Supply, Installation & Commissioning of 7KWpStand Alone Solar Photo Voltaic Power Plant atKUMS Goluwala.N.I.T. No. : 13/2012-131. Approximate costs as per N.I.T. : Rs. 21.26 Lacs2. Cost of the <strong>tender</strong> <strong>documents</strong> : Rs. 500/-3. Earnest Money : Rs. 42,520/-4. Last date of the sale of TenderDocument: Dated 19.12.20125. Date & time of receiving <strong>tender</strong>s : Date 21.12.2012Time 12.00 P.M.6. Date & time of opening <strong>tender</strong>s : Date 21.12.2012Time 1.00 P.M.SCHEDULE-'A' : In<strong>for</strong>mation useful <strong>for</strong> the contractor:The above noted work is included in this <strong>tender</strong>. The<strong>tender</strong> should see the site and fully understand theconditions of the site be<strong>for</strong>e <strong>tender</strong>ing. The workshall be carried out in accordance with the <strong>Rajasthan</strong>P.W.D. detailed specifications and to the entiresatisfaction of Engineer-in-charge of the work.SCHEDULE-'B' : List of the Drawings to be supplied by the <strong>Board</strong>.The drawing may be seen in the office of theundersigned.SCHEDULE-'C' : List of drawings to be supplied by the contractor, listof:SCHEDULE-'D' : Test of the materials-Drawings to be supplied be the contractor "Nil". Butthe contractor shall have to arrange at his own costthe full size details templates etc, as may berequired by the Engineer-in-charge from time totime.The test of the material and work-man ship shall beconducted by the R.S.A.M.<strong>Board</strong> staff as and when


necessary. The result of which should con<strong>for</strong>m to thestandards laid down in the Indian Standards and/orthe standards laid down in the detailed specificationsof the P.W.D. proper quality control is required to bemaintained by the contractor.Qualified personnel as required under thecontractors enlistment rules be engaged on thework. The R.S.A.M.<strong>Board</strong> reserves the right toengage such staff and recover the expenses fromthe contractor on this account in case of his failure.SCHEDULE-'E' : Sample of the materials –The sample of the materials to be used by thecontractor shall be deposited 10 th days in advancewith the division office if required by the Engineerin-chargeand be got approved from him be<strong>for</strong>e use.SCHEDULE-'F' : Time of completion 04 (Four) Month from the10 th day after the date of issue of the Work Order.SCHEDULE-'G' : Attached separately wherever required.1. All joints shall be water tight and properly threaded.2. All the material will be used of ISI approved or con<strong>for</strong>ming to be the ISspecification as per prior approval of site in charge.3. Test results should be submitted on completion of the job along-withcompletion drawing.4. Contractor must report immediately on suspension of his license.5. The work must be carried out as per electric specifications 1980PWD Electric BSR 2012, Current Market Rates & MNRE ApprovedRates.(M.S. Karol)Executive Engineer (Elect.)R.S.A.M.<strong>Board</strong>,Jaipur-IISignature of Contractor withFull address


(RPWA-100)RAJASTHAN STATE AGRICULTURAL MARKETING BOARDNOTICE INVITING TENDERS FOR WORKS1- Tenders are hereby invited on behalf of the Administrator, <strong>Rajasthan</strong> StateAgricultural <strong>Marketing</strong> <strong>Board</strong> <strong>for</strong> the works of SUPPLY, INSTALLATION &COMMISSIONING OF 7KWp STAND ALONE SOLAR PHOTO VOLTAICPOWER PLANT AT KUMS GOLUWALA from MNRE channel partner andState/Central Government Undertakings(PSU), after giving prescribed EarnestMoney .2- Contract document consisting of the detailed plan, complete specifications, theSchedule of the quantities of the various classes of work to be done and the set ofconditions of contract to be complied with by the persons whose <strong>tender</strong> may beaccepted, which will also be found printed in the <strong>for</strong>m of <strong>tender</strong>s, can be seen atthe office of the Superintending Engineer, RSAMB Circle-SNGR/ExecutiveEngineer (Elect.) R.S.A.M.B. Jaipur-II every day except on Sundays and PublicHolidays, during office hours.3- Tenders, which should always be placed in sealed covers with the name of thework written on the envelopes, will be received by the Superintending Engineer,RSAMB Circle- SNGR/Executive Engineer (Elect.) R.S.A.M.B. Jaipur-II upto 12.00PM Noon on 21.12.2012 and financial bid will be opened by him in his office at1.00 PM on 21.12.2012 the presence of such Contractors or their authorisedrepresentatives, as per present.4- Tenders are to be submitted on a prescribed <strong>for</strong>m, which can be obtained from theoffice(s) of the Superintending Engineer, RSAMB Circle- SNGR /ExecutiveEngineer (Elect.) R.S.A.M.B. Jaipur-II on payment of a sum of Rs. 500/- in cash orby demand draft. The sale of <strong>tender</strong> <strong>for</strong>m will start at least 10 days be<strong>for</strong>e the dateof receipt of <strong>tender</strong>s. The sale of <strong>tender</strong>s will be closed by 19.12.2012 Be<strong>for</strong>esubmitting <strong>tender</strong>s, it should be ensured that all the <strong>tender</strong> papers includingconditions of contract are signed by the <strong>tender</strong>er. Eligibility to get <strong>tender</strong> <strong>for</strong>msshall be with reference to the amount mentioned in the NIT.5- The work is to be completely finished to the satisfaction of Engineer-in-chargewithin 04 month from the 10 th day after the date of written order to commence thework.6- Earnest Money, amounting to Rs. 42,520/- should be submitted at the time ofpurchasing <strong>tender</strong>, and each <strong>tender</strong> is to be in a sealed cover SUPPLY,INSTALLATION & COMMISSIONING OF 7KWp STAND ALONE SOLARPHOTO VOLTAIC POWER PLANT AT KUMS GOLUWALA and addressed to theOffice of the Superintending Engineer, RSAMB Circle- SNGR /Executive Engineer(Elect.) R.S.A.M.B. Jaipur-II. The Earnest Money, in cash or Bankers Cheque orDemand Draft of Nationalised/Schedule Banks, should be deposited with theCashier or authorized clerk in the name of Superintending Engineer, RSAMBCircle-SNGR /Executive Engineer (Elect.) R.S.A.M.B. Jaipur-II and its receiptshould be attached with the <strong>tender</strong>. In case of <strong>tender</strong> <strong>for</strong> works of which <strong>tender</strong>edcost in Rs. 5 Crores and above, Earnest money of Rs. 10 Lacs shall be accepted incash as above and remaining part of Earnest money can be accepted either in the<strong>for</strong>m of Bank Guarantee (Form RPWA 87) or in cash. Enlisted contractors shall be


equired to deposit ½% or estimated cost of work as Earnest money while<strong>tender</strong>ing within their enlistment zone. For outside their zone 2% Earnest moneyshall be required to be deposited.7- The security deposit @ 10% of the gross amount of the running bill shall bededucted from each running bill and shall be refunded as per rules on completionof the contract as per terms and conditions. The earnest money deposited shallhowever be adjusted while deducting security deposit from the first running bill ofthe contractor. There will be no maximum limit of security deposit.A contractor may, however, elect to furnish bank guarantee or any acceptable <strong>for</strong>mof security <strong>for</strong> an amount equal to the full amount of security deposit @ 10% of thework order be<strong>for</strong>e or at the time of executing the agreement. In that case, earnestmoney may be refunded only after furnishing of the bank guarantee as above.During the execution of the work or after completion of the work also a contractormay replace the security deposit by furnishing bank guarantee <strong>for</strong> an equalamount. However, during execution of the work if coast of work exceeds as shownat the time of furnishing bank guarantee, balance security deposit shall be deductedfrom the Running Account Bills.8- The acceptance of the <strong>tender</strong> will rest the competent authority who does not binditself to accept the lowest <strong>tender</strong>, and reserves to itself the authority to reject anyor all of the <strong>tender</strong>s received without assigning any reason.9- Tender <strong>for</strong>ms as issued from office(s) mentioned above (Para 4) must be returnedwith all enclosures, to the following office/offices, on the date of receipt of <strong>tender</strong>s:Sr.No.(i)(ii)(iii)Value of TendersTenders <strong>for</strong> which sanctioning authority isExecutive Engineer/Superintending Engineers.Tenders <strong>for</strong> which sanctioning authority isAdditional Chief Engineer/Chief Engineers.Tenders <strong>for</strong> which sanctioning authority is<strong>Board</strong>/State Government.Name of OfficeDivisional Office.Circle Office.Zone Office.10- No refund <strong>tender</strong> fee is claimable <strong>for</strong> <strong>tender</strong>s not accepted or <strong>for</strong>ms returned or <strong>for</strong><strong>tender</strong>s not submitted.11- The <strong>tender</strong>s <strong>for</strong> works shall remain open <strong>for</strong> acceptance <strong>for</strong> a period as given belowfrom the date of opening of Financial Bid.Sr.Value of TendersName of OfficeNo.1 For <strong>tender</strong>s to be accepted by Executive 20 Days.Engineer.2 For <strong>tender</strong>s to be accepted by Superintending 30 Days.Engineer.3 For <strong>tender</strong>s to be accepted by Additional Chief 40 Days.Engineer.4 For <strong>tender</strong>s to be accepted by Additional ChiefEngineer on recommendation of Tender60 Days.


Committee.5 For <strong>tender</strong>s to be accepted by <strong>Board</strong>. 70 Days.If any <strong>tender</strong>er withdraws his <strong>tender</strong> prior to expiry of the said validity period ormutually extended period or makes modification in the rates, terms and conditionsof the <strong>tender</strong> within the said period which are not acceptable to the department, orfails to commence the work in the specified period/fails to execute the agreementthe department shall, without prejudice to any other right or remedy be at libertyto <strong>for</strong>feit the amount of earnest money given in any <strong>for</strong>m absolutely. If anycontractor who having submitted a <strong>tender</strong> does not execute the agreement or startthe work or does not complete the work and the work has to be put to reentering,he shall stand debarred from participating in such reentering in addition to<strong>for</strong>feiture of Earnest money/Security Deposit and other action under agreement.12- All <strong>tender</strong>s, in which any of the prescribed conditions are not fulfilled or whichhave been vitiated by errors in calculations, totaling or other discrepancies orwhich contain over-writing in figures or words or corrections not initialed anddated will be liable <strong>for</strong> rejection.13- Enlisted contractors, will be required to pay Earnest money @ ½% of estimatedcost of work put to <strong>tender</strong>, in case of work they are authorized to <strong>tender</strong> underrules <strong>for</strong> enlistment of contractors, but the amount to the extend of full Earnestmoney shall be liable to be <strong>for</strong>feited in the event of circumstances explained inclause 11 above. Degree/Diploma holder engineers may pay Earnest money equalto one half of the normal rates, subject to the provisions of rules <strong>for</strong> enlistment ofcontractors.14- The <strong>tender</strong> should be accompanied with Sale Tax clearance certificates from theconcerned departmental authorities, without which the <strong>tender</strong>s may not beentertained.15- The whole work may be split up between two or more contractors or accepted inpart and not in entirely if considered expedient.Signature of ContractorWith full address & Mobile No.(M.S. Karol)Executive Engineer (Elect.)R.S.A.M.B. Jaipur-II.


SPECIAL CONDITIONS OF CONTRACT (FOR SOLAR)Civil, Electrical and Sanitary works will be carried out as per <strong>Rajasthan</strong> P.W.D. specifications in general,and other works/items not included in the <strong>Rajasthan</strong> PWD specifications, will be carried out as perspecifications provided in bid document and also as per instruction of Engineer-in-charge. In theinterpretation of specifications, the decision of engineer in charge shall be final and binding.1) Main contractor/bidder may collaborate with individual specialized sub contractors/suppliers <strong>for</strong>works given in <strong>tender</strong> specifications: however he shall nominate and provide name, address andsubcontractor's qualifications and experience along with <strong>tender</strong> <strong>for</strong> approval. During the period ofexecution of contract, he shall not be allowed to change such approved sub contractors. In all casesliability and responsibility <strong>for</strong> works executed by subcontractors shall be that of the main contractorat all times. All arrangements regarding water, T and P required <strong>for</strong> the job will be made by thecontractor.2) Custom duties, handling and transportation charges, excise duty, Sales tax and other taxes and leviesif any, will be paid by the contractor as per rules. No claim <strong>for</strong> additional payment <strong>for</strong> such costshall be entertained. He is bound to follow labour laws and fair wages clause.3) Machinery and other fabricated components shall only be dispatched to site after inspection andapproval by engineer in charge at supplier's works. The RSAMB engineers team may inspect suchmanufacturing facility, plant-machinery and other units and the contractor shall provide allassistance and shall bear all the expenses <strong>for</strong> such inspection of works. In case any material isrequired to be tested, the contractor will have to make all arrangements at this own cost; testingcharges would be borne by the contractor. Contractor will setup lab at work site <strong>for</strong> quality controltest as per norms.4) The list of some standard makes are mentioned, but other makes of equivalent specifications mayalso be considered by prior approval of Engineer-in-charge.5) The drawings provided with the <strong>tender</strong> document are tentative. The entire work is to be executedas per appended tentative layout drawings & designs. After issuing of letter of award the bidder shallprovide all working detailed drawings and design <strong>for</strong> final approval. He shall be able to start thework only after the approval of such designs and drawings. All works to be executed as per laiddown specifications.In case the bidder opts to set up the cold storage facility using his own design, drawing andspecifications similar to the proposal in bid document, he may furnish the details of his proposalscontaining.a) Civil workb) Sanitary workc) Electrical workd) Insulation including doorse) Refrigerationf) Stacking (prefabricated) arrangement with pallets and carats with <strong>for</strong>k lift etc.g) Fire fighting arrangements.However the bidders proposal should include RCC columns with G.I. sheet roofing with ceilingheight between 6.50 to 8.50 Mtr. and 75mm thick floor all around.6) The work shall be completed within the period as mentioned in Notice Inviting Tender/Agreement.7) Rates to be provided shall be inclusive of all lead and lift; no extra lead/lift shall be paid over andabove that.


8) If there is any clerical or typing error in the Schedule-G, the rates and nomenclature as given in theBSR on which the Schedule-G is based will be final. In the event the contractor omits or neglects toprice any item of schedules, it shall then be considered as nil value and no claim shall be entertainedlater.9) The contractor shall have to prepare and maintain the diversion during the construction period athis own cost. In case he fails to do so, the board will be free to construct such diversion chargeableto the contractor.10) During the execution of contract if any changes are required in design or routing then thecontractor shall submit detailed design and work drawings as well as specifications <strong>for</strong> the engineerapproval. The quantum of work/items can be increased or decreased at the discretion of theEngineer-in-charge. The payment shall be made as per actual execution of Schedule 'G' andSchedule 'H' quantities.11) Conditional <strong>tender</strong>s shall be rejected, only percentage rates above/below should be quoted onSchedule-G/<strong>tender</strong> <strong>for</strong>m in space given. The item rates shall be provided <strong>for</strong> all items listed inSchedule H. The price summary schedule shall also be filled along with Grand total (ie) Turn keyexecution price.12) The contractor is expected to have visited the site of work & acquainted himself of general terrain,type of materials, their availability and other relevant in<strong>for</strong>mation related to the work by personallyinspecting the area be<strong>for</strong>e <strong>tender</strong>ing the work.13) Extra item of work shall not vitiate the contract; The contractor shall be bound to execute extraitems of work as directed by Engineer In charge. The rate <strong>for</strong> extra item shall be based on <strong>Rajasthan</strong>PWD Electric BSR 2012, Current Market Rates & MNRE Approved Rates plus or minus the <strong>tender</strong>premium as offered by bidder in his bid document. In the event of non availability of the proposedextra item in the Basic Schedule of Rates, the rates of such item shall be fixed by the Engineer-In-Charge.14) The validity of <strong>tender</strong>ed rate will be open <strong>for</strong> acceptance <strong>for</strong> 70 days from date of <strong>tender</strong> opening offinancial bid.15) Other terms and conditions of contract shall be as per agreement-General Condition of contract.16) Single rate shall be quoted <strong>for</strong> the entire package of Schedule G items, individual rate shall bequoted <strong>for</strong> H-Schedule item only.17) Defect liability period <strong>for</strong> building work is 60 months and including at least six rainy season aftersatisfactory completion as per clause 6.18) The contractor has to submit the rate analysis <strong>for</strong> the rate he is quoting. The rate analysis should bein detail & item wise.19) Special Condition of Contract Regarding Defect Liability Period <strong>for</strong> Building Works (Costing morethan 10.00 lacs).Defect liability period <strong>for</strong> Civil works shall be 5 years reckoned from date of actual completion ofthe Building works. Generally, following defect are covered <strong>for</strong> 5 years D.L.P.20.1 Surface cracks on R.C.C. work.20.2 Cracks in masonry, walls, pillars, etc.20.3 Dampness appeared on surface of wall, ceiling, floors, etc.20.4 De-laminations and unevenness of surface.20.5 Leakage, cracks in drainage system, dampness in sunk portions.20.6 Defects in paint work, distempering, white-wash, etc. <strong>for</strong> example, unevenness in shade,pealing out, flakes on the surface, etc.


21) The20.7 Cracks, settlement, unevenness, opening of joints in floorings.20.8 Doors, windows and ventilators opening and closing are not smooth. Fittings & fixtures arenot functioning smoothly.20.9 Steel fabrication works not grinded properly and finished.20.10 Leakage/chocking in pipelines, taps, valves, showers, wash basin, etc. Sanitary-ware fittingsnot functioning smoothly.20.11 External services <strong>for</strong> storm water, sewerage, rain water harvesting system not functioningproperly.In addition to the above, any defects identified by the user and/or Engineer-in-charge shall berectified by the contracting agency within notified period assigned by the Engineer-in-charge.Electrical Works :20) The defect liability under DLP <strong>for</strong> 2 years shall be from the date of its completion of the workreckoned by the Engineer-in-charge.defects shall be in case of non-functioning of the following items :Internal and External wiring, panels, cables, L.T. installation from distribution board to end usepoints, MCBs, DBs, ELCBs, earthing, switches, sockets, distribution panels, switchgear, panelinstruments, panel MCBs, bus bars, cable trenching. Lugs, connecting wire and any other itemsspecified under the contract.22) Repair and Replacement – The items covered under defect liability period shall be replaced and/orrepaired as directed by the Engineer-in-charge.23) Time period <strong>for</strong> repair/replacement – The Engineer-in-charge soon after defect arises shall notify tothe contracting agency and/or his authorized representative on phone and in writing <strong>for</strong>rectification of the defect within the prescribed period which may be in hours/days and depends onthe gravity and severity of defect.24) Consumable Articles – Consumable Articles like tube rods, CFL, Bulbs, HT fuses, Batteries, Gasfilling will be replaced by the client department or user department at their own cost andarrangement.25) Other items :1. D.G. set including fitting and fixtures.2. Lifts and Escalators.3. Air cooling/Air conditioning/Heating System.4. Fire fighting system.5. CCTV, EPABX.6. Security system equipments.7. Electric Motors Pumps.26) The whole work shall be carried out as per specifications & guidelines of MNRE.27) The successful bidder should prepare a detailed project report (DPR) inline with the <strong>for</strong>mat ofMNRE <strong>for</strong> claiming central Financial Assistance (CFA) from MNRE. The work order will be issuedto successful bidder only after submission of the DPR & financial analysis, to get the grant fromMNRE & layout of work shall be given only after grant of subsidy part from MNRE.


28) The successful bidder will be responsible <strong>for</strong> getting approval of the DPR from MNRE <strong>for</strong> obtainingcapital subsidy of 30% or as per MNRE guidelines of the bench mark cost <strong>for</strong> settlement ofpayment to successful bidder.29) The successful bidder should arrange <strong>for</strong> factory visit, <strong>for</strong> verification & test checking of all materialused in the plant, be<strong>for</strong>e starting work.30) Be<strong>for</strong>e submission of the offer, bidders are required to make themselves fully conversant with thescope of work, technical requirements & specifications etc. so that no ambiguity arises on a laterdate in this respect .The bidder are supposed to visit the Krishi Upaj Mandi 's premises <strong>for</strong> selectionof site <strong>for</strong> installation of PV modules , control & battery room.31) For any reason, if the plant remains inoperative after commissioning, the penalty of RS 500.00 willbe deducted per day from the SECURITY DEPOSIT of the successful bidder, till the plant resumesoperation.32) For maintenance part, the work includes the two year manufacturing warranty from date of actualcompletion of work, which is further to be maintained <strong>for</strong> additional period of THREE (3) YEARSas mentioned in item no. 2 of Part-B (H-Schedule) i.e. <strong>for</strong> total period of FIVE (5) CONSEQUTIVEYEARS. The maintenance includes all repair / replacement of components, batteries etc. required<strong>for</strong> successful operation of power plant including the cost of any manpower ,spare parts,material/component required.33) Subsidy should be raised by the successful bidder directly and manage the funds from MNRE as perguidelines. The 70% amount will be paid by the department & rest 30% amount will be paid onlyafter receiving the subsidy from MNRE.Signature of Contractor withmobile number p & address(M.S. KAROL)Executive Engineer (Elect.)R.S.A.M.B. Jaipur-II


jktLFkku jkT; d`f"k foi.ku cksMZ] iar d`f"k Hkou]t;iqj&kkfufonk lwpuk la[;k 13@2012&13jktLFkku jkT; d`f"k foi.ku cksMZ dh vksj ls 4 ekg essa07 KWp dk lksyj ikoj IykaV ¼LVsUM vyksu ½ d`f"k mite.Mh lfefr xksywokyk esa LFkkfir djus gsrq Hkkjr/jkT;ljdkj ds midze rFkk Hkkjr ljdkj ds e=aky; ,e-,u-vkj-bZ- dsorZeku lksyj pSuy ikVZulZ ls fufonk vkeaf=r fd tkrh gSfufonk dk fodz; fcdzh izek.k i= ,oa vk;dj izek.k i= izLrqrdjus ij gh fufonk 'kqYd :i;s 500@& ,oa /kjksgj jkf'k :i;s42]520@& :i;s dk fMekaM MªkV tks vf/k'kklh vfHk;Urk¼fo/kqr½ jktLFkku jkT; d`f"k foi.ku cksMZ] t;iqj&f}rh; dsuke ns; gksxk] tek djokdj dk;kZy; vf/k'kklh vfHk;Urk¼fo/kqr½ iar dqf"k Hkou t;iqj dejk u] 50 ,oa dk;kZy;v/kh{k.k vfHk;Urk]jktLFkku jkT; d`f"k foi.ku cksMZ] o`rJhxaxkuxj ls fnuakd 19-12-2012 rd fufonk dz; dh tk ldrhgSA iw.kZ :i ls Hkjh gqbZ fufonk, fnukad 21-12-2012 dksvijkg~ 12.30 cts o fyQkQk u- 02 nksigj 1-00 cts mifLFkrfufonkrkvksa ;k muds izfrfuf/k;ksa ds le{k [kksyh tkosaxhAuksV %& ¼1½ fufonk dh 'krsaZ ,oa vU; fooj.k bl dk;kZy; lsrFkk osclkbZV www.rsamb. rajasthan. gov.in ij ns[ks tk ldrsgSaA bPNqd laosnd fufonk izi= e; th&f'kM~;wy dkfu%'kqYd voyksdu fdlh Hkh dk;Z fnol esa dj ldsasxsA¼2½lfClMh izkIr djus dh leLr ftEesnkjh lQy fufonknkrk dhgksxhA ¼3½ ;fn fdlh dkj.ko'k lfClMh izkIr djus esansjh@ugha izkIr gksus dh fLFkfr esa ml voLFkk esavkoafVr dk;Z dks fujLr djus dh 'kfDr;ka bl foHkkx esafufgr gksxh ¼4½ /kjksgj jkf'k vuqekfur ykxr dh 2 izfr'kr¼cSadlZ pSd@Mh-Mh-½ yh tkosxh tks vf/k'kk"khvfHk;ark ¼fo|qr½] jktLFkku jkT; d`f"k foi.ku cksMZ]f}rh;] t;iqj ds uke ns; gksxhA ¼5½ fufonk izi= dz; gsrqvkosnu i= ds lkFk iathd`r fcdzh dj ,oa vk;dj izek.k i=ksa dhizekf.kr Nk;kizfr layXu djuh gksxhA ¼6½ fufonkØekad% fnukad %izfrfyfi fuEufyf[kr dks lwpukFkZ ,oa vko';d dk;Zokgh gsrq%&1- Jheku~ v/kh{k.k vfHk;ark] jktLFkku jkT; d`f"k foi.ku cksMZ]o`r&JhxaxkuxjA2- vf/k'kk"kh vfHk;ark jktLFkku jkT; d`f"k foi.ku cksMZ][k.M&Jhxaxkuxj@guqekux


OFFICE OF THE EXECUTIVE ENGINEER (ELECT.) R.S.A.M.BOARD,JAIPUR-IIGENERAL ABSTRACTNAME OF WORK:- SUPPLY, INSTALLATION & COMMISSIONING OF 7KWp STAND ALONESOLAR PHOTO VOLTAIC POWER PLANT AT KUMS GOLUWALA.TOTAL OF G SCHEDULE (PART-A) .= RS. 86082I/We hereby agree to execute <strong>tender</strong> <strong>for</strong> the above work@------------------ % above /below as per G-Schedule (infigures)I/We hereby agree to execute <strong>tender</strong> <strong>for</strong> the above work@--------------------------------------% above /below as per G-Schedule (in Words)There<strong>for</strong>e add/deduct <strong>tender</strong> premium as quotated on G-Schedule Amount.= RS. (-) (+)TOTAL OF G - SCHEDULE (PART-A) .= RS. …………………………..TOTAL OF H SCHEDULE (PART-B)1.(A) SOLAR MODULE .= RS. …………………………1(B) POWER CONDITIONING UNIT .= RS. …………………………1( C ) BATTERY BANK .= RS. …………………………2. MAINTENANCE FOR 3 YEARS .= RS. …………………………TOTAL OF H - SCHEDULE (PART-B) .= RS. …………………………..GRAND TOTAL(PART-A + PART-B) .= RS. …………………………..Signature of contractor withaddress & mobile No.(M.S. KAROL)Executive Engineer(Elect.)R.S.A.M.B.Divison-IIJAIPUR..contd.


FOR OFFICE USE ONLY1 Date of opening: 21/12/20122 Number of <strong>tender</strong> received:…………………3 Tender rate G- Schedule: ……………..% above /below4 Tender rate H-schedule:1.(A) SOLAR MODULE .= RS. …………………………1(B) POWER CONDITIONING UNIT .= RS. …………………………1( C ) BATTERY BANK .= RS. …………………………2. MAINTENANCE FOR 3 YEARS .= RS. …………………………5 Number of conditions: …………………..6 Number of cutting: …………………..7 Number of over writing: …………………..(M.S. KAROL)Executive Engineer(Elect.)R.S.A.M.B.Divison-IIJAIPUR.


G-SCHEDULENAME OF WORK:- SUPPLY, INSTALLATION & COMMISSIONING OF 7 KWp STAND ALONE SOLAR PHOTOVOLTAIC POWER PLANT AT KUMS GOLUWALA.PART-A (BSR ITEMS)BSR: RATES ARE BASED ON PWD ELECTRIC BSR 2012.Sr. No. Description of item Unit Qty. Rate Amount1 P&F 240V/415V AC MCB with positive isolationof breaking capacity not lessthan 10KA(B/C/Dtripping characteristics)ISI martked IS:8828/1996confirming to IEC60898 in existing boards/sheets including making connection withlugs,testing etc as required.A Single Pole MCBi 6A to 32 A rating (Group I) EACH 18 151 2718(Rs. One hundred fifty one only)2 P/Laying PVC/XLPE insulated & PVC sheathedcable of 1.1 KV grade with aluminium conductor ofIS;1554P-I/IS: 7098-I of group I of approved makein ground as per IS:1255 including excavation of30cm*75cm size trench,25cm thick under layer ofsand,II class brick covering, refilling earth ,compaction of earth, making necessaryconnection, testing etc as required of size:A 50 Sqmm 3.5 core Armoured(Group I) MTR 60 299.25 17955(Rs. Two hundred ninety nine & P. twenty five only)3 P&F recessed/ surface mountingheavy duty Vertical type 16SWG sheet steelDistribution board with provision ofincomer, suitable <strong>for</strong> MCB/RCCB & SP/TPMCB as outgoing, phophatised ,powderpainted complete with insulatedcopper bus bar , neutral link, earthlink, din bar, masking sheet con<strong>for</strong>ming toIS13032 & IS 8623 including makinginternal DB terminations with copperlugs , testing etc. as requireda Double door with provision of incomer MCCB100/125 Amp. Rating (Group I)i 6 Way EACH 1 5130 5130(Rs. Five thousand one hundred thirty only)4 SITC of quick make and quick break 3 POLEcurrent limiting MCCB having following currentrating, short circuit breaking capacity at 440/415 V, 50 Hz; O/L & S/C settings and con<strong>for</strong>ming toIS 13947-2 / IEC 60947-2 with front face & centralisedadjustable, line load interchangeability, havingpositive isolation capability, provision <strong>for</strong>UVR , shunt trip , earth fault trip,push ( test )to trip, including making connections with lugs /spreaders etc. as required. (Group-I)a With Thermal Magnetic releasei Upto 100 Amp 10kA, fixed O/L & S/C Setting Each 1 1575 1575(Rs. One thousand five hundred seventy five only)


Sr. No. Description of item Unit Qty. Rate Amount5 P& F of heavy duty capacitor start double ball bearing 900/1400RPM single phase ISI marked Exhaust fan IS : 2312 marked inexisting opening i/c making connection testing etc as required.a 380 mm sweep(900/1400 RPM)(Group I) EACH 2 3217.50 6435(Rs. Three thousand two hundred seventeen & P. fifty only)6 P& F of gravity louver shutter of superiorquality made out of frame of 18SWG MS sheet &louvers made from 24 SWG MS Sheet with enamel painti/c cost of nut & bolt etc as required.a Up to 380 mm size EACH 2 168.75 338(Rs. One hundred sixty eight & P. seventy five only)7 P&F strip type flourescent tube fittingfabricated from CRCA sheet & finished withpowder coating/ stove enamelled paintextruded non corrosive UV resist EP channelcomplete with accessories like OCCB, starter. Starter seat, EB , rotor holder terminalblock duly prewired with copper conductori/c making connection testing etc as required.(With out tube ) (Group I)a 1*36 Watts with OCCB EACH 4 393.75 1575(Rs. Three hundred ninety three & P. seventy five only)8 P&F double ball bearing capacitor start aluminium body & bladeceiling fan with down rod upto 30 cm with 3x1.5 SqmmPVC insulated flexible copper conductor making connectiontesting etc. as reqd.a 1200 mm EACH 2 1451.25 2903(Rs. One thousand four hundred fifty one & P. twenty five only)9 P& F flourescent tube rod in existingfixtures as required, minimum 3 Star rating.a Flourscent powder coared (Group I)i 36/40 Watts EACH 4 63 252(Rs. Sixty three only)10 P&F energy efficient direct fit (retrofit) composit, compactfluorcent lamp of energy saving labelling not less than 3 Star& PF 0.8 in existing folder/fixture as reqd.a 18/20 Watt (Group-I) EACH 20 236.25 4725(Rs. Two hundred thirty six & P. twenty five only)11 SITC of Air Cooled split type Air conditioners complete withIndoor unit(IDU), Out door unit (ODU) with stand, surface /concealed copper Refrigerant piping with insulation (EP foampipe section) upto 3 Mtr (IDU to ODU), copper power cableupto 4 Mtr (IDU to ODU), R-22 Refrigerant, Remote, suitable<strong>for</strong> 400/230V +10% of 50 Hz ,1 /3 phase AC supply capableof per<strong>for</strong>ming cooling, dehumidification, air circulation offollowing capacity with Scroll / reciprocating / rotarycompressor as specified.A Hi Wall/Ceiling Wall Spliti 1.0 TR with 4 star rating of BEE (Group II ) EACH 1 34616.00 34616(Rs. Thirty four thousand six hundred sixteen only)12 Supplying and drawing FR PVC insulated & unsheathedflexible copper conductor ISI marked (IS:694) of 1.1 kV gradeand approved make in existing surface or recessedconduit/casing capping including making connections etc. asrequired.A 2 x 4.0 sq. mm. + 1 x 2.5 sq. mm.(Group I) P.MTR 60 69.75 4185


(Rs. Sixty nine & P. seventy five only)Sr. No. Description of item Unit Qty. Rate Amount13 P&F 240/415 V isolator con<strong>for</strong>ming to IS:13947-III/ IEC 60947-3 on existing board / sheet including making connections withlugs , testing etc. as required.A Double pole isolatori 30 A / 40 A rating (Group I) EACH 1 298.00 298(Rs. Two hundred ninety eight only)14 P&F flush/surface type enclosure <strong>for</strong> housing MCB/Isolatorwith Din rail including making connections with lugs, repairsetc. as required.A With sheet steel enclosure(Group I)i Two way EACH 1 290.00 290(Rs. Two hundred ninety only)15 Supply, Fixing and testing of following capacity wall mountedstablisers having output voltage variation from 200 V to 250V(+/-5%) with input voltage variation from 170 V to 260 V, timedelay facility from 2 to 4 minute and high cutoff at 270 Vcomplete in all respecta 4 kVA (Group I) EACH 1 2750.00 2750(Rs. Two thousand seven hundred fifty only)16 Making of hole in wall of required size <strong>for</strong> housing exhaust fanand making good the same, with cement plaster as required offollowing size:a Up to 457 mm size EACH 2 168.75 338(Rs. One hundred sixty eight & P. seventy five only)Total of G-Schedule (Part-A) = Rs. 86082(M.S. KAROL)Executive Engineer(Elect.)R.S.A.M.B.Divison-IIJAIPUR.Signature of Contractor withfull address


H-SCHEDULENAME OF WORK:- SUPPLY, INSTALLATION & COMMISSIONING OF 7 KWp STAND ALONE SOLAR PHOTOVOLTAIC POWER PLANT AT KUMS GOLUWALA.BSR:PART-B (NON BSR ITEMS)RATES ARE BASED ON MARKET RATE ANALYSIS.Sr. No. Description of item Unit Qty.1 Supply, installation, testing and commissioning of 7 KWpcapacity stand alone solar power plant complete in all respectwith solar PV module, battery banks PCU, Battery racks,control panel, copper cable, connectors, earthings,lightningarrestor with suitable GI strips, & other accessories etc asreqd.<strong>for</strong> smooth operation of plant as per specifications below:i CONTINOUS KW CAPACITY : 7 KWpii ARRAY CONFIGURATIOIN : As per standard Wattage ofiii NOMINAL ARRAY VOLTAGE (DC) :120V DC (MINIMUM)iv OUTPUT VOLTAGE : 415V, 50 Hzv MAXIMUM OUTPUT AC CURRENT : 13.91 Amp.vi INVERTER EFFECIENCY : 92% (AT FULL LOAD)vii BATTERY BANK CAPACITY : 120V, 1000 AH @C 10viii INVERTER TYPE : 3 PHASE,415 Volt,50 c/sA SOLAR MODULEMulti Crystalline silicon terrestrial high power solar cells shallbe used in solar photo voltaic module as per IEC 61215/IS:14286 & IEC 61730 - latest standared & each PV moduleused must have a RF identificatiion tag. The maximum powerrating shall not be less than 230 Wp +-3%. To connect thesolar modules, interconnectioin cables shall be provided &photo electric conversion effeciency of SPV modules shall begreater than 14%. It shall per<strong>for</strong>m satisfactorily in relativehumidity upto 100% with temperature variation betweel 0Degree C. to 50 Degree C. to with stand gust upto 200 KM/HrProtective devices against surges at the PV module shall beprovided. PV module must be warranted <strong>for</strong> output wattagewhich should not be less than 90% at the end of 12 years &80% at the end of 25 Years. The solar module shall have afront cover of high transmission (Greater than 91%) temperedand textured glass 3.2 mm thick with anodized aluminium alloyframe material to protect the silicon cells damage. The fillfactor of module shall not be less than 0.70. Modulesalignment & tilt angle shall be calculated to provide themaximum annual energy output. The typical open circuitvoltage of module shall be 36.35 V DC & short circuit currentshould not exceed by 8.15 Amp. The module shall have highvoltage to with stand insulation level (URMS) 3KV DC <strong>for</strong> 1Min.Rates tobe quotedby thecontractorAmount


The module mounting structure shall be made of hot dippedgalvanized MS angles of 50x50x6mm size. All nut & bolts shallbe of high quality stainless steel. The minimum clearance ofthe lowest part of module structure & ground level be designedto allow easy replacement of any module. The legs of thestructure will be fixed in cement concerete mix of ratio 1:1.5:3after excavatioin of soil & pit as per need.Sr. No. Description of item Unit Qty.Rates tobe quotedby theAmountcontractorThe junction boxes shall be as per IP 65, 4 terminal with 3bypass metal oxide variastor IEC 62208 or relevant BIS &made of FRP/ABS/Thermo plastic. The terminals shall beconnected to copper bus bar arrangement of reqd. size &junctiion box shall be fitted with cable glands as per reqd. cablesize <strong>for</strong> both incoming & outgoing cable. P.Job 1 …………….…………….B POWER CONDITIOINING UNIT (PCU):-The power conditioning unit comprises of charge controller & inverterand shall be supplied as integrated or separate units. Maximum powerpoint tracker (MPPT) shall be integrated into PCU & should bemicroprocessor/micro controller based to minimize power losses. Theefficieycy of MPPT shall not be less than 98% & should be suitablydesigned to meet array capacity. The encloser <strong>for</strong> PCU shall complywith IP 30 suitable <strong>for</strong> indoor application & PCU shall be cooled withsuitable fan. Local instrumentation shall be provided on PCU withstandard protective device. The DC distribution board shall beprovided in between PCU and solar array with suitable ratintg. ThePCU has in-built microprocessor based controls. The inverter isdesigned in such a way that it will synchronize with the utility (grid)power with respect to the Voltage and frequency of Grid and itcorrects itself according to the grid parameters within its settablelimits. The inverter will sense the array power and grid power; if bothare available it starts and stops automatically in the morning andevening respectively.The PCU has internal self protection in case of any fault in thegrid. Also the PCU has inbuilt contactors/breakers with fuses<strong>for</strong> self protections. The PCU has following specifications.i Designed peak power :10 KVAii Inverter: 3/415V con<strong>for</strong>ming to IEC 61683 & IEC 600682-2.iii Designed continous power : 10KVAiv Over Load capacity: Upto 200% <strong>for</strong> 30 Sec.v DC bus voltage : 120 V DC (Minimum)vi Min. Operating Voltage (DC) : 107V DCvii Output Voltage 415 V AC (Nominal)viii Frequency : 50+-0.5 Hz.ix Power factor : 0.8 P.F. (Lag)x Operating range of ambient Temp. : 5-50 Degree Celcius.xi Operating range of Humidity: 0-95% Non condensingxii Automatic start up & shut down : Provided.xiii Inverter operation logic :-i) Ist Priority : Solarii) 2nd Priority : Batteryiii) 3rd Priority : GridInverter will synchronise with grid when battery is low (1.95VPC) and solar is not sufficient to support load. Aftersynchronisation with grid, grid will supply the load and chargethe battery upto 2.15 VPC and again change to standalone


xivxvInverter Protectioin & Features: Inverter continuous overloadprotection.Internal protection system : Inverter peak current (short circuit)protection.xviUsing electronic detection : (i) Heat sink over temperatureprotection(ii) Over/under voltage AC voltage proctectioin.(iii) Over/under frequency protection(iv) Battery High/Low voltage protection.Sr. No. Description of item Unit Qty.xvii Front Panel Display (LCD) : LCD panel with memberanekeypad display <strong>for</strong> the following:-i) Grid and inverter per phase KW, Kva, voltage, current, PF,ii) Grid and inverter on line statusiii) Solar charge current and ambient temperature.iv) Heat sink and cabinet temperature.v) Solar Panel, Battery & Ambient temperature.kWh summation: Inveter, Grid, Solar, Battery, Load system setpoints, event logs and data logs.xviii Front Panel Controls (via keypad): Auto/Manual Modeselection-grid, inverter.xix Front panel analog metering : Battery voltage & battery current,solar voltage & current.xx Circuit Breakers : Grid Input, Inverter Output Solar array input(with shunt Trip), Battery Input.Rates tobe quotedby thecontractorAmountxxixxiixxiiixxivRFI: Designed to minimise both conducted and radiated RFIemissions.Cooling : Temperature controlled, fan <strong>for</strong>ced cooling.Cable Termination: All cable entry to and from the PCU shallbe fully sheathed to prevent access of rodents, termites orother insects into the PCU from bottom/top or front/rear of thePCU Termination from rear side, Terminals should be coveredsuitablity.DATA LOGGING FACILITYi) Computer Port : Isolated RS 232 Port. Modbus protocol.ii) Computer Access : The system includes a local access portas well as a telecommunication dial up package incorporatinga standard PTSNModem or GSM Modem <strong>for</strong> remote access. (OPTIONAL)iii) System features : Time and date stamped log entries.Time and date annotated fault log, holding the fault descriptionand operating statistics.View and change system set point configurations remotelyBulk log download <strong>for</strong> data importation into a spread sheetwhere applicable.iv) Logging Attributes: A summary of the data logging abilitiessupplied with the control system <strong>for</strong> instantaneous viewing andperiodic logging are listed below:


v) System summations: Inverter & Grid Import & Export kWhGrid import & export kWh.Load kWh, Run Hours.vi) System Parameters: Inverter & Grid Kva, KW, Voltage,Amps, pf, frequencySolar panel & Battery temperature, Ambient temperatureSolar charge currentBattery voltage & current, Voltage per cell, Battery temp.Each 1 …………….…………….Rates tobe quotedSr. No. Description of item Unit Qty.Amountby thecontractorC BATTERY BANK:-The battery shall be valve regulated lead acid (VRLA) typeconfirming to IS:15549. The tensile strength of the material ofthe container shall be such that it can handle internal pressureof the cell in extreme working condition. The battery capacity isto be designed C-10 Rate, with end cell cut off voltage of 1.75Volt per cell. The battery shall be suitable <strong>for</strong> recharging bymeans of solar modules via solar charge regulators. The selfdischarge of battery shall be less than 3% per month at 27Degree Cel. & less than 6% per month at 30 Degree Cel.The charge efficiency shall be more than 90% at 70% state ofcharge. The batteries shall be mounted on suitable rackstructure as per requirement of side & directiion of engineer incharge & inter connection links shall be provided <strong>for</strong>interconnecting the cells in series & in parallel as needed withinsulated terminal cover on battery. The protective panel <strong>for</strong>battery should be provided complete in all respect.i Battery bank capacity : 800 AH @C-10 Rate.(MINIUMUM)ii Rating of each cell : 2 Voltiii Type of container : Hard rubber.iv Specific gravity of electrolyte : 1.240 at 27 Degree Cel.v Type of vent plug : micro porous vent plug.vi Type of terminals : Lead.vii Maximum depth of discharge : 80%viii NO SUN autonomy at 50% DOD : 1.5days.ix NO SUN autonomy at 80% DOD : 2 days. P.Job 1 ……………..…………….(MAKES:- HBL/AMRON/EXIDE/SOURTHERN/AMCOTAFFE/LUMINIOUS)2 Operation and warranty <strong>for</strong> extended period ( 3 Years ) aftercompletion of 2 years i.e. from actual date of completionincluding repair/replacement of components required <strong>for</strong>successful operation of power plant including the cost of anymeterial/component required. P.Year 3 …………….. ………….Total of H-Schedule (Part-B) = Rs. …………..(M.S. KAROL)EXECUTIVE ENGINEER (ELECT.)


Signature of Contractor withfull addressRSAMB JAIPUR-II

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!