You are on page 1of 38

OFFICE OF THE DEPUTY COMMISSIONER/ CHIEF EXECUTIVE OFFICER

L.A.H.D.C, LEH-LADAKH.

NIT NO: 7

For and on behalf of the Governor of J&K, sealed tenders affixed with Rs.5/= revenue stamps are invited
from reputed Solar Photo Voltaic (SPV) Module manufacturers for the supply and installation of SPV
Power Plants of 5.0 kWp capacity. The firm must have ISO 9001 and ISO 14001 certification,
manufacturing facilities for SPV Module in India & should have a service centre at Leh. The tenders
should be addressed to the Deputy Commissioner/C.E.O, L.A.H.D.C, Leh, Ladakh J&K and should reach
the office of the same on or before 28/07/2010 (11.00 a.m. to 4:00 p.m.) as per the following
terms/conditions and specifications:
List of the 5.0 kWp Proposed Power Plants
SI. No. Name of Village/Institution Type of Proposed Distance Type of Road
Institution Power Plant from Leh
Capacity (km)
(kW)
1 Unmotorable
Umlung Village 5 95 after 75 km
2 PHC Saspol Medical 5 70 Motorable
3 PHC Chuchul Medical 5 219 Motorable
4 PHC Skurbuchan Medical 5 170 Motorable
5 PHC Turtuk Medical 5 200 Motorable
6 PHC Bogdang Medical 5 180 Motorable
7 PHC Chuchot Medical 5 20 Motorable
8 PHC Panamic Medical 5 170 Motorable
9 PHC Diggar Medical 5 142 Motorable
10 PHC Korzok Medical 5 220 Motorable
11 PHC Temisgam Medical 5 90 Motorable
12 Heart Foundation Medical 5 0 Motorable
13 Matho Monastery Religious 5 35 Motorable
14 Schachukul Monastery Religious 5 130 Motorable
15 Spituk Monastery Religious 5 15 Motorable
16 Kespang Monastery Religious 5 60 Motorable
17 Samstangling Monastery Religious 5 120 Motorable
18 Hanley Monastery Religious 5 280 Motorable
19 Jamia Masjid Leh Religious 5 0 Motorable
20 Moravian Church Leh Religious 5 0 Motorable
21 Imam Bara Chuchot Religious 5 20 Motorable
22 Mahey Khotsa (Nunnery) Religious 5 180 Motorable
23 Hemis Khotsa (Nunnery) Religious 5 50 Unmotorable
for 5 km
24 Rezong Monastery Religious 5 70 Motorable
25 High School Lamayuru Educational 5 120 Motorable
26 High School Wanla Educational 5 120 Motorable
27 High School Chuchul Educational 5 219 Motorable
28 High School Panamik Educational 5 15 Motorable
29 High School Thiksay Educational 5 20 Motorable
30 High School Liktse Educational 5 90 Motorable
31 High School Chumathang Educational 5 145 Motorable
32 High School Hunder Educational 5 125 Motorable

1
33 Higher Sec School Bogdang Educational 5 180 Motorable
34 Higher Sec School Turtuk Educational 5 200 Motorable
35 High School Dha Educational 5 210 Motorable
36 High School Bema Educational 5 200 Motorable
37 High School Hanu Yokma Educational 5 200 Motorable
38 High School Skurbuchan Educational 5 170 Motorable
39 High School Dhomkhar Educational 5 135 Motorable
40 Higher Sec. School Sumoor Educational 5 120 Motorable

1. Minimum Criterion for Bidding


The bidder must have following minimum criterion for bidding:

a. The bidder must have ISO 9001 certification for quality management systems.
b. The bidder must have ISO 14001 certification for environmental requirements.
c. The bidder must have annual turnover of Rs.1000 million in last financial year and 40% of the
turnover must be from Solar Photo-Voltaics.
d. The bidder must have solar module manufacturing facility in India and offered modules should be
manufactured in accordance with IEC 61215 Edition II for meeting quality standards of crystalline
silicon solar cell modules.
e. The bidder must qualify to IEC 61730 (Part I and Part II) for safety qualification testing.
f. The bidder must have experience of supplying, installing and commissioning Solar Photo-Voltaic
Power Plants industry for more than 2 years in India.
g. The bidder must have his service centre in Leh.
h. The bidder must be a total integrated system designer which is inclusive of solar modules, solar
charge controller, junction boxes, and mounting structures.
i. The bidder must ensure that the battery manufacturer/supplier has ISO 9001 certification.
j. Company authorized dealers or agencies shall not be allowed to participate in the tender.
k. Following components of the power plant must be made available during the tender opening date
for the inspection of the major components of the power plant quoted by each supplier. For those
bidders having tenders submitted without the sample components, the price bid shall not be
opened.
1. Sample of the solar panel quoted for each power plant
2. Sample of the battery quoted for each power plant
3. PCU Details Specification of each Power Plant to be submitted

Experience of the Bidder


A comprehensive list of past projects implemented, by the bidder in India or abroad, indicating clients, dates, size
of projects and any other relevant material should be included in the offer. Companies having experience in
execution and operation of solar power plants in Indian states, especially in Leh and Kargil district will be given
preference during technical evaluation.

Documentation

One set of installation manual / user manual shall be supplied along with each system. The manual shall include
complete system details such as array lay-out, schematic drawing of the system, inverter details, working
principle etc. Step by step maintenance and troubleshooting procedures shall be given in the manuals as well.

2
I .INSTRUCTIONS, TERMS AND CONDITIONS:

1. The tender should be in three parts viz. Part I, Part II and Part III as described in Clause 2 below. These
should be in separate envelopes duly super-scribed as Part I, Part II and Part III, NIT No. and due date.
Sealed envelopes containing all the three parts should then be placed in a larger envelope, which should be
sealed, and super-scribed by the given NIT No., due date and name of the tenderer.

Clause 2

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

Technical Details:
a. The bidder ISO 9001 certificate to be enclosed

b. The bidder ISO 14001 certificate to be enclosed

c. The bidder must ensure that the battery manufacturer/supplier has ISO 9001 certification; certificate to be
enclosed.

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

e. The bidder must have solar modules manufacturing facility in India and offered modules have been
manufactured in accordance with IEC 61215 Edition II and IEC 61730 (Part I and Part II); necessary
certificates to be enclosed.

f. The bidder must use solar modules and other balance of system (BoS) components that qualify to the
latest edition of BIS or IEC standards; relevant test reports and necessary certificates to be enclosed.

g. The bidder must have experience of supplying, installing and commissioning solar photo voltaic power
plants of 50 kWp and above in India. Preference will be given to those companies who have successfully
installed & commissioned such power plants in the Ladakh Region. List & Purchase Order copy &
performance certificates must be enclosed.

h. The bidder must have PV modules tested at one of the IEC approved test centres. Test certificates to be
enclosed.

i. The bidder must have his service centre in Leh; details of the service centre must be enclosed.

j. The bidder must be a total integrated system designer inclusive of solar modules, solar charge controllers,
junction boxes and mounting structures. Necessary documentation must be enclosed.

3. PART II: Part II of the tender should be super scribed as “Part II, Commercial Bid for NIT No” and should
contain:

a. Proof of Earnest Money.


b. Income Tax Clearance Certificate.
c. Proof of annual turnover of Rs. 1000 million in the last financial year and 40% from solar photo voltaic
turnover
d. Demand Draft for the purchase of tender document
3
4. PART III: Part III of the tender should be super scribed as “Part III, Price Bid for NIT No” and should
contain the price bid for the product as per the bill of material for each power plant, & strictly as per the
price bid format given in the NIT. The price quoted should include the Maintenance contract for 5 years.
The supplier has to quote clearly the F.O.R at the site of installation, inclusive of all taxes.
5. The tender should be addressed to The Deputy Commissioner/Chief Executive Officer, LAHDC Leh.
Both inner and outer covers duly sealed and superscribed and sent either under registered cover or cast in
the tender box kept in the office of the Deputy Commissioner/CEO, LAHDC Leh.
6. The tenderer shall ensure timely receipt of tender in the office of the Deputy Commissioner/CEO, Leh, the
tenders received by hand or by post after due date of receipt of tenders shall not be entertained even if the
tender has been posted/ dispatched much before the due date of receipt.
7. The tenders will be opened on 29-07-2010 at 2 PM in the office of the Deputy Commissioner/CEO Leh,
on the date of opening of the tenders only the technical and the commercial parts (part-I & part-II) shall be
opened in the presence of the tenderers who may be present, the price bid (part-III) shall be opened only in
case of such tenderers who on scrutiny of part-I & part-II of their offer are found to have qualified for
opening of the price bid on the same day at the D.C’s office or any other day at the discretion of the
purchasing committee. In case the due date of opening of the tenders falls on a holiday being declared
subsequently, the tenders will be opened on the next working day.
8. Tenders must be complete in all respects; all the terms and conditions of tender including the technical
specifications should be carefully studied for the sake of submitting complete and comprehensive tender
documents. Failure to comply with any of terms and conditions or instructions of the offer with insufficient
particulars which are likely to render fair comparison of tender as a whole impossible may lead to rejection
even if otherwise it is a competitive offer/tender.
9. Telegraphic tenders or the tenders of such tenderers who have not purchased tender document shall not be
entertained. Any request by post or by hand or telegraphically for any modification addition or deletion etc.
in the tenders shall not be considered.
10. The tenders shall be prepared in a formal manner with all quotations written both in figures & words. The
tenders shall be typed or written in ink, any tender written by pencil shall be rejected. There shall be no
erasures or overwriting and if corrections are made the same shall be neatly done and attested. A systematic
form of totalling shall be adopted to avoid any ambiguity. The detailed description of the equipment offered
shall be given Rank charge, if any shall be debited to the account of the tenderer.
11. The tenderer shall furnish an affidavit duly attested by notary that design of their equipment is free from
legal encumbrances and that no legal case of any kind of litigation regarding the patent design is pending in
any court of law.
12. No tenderer unless otherwise specified in these specifications, terms and conditions shall be exempted from
depositing earnest money.
13. The tenderer must have full-fledged service centre with all repairing facilities in Leh.
14. No claim shall be laid against the department either in respect of interest or depreciation in value for the
amount of security deposit and or earnest money. In the case of bank deposits the department shall not be
responsible for any loss on account of failure of the bank.

II. SPECIAL INSTRUCTIONS:

a. Tenders not submitted on the lines indicated above are liable to be rejected without any
correspondence.
b. Request for extension in last date of receipts of tenders shall be ignored.
c. The purchaser reserves the right to order additional quantity or reduce the quantity of the
material advertised at the time of placement of order for which the quoted rate shall be valid.
d. All legal proceedings in connection with the order, tender will be subject to the jurisdiction of
local court of Jammu and Kashmir State alone.

4
e. The purchaser reserves the right to divide the order between two or more tenders for 100%
achievement.
f. In case of any doubt, dispute or differences arising out of the contract, the same shall be referred
to the Finance Commissioner (Planning) and Ladakh Affairs Department, J&K Government for
the decision under J&K State Arbitration Act.
g. The purchaser shall not be bound to accept the lowest or any tender and reserves to itself the
right of accepting the whole or a portion of any of the tender, as it may deem fit, without
assigning any reason thereof.
h. Any form of canvassing by the tenderers to influence the consideration of their tender shall
liable to summery rejection.
i. In order to avoid delay caused by postal correspondence and to expedite the process, the
purchaser may require the successful tenderer to hold technical & commercial negotiations and
convey the decision/acceptance on behalf of the tenderer, with the Purchase Committee.
j. The condition hereafter deal with systems details and supplementary conditions of the contract
in addition to those stipulated in foregoing clauses which along with schedules and annexure,
shall be deemed to form part of detail specification for equipment. The tenderer are advised to
study and familiarize themselves with the terms & conditions of the tender.
k. All material shall be best quality in the market and be capable of satisfactory operation when
exposed to the local atmospheric conditions at site.
l. The tenderer is required to submit a statement of facts in details as to their previous experience
in performing a similar or comparably work and business and technical similar or comparable
work and business & technical organization. Financial resources and manufacturing facilities
available to be used in performing the contract.
m. Force majeure clause shall apply.
n. No other conditions except those mentioned above will be acceptable.
o. Offers not complying with the delivery schedule shall be considered non responsive and shall
not be evaluated
p. Offers not providing clause by clause compliance shall be considered non responsive and shall
not be evaluated
q. Offers not providing minimum array capacity of designated rating (Wp) shall be considered non
responsive and shall not be evaluated
r. Offers not submitted as per price bid format shall be considered non-responsive and shall not be
evaluated.

III. EARNEST MONEY:

1. Tenders shall be accompanied with the earnest money Rs.23,50,000.00 (Rupees twenty three lacs fifty
thousand only) in the form of CDR/FDR/DD/BG pledged to the Project Director, LREDA-LAHDC, Leh.
2. Tenders not accompanied with the required amount of earnest money will be rejected and their price bid
shall not be opened.
3. The earnest money of the tenderers shall be forfeited if they withdraw their tender or raise the prices of
their offer within the validity period. The earnest money shall also be forfeited in case of the tenderers
who do not comply with the purchase order placed on them within the validity period of the offer or
violate any terms and conditions contained herein for this, purchase order shall be deemed to have been
placed from the due date of letter of intent.
4. Earnest money deposit shall be released in favour of the unsuccessful tender(s) within one month after the
final acceptance of the tender.

IV. SECURITY DEPOSIT:

 The successful tenderer(s) shall be required to furnish security deposit equivalent to 10% of
the value of the contract in the CDR/FDR/bank guarantee from nationalized/scheduled bank
5
pledged to the Project Director, LREDA-LAHDC, Leh. This shall be released after testing and
commissioning of the SPV Solar Power Plants.
 Security deposit shall be furnished within one month from the date of detailed purchase order.
Failure to do so within the stipulated period will make the contract liable for cancellation
together with forfeiture of EMD at the discretion of chairman purchase committee. The EMD
of the successful tenderer(s) equivalent to Rs.23,50,000.00 shall be released after the
submission of the security deposit.

V. WARRANTY:

 The mechanical structures, electrical works including inverters/charge


controllers/power conditioning unit/ maximum power point tracker, distribution
board/digital meters/, storage batteries and overall workmanship of the solar power
plants must be warranted for a minimum of 5 years.
 PV modules used in solar power plants must be warranted for output wattage, which
should not be less than 90% at the end of 10 years and 80% at the end of 25 years.
 Necessary maintenance spares for five years trouble free operation shall also be supplied
with the system.
 The supplier shall be responsible to replace free of cost (including transportation and
insurance expenses) to the purchaser whole or any part of supply which under normal and
proper use become dysfunctional within one month of issue of any such complaint by the
purchaser.
 In case the supplier fails to rectify/replace the defective/damaged equipment including
transit damage, shortages within one month from the date of intimation of such
shortage/damage, they shall have to pay interest to Project Director, LREDA-LAHDC, and
Leh @3% per month on the value of such materials.

VI. OPERATION AND MAINTENANCE:

 The supplier shall be responsible for the operation & maintenance of the systems for a period of 5 years
(that is during the warranty period) from the date of commissioning of the systems. The price quoted by
the supplier should include the Operation & Maintenance for 5 years. The manufacturer will submit a
quarterly report about the maintenance of the system.
 The bidder shall give the details of their service centers in Leh district or nearest places and ensure that all
the essential men and materials are placed to ensure quick and efficient operation and after sales service.
 During the Operation and Maintenance period, the supplier shall train local personnel for operation and
maintenance. An explanation of preventative maintenance schedule, plan of operation, scope and
implementation of the after sales service is to be defined and properly documented.

VII. SALES TAX ETC:

 The rates offered by the tenderer for design, manufacturing, supply, installation,
commissioning, construction of civil works and operation and maintenance should be
inclusive of all taxes, F.O.R. at the site.
 In case of failure to deliver in full the required supplies on order, the purchaser shall have
the right to make a risk purchase at the cost of supplier and/or cancel the contract and
claim reasonable compensation/damages. The contract of supply shall be repudiated if the
supplies are not made within the prescribed period and to the satisfaction of the
purchasing officer.

6
 The price bid should include CST, income tax, surcharge on income tax, service tax, local
taxes etc. Income tax, service tax and other deductible taxes shall be deducted at the
source.

VIII. DELIVERY OF THE POWER PLANT:

 The bidder shall indicate delivery time along with the offer and shall be mutually agreed at the
time of order finalization.

IX. VALIDITY:

The tender should be unconditionally valid for a period of six months from the date of
opening of the tenders. The quoted price per system as such shall be firm and not variable
with the market price. The rates approved as per the NIT year would be valid for further
purchase of the systems during the validity period. Any tenderer revising the offer within
the validity period, without prejudice to other remedies available with the department is
likely to be blacklisted.

X. PAYMENT SCHEDULE:

25% shall be made as advanced payment to the successful, subject to the submission of a
bank guarantee for an equal amount valid for a period of one year at least. Another 25%
shall be released on receipt of the material at the site, 45% after the installation and
commissioning. 5% shall be released in five equal instalments at the end of each year on
submission of documentary evidence confirming successful O&M during that year.

XI. PENALTY:

In case of failure on the part of the tenderer to make supplies and execute the work in full,
part thereof within the delivery schedule stipulated in the purchase order, penalty @ 0.5%
per week of undelivered portion subject to a maximum of 15% of the cost of undelivered
portion shall be levied.

XII. CHANGES:

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


specifications shall be deemed valid unless mutually agreed upon in writing by both the
purchaser and the supplier.

XIII. PACKING:

The bidder shall be responsible for assuring that all commodities shipped are properly
packed and protected to prevent damage or deterioration during shipment. Packaging and
shipping costs shall be borne by the supplier. Customs clearance and all costs and actions
associated with import duties, taxes and processing of documents are to be borne by the
bidder. The supplier shall be responsible for all the damages/losses if any. All crates shall
be marked with proper signs indicating UP and DOWN sides of the packing and also
unpacking instructions considered necessary by the supplier.

7
XIV. INSURANCE:
The bidder shall provide insurance coverage ex-factory until commissioning, and acceptance for
replacement or repair of any part of the consignment due to damage or loss.

XV. HEALTH, SAFETY AND ENVIROMENT:

The bidder shall submit the following before starting the installation of the power plant.
 Safety and Environment policy of the Company
 HSE Manuals for Installation
 Emergency Management Plan

XVI. CLEAN DEVELOPMENT MECHANISM (CDM) BENEFITS:

All CDM/Carbon Trading benefits from the installation, commissioning and operation of SPV
Power Plants shall be the property of LREDA.

XVII. MATERIAL INSPECTION:

The material inspection shall be done at the factory location before shipment of the material from
factory location. The material inspection charges (boarding /lodging) for two
representatives from LREDA have to be borne by the successful tenderer.

XVIII. AGREEMENT:

The successful tenderer(s) shall be required to execute an agreement on a valid stamped


paper for strict compliance of the terms and conditions of the contract, vis-à-vis the NIT
and the supply order within seven days of placement of the order

XIX. TECHNICAL SPECIFICATION (refer to Annexure I for 5.0 kWp SPV Plant):

Deputy Commissioner/
Chief Executive Officer,
L.A.H.D.C, Leh.

8
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

ANNEXURE I – TECHNICAL SPECIFICATIONS FOR 5 kWp SOLAR


POWER PLANTS

PREPARED BY
Ladakh Renewable Energy Development Agency
LAHDC, LEH, LADAKH

PREPARED BY LREDA,LAHDC,LEH 1
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

1. Bill of Material

1.1 List of Components of a Typical Solar Power Plant

BILL OF MATERIAL
Sl. Description Total UOM
No Qty
1 Solar module - (minimum 160Wp, crystalline) 5 kWp
Suitable
2 Module mounting structure set
for above
Suitable
3 Array Junction Box - ABS Plastic nos
for S.No 1
4 Main Junction Box - ABS Plastic 1 no
PCU (96 VDC, 7 kWp with built in charge controller, MPPT, 230 V AC 50 Hz,
5 1 no
6 kVA inverter and charger)
6 1C X 4 Sq.mm. Poly Ethylene Cu.cable 135 m
7 2C X 10 Sq.mm. Poly Ethylene Cu.cable 30 m
8 1C X 25 Sq.mm. Poly Ethylene Cu.cable 80 m
9 2C X 10 Sq.mm. Poly Ethylene Cu.cable (for PCU output) 30 m
AC Distribution Board with MCB, voltmeter, ammeter and energy meter for PCU
10 1 no
output
11 DC Distribution Board 1 no
Battery bank - 96V, 800 Ah VRLA (Valve Regulated Lead Acid) – Gel Type @ C10,
27 deg C with rack and accessories

12 Or 1 set

Battery bank - 96V, 800 Ah VRLA (Valve Regulated Lead Acid) – AGM Type @
C10, 27 deg C with rack and accessories
13 Earthing kit 1 set
14 Lightning and overvoltage protection 1 set
15 Installation kit 1 set
16 PCU spares 1 no
Construction of Control Room, Battery Bank Room, Maintenance Staff Room, and
17 1 set
Fencing for total SPV Plant Installation

PREPARED BY LREDA,LAHDC,LEH 2
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

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

1.2 The bidder is responsible for arranging all the hardware, accessories, measuring
instruments or any other item needed for successful installation/ commissioning/
operation and maintenance of the power plant.
A complete Bill of Materials inclusive of Solar PV Modules, array Junction box,
main junction box, cables, Battery bank, PCU, Array mounting structures etc.
shall be provided along with the offer. The numbers of each component
proposed for supply shall be clearly specified.

2. Scope of Work

This job involves by means of the enclosed specification, design, manufacture, supply,
installation, commissioning of the Solar PV Power Systems with 5 years warranty period
including 5 years of operation and maintenance.

The Scope of Work shall include the following,

a. Design, manufacture and supply of Solar PV Power Plant


b. Detailed planning for smooth execution of the project
c. Performance testing of the complete system & warranty of the system for 5 years
faultless operation
d. Construction of Battery Room, Control Room and Power Plant Fencing
e. Risk liability of all personnel associated with the implementation realization of the
project
f. Operation & Maintenance of the Power Plant for 5 Years including 5 years of
warranty period.

3. Technical Specifications of Major Components of Solar PV Power Plant

1 Solar PV modules and array


2 Module mounting structures for Solar PV Modules
3 Junction Boxes

PREPARED BY LREDA,LAHDC,LEH 3
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

4 Power Conditioning Unit


5 Battery Bank with Accessories
6 Solar Distillation Plant
7 DC & AC Distribution Boards
8 Cables and installation accessories
9 Earthing and lightning protection
10 Battery and Control Room

a. SOLAR PV MODULES & ARRAY

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

To connect the solar modules interconnection cables shall be provided. Photoelectric


conversion efficiency of SPV module shall be greater than 13%. Modules shall be made of
high transmissivity glass front surface giving high encapsulation gain and silicon rubber
edge sealant for module protection and mechanical support.

All materials used shall have a proven history of reliable and stable operation in external
applications. It shall perform satisfactorily in relative humidity up to 100% with
temperatures between -30 Deg C and +85 Deg C and with stand gust up to 200km/h from
the back side of the panel.

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

Sample modules, representative of the production processes employed in the manufacture


of the offered module shall be in accordance with the requirements of IEC 61215-Edition II
for quality of crystalline silicon solar cell modules, IEC 61730 (Part I and Part II). The
bidder shall submit appropriate certificates.

PREPARED BY LREDA,LAHDC,LEH 4
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

Other General Requirements of PV module

 The rated output power of any supplied module shall not vary more than 3-5% from
the average power rating of all modules.
 The module frame shall be made of corrosion resistant materials, which are
electrolytically compatible with the structural material used for mounting the module.
 Protective devices against surges at the PV module shall be provided, if required. Low
voltage drop bypass and / or blocking diode(s) may also be provided, if required.
 Module Junction box (weather resistant) shall be designed for long life outdoor
operation in harsh environment.
 PV modules used in solar power plants must be warranted for output wattage, which
should not be less than 90% at the end of 10 years and 80% at the end of 25 years.
 The solar modules shall have suitable encapsulation and sealing arrangements to
protect the silicon cells from the environment. The arrangement and the material of
encapsulation shall be compatible with the thermal expansion properties of the silicon
cells and the module framing arrangement/material. The encapsulation arrangement
shall ensure complete moisture proofing for the entire life of the solar modules.
 Each module shall have low iron tempered glass front for strength and superior light
transmission. It shall also have tough multi layered polymer back sheet for
environment protection against moisture and provide high voltage electrical
insulation.
 The fill factor of modules shall not be less than 0.70.
 Other balance of systems components (BoS) must qualify to the latest edition of BIS or
IEC standards issued in this regard.
 Array capacity shall not be less than the designed capacity and number of modules
required shall be worked out accordingly.
 Each PV module must use a RF identification tag. The following information must be
mentioned in the RFID used on each module (This can be inside or outside the
laminate, but must be able to withstand harsh environmental conditions.)
i. Name of the manufacturer of PV Module
ii. Name of the Manufacturer of Solar cells
iii. Month and year of the manufacture (separately for solar cells and module)

PREPARED BY LREDA,LAHDC,LEH 5
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

iv. Country of origin (separately for solar cells and module)


v. I-V curve for the module
vi. Wattage, Im, Vm and FF for the module
vii. Unique Serial No and Model No of the module
viii. Date and year of obtaining IEC PV module qualification certificate
ix. Name of the test lab issuing IEC certificate
x. Other relevant information on traceability of solar cells and module as per ISO
9000 series.

Data sheet shall be furnished duly filled as follows:

1) Mounting arrangement for Solar module :


2) Solar module frame material :
3) Module type :
4) Module dimensions :
5) No. of solar cells per module :
6) Solar cell manufacturer type :
7) Make of Solar module :
8) Peak power voltage (Vmp) at 25 Deg C :
9) Peak Power current (Imp) at 25 Deg C :
10) Open circuit voltage (Voc) at 25 Deg C :
11) Short circuit current (Isc) at 25 Deg C :
12) Weight of each module :

Orientation and Tilt of PV Module

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

b. MODULE MOUNTING STRUCTURE


 The array structure shall be made of hot dip galvanized MS angles of size not less
than 50 mm x 50 mm x 6 mm size. The minimum thickness of galvanization shall
PREPARED BY LREDA,LAHDC,LEH 6
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

be at least 70 microns. All nuts & bolts shall be made of very good quality stainless
steel. The minimum clearance of the lowest part of the module structure and the
developed ground level shall not be less than 500 mm.
 Leg assembly of module mounting structure made of different diameter
galvanized tubes may be accepted. The work should be completed with supply,
fitting fixing of clamps, saddles, nut & bolts etc. While quoting the rate, the bidder
may mention the design & type of structure offered. All nuts & bolts shall be made
of high quality stainless steel.
 The structure shall be designed to allow easy replacement of any module and shall
be in line with site requirements.
 The structure shall be designed for simple mechanical and electrical installation. It
shall support SPV modules at a given orientation, absorb and transfer the
mechanical loads to the ground properly. There shall be no requirement of
welding or complex machinery at site.
 The array structure shall be so designed that it will occupy minimum space
without sacrificing the output from SPV panels. At the same time it should
withstand wind speed up to maximum 150 km/h.
 The drawings along with detailed design shall be submitted to LREDA for
approval before starting the execution work. The supplier/manufacturer shall
specify installation details of the PV modules and the support structures with
appropriate diagrams and drawings. The work will be carried out as per designs
approved by LREDA.
 PCC ARRAY FOUNDATION BASE: The legs of the structures made with GI
angles will be fixed and grouted in the PCC foundation columns made with 1:2:4
mix of cement concrete. The minimum clearance of the lowest part of any module
structure shall not be less 500 mm from ground level. While making the
foundation design, due consideration shall be given to weight of module
assembly, maximum wind speed of 150 km/hr and seismic factors for the site.
 The bidder can visit the site before quoting rate for civil works. After taking in to
consideration all aspects of the site, condition of soil etc., the bidder shall quote for
civil works. No extra claim shall be entertained at post project stage. The

PREPARED BY LREDA,LAHDC,LEH 7
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

foundation design of module structure design shall be submitted to LREDA for


approval. The work will be carried out as per designs approved by LREDA.

c. JUNCTION BOXES

The junction boxes shall be dust, vermin and waterproof and made of FRP / ABS /
Thermo Plastic. The terminals shall be connected to copper bus bar arrangement of
proper sizes. The junction boxes shall have suitable cable entry points fitted with cable
glands of appropriate sizes for both incoming and outgoing cables. Suitable markings
shall be provided on the bus bar for easy identification and cable ferrules shall be fitted
at the cable termination points for identification. The junction boxes shall have suitable
arrangement for the following:
 Combine groups of modules into independent charging sub-arrays that shall be
wired to the controller.
 Provide arrangement for disconnection for each of the groups.
 Provide a test point for each sub-group for quick fault location.
 To provide group array isolation.
 The rating of the JB’s shall be suitable with adequate safety factor to inter connect
the Solar PV array.
 Metal oxide variastors shall be provided inside the Array Junction Boxes.

d. POWER CONDITIONING UNIT


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

PREPARED BY LREDA,LAHDC,LEH 8
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

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

Maximum Power Point Tracker (MPPT)


Maximum Power Point Tracker (Tracker) shall be integrated into the PCU to
maximize energy drawn from the Solar PV array. The MPPT should be
microprocessor / micro-controller based to minimize power losses. The details of
working mechanism of MPPT shall be mentioned.
The efficiency of the MPPT shall not be less than 94% and shall be suitably designed to
meet array capacity.
Inverter
 Inverters shall be of very high quality, having high efficiency and shall be capable
of running in isolated mode. The inverter should be completely compatible with
the charge controller and distribution panel.
 The inverter shall be designed for continuous, reliable power supply as per
specifications. The inverter shall have high conversion efficiency from 25 percent
load to the full rated load. The efficiency of the inverter shall be more than 90% at
full load and more than 80% at partial load (50%-75%). The supplier shall specify
the conversion efficiency in the offer.
 The inverter shall be designed for high altitude and extreme temperatures of the
district of Leh.
 The inverter shall have internal protection arrangement against any sustained fault
in the feeder.
 The dimension, weight, foundation details etc. of the inverter shall be clearly
indicated in the detailed technical specification.
 The inverter shall have provision for input & output isolation.
 Each solid-state electronic device shall have to be protected to ensure long life of
the inverter as well as smooth functioning of the inverter.

PREPARED BY LREDA,LAHDC,LEH 9
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

 Supplier shall indicate tripping voltage & start up voltage for the inverters & this
should be perfectly matched with the recommendation of battery manufacturers.
 The PCU shall be mounted on a suitable reinforced concrete pad inside control
room not susceptible to inundation by water. All cable entry to and from the PCU
shall be fully sheathed to prevent access of rodents, termites or other insects into
the PCU from bottom/top of the PCU in the form of a detachable gland plate.
 Under conditions with the battery in a “Full State of Charge” the available solar
power shall supply the site load via the inverter with the excess solar power (if
any) being exported to the grid.
 The contractor shall furnish details of proper operation, maintenance and
troubleshooting details to LREDA.
 The contractor shall intimate LREDA prior to dispatch of the inverter for
inspection. Shop tests on the inverter shall be conducted in the presence of the
authorized representative of LREDA in order to verify the capacity and proper
working of all control and protection arrangement.

e. TRANSMISSION AND DISTRIBUTION


The output voltage shall be 230V, 1-ph, 50 Hz supplied by a single inverter. T&D network
for these power plants shall be accordingly designed and installed by LREDA.

f. BATTERY BANK

 The battery shall be Tubular Valve-Regulated Lead Acid (VRLA) Battery (AGM or
Gel Type) made of suitable acid resistant plastic material.

 The tensile strength of the material of the container shall be such that it can handle
the internal pressure of the cell in extreme working conditions. The cell shall not
show any deformity, cracking or bulge on the side under all working conditions.

 The battery shall be provided with a pressure regulation valve, which shall be self-
re-sealable and flame retardant. The valve unit shall be such that it cannot be
opened without a proper tool.
PREPARED BY LREDA,LAHDC,LEH 10
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

 The cell covers shall be made of suitable plastic material compatible with the
container material and permanently sealed with the container. It shall be capable
to withstand internal pressure without bulging or cracking. It shall also be fire
retardant.

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

 Charging instructions shall be provided along with the batteries.

 Suitable carrying handle shall be provided.

 The batteries shall be suitable for recharging by means of solar modules via solar
charge regulators and be such that it cannot be opened without a proper tool.

 Offered batteries shall comply to the following:


10 % of DOD: 7200 cycles
50 % of DOD: 3000 cycles
80 % of DOD: 1200 cycles

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

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

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

 The batteries shall be designed for operating in ambient temperature of site in


the district of Leh.

 The batteries shall consist of individual cells, which can be carried separately with
ease while transporting.
PREPARED BY LREDA,LAHDC,LEH 11
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

 The batteries shall be designed such that cells of capacity up to 1500 Ah shall be
suitable for horizontal or vertical stacking as per requirement.

The Battery Bank shall be designed to provide 2 ‘No Sun’ days autonomy. The
minimum rating of the battery bank for each type of power plant shall not be less than
the rating shown in system design details and BOM.

Battery Rack & Accessories

Battery interconnecting links shall be provided for interconnecting the cells in series and in
parallel as needed. Connectors for inter cell connection (series / parallel) shall be
maintenance free screws. Insulated terminal covers shall be provided.

g. DC & AC Distribution Boards

DC Distribution Board (DCDB)


 The DC DB shall be provided in between PCU and Solar Array. This can be
integrated in the PCU also, to save space.
 It shall have MCCB of suitable rating for connection and disconnection of array
input.

AC Distribution Board (ACDB)


 An ACDB shall be provided in between PCU and Loads.
 It shall have MCB/MCCB of suitable rating for connection and disconnection of
PCU from load.
 It shall have MCB’s to supply power to control room loads such as exhaust fans,
lighting loads and power plug sockets.
 It shall have energy meter to record energy supplied to loads

PREPARED BY LREDA,LAHDC,LEH 12
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

h. Cables and Accessories

All the cables shall be supplied conforming to IS 1554 / 694 Part 1 of 1988 & shall be of 650
V/ 1.1 kV grade as per requirement. Only PVC/polyethylene copper cables shall be used.
The size of the cables between array interconnections, array to junction boxes, junction
boxes to PCU etc shall be so selected to keep the voltage drop and losses to the minimum.
The bidder shall supply, installation accessories, which are required to install and
successfully commission the power plant.

i. Earthing and Lightning Protection

Earthing: The array structure of the PV yard shall be grounded properly using adequate
number of earthing kits. All metal casing / shielding of the plant shall be thoroughly
grounded to ensure safety of the power plant.
.
Lightning: The SPV Power Plant shall be provided with lightning & over voltage
protection. The main aim in this protection shall be to reduce the over voltage to a tolerable
value before it reaches the PV or other sub system components. The source of over voltage
can be lightning, atmosphere disturbances etc.

j. Battery Room, Control Room and Maintenance Staff Quarter

 The building shall comprise at least the following room sizes:


a) Battery Bank: 8’- 6” X 12’-6”
b) Control Room: 6’-0” X 8’-6”
c) Operator Room: 11’-0” X 14’-0”
d) Kitchen: 7’6”X 8’-0”
e) Corridor: 14’-6” X 8’-0”
f) Open Veranda: 6’-6” X 9’-0”

PREPARED BY LREDA,LAHDC,LEH 13
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

 Plinth and Underground: The building shall have a plinth height of 2’-6” resting on
a mud mate of 4” thick cement concrete 1:4:8 mix. The plinth shall be 2’ below the
ground level in 1:3:6 mix cement concrete blocks
 Under Floors: There shall be a sand filling lining below a thermocol lining with a
layer of polythene sheet (water barrier)
 Flooring: 1.5” thick cement concrete flooring of 1:2:4 mix shall be laid with a neat
floating coat of neat cement
 Super-Structure: The outer walls (except front south side wall) shall be double
walled having 50 mm thick thermocol insulation for the resistance of heat flow.
The outer wall shall be raised in stone masonry in cement mortar 1:6 mix and shall
be 1’ thick. The inner layer of the wall shall be raised with precast hollow blocks of
1:2:4 mix in 1:6 cement mortar. The front wall shall be a trombe wall, painted black
for heating purposes. All the partitions and room walls shall be of solid blocks of
1:3:6 mix raised in 1:6 cement mortar including the front south side wall.
 Opening: The door shall be fully panelled and the windows fully glazed of first
class kail wood resting in wooden frames
 Roofing: 150 mm R.C.C slab shall be laid over ground floor as roofing. 350 mm
thick layer of mud pushka shall be laid over the R.C.C. slab for insulation
purposes. The roof shall be local type with a slight slope to run the rain water with
all side parapets.
 Finishing: The walls shall be finished with cement plaster from inside and rough
cast cement plaster from outside, with distempering from inside and cement
plaster from outside. All exposed woodwork shall be polished with French Spirit
polish
 Ceiling: The R.C.C slab shall be finished with cement lining and the whole ceiling
shall be white washed with lime
 Fencing: The fencing should be chain link fencing (type A) of size 50 X 50 mm
mesh fixed in a frame 60 X 60 X 6 mm of equal angles; this should be embed in
concrete blocks with R-R (random rubble) masonry wall 2’-0” above ground level
with 50 mm thick DPC. 1 no. steel gate should be provided and installed with the
fencing. The fencing shall be constructed such that the SPV array is not in its
shadow area.
 Lighting: 10 lighting points shall be provided in the control room/ battery bank
building and 4 security lighting shall be placed evenly around the SPV power
PREPARED BY LREDA,LAHDC,LEH 14
5 kWp SPV SOLAR POWER PLANT TECHNICAL SPECIFICATION

plant fencing. The security lighting should include a 3.5 metre pole, luminary
fixtures, lamp (CFL 15 W), cables, switch box and all items necessary for
functionality. Erection of the security lighting poles shall be undertaken by the
successful bidder. All lighting shall be powered by the SPV power plant installed.
3 nos. three-pin socket points shall also be installed in the operator room and the
kitchen (2 in operator room, 1 in kitchen).
 The bidder shall include cost of construction of the battery room, control room,
maintenance staff quarter, local toilet facility, lighting and fencing of the SPV
power plant in the offer.
 The bidder can visit the site before quoting rate for civil works. After taking in to
consideration all aspects of the site, condition of soil etc., the bidder shall quote for
all civil works. No extra claim will be entertained at post project stage. The work
will be carried out as per designs given by LREDA.

Refer to Annexure II for the details and drawings of above

4. Documentation

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

PREPARED BY LREDA,LAHDC,LEH 15
SPV SOLAR POWER PLANT CIVIL WORKS SPECIFICATION

ANNEXURE II – CIVIL WORKS SPECIFICATIONS FOR 5 kWp SOLAR


POWER PLANTS

PREPARED BY
Ladakh Renewable Energy Development Agency
LAHDC, LEH, LADAKH

PREPARED BY LREDA,LAHDC,LEH 1
N
CONSULTANTS

21,500

GATE

1,000
1,000
CONTROL ROOM
2,500

914
BATTERY ROOM
914 #Project Name

2,779
#Street

951
#City, #State/Country #Post
4,656

914
6,484

3000
14,015

#Client

2,500 A R R A Y 2,500

/ /
MARK DATE DESCRIPTION

PROJECT NO:
MODEL FILE:
DRAWN BY:
3,000

CHK'D BY:
COPYRIGHT

SHEET TITLE

#Layout Name
E:\LREDA\BATTERY BANK SITE PLAN.pln

SITE PLAN OF BATTERY BANK FOR 6.3 AND 7KW


#LayID
SHEET #LayNo OF 7
25'­4"

08

06

9'­0"
04

KITCHEN
07
7'6"X8' 6'­6"
02

X 05
X

26'­3"
03

04

17'­2"
OPERATOR ROOM BATTERY BANK
11'X14' 8'6"x12'6"
06 CONTROL
ROOM
6'x8'6"

06

04 05 06

1'­9" PARAPET WALL


6"
MUD PHUSHKA ROOFING
1'­0"

150MM TH. RCC SLAB


STONE MASSONARY IN CEMENT MORTER 1:6 MIX
6"

50MM TH. THERMO COAL INSULATION


PRE CAST HOLLOW BLOCK MASSONARY IN 1:6 CEMENT MORTER
PRE CAST SOLID BLOCK MASSONARY IN 1:6 MIX CEMENT
MORTER
1'­0"
8'­6"

CEMENT CONC. FLOORING 1:2:4 MIX

G L
CEMENT CONC. FOUNDATION 1:3:6 MIX
THERMOCOAL LINNING WITH A LAYER OF POLY SHEET(WATER BARIER)
3'­2"
2'­6"

SAND FILLING
MUD MATE 1:4:8 MIX CONC.
3'­8"
3"

5'­9"

SEC. X­X
C:\Program Files\battery room 6.3 to 15kv.pln

CONTROL ROOM AND BARRERY ROOM FOR


6.3 TO 15 K.W.P SPV SYSTEM
10'-6" 3'-6"

LOCAL LATERNE

9'-6"
6'6"X7'6"

13'
1'-6"
PARAPET WALL (PRE CAST BLOCK
MASSONARY 1:3:6 MIX)

1'-6"
8'-6"

RR MASSONARY IN CEMENT MORTER 1:6MIX

225MM TH. RCC SLAB 1:2:4 MIX CONC.

4'-6"
2'
8'-6"

11'

7'
MUD MATE 200MM TH.1:3:6 MIX CONC.
2'-6"

LOCAL LATERNE FOR BATTERY BANKS


Detailed Estimate for SPV Building (5 to 15 kWp) under LREDA-Leh

SI No. Particular of Work Rate Amount (Rs)


1 Earth work in excavation over areas (exceeding 30 cm in depth, 1.5 m in Rs. 82.35/ m3 10,106/-
width as well as 10 sqm in plan) including disposal of excavated earth, and
lift upto 1.5 m, disposed earth to be levelled and neatly dressed.

Qty: Total = 122.72 m3

2 Earthwork in excavation in foundation trenches or drains (not exceeding Rs. 69.35/ m3 2,083/-
1.50m) in width as well as 10 sq. m on plan) including dressing of sides
and ramming of bottoms, lift up to 1.50 m, including taking out the
excavated soil and disposal of surplus excavated soil as directed

Qty: Total = 30.03 m3


3 Providing and laying in position cement concrete of specified grade Rs. 1243.50/ 11,415/-
excluding the cost of centering and shuttering - all work up to plinth level. m3
1:4:8 (1 cement: 4 fine sand: 8 graded stone aggregate 40mm nom. size
crushed)

Qty: Total = 9.18 m3


4 Providing and laying in position cement concrete of specified grade Rs. 1471.50/ 40,113/-
excluding the cost of centering and shuttering - all work up to plinth level. m3
1:3:6 (1 cement: 3 fine sand: 6 graded stone aggregate 40mm nom. size
crushed)

Qty: Total = 27.26 m3


5 Random rubble masonry with hard stone from quarry in foundation and Rs. 1471.50/ 25,941/-
plinth including levelling up with cement concrete 1:6:12 (1 cement: 6 m3
coarse sand: 12 graded stone aggregate 20 mm nominal size) at plinth level
with cement mortar 1:6 (1 cement : 6 coarse sand)

Qty: Total = 23.62 m3


6 Providing and fixing upto floor five level precast cement concrete hollow Rs. 3160.00/ 22,752/-
block including hoisting and setting in position with cement mortar 1:6 (1 m3
cement: 6 coarse sand), cost of centering, shuttering and finishing smooth
with 6 mm thick cement plaster 1:3 (1 cement: 3 fine sand) on exposed
surfaces – complete.

Qty: Total = 7.20 m3


7 Providing and fixing upto floor five level precast cement concrete solid Rs. 3065.20/ 63,634/-
block including hoisting and setting in position with cement mortar 1:6 (1 m3
cement: 6 coarse sand), cost of centering, shuttering and finishing smooth
with 6 mm thick cement plaster 1:3 (1 cement: 3 fine sand) on exposed
surfaces – complete.
1:3:6 (1 cement: 3 coarse sand:6 graded stone aggregate 20 mm nominal
size - crushed)

Qty: Total = 20.76 m3


8 Reinforced cement concrete work in roof upto floor five level excluding Rs. 2444.40/ 35,835/-
the cost of centering, shuttering, finishing and reinforcement with 1:2:4 (1 m3
cement: 2 coarse sand: 4 graded stone aggregate 20mm nominal size)

Qty: Total = 14.66 m3


9 Mud pushka roofing of damped brick earth on roofs laid to slope Rs. 182.20/ m2 10,356/-
consolidated and plastered with 25 mm thick mud mortar mixed with local
yakzes.

Qty: Total = 56.84 m2


10 Reinforcement for R.C.C work including straightening, cutting, bending, Rs. 26.30/ kg 40,475/-
placing in position and binding all complete – thermo-mechanically treated
bars (TMTB).

Qty: Total = 1539.00 kg


11 Extra for every additional 1 cm thickness of mud pushka, 155 mm thick, Rs. 4.50/ m2 1,535/-
i.e. 6 extra layers. Area vide item 9.

Qty: Total = 341.04 m2


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

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

Qty: Total = 11.44 m2 Rs. 59.70/ m2 683/-

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


plinth, and string courses etc. vide item 4

Qty: Total = 79.85 m2 Rs. 109.15/ m2 8,716/-

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

Qty: Total = 21.16 m2 Rs. 90.55/ m2 1,916/-

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

Qty: Total = 46.94 m2 Rs. 105.75/ m2 4,964/-

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

Qty: Total = 35.40 Rm Rs. 34.35/ m 1,216/-

13 Sand filling in rooms under flooring with watering and ramming Rs. 126.00/ m3 1,615/-

Qty: Total = 12.82 m3


14 Cement concrete flooring 1:2:4 (1 cement: 2 coarse sand: 4 graded stone Rs. 142.00/ m2 8.351/-
aggregate) finished with a floating coat of neat cement including cement
slurry, but excluding the cost of nosing of steps. etc. complete - 50 mm
thick cement concrete flooring with 20 mm nominal size stone

Qty: Total = 58.81 m2


15 Providing and fixing glass strips in joints of terrazzo/cement concrete floor Rs. 17.40/ m 3,645/-
40 mm wide X 6 mm thick

Qty: Total = 209.48 m

16 Providing woodwork in frames of doors, window, clerestory windows and Rs. 21451/ m3 9,224/-
other frames, wrought framed and fixed in position - first class kail wood

Qty: Total = 0.43 m3


17 Providing and fixing panelled or panelled and glazed shutters for doors, Rs. 696.05/ m2 8,311/-
windows, and clerestory windows including ISI marked black enamelled
M.S. butt hinges with necessary screws, excluding panelling which will be
paid for separately - 35 mm thick 1st class kail wood

Qty: Total = 11.94 m2


18 Providing and fixing panelling or panelling and glazing in panelled or Rs. 559.90/ m2 4,832/-
panelled and glazed shutters for door, windows, and clerestory windows
(area of opening for panel inserts excluding portion inside grooves or
rebates to be measured). Panelling for panelled or panelled glazed shutters,
35 mm 1st class kail wood

Qty: Total = 8.63 m2


19 Pebble dash plaster up to 10 mtr. height above ground level with a mixture Rs. 129.90/ m2 11,363/-
of washed pebbles or crushed stones 6mm to 12.5 mm nominal size dashed
over and including fresh plaster in two layers, under layer 12 mm cement
plaster 1:4 (1 cement: 4 coarse sand) and top layer 10 mm cement plaster
with cement mortar 1:3 (1 cement: 3 fine sand) mixed with 10% finely
grounded hydrated lime by volume of cement.

Qty: Total = 87.95 m2


20 12 mm thick cement plaster finished with a floating coat of neat cement of Rs. 71.50/ m2 13,228/-
mix 1:4 (1 cement: 4 fine sand)

Qty: Total = 185.00 m2


21 6 mm thick cement plaster to ceiling of mix 1:3 (1 cement: 3 fine sand) Rs. 44.55/ m2 2,327/-

Qty: Total = 52.24 m2


22 Distempering with oil bound washable distemper of approved brand and Rs. 30.40/ m2 7,212/-
manufacture to give an even shade. New work (2 or more coats) over and
including priming coat with cement primer. Quantity as per item 20 and 21

Qty: Total = 237.24 m2


23 Finishing walls with water proofing cement paint of approved brand and Rs. 45.25/ m2 3,980/-
manufacture to give an even shade. New work (2 or more coats applied @
3.84 kg/10 sqm).

Qty: Total = 87.95 m2


24 French Spirit polishing on wood work: two or more coats on new works Rs. 69.70/ m2 2,816/-
including a coat of wood filler

Qty: Total = 40.40 m2


25 Painting with aluminium paint of approved brand and manufacture to give Rs. 22.20/ m2 241/-
an even shade, two or more coats on new work

Qty: Total = 10.87 m2


26 Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to Rs. 37.25/ no. 1,788/-
frame with 10 mm diameter bolts, nuts and wooden plugs and embedding
in cement concrete blocks 13 X 10 X 15 cm, 1:3:6 mix (1 cement: 2 coarse
sand: 6 graded stone aggregate 20 mm nominal size)

Qty: Total = 48 Nos.


27 Providing and fixing bright finished brass tower bolts (barrel type) with
necessary screws etc. complete for wooden door and windows

250 X 10 mm

a) 6 X 1 = 6 nos. Rs. 109.20/no. 655/-

100 X 10 mm

b) 2 X 3 = 6 nos. Rs. 48.55/ no. 291/-

28 Providing and fixing aluminium tower bolts, ISI marked (anodized anodic Rs. 22.05/no. 441/-
coating not less than grade AC 10 as per IS:1868) transparent or dyed to
required colour or shade with necessary screws etc. complete: in
aluminium frames/shutters 100 X 10 mm

Qty: Total = 20 Nos.


29 Providing and fixing bright finished brass 100 mm mortice latch and lock Rs. 253.20/ no. 506/-
with 6 levers and a pair of lever handles with necessary screws etc.
complete (best make of approved quality)

Qty: Total = 2 nos.


30 Providing and fixing ISI marked oxidized M.S sliding door bolts with nut Rs. 51.95/no. 208/-
and screws etc. complete 250X16 mm

Qty: Total = 4 nos.


31 Providing and fixing ISI marked oxidized M.S handles conforming to
IS:4992 with necessary screws etc. complete 125 mm/100mm

a) Inner Doors (125 mm) Rs. 9.20/ no. 74/-


Qty: Total = 8 nos.
b) Windows (100 mm) Rs. 7.00/ no. 28/-
Qty: Total = 4 nos.

32 Providing and fixing aluminium handles ISI marked anodized (anodic Rs. 33.65/no. 337/-
coating not less than grade AC 10 as per IS: 1868) transparent or dyed to
required colour and shade with necessary screws etc. complete 125 mm

Qty: Total = 10 nos.


33 Providing and fixing aluminium hanging floor door stopper ISI marked Rs. 46.15/no. 369/-
anodized (anodic coating not less than grade AC 10 as per IS: 1868)
transparent or dyed to required colour and shade with necessary screws
etc., twin rubber stopper

Qty: Total = 8 nos.


34 Providing and fixing bright finished brass casement window Rs. 30.35/no. 425/-
stopper/fastener with necessary screws etc. complete

Qty: Total = 14 nos.


35 Providing and fixing nickel plated M.S pipe curtain rods with nickel plated Rs. 49.60/ m 867/-
brackets - 25 mm diameter (heavy type)

Qty: Total = 17.47 m


TOTAL 4,56,093/-
36 Add 145% above on all items as tender appreciation

11,17,428/-
NON SCHEDULED ITEMS

37 Providing and laying thermocol lining of 50 mm thickness in between Rs. 500/ m2 41,796/-
double walls

Qty: Total = 92.88 m2


38 Providing and laying of polythene sheet (water barrier) Rs. 50/ m2 2104/-

Qty: Total = 42.08 m2


GRAND
TOTAL 11,61,328/-
Detailed Estimate for Local Toilet Facility for SPV Power Plant

SI No. Particular of Work Rate Amount (Rs)


1 Earth work in excavation over areas (exceeding 30 cm in depth, 1.5 m in Rs. 82.35/ m3 3,670/-
width as well as 10 sqm in plan) including disposal of excavated earth, and
lift upto 1.5 m, disposed earth to be levelled and neatly dressed.

Qty: Total = 44.57 m3

2 Earthwork in excavation in foundation trenches or drains (not exceeding Rs. 69.35/ m3 429/-
1.50m) in width as well as 10 sq. m on plan) including dressing of sides
and ramming of bottoms, lift up to 1.50 m, including taking out the
excavated soil and disposal of surplus excavated soil as directed

Qty: Total = 6.19 m3


3 Providing and laying in position cement concrete of specified grade Rs. 1243.50/ 1,540/-
excluding the cost of centering and shuttering - all work up to plinth level. m3
1:4:8 (1 cement: 4 fine sand: 8 graded stone aggregate 40mm nom. size
crushed)

Qty: Total = 1.23 m3


4 Random rubble masonry with hard stone from quarry in foundation and Rs. 1471.50/ 36,442/-
plinth including levelling up with cement concrete 1:6:12 (1 cement: 6 m3
coarse sand: 12 graded stone aggregate 20 mm nominal size) at plinth level
with cement mortar 1:6 (1 cement : 6 coarse sand)

Qty: Total = 33.18 m3


5 Providing and fixing upto floor five level precast cement concrete solid Rs. 3065.20/m3 9368/-
block including hoisting and setting in position with cement mortar 1:6 (1
cement: 6 coarse sand), cost of centering, shuttering and finishing smooth
with 6 mm thick cement plaster 1:3 (1 cement: 3 fine sand) on exposed
surfaces – complete.
1:3:6 (1 cement: 3 coarse sand:6 graded stone aggregate 20 mm nominal
size - crushed)

Qty: Total = 3.05 m3


6 Reinforced cement concrete work in roof upto floor five level excluding Rs. 2444.40/ 8,372/-
the cost of centering, shuttering, finishing and reinforcement with 1:2:4 (1 m3
cement: 2 coarse sand: 4 graded stone aggregate 20mm nominal size)

Qty: Total = 3.42 m3


7 Reinforcement for R.C.C work including straightening, cutting, bending, Rs. 26.30/ kg 9,008/-
placing in position and binding all complete – thermo-mechanically treated
bars (TMTB).

Qty: Total = 342.5 kg


8 Centering and shuttering including strutting, propping, etc. and removal of
form for:

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


Qty: Total = 1.62 m2 Rs. 59.70/ m2 97/-

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

Qty: Total = 9.73 m2 Rs. 90.55/ m2 1,029/-

c) Edge of slabs and breaks in floors and walls : edge length, under
20 cm wide
Rs. 105.75/ m2 4178/-
Qty: Total = 121.64 Rm

9 Providing woodwork in frames of doors, window, clerestory windows and Rs. 21451/ m3 2,248/-
other frames, wrought framed and fixed in position - first class kail wood

Qty: Total = 0.10 m3


10 Providing and fixing panelled or panelled and glazed shutters for doors, Rs. 696.05/ m2 842/-
windows, and clerestory windows including ISI marked black enamelled
M.S. butt hinges with necessary screws, excluding panelling which will be
paid for separately - 35 mm thick 1st class kail wood

Qty: Total = 1.21 m2


11 Providing and fixing panelling or panelling and glazing in panelled or Rs. 559.90/ m2 1,274/-
panelled and glazed shutters for door, windows, and clerestory windows
(area of opening for panel inserts excluding portion inside grooves or
rebates to be measured). Panelling for panelled or panelled glazed shutters,
35 mm 1st class kail wood

Qty: Total = 2.27 m2


12 Pebble dash plaster up to 10 mtr. height above ground level with a mixture Rs. 129.90/ m2 4,801/-
of washed pebbles or crushed stones 6mm to 12.5 mm nominal size dashed
over and including fresh plaster in two layers, under layer 12 mm cement
plaster 1:4 (1 cement: 4 coarse sand) and top layer 10 mm cement plaster
with cement mortar 1:3 (1 cement: 3 fine sand) mixed with 10% finely
grounded hydrated lime by volume of cement.

Qty: Total = 37.16 m2


13 12 mm thick cement plaster finished with a floating coat of neat cement of Rs. 71.50/ m2 2,135/-
mix 1:4 (1 cement: 4 fine sand)

Qty: Total = 29.86 m2


14 Distempering with oil bound washable distemper of approved brand and Rs. 30.40/ m2 908/-
manufacture to give an even shade. New work (2 or more coats) over and
including priming coat with cement primer. Quantity as per item 20 and 21

Qty: Total = 29.86 m2


15 Finishing walls with water proofing cement paint of approved brand and Rs. 45.25/ m2 2,590/-
manufacture to give an even shade. New work (2 or more coats applied @
3.84 kg/10 sqm).

Qty: Total = 37.16 m2


16 French Spirit polishing on wood work: two or more coats on new works Rs. 69.70/ m2 338/-
including a coat of wood filler

Qty: Total = 4.85 m2


17 Painting with synthetic enamel paint of approved brand and manufacture Rs. 22.20/ m2 108/-
to give an even shade, two or more coats on new work (on woodwork)

Qty: Total = 4.85 m2


18 Providing 40 X 5 mm flat iron hold fast 40 cm long including fixing to Rs. 37.25/ no. 298/-
frame with 10 mm diameter bolts, nuts and wooden plugs and embedding
in cement concrete blocks 13 X 10 X 15 cm, 1:3:6 mix (1 cement: 2 coarse
sand: 6 graded stone aggregate 20 mm nominal size)

Qty: Total = 6 Nos.


19 Providing and fixing bright finished brass tower bolts (barrel type) with
necessary screws etc. complete for wooden door and windows

250 X 10 mm

a) 6 X 1 = 2 nos. Rs. 109.20/no. 218/-

20 Providing and fixing aluminium tower bolts, ISI marked (anodized anodic Rs. 22.05/no. 104/-
coating not less than grade AC 10 as per IS:1868) transparent or dyed to
required colour or shade with necessary screws etc. complete: in
aluminium frames/shutters 100 X 10 mm

Qty: Total = 2 Nos.


TOTAL 78,366/-
21 Add 145% above on all items as tender appreciation

1,91,996/-
COST ESTIMATE FOR LIGHTING WORKS IN SPV BUILDING AND PLANT

Si No. Description Rate Amount (Rs.)


1 Providing and fixing lighting points, complete job Rs. 400/ each 4000/-

Qty: Total = 10
2 Providing and fixing 3 pin socket points, complete job Rs. 500/ each 1500/-

Qty: Total = 3
2 Providing security lighting, 3.5 metre pole above ground level, mild steel, Rs. 9000/ each 36,000/-
with weather proof paint finishing, mounting hardware, luminary fixtures,
15 W lamp, cables and accessories, complete job

Qty: Total = 4
GRAND 41,500/-
TOTAL
Construction of Chain Link Fencing around SPV Solar Power Plant

S No. Particulars Specification


1 Earthworks in excavation over areas (exceeding 30 cm in depth, 1.5 mtr. Size of Trench =
in width as well as 10 sqm on plan) including disposal of excavated .50 m X .60 m X length
earth lead upto 1.5 mtr and lift upto 1.5 mtr disposed earth to be level
2 Providing and laying in position cement concrete of specified grade Bed Concrete =
excluding the cost of centering and shuttering all work upto plinth level .50 m X .10 m X length
in 1:4:8 (1 cement: 4 coarse sand: 8 graded stone aggregate 40 mm
nominal size)
3 Providing and laying in position cement concrete of specified grade Concrete Blocks =
excluding the cost of centering and shuttering, all work upto plinth level .50 m X .50 m X 1.0 m
in 1:3:6 (1 cement: 3 coarse sand: 6 graded stone aggregate 20 mm each
nominal size)
4 Random rubble masonry with hard stone from quarry in foundation and Masonry Wall Size =
plinth including levelling up with cement concrete 1:6:12 (1 cement: 4 .50 m X 1.0 m X length
coarse sand: 12 graded stone aggregate 20 mm nominal size) at plinth
level with cement mortar 1:6 (1 cement : 6 coarse sand)
5 Centering and shuttering including strutting, propping, etc. and removal
of form retaining wall/other wall of any thickness upto plinth level
6 Providing and laying DPC 1:2:4 mix 40 mm thick, 20 mm nominal size
aggregate
7 Pointing on stone work with 1:3 mix (flush pointing)
8 Steel work in built up section (riveted and bolted) framed including Size of fencing =
cutting, hoisting, and fixing in position and applying primer coat using 40 m X 40 m X 6 mm equal
steel primer and nuts and bolts, complete job. angles for horizontal and
vertical posts and flat iron
20 mm X 6 mm
9 Providing and fixing chain link fencing of size (2’X2”) mesh galvanized
steel wire (complete job)
10 Carriage of materials from source/stores to the site of work by
mechanical transport and by head load like cement, chain link fencing,
stone aggregate and sand etc. (complete job)
11 Provision of 1 No. Steel Gate of size 8’-0” X 14’-0” using 60 X 60 X 5
mm equal angle frames with 6 mm thick M.S. Sheet including red oxide
primer coating and painting (complete job)
Total Estimated Cost (4500 Rs./Rm for Fencing + 35,000 Rs. For 1
No. Steel Gate)

1
PRICE BID FORMAT (5 kWp)

Si No. Description Price Bid (Rs.)


1 Total Cost of Systems as per the Bill of Materials (Annexure 1)
inclusive of all taxes applicable (F.O.R. at site)
2 Installation and Commissioning including construction of control
room, battery bank room, maintenance staff room, fencing, local
toilet and any other civil/electrical works for completion of the
job
3 Operation and Maintenance for 5 years

GRAND TOTAL

You might also like