|
Tender For Provision Of Solar Power Plant At Sevoke Mil Station Under Ge Sevoke Road.; 2 Design, procurement, erection, installation, testing and commisioning including connecting to local utility grid; Grid connected solar photovoltaic plant 0.8 MW output peak capacity with net billing arrangement including Solar Photovoltaic Modules,DC Cabling, Module Mounting Structures (suitable for ground mountingwith and including Soil Investigation as per OEM recommendation, RCC foundation framed structure and other connected civil work duly vetted by IIT / NIT), Array Combining Boxes, ACDB, DCDB, Lightining Protection of SPV modules and other accessories, String Inverter as Power Conditioning Unit, Weather Station and Data Monitoring system (SCADA) all as per detailed specifications given in tender documents, latest MNRE/SECI/NISE/IREDA guidelines and directions, meeting the Make in India (DCR), consisting of all requisite accessories (BOS-Balance of system) and including the following main components (NOTE : The work shall be executed directly by OEM only through contractor.) Item Continued as 1.01 to 1.45 3 (A) Photo Voltaic Module: Mono-crystalline Silicon Bifacial Solar Photovoltaic Modules of minimum 550 Wp(module power and number of modules to be selected according to available area), having cell efficiency more than 20% under standard conditions, form fill factor more than 0.76, plant performance ratio > 75%, made of high transmitivity glass front surface and it shall give high encapsulation gain (transmittance above 90% and bending less than 0.3%). The modules shall have the following features :(a) The electrical parameters of SPV modules under standard test condition of irradiance 1000W/sqm, AM 1.5 Spectrum and temp 25 degree Celsius shall be as under : (i) Max Peak Power Pmax : 550 Wp or more (ii) Voltage at Max Power : > 40 V (iii) Current at Pmax :> 10A 4 (iv) Short Circuit Current :> 12A (v) Open Circuit Voltage :> 47 V (vi) Module Efficiency : > 20%(b) Rated output of the modules shall have positive tolerance of 3-5% and no negative tolerance is allowed.(c) It shall perform satisfactorily in RH 85% with temperature up to +85 degree C and should withstand wind of 200 kmph on the surface of panel.(d) PV modules shall be warranted for their output peak watt capacity, and it shall not fall of its initialvalue below 90% in first 10 year end and 80% after the end of 25 years.(e) Each module shall have RFID tag encapsulated with solar cell bearing following details (i) Name of Manufacturer of SPV Module (ii) Name of Manufacturer of Solar Cell 5 (iii) Month and year of Manufacturing (separately for cell and module) (iv) Country of Origin (both cell and module) (v) Peak wattage, Im, Vm and fill factor of the module (vi) Date of year of obtaining IEC PV module qualification certificate including the test lab issuing IEC certificate. (vii) Unique serial no of model no of module (viii) IV curve of module(ix) Other relevant information on traceability of solar cells & modules(f) The temperature coefficient of power for the module shall not be more than 0.50% per degree Celsius.(g) The module must have bypass diode of suitable capacity.(h) PV module must confirm to latest edition of IEC 61215/ IS 14286. In addition the modules must confirm to IEC 61730 Part I and II for construction and testing & safety qualifications and confirming to IEC 62804 PID.(j) It shall also be in conformity to latest minimum technical specification issued by MNRE/IREDA/SECI/NISE/ALMM from time to time. Modules should be of MNRE/IREDA/SECI/NISE/ALMM approved companies and as per latest IEC/IS standards. 6 (k) RFID reader is to be provided by contractor(l) Both PV cells and SPV modules shall be made in India (DCR).(m) Each structure should have angle of inclination as per the site conditions to generate maximum power. However, to accommodate more capacity the angle inclination may be reduced to 10 - 13 Degree until the plant meets the specified performance ratio requirements.(n) Fire Points with Fire extinguisher liquefied CO2 gas of capacity 10 kg and adequate qty confirming to relevant IS or ISI mark complete as recommended by manufacturer deemed to be included in the unit rate quoted.(o) Danger Board and Rubber mat as recommended by manufacturer deemed to be included in the unit rate quoted.(p) S&F Pressure Booster pump electrically operated with minimum 3 HP 02 Nos (Running+ standby) three Phase AC Supply motor and having head not less than 20 mtr, including PCC foundation civil wokrs and necessary cable required for connection in drawn in PVC conduit heavy duty/ DWC/Electrode pipe from existing nearest point to the motor starter panel including motor starter suitable capacity,PP-R IS-15801 (Polypropylene random co-polymer) pipe 3-layer 63 mm/50 mm/32 mm/25 mm inner dia (outer green coloured UV stablilized, middle black coloured UV stabilized and innermost layer white coloured with anti-microbial property) fusion welded grade PN-10 SDR-11 ( Pressure nominal 10KGS/cm2 ) having thermal stability for hot & cold water supply including all types of plain and brass threaded PPR fittings of any size such as elbow, tees, FTA and MTA etc laid in trenches with necessary exavation, removing and returning filling work and including all accessories from the new PVC tank cap 10000 Ltrs install at proposed site for cleaning of entire solar power plant system.(q) SPV Panel is to be fixed in such a way that lower portion of the Panel remains atleast above 1.5 mtr of finished reflecting surface and cost deemed to be included in the quoted rates. 7 (B) Junction Boxes: Junction boxes of suitable Nos (as per design)/OEM recommendations inputs and suitably rated out put having separate DCfuses for both (+)&(-) on input and isolator on output terminal for each string.Each junction box must have as pare input terminal.The junction boxes shall be dust and vermin proof and water proof made of FRP/ Thermo Plast with IP 65 protection in compliance with IEC 62208 and shall be UV resistant, fire retardant. It shall have surge protection and maintenance free earthing as per relevant standard. The junction box shall have suitable arrangement of the following: (a) The strings are required to be connected to the copper bus bar through individual fuses. (b) Provide arrangement for disconnection (DC dis-connection switch) for each SJB/ SCB. (c) To provide a test point for each sub group for quick fault location and to provide group array isolation. (d) Each array box shall be of relevant IEC standard. (e) Each array junction box shall have suitable bypass & reverse blocking diodes for minimum DC blocking voltage of 1000V with suitable arrangement of its connection. Reverse blocking and bypass diodes shall work for extreme temperatures and shall have efficiency of 99.98% confirmed by appropriate IEC standard. 8 (C) DC Cables: Suitable size of XLPE insulated tinned Copper cable (min 10 sqmm) of solar grade, 1100 Volts and UV resistant for outdoor installations confirming to IEC : 60227/15694 & 60502/ IS : 1554 (Pt I&II)) and shall be as under : (a) All cables and connectors must be as per IS/IEC standards and shall be able to withstand harsh environmental conditions including high temperature, UV radiations, rain, dirt, burial and attack by moss and microbes for 25 years and voltage as per latest IEC/IS. (b) All the cables / wires shall be provided with UV resistant printed ferrules for DC wires. (c) The size of the cable shall be such that average voltage drop at full power from PV module to inverter shall be less than 1.5%. (d) Cable batch No., Drum No, IS code and size and make shall be mentioned on every one meter or as per OEM practice. (e) The wiring of the module interconnection shall be in UPVC/HDPE pipe of suitable size. (f) The cost of interconnecting DC Copper cable, MS cable trays, MS cable trays suitable to accommodate Solar grade cables from SPV module to inverter are included in the item. 9 (g) Boring of holes under road, pavement, hard standing by trenchless technology (HDD) GI protection pipe up to 100 mm bore (dia), maximum 2.5 metre below of apron areain ant type of soilcomplete.Note : (i) All the precaution to be taken by the contractor before drilling the bore. The contractor has to take plan of existing cables any type and pipe line in existing area before drilling the bore. (ii) Any damage to existing cables any type and pipe line in the way of drilling the bore will be repaired and make good by the contractor within 24 hours. No extra cost will be paid in this account. (iii) Contractor has to get the survey of route, length and depth for boring before quoting the rate. (iv) Connected items like HDPE/PPR/DWCPE pipes, exavation, removing, return filing, channel, any type of metal work is not measured and paid separately under relevant items.(D) Module Mounting Structure (MMS) (Suitable for ground mounting on any type of soil condition) :Design, procure, fixing, support structure made of hot dipped galvanised steel with min 85 micron thickness including necessary PCC / RCC foundation and associated work (cutting, grounding, PCC filling, disposing waste material,etc., complete) and fixing mounting arrangement suitable for SPV modules so as it can with stand wind speed of 170 km per hour & minimum yield strength off 250 MPa. The mounting structure is to be installed on ground. Mounting structures to be so designed that maximum load is directly on ground. It shall also observe minimum space without sacrificing the out put of SPV panels & adequate spacing between the arrays shall be available for easy cleaning and maintenance. Nuts, bolts, protected from the atmosphere and weather mounting structure shall have to be adequately of Stainless Steel of grade SS316. 10 NOTES :- (a) Two numbers of anti theft fasteners of Stainless Steel on two diagonally opposite corners of each module shall be provided. (b) Module mounting structure shall be fitted to provide maximum generation. (c) MMS design shall be supported with Staddpro Report vetted by Third Party (Gov Institute) and submitted for the approval of the Accepting Officer. (d) The height of approved design MMS for solar power plant shall be as per latest MNRE/IREDA/SECI/ NISE guidelines. (e)Minimum grade of RCC M-25, design mix (using 20mm graded crushed stone aggregate includingTMT bar as per design, including rafts, footings, foundation beams; plinth beams; bases for columns, etc.; basement slabs, under-reamed piles and mass concrete and other connected works as per design and OEM recommendation. Civil work shall be designed through approved consultant of MES as per latest MNRE/IREDA/SECI/ NISE guidelines and vetted by IIT / NIT.(E) Lightning Protection forentire Solar Power Plant (i.e PV Array, Inverter etc) : Design, procure and fix lighting arrestor system confirming toIS/ IEC-62305(Part1-4)on the ground. The air terminal shall be fixed at the top of MS pole with base so as to beat least two meter above the pole to be protected. Its height above 9 mtr level shall be depend upon the level of protection and protection radii required. 11 NOTES :-(i) The cost of all equipments, MS Pole, Copper strip upto earth test point,LA, etc., shall be deemed to be included in this item. (ii) The cost of sufficient earthing for lightning protection is also included in this item to be provided by Engr-in-charge. and no extra payment will be made to the contractor on this account (iii) The complete system shall include chemical earthing (as per OEM recommendations) and earth strip/cable etc for earth of SPV module, array, inverter,DC & AC boxes and for LA etc as per latest IS/MNRE/IREDA/NISE/SECI/ALMM specifications and guidelines.No separate cost of the same is included in the schedule and amount will be paid to the contractor on this account. In case of any dispute, decision of Engr in charge will be final, conclusive and binding to contractor. (The earthing shall be of copper earth plate and having specification as per SSR Item Sr 19474). Earth resistance shall not be more than 3 Ohms. (iv)Separate LA arrangement & the design document of the same shall also be submitted. (v) The protection against induced high voltage shall be provided by the use of metal oxide varistors and suitable earthing such that induced transient find and alternate route to earth. (vI) SPV Power Plant shall be provided with lightening and over voltage protection. (vii) Internal surge protection shall consist of three MOV type surge-arrestors connected from +ve abd +ve terminals to earth (via Y arrangement) 12 (F)Power Conditioning Unit: Procure, fixing, testing and commissioning of minimum 4 (Four) unitswith overall not less than 800 KW output on 11 KV AC supply, Solar-power inverter suitable for without DC power of Solar PV module/ array with AC output further feeding to grid confirming to IEC:61683 for efficiency, IEC:62109-1 or equivalent for safety and IEC:62093 for reliability. The input DC & output AC technical specification of Inverter are as under :Input (DC) (a) Max Absolute DC input Voltage : 1000 V (b) Start-up DC input voltage : 200 - 500 V (Default 420V) (c) Operating input DC voltage range : 200 - 1000 V (d) No of independent MPPT : One (e) MPPT input DC voltage range at Pacr : 180 - 1000 V DC (f) Max input DC Current : As per design. (g) AC grid connection type : 3Phase (4W + PE) (h) AC output power : As per design. (j) Max AC output Apperant power : As per design. (k) Max AC output Current : As per design. (l) Max AC fault current : As per design. 13 (m) Nominal Output Voltage : 800 Volts AC 3phase or as per the design of Solar Stepup Transformer (n) Output voltage range :± 10% (o) Output Frequency : 50 Hz ± 3Hz (p) Power factor : > 0.99 (q) Harmonic Distortion Current : < 3% (r) Efficiency : > 98% (s) Standby operation consumption : < 1.5 W(t) Operating temperature upto 85 degree centigrade (u) The Copper based inverter shall have minimum IP-67 protection, ground fault monitoring, reverse polarity protection, anti-islanding, DC reverse polarity, AC and DC short circuit current and over current, AC and DC over voltage and over temperature. 14 (v) The inverter shall adjust voltage and frequency levels to suit the grid. (w) The inverter shall be self commulated with Pulse Width Modulation (PWM) technology and shall be capable of synchronise maximum with in one min. (x) Maximum Power Point Tracker (MPPT) confirming to IEC 62093 shall be integrated in the inverter to maximise the energy drawn from the PV array (y) Monolithic design of inverter is not permitted. (z) Shall have anti-Islanding features. (aa) The inverter shall have suitble nos of protected inputs (asper design) and outgoing shall be protected by ACB/MCCB. (ab) The inverter should have MODBUS, PROFIBUS, ETHERNET common ports. (ac)The inverte rshall include appropriate self protection and self diagnostic features to protect itself and the PV array fromthedamageintheeventof invertercomponent failureor fromparametersbeyondtheinverterssafeoperatingduetointernaland/orexternalcauses. Invertershallhaveprotectionarrangementagainst ground leakage faults, over voltage, (SPD) & over current. Inverter shall have arrangement for adjustment for adjusting DC input current and shall trip against sustainable fault down stream and shall not restart till fault is rectified. (ad) The inverter should have provisions of Galvanic isolation, anti-islanding protection (IEEE 1547/UL 1741) equivalent IS and lightening. (ae) PCU must have the feature to work in tandem with other similar PCUs and be able to be successively switched ON and OFF automatically based on solar radiation variations during the day. (af) Minimum Warranty of Inverter- 12(Twelve) Years and defect liability period deemed to amended accordingly for the said item. 15 (G)ACDB : Outdoor type powder coated weather proof,vermin proof made out of CRCA sheet front open able door, lockingarrangement, including suitable working space in DCDB busbar chamber, cable box chamber including Copper busbar of designed capacity /bus raisers suitable capacities with PVC sleeves/tape RYB colour for phases identification, including all bus raiser shall be extend upto cable box chamber fixed on fibre insulation for RYB & neutral to all out going cable, confirming to IP-65 and fixed on wall / floor with control wiring with comprising cable gland brass, copper lugs etc. and comprising the following as per design :- (i) MCCB 4Pmicroprocessor based for outgoing (ii) MCCB 4Pmicroprocessor based for incoming (iii) AC type 2 Surge Protection Device (iv) Spreader Terminals as per requirement (v) Multifunction meter (vi) CT of suitable ratio(vii) Copper busbar chamber (ix) The earthing shall be of copper earth plate and having specification as per SSR Item Sr 19474).Earth resistance shall not be more than 3 Ohms. 16 (H) DCDB:- Outdoor type powder coated, weather proof, dust proof,vermin proof made out in CRCA sheet front open able door, looking arrangement, including suitable working space in DCDB busbar chamber,cable box chamber including copper bus raisers with PVC sleeves/ tape RYB coloursfor phase identification, including all bus raiser shall be extend upto cable box chamber, confirming to IP-65 and fixed on wall /floor with contral wiring with comprising cable gland brass, copper lugs etc. (i) MCCB as per requirement (ii) Fuse as per requirement (iii) Copper busbar chamber. (I) Weather Monitoring System Pyranometer : The pyranometer (ISO 9060 classification ) alongwith necessary assessories for measuring incidental solar radiation at horizontal and inclined plane of array. Specifications of the pyranometer shall be as follows :- (i) Spectral response : 031 to 2.8 micron,(ii) Time response (95%). Max 15 second 17 (iii)Nonlinearity + 0.5% (iv) Temperature response : - 2%(v) Tilt error <+/- 0.5% (vi)Zero offset themal radiation +7W/Sqm (vii) Zero offset temperature change + 2 W/Sqm(viii) Operating temperature range - O °C to 80°C(ix) Non stabillity Maximum - 0.8%,(x) Resolution minimum +/-1 W/Sqm (xi)Output Analog 4.50mA (xii) Digital RS 485(xiii) The earthing shall be of copper earth plate and having specification as per SSR Item Sr 19474).Earth resistance shall not be more than 3 Ohms. 18 (J)Balance of System(BOS) Items/ Components:TheBOSitems/componentsof theSPVpowerplants/systems deployed under this project shall conform to the latest edition with certificate of IEC or equivalent BIS Standards/MNRE specifications/ as specified in Para 1.01 of "Minimal Technical Requirements/ Standards for SPV System/Plants" to be deployed during this financial year under the programmes of MNRE available on MNRE website as on last date of quoting of tender. Notes:(i) The contractor must visit the site before quoting the rates for this item to assess the site condition so as to decide up on location and layout of SPV, placement of inverter, length of DC cables, lightning arresters, etc., complete. (ii) The contractor shall submit complete scheme including electrical diagram of the work, schematic diagram, SPV module layout, placement of LAs, Civil work, etc., complete as per IREDA/ SECI/NISE/MNRE/ALMM latest guidelines as applicable, Relevant IEC/IS norms to the GE for approval with in one month of date of commencement of the work. (iii) The rate quoted is deemed to be inclusive of the all protection system including surge, lightning arresters and necessary earthing all as specified and directed. 19 (K) Remote monitoring system (SCADA) for solar power plant complete with all electronic andelectricial partswith andincluding all necessary software and hardware etc to make fully functional connected to LED monitor (55 inches) with complete plant parameters as required and operate the system from remote and Other Accessories includingandThe system will be controlled from the main control room where all the data from different parts of the plant shallbe received, analyzed and action taken either manually or on auto as per the system design by OEM . The SCADA shallhave remote monitoring capability comprising with the following Items and with and including all connectedaccessories as per OEM recommendation complete:(a) Main SCADA control wall mounting panel complete with fixing arragnment like nut bolt, washers suitable size and connected items. (b) LED Moniter (55. inches) with mouse, key board, CPU (Minimum 1 TB storage alongwith 12 GB RAM, i7 processor), key pad and single phaseUPS 10 KVA with 12 Volt battery, 14400 Ah battery bank with rack and required battery backup should not be less than 4 Hrs inside control room.(c)“SCADA System shall be audited for Cyber Security by CERT certified firms at the time of commissioning. Subsequent cyber security audit shall be carried out after every 03 years and cost of audit and rectification shall be born by the contractor” 20 The Contractor shall provide following defined user access levels, unless otherwise instructed by the Engineer-in-Charge: -• Normal viewing only (default level) The default level shallpermit users to view al displays except those specifically assigned to a higher level of access.• Dally Access The daily access level shall allow viewing (ie default an printing at trend displays.• Operator Level (Remote Control) The operator level shall permit authorised users to access lower levels a and to carry out the following actions:- Perform control actions Acknowledge alarmsEnter or modify manually-entered data for inclusion in thereports.• Monthly and Yearly Data Archiving The level shall permit authorised users to access lower levels and shall provide the facility to download specific data to long ten data storage for archive purposes(d)The SCADA software shall be of a proven design and reliable, and conforming to industrial standards and shall: -• Support multiple makes of RTU/ Microprocessor controller/ transmitters and models and provide required software features needed to easily adapt a device whichshall not be supported as standard to the SCADA system. 21 • RTU/ PLC/ Microprocessor base controllers and transmitters shall have an expandable architecture and scalability to provide future capacity increases in SCADA system as well as meet present needs of the administration, provide multi-level security and password mechanisms to prevent use of the system by unauthorised persons. The access privilege of authorised users shall be defined separately and permission shall be provided to the users only to access areas concerning them, provide an on-line operatingenvironment.• Adding a new RTUI Microprocessor based Controller to the SCADA system or changing configuration of the existing RTUs/ Microprocessor based controller shall not result in stopping or hinder working order of SCADA system.• The Contractor shall specify maximum number of data which shall be achieved by the system without any performance loss. The Contractor shall conduct necessary tests to prove maximum number of data points achieved. The Contractor shall also be responsible to create additional data points necessary for conducting such tests. Any AutoCAD graphics shall be able to be converted to process diagrams and shall be re-loaded and operated after completion of all works and during tests.(e)The Contractor shall hand over to MES the SCADA and application software (as CDs or DVDs) necessary for re-loading software to the system in case of failures The CDs or DVDs shall be provided after making the necessary tests. The operating system ofrouters and work stations shall be of an architecture that provides a multi-tasking operating environment, and SCADA software shall also be multi-tasking. Therefore multiple tasks such as receiving measurement results from devices, displaying these results on computer screen. storing on a computer disk, sensing alarm conditions that may occur based on measurement results, and displaying them to users, generating reports from collected data, and printing them cut, transferring issued commands to Microprocessor controllers/ RTUs/ PLC, that SCADA software is supposed to execute shall be handled simultaneously without one task waiting for another. 22 To configureSCADA software or to change the system configuration, definitions shall be either defined directly by using a keyboard or another interactive tool or mechanisms that allow importing of configuration definitions from a text file created with a text editor. The database configuration shall be provided by means of an interactive program that contains menus or similar approaches and shall be easy to use The database configuration definition program, when required, shall be capable of extracting definitions related to the configuration from information created in text format to use as definitions for configuration The following shall be possible online without interruption or hindering of usual operations: -•Adding an RTU to the SCADA system.•Deleting an RTU from the SCADA system•Changing configuration information related to an existing RTU definition.•Modifying definitions in database containing information about measurement and control points.•Creating screen pictures which offer operators to monitor and control the SCADA system.•Similar configuration changes. 23 (f)SCADA software shall be upgradeable to new versions with an automatic mechanism to be provided by the Contractor. The old version of software shall be overwritten by new version without resulting in a change in any of the definitions created in previous version, nor disturbing the operational logic defined in previous version. Al! text being available on the screen shall be in English language The database shall be configured on-line when the SCADA system shall be in operation. The changes on existing definitions or new definitions related to database shall be made when the data collection n and control functions are being performed. The SCADA Software shall be operated using the database that shall be resident in the memory(g)Data Exchange The control system shall provide a method of real-time data exchange with different application programs like Geo Information System (GIS). relational database, third party spreadsheet packages, report generation and graphical simulation packages.(h) Historical Data Management An historical data management (HDM) system shall be provided for archive, storage and retrieval of operational data comprising field input data, manually-entered data and calculated points Archived historical data shall minimally include averages, minima and maxima for each analogue value compiled over hourly. daily and monthly time periods, with a minimum capacity of 1o00 points. The HDM system shall be capable of selectively increasing the rate of data capture based on events, such as process variable status, discrete inputs, or operator command. Minimum and-maximum data shall include the time and date of occurrence. Gaps in collected data caused by faulty instruments or control system equipment shall not be included in average). minimum and maximum compilations. 24 (j) Report GenerationThe system shall be provided with a report generator utility which shall enable authorised users to create, delete or modify report definitions The report definitions shall allow for retrieval of data from on-line database and farm historical data files and for formatting data for output to printer. The format of each report shall be definable by user to include the definition of static or background data, placement of data base values, number of significant digits of a value, date and time of report and calculated values(k)Graphic Display GenerationThe system shall be provided with an interactive on-screen graphic generation utility which shall allow an authorised user to create new graphic displays and modify or delete existing displays at any work station including those associated with the LCP/ outstations. The generation utility shall include an interactive linkage process allowing user to link symbolic, numeric and bar graph representations and data entry locations to dynamic data base variables. The graphic display system shall be capable of making full use of the VDU resolution in the composition and display of graphic information. Graphic symbols shall be definable by the user for display of static and dynamic data. The user shall be able to as5emble a library of symbols which shall be retrievable into any graphic display. Text and symbols shall be able to be enlarged, shrunk, moved, mirrored or related with reference to a given display. The system shall be able to represent dynamic analogue data on a graphic display as a variable-length, sizeable bar graph, as well as numeric text. 25 (l)DisplaysGeneral all displays, excepting those containing data derived from historical files, shall be completely displayed within two seconds of the operator"s request. Dynamic data shall be continuously updated while being displayed. All screen displays shall provide following displays which shall be fixed in their locations to normal operations:• Alarm banner window at bottom of the screen display showing last three highestpriority unaccepted alarms. Where the system allows contents of banner to be limited (eg by user name or group) then the selection criteria applied shall be displayed with the banner.• Main display area for user selected displays e.g. mimics, alarm lists, etc.• System dialogue banner window at bottom of the screen shall display relevant system information such as error message and user prompts 26 •A day, date and time indicator shall be able to show local time an alarm bannerarea shall be included on all displays which provide information regarding most resentalarm events. The system shall allow operator to obtain details of most recent alarm event from any operational screen display through direct operation using a maximum oftwo keystrokes or selections. The system shall allow the operator to obtain a print of any display, including graphics through use of a standard system command. Screen displays shall appear identical incorporated form Dynamic data contained on a display shall not change during screen print Such that a "snapshot" of conditions is portrayed. Each display shall include time of day in hoursminutes and seconds and date in day, month and year format.•A facility shall be provided which allows paging to related displays through the use of ‘page" forward or backward keys, or through the use of pick points(m) Suitable size of HT & LT XLPE insulated screened, PVC bedded, galvanized steel strip or wire armoured, electric power cables (heavy duty) 11000 Volts and 1100 Volts grade with stranded aluminium / copper conductor of size as per OEM recommendation and approved design ISI markedincluding cable glands, lugs, jointing kit etc. to suit the cable size and to be laid in trenches, fixed along pole, under floors, through GI pipe laid under floors/roads, through concealed GI pipe along wall etc.with all fixing & connecting accessories and necessary earthwork, civil work deemed to be included in quoted rates of the above items.(n)Generic Displays.The system shall produce various generic displays automatically 27 Metering arrangements: (A)Suitable bi-directional metering arrangements with recording facility shall be provided as per the norms of WBSEDCL. The metering arrangements must have feature to measure and record, (i)Parameters of KW, KWh, KVAR, voltage, current, PF and any other metering required to determine efficiency and efficacy of the system. (B) LT 3 Phase 4 Wire Electronic Tri vector Meter with CT ratioshould be as per capacity of SPV plant. (i) Standard: IS 13779:1999 / CBIP 88 (ii) Accuracy: Class 0.5 (ii) The metering arrangement shall have inbuilt Solar PV Plant synchronisation features. (iii) Reference Voltage - 3x240 V (iv) Basic Current (Ib)- 5 A (v) Maximum continuous current (Imax) - 10 A (vi) Rated Frequency (variation) - 50Hz (±5%) 28 (vii) Power consumption:- Voltage circuit: Less than 1.5 W and 10 VA per Phase at reference voltage, reference temperature and reference frequency Current circuit: Less than 1 VA per phase at basic current, reference frequency and reference temperature (viii) Display type: 8 digit 7 segment backlit LCD display, not less than10 mm character height (ix) Display in the event of Power Failure: Internal battery back-up for LCD display (x)Communication port: Galvanically isolated Optical Communication port for data transfer through either CMRI or remote device or both is providedwith RS 485 for DLMS protocol (C) CT/PT operatedenergy meter with following features (i) True four quadrant metering (iii) Time and day metering with maximum demand registration and automatic billing (iv) LCD display with announciators for various critical events (v) Scroll lock feature for continuous display of a desired parameter on display (vi) High resolution energy display mode for dial test (vii) DLMS protocol for meter reading, with option to remote reading port. 29 (viii) Advanced event detection features for voltage, current and magnetic influence (ix) Meter reading in absence of mains, using internal battery. (x)Power Manager Device Nano type with 4 inverter support with energy monitoring, zero export control, Load Management having RS-485 communication port, ethernet including RS 485 cable core size 0.5-1.5 Sqmm to establish communication between inverters, SCADA and sensor as per OEM recommendation with and including all connectedaccessoriesdeemed to be included quoted rates.(xi) Digital WIND SPEED SENSOR withminimum 3 cup Anemometer range 0 to 70 Mtr/ Sec distance constant 2.5 Mtrs output TTL Pulses output proportional to wind speed and diameter of cup 50mm with brass housing and stainless stell shaft(xii) WIND DIRECTIONSENSOR with wind vane and sensing vain coupledto linear endlsess potentio meter IP 67, range 0-357degrees, operating temperature -40 to +60 degrees celsiuswith brass housing and stainless stell shaft and aluminium vane complete 30 (xiii) AIR TEMPERATURE SENSOR withRTD sensing element PT100 mounted inside a weather shield duly coated with weather proof reflective white paint , range -40 degree to +60 degree celsius with nylon body housingwith weather shield and brass stem to mount the sensor, includingpower requirment 5 Volt DC complete. (xiv) MODULE TEMPERATURE SENSOR Model PT 1000 measuring range -40 Degreeto + 80 Degree Celcius with suitable ouput as required and directed on site and mounting on RTD encapsulated in suitable housing including connecting cables as required complete.(xv)Tipping Bucket Rain Gauge with Magnet and Red Switch type Sensing, rim diameter 203 mm and collecting are 335 MM SQ, Rain gauge shell made up of FRP bucket and mounting made up of stainless steel SS316 and unlimted capacity,including connecting cables as required complete.(xvi)SOLAR Radition Sensor ARN 8101 with 72 element thermo pile sensor and spectral range 0.3 to 3 Micro Mtrs and sensitivity 20 Micro Volt/ W/M², range 0 to 1500W/SQM & output 0 to 25 milli Volt and operating temp -10 to 70 Degree Celsiusincluding connecting cables as required complete with all fixing arrangment and necessary civil work complete with including all connectedaccessories as per OEM recommendation/Designcomplete: 31 (L)Step up solar transformer (800 volt/11 KV)” - Design,procure,erection, installation, testing and commisioning including connecting to local utility grid :Oil filled Type 3 phase, 50 Hz, ONAN cooling type, vector group of appropriatetype, number of load voltage Ratio: number of Phases / Freq.: 3 Phase / 50 Hz., Sealed type Copper wound Transformer with Off Load Tap Changing Arrangement on HV side in steps of 2.5% , +5% to -10% having cable end boxes on HV side suitable for 3 Crore X 300 Sq. mm. XLPE cable of 11 kV grade on HT side and LV side complete with all accessories like buchholz relay, Oil temperature indication, winding temperature indication and alarm etc preferbly DMCR Protection Relay i/c first filling of filtered dehydrated K Class natural Ester Oil bioTransol (as per IS 16659) and confirming to IS 1180 and losses shall be as energyefficiency Level 3 only & 100% load phase, with an impedence of 6.25% i/c as per specification below complete in all respects as required at site. Design ambient to be considered as 50 Deg C.All the balance parameter like temp rise, Basic insulation level, flux density etc shall be strictly in accordance with IS 1180 Part - 1 only including necessary earth work, PCC plinth foundation etc.Heat Run Test is the mandotary test for each Transformer.Standard: The equipment shall conform to the latest edition of applicable standards as follows. In case of conflict between applicable standards and this specification, this specification shall govern.• IS 2026 Standard for Oil filled Transformer• IS:3639 for Fittings and Accessories• IS:2099 for Bushings > 1000 V• IS:7421 for Bushings < 1000 V• IS:1271 for Electrical Insulation classified by Thermal stability• IEC 62770 Natural Ester Oil• CBIP Guidelines 32 (xvii) CORE : Transformer shall be double wound, core type with low loss, non-ageing, high permeability PRIMEGRADE, CRGO with M4 Grade or Better, perfectly insulated and clamped to minimize noise and vibrations. Followings should be Mandatory for any manufacturer: -(a) Transformer shall be of BOLTLESS core design.(b) Core shall be purchased Directly from Manufacturer or from their accreditedMarketingorganization of Repute & not through any agent. Bidder has to submit manufacturer’s name during bidding having sufficient credential & Core has to be purchased from the approved manufacturer.(c) Stage inspection of the core shall be done at manufacturer’s premises & inspection call shall be given with following Documents: (i) Invoice of the supplier (ii) Mill’s test certificate (iii) Packing list (iv) Bill of landing & Bill of Entry certificate by customs(d) Transformer manufacturer should have in-house core cutting facilities for proper control & monitoring of quality & to avoid mixing of Prime core with Second grade /defective core materials. Transformer Manufacturer should have in-house slitting Machine so that core is cut to width & stacked with minimum air gap thus ensuring Burr level less than 10Microns.(e) Core shall be procured from one of these reputed Manufacturers : Posco / Nippon/ Novex/ Ak Steels.(f) The insulation structure for the core to bolts and core to clamp plates shall be such as to withstand a voltage of 2000V for one minute. 33 (xviii)Tank:Tank should be of corrugated wall construction type. The exterior of tank and other steel surfaces exposed to the weather shall be thoroughly cleaned and have a priming coat of zinc chromate applied. The second coat shall be of an oil and weather-resistant nature, preferably of distinct colour from the prime and finish coats. The final coat shall be of a flossy, oil and weather resisting non-fading paint of specified shade. The interior of the tank shall be cleaned by shot blasting and painting with two coats of heat resistant and oil insoluble paint.Winding:(a) Winding shall be made with 99.9% pure electrolytic grade copper, insulated with thermally upgraded paper (Insulation Class A / Conductor Turn Insulation-Class E).The HV & LV winding should be able withstand thermal and mechanical stress in the event of short circuit.(b)Winding shall be carried in dust free area(c) The completed core and coil assembly shall be dried in vacuum and shall be immediately impregnated with oil after the drying process to ensure elimination of air and moisture within the insulation.Oil type: TransformerTransformer oil shall be as per IS-335:1993. It shall be natural/synthetic ester oil. The material safety Data Sheets (MSDS) for the Transformer oil shall be submitted by the bidder along with the offer Temperature Indicator:One set of winding temperature indicators with necessary current transformer, heating coil and a detector element and one set of oil temperature indicator with maximum reading pointer shall be mounted locally so as to be readable at a standing height from ground level. Each of the above indicators shall be provided with necessary contacts for alarm and trip: (a) Oil Insulation class : K class. It should also exhibit safety against fire hazards 34 (b) Cooling : ONAN(c) Vector Group: to be decided during design.(d) Percentage Impedance (Z%) 6.25 %.(e) Transformer Losses:as per IS 1180 - Level 1(2021)(f) Taps on HV for HV variation : +5 to -10 % in steps of 2.5% each (g) Termination (HV): Cable End box for11 KV cableof suitable size(h) Termination (LV): Cable connection(j) The transformer shall be supplied with following fittings:(k) Lifting lugs and Jack lifting pad support(l) Earthing terminals - to be decided during design. 35 (M)Earthing :The complete system shall include chemical earthing of required quantity for step-up Transformer (as per OEM recommendations) and earth strip/cable etc for earth of SPV module, array, inverter,DC & AC boxes and for LA etc as per latest IS/MNRE/IREDA/NISE/SECI/ALMM specifications and guidelines.No separate cost of the same is included in the schedule and amount will be paid to the contractor on this account in case of any dispute decision of Engr in charge will be final and binding to contractor. (The earthing shall be of copper earth plate and having specification as per SSR Item Sr 19474).Earth resistance shall not be more than 3 Ohms. 36 IMPORTANT NOTE FOR SOLAR POWER PLANT CONTRACT (COST DEEMED TO BE INCLUDED IN QUOTED RATES :-(1) The item specification and details given are for guidance purposes only and are likely to vary with modified / higher specification than that specified in the BoQ based on detailed site survey, solar potential assessment, design approval etc keeping the quantity of Solar inverter (PCU) and Solar Transformer same as in the BoQ. The items as per the finalized and approved design and specification, including make, shall be provided by the contractor without any extra cost to the department. All makes should be as per the latest MNRE approved list of makes and models.2.Cost of preparation of DPR design vetting from NISE/MNRE approved Institute and net billing arrangement (as per WBSEDCL) is deemed to be included in the quoted rate.3.The contractor shall submit complete design of Solar power plant, Schemetic/line drawings, detailed mounting structure array layout drawings alongwith SBC report based on the soil investigation as per OEM recommendation, Single line diagram with and including project reportand connected document shall be submitted by OEM through contractor prior to commencement of the work for approval of Accepting officer and subject to the drawing and designduly vetted by IIT/NIT (for mounting structure only) and vetted by NISE/ SECIfor entire scheme of Solar Power GenerationProject including evacuation and Net Metering arrangement complete before recommendation by GE for approval of the accepting Officer. 37 (i) The scope of works involves engineering, procurement & construction (EPC) of entire Solar Power Plant of capacity 0.8 MWp.4. The entire work shall be executed directly by OEMonly through contractor and contractor has to submit the MoU with OEM (agreement period for 25 years of entire Solar Power Plant Project) prior to commencement of work and same shall be approved byGE. 5. Boring of holes under road, pavement, hard standing by trenchless technology (HDD) GI protection pipe up to 100 mm bore (dia), maximum 2.5 metre below of apron areain any type of soilcomplete.Note : (i) All the precaution to be taken by the contractor before drilling the bore. The contractor has to take plan of existing cables any type and pipe line in existing area before drilling the bore. (ii) Any damage to existing cables any type and pipe line in the way of drilling the bore have to berepaired and made good by the contractor within 24 hours. No extra cost will be paid in this account. (iii) Contractor has to get the survey of route, length and depth for boring before quoting the rate. (iv) Connected items like HDPE/PPR/DWCPE pipes for entire Solar Power Plant Project, exavation, removing, return filing, channel, any type of metal work is deemed to be included in the quoted rate. 38 6.Cost of comprehensive maintenance as per OEM recommendation alongwith cost of spare parts required during 5 years of defect liabilty period after completion of Ph-I is deemed to be included in the quoted rate.7. Bidders attention is drawn to pre-bid conferance with department and also visit the site prior to bidding and other factor required as per OEM recommendation deemed to be included in quoted rates.8. The contractor has to carryout Pre-commissioning test of solar power plant including stepup transformer by CEI/SEI. The necessary tools and plants required for inspection of the plant shall be arranged by the contractor.and costsare inclusive in quoted rates.9. Contractor needs to know the irradiance of the location at the project before quoting. The contractor will design DCR (Make in India) for entire Solar Power Plant according to irradiance of the project location and efficiency of the components to produce the desired peak value as mentioned in the schedule i.e. 800 KW output on 11 KV AC supply and inject to the proposed RMU 11 KV. 10. During the execution of work any type of damage by elephant or monkey manance, contractor is fully responsible for protection of all solar power plant equipments including connected items i.e. PV Module, Inverter etc. No claim will be sought from the department. 39 11. All SCADA related activities viz. cables till SMBS and inverter and the requisite software and hardwarefor control room shall be included in the quoted rate.12. Vegetation Growth should be controlled by use of Deweeding Chemicals deemed to be included in Quoted Rates.13. Adequate Water Storage Facility of capacity 10000 Ltrs PVC Tank 5 Layer (with guarantee of 10 years after physical completion of work) on PCC Platform including suitable foundation for cleaning of PV Modules and suitable water drainage facilitiesfor both (Rain Water and Cleaning Water) from proposed site to existing drainage chamber is deemed to be included in the quoted rate.14. Solar Transformer fed from the Inverter should not be having odd harmonics (certificate needs to be required before physical completion of work).15.The Shutdown duration of Inverter should be monitored and recorded and analyzed. 40 16. The SPV Power Plant will be capable of generating 800 kW AC Output atleast once in a year and the AC Output of the plant will be not less than 90% of initial output by the end of 10 yearsand not less than 80% of the initial output by the end of 25 years.17. The Contractor shall operate and maintain Fire Protection System and safety equipments for the entire Solar Power Plant for 10 Years and cost of the spare is deemed to be included in the quoted rates.18.The firefighting system for the proposed power plant for fire protection shall be consisting of:a) Portable fire extinguishers in the control room for fire caused by electrical short circuitsb) Sand buckets in the control roomc) The installation of Fire Extinguishers should conform to TAC regulations and BIS standards. The fire extinguishers shall be provided for control room housing, PV array installation.19.Solar Components shall not be connected to LAN, WAN, or any Internal Data/OPS nw. 41 20.Sys with Bluetooth, GSM, Wi-Fi, or any Telemetry features should be avoided, unless explicitly cleared monitored.21. Finalization Of Feasibility Report, Design, Engineering, Transportation, Storage, Insurance, Civil Works, Erection, Testing & Commissioning etc., ensuring net-billing as per state net billing policy, quality control of grid connected.22.The Comprehensive Maintenance of SPV Plant would include wear, tear, overhauling, machine breakdown, insurance and replacement of defective modules, Inverters/PCU, spares, consumables & other partsas pe OEM reocmmendation and specification for 5 (Five) years under DLP of Phase-I..23.The Contractor shall arrange technical vetting of the plant during execution by the Cyber/INT officer and training by Unit Technical Pers till defect liability stage of Phase-I. 42 24.a) An energy meter (for net-billing) shall be installed between the solar Grid-tied inverter and the building distribution board to measure gross solar AC energy production (the "Solar Generation Meter"). The Solar Generation Meter shall be of the same accuracy class as the DISCOM service connection meter or as specified by local regulatory requirements. Separate for two different buildings.b) The bidder must take approval/NOC from the Concerned DISCOM for the connectivity, technical feasibility, and synchronization of SPV plant (if required).c) Contractor shall be provided system software (Cloud) for data hosting of Solar Power Plant with the Government approved agency and also audited by CERT-In (Computer Emergency respose team-India) is deemed to be included in the quoted rates. 25.a) Two sets of Engineering, electrical drawings, and Installation and O&M manuals are to be supplied. Bidders shall provide complete technical datasheets for each equipment giving details of the specifications along with make/makes in their bid along with the basic design of the power plant and power evacuation, synchronization, along with protection equipment is deemed to be included in the quoted rates. 43 b) All test and calibration certificates, wherever applicable.26. The bidder shall take entire responsibility for the electrical safety of the installation(s) and personnel, including connectivity with the grid and follow all the safety rules & regulations applicable as per local guidelines and regulations, etc. Insurance of the installers (of the vendor) working abroad is mandatory.27. (a) The bidder shall take entire responsibility for the electrical safety of the installation(s) and personnel, including connectivity with the grid and follow all the safety rules & regulations applicable as per local guidelines and regulations, etc. Insurance of the installers (of the vendor) working abroad is mandatory.(b) The contractor will carry out fortnightly, monthly, quarterly and annual maintenance as per Proforma of Appendix here-in-after respectively. In case the contractor fails to carry out the above maintenance following penalty per Solar will be imposed. 44 (i) Not carrying out maintenance fortnightly- Rs 2500.00(ii) Not carrying out maintenance Monthly- Rs 5000.00(iii) Not carrying out maintenance quarterly- Rs 7000.00(iv) Not carrying out maintenance annually - Rs 10000.00(c) The Contractor shall be responsible for ensuring production of 800 kW AC output of electricity at the injection point of RMU atleast once in a year from the SPV plant. In case the output is less than 800 kW AC unit, it will be deemed as under-designed plant. The contractor will be responsible for making good the shortfall by repair / replacement of the SPV Plant free of cost. Delay in this regard will attract monetary penalty to be amounted for the period wef very next day of the completion of Phase-I to the date of completion of rectification / replacement by multiplying the maximum value of units less generated than 800 kW AC for every day with the prevailing rate of electricity tariff of WBSEDCL Rate of electricity in West Bengal is Rs 6.52 per unit as in Sep 2025.(d) Maintenance and supervision shall be done by trained men for the safe operation of Solar’s contractor shall carry out fortnightly servicing including adjustment lubrication, repair of replacement fo parts if necessary. In addition to fortnightly servicing contractor’s senior mechanic of foreman shall carryout the inspection as per maintenance schedule and make necessary entries in the proforma attached here-in-after duly signed by Contractor & Engg-in-Charge as applicable kept in the switch room for this purpose. It will be the responsibility of the contractor to see that the maintenance schedule book is maintained properly by their senior mechanic or foreman. They shall promptly attend and call back & shall not be kept pending for more than 4 hours unless it has the prior approval of the Garrison Engineer. 45 (e) For any repairs/ replacement of Solar the contractor shall always be aware of time factor following are the fixed time (including Sunday/Holiday) for repair/replacement of parts/components/ accessories which shall be adhered to :- (i) Minor repair/ replacement- 4 hours (ii) Major repair/ replacement - 1day(f) The decision of the GE regarding Minor/Major repair shall be final conclusive and binding. In case of failure on the part of the contractor to keep the solar’s in running condition within the stipulated period mentioned in above the contractor is to pay penalty charges as mentioned below subject maximum of 10% of the total contract value and after that measurement will not be considered for the same defective Solar till it is in satisfactory working condition :-(i)Upto 12 hours @ 2000/-(ii) Above 12 Hours and up to 24 hours @ 5000/-.28. RFID Tag scanner of reputed make shall be provided by the contractor is deemed to be included in the quoted rates.29. Existing Room at 33 KV Switch Yard shall be used for SCADA/ Solar equipment/Control Room. 46 30. Surface preparation and laying of light yellow/white coloured interlocking tiles of appropriate thickness under the whole area of PV module array to make a reflecting surface for bifacial Solar PV module alongwith periodical water sprinkling arrangement for cooling of interlocking tiles is deemed to be included in the quoted rates. 31.The complete system shall include chemical earthing (as per OEM recommendations) and earth strip/cable etc for earth of SPV module, array, inverter,DC & AC boxes /LA etc as per latest IS/MNRE/IREDA/NISE/SECI/ALMM specifications and guidelines is deemed to be included in the quoted rates. Earth resistance shall not be more than 3 Ohms .32. The mounting steel structure shall be as per IS 2061-1992 and galvanizing as per IS 4759 and should withstand WIND Load as per relevant IS Code/NBC.33.Soil Stabliztion testing certificate needs to be required before completion of physical completion of work (Phase-I) so that the performance of the PV Plant is not affected in Highly Soiled areas for minimum 25 years. 47 34. M&O (Phase-II) should be finalize at the planning stage itself. The important point are as under:- (a) The thermal imaging of pv panel should be taken once a year for checking its health including hot spots.(b) The cleaning cycle of panel should be fixed as per the ratio of short circuit current falling below 0.9. The cleaning provision shoul be made available before evacuating the power.(c) The shutdown duration of inverter should be monitored and recorded and analyzed 48 Supplying, Installation, Testing & Commissioning including design, manufacture and testing at works of indoor type , IP 4X ,floor mounted metal clad, 11 KV VCB panel board totally enclosed & fully interlocked, Horizontal drawout, Horizontal isolation type breaker as per IEC-62271-100/200, as amended up to date and additional specifications, having capacities as mentioned below, single break, trip free mechanism, motor charged and manually/electrically closing breaker suitable for use on 11 KV,3 Phase, 50Hz A.C. supply with STC 25 KA for 3 Sec.Internal Arc for AFLR 25kA at rated voltage for 0.1s at individual compartments i.e. Busbar, VCB and cable compartment.complete with self contained, fully interlocked, rack in and rack out mechanism, air insulated and encapsulated copper bus bars of 800 Amps capacity, breaker featured with mechanical ON/OFF indicator with hand trip device, spring release coil, shunt trip coil and auxiliary switch of 8 NO + 8 NC andequipped with following switch gears and accessories.The panel shall be complete with following switchgear and accessories. The structure of the switchgear must be fabricated using steel sheets coatedwith Alu-Zinc (Aluminium Zinc alloy)/PRINTED CRCA All major sub-components (switchgear, relays, meter & vacuum interrupters) shall be of same make. VCB and vacuum interrupters shall be designed for 100 short circuit operations at full short circuit of 25KA. Breaker shall be roll on floor type/ CASSET TYPE. Separate earthing truck shall be required for each bus earthing & cable earthing. Earthing truck shall be so designed that it is impossible to earth a live. It shall be provided with capacitive voltage divider and complete with audio visual annunciation, one for each panel. Item Continued as 2.01 to 2.04 49 INCOMINGS & Outgoing VCBs :Type : Air insulated VCB, autoreclosing, system voltage :- 11kV + 5%, 50 Hz+ 5%, 3 phase, rated voltage : 12kV, rated current : 800A in 40 ° C ambient, Short time rating for 3 sec : 26.3 kA, Short Circuit Making Current : 65 kA, insulation level (PF rms/ impulse peak) : 35 kA/75kA, System Ground : Solidly Earthed,Duty Cycle : 0 - 0.3 sec - CO - 3 min - CO, Break/ Make time :- Not more than 5 Cycle, Range for Auxiliary voltage for Closing / Tripping / Spring Charging : 85-110%/ 70-110%/85-110%. of rated voltage. The VCB must withstand 10000 mechanical, & 100 at rated short circuit current. The breakers should have auxiliary contact 6 No+ 6 NC, in minimum. The used Breakers will comply with IEC 62271/ IS 13118. Qty. - 3 Nos (1 no Incomer & 1 outgoings)Busbar: Rated Current : 800A @ 40°C ambient, Material : Silver Plated /Tined , High conductivity elecrolytic Copper Bus Bar sleeve :Heat Shrinkable PVC Sleeve with joints having full voltage soft PVC shroude Short time rating for 1sec :26.3kA -1 setCurrent Transformer:Voltage class: As specified in Circuit breaker ; Type: cast resin type, Dual core, Dual Ratio , Barden :10VA; Class insulation : Class" E" or better . Protection core: 5P10, Metering : 1.0 , Short time rating for 1 sec :26.3kA Ratio :300-150/1-1, 7 setsBus Potential Transformer: Rated Voltage : Primary - 11000 / ✓3 , Sec -110✓3; Type : Cast resin , draw out type, 3- phase , 3-limb complete with HV fuses . Barden : 100VA per phase ; Class of insulation : Class "F" or Better , Accuracy Class: 1.0;Rated Voltage factor : 1.2 continuous, 1.5 for 30 Secs. PT shouldbe drawnout type and serivce continuously shall be indepandent of Breaker trolly position...1set 50 Relay for Control & Protection: Numerical Type IDMT Relay (50/51, 50N/5IN) with two elements for overcurrent and earth fault having settings 50% to 200% for overcurrent and 20% to 80% for earth fault in equal steps with time and current settings and high set instantaneous unit. Additionally, condition monitoring CB wear, condition monitoring CT supervision, disturbance recorder, undervoltage & over voltage protection, trip circuit supervisioncan be measured through the relay. The device shall support webserver/web HMI through which we can monitor and control the relays over a ethernet Lan network. Licenses for theprogramming software shall be provided free of cost.The numerical relay shall have large mimic-based LCD screen display . .The relay shall have 8 Digital inputs and 8 Digital Outputs and one additional watchdog ouput.The device has to aloe controlling of min. six objects (circuit breakers, disconnectors and grounding switches). Controlling has to be done by “select-execute” or “direct control” principle. Controlling has to be possible by: through local HMI, remote communication, via digital input or via function key. Events has to be readable to SCADA systems, front panel or by setting software.The sample rate of the recording has to settable to 32samples/cycle.The devices shall provide storage up to events 2000 based on the resolution.The device shall support following communication protocols: Native IEC 61850 ed1 & ed2, Modbus TCP. The IEC 61850 communication has to support peer to peer communication (GOOSE) if requiredThe IEC 61850 interface must be able to configure through setting software. Also the same setting software has to be able to generate ICD filesThe device shall have KEMA IEC61850 edition 2 certificates - 3 sets. High Speed Master Trip relay VAX31- 3 Set, Ttrip circuit supervision relay-VAJH13-3 set6 Window Annunciation Facia . with ACCEPT, RESET & TEST Push Button - 3 set . Auxillary relay for Transmission faults (VAA33)- - 3 Set 51 Metering: Meters: 1-NosUL&CE Multifunction Digital meter displaying Voltage, Amps, kWh, kW, P.F., Active, reactive, apparent energy , disturbance direction detection, Individual harmonic up to the 63rd harmonic. at least 256 samples/cyclewith ethernet Port with inbuilt webserver and complying to IEC 61557-12, IEC 62053-22 certified by third party laboratory.Temperature Monitoring Sensor for the Three Phases of Incomer VCB Panel :Supply, installation, testing & commissioning ofthermal monitoring system to be provided to detect abnormal temperatures due to faulty connections and to prevent equipment B19damage. The switchgear shall have wireless temperature measurement sensors at all critical points:(a) 3 nos. foreach phase at incoming side cable joints The wireless temperature sensors installed on conductors shall be :(i) Installed with direct contact to hot point, to achieve accuracy of +/- 2°C(ii) Self-power (no auxiliary supply, no battery)(a) communicate wirelessly(c) Operate from -25°C to 125 °CThe system shall allow 2 configurable thresholds (pre-alarm and alarm). This system shall have integrated algorithms enabling to anticipate as early as possible an abnormal temperature, before damage occur (strong predictive capacity) and generate alarm through SCADA/monitoring software. Thermal sensor shall beself powered by the network current. Temperature data is sent via Zigbee wireless communication to provide high performance and accurate thermal monitoring. The sensor is secured to the connection point and is in direct contact with the measured point. Smartphones or tablets (with a Zigbee communication dongle) can be used with our Thermal Connect mobile application to scan data locally and can replace the need of periodic infrared scanning. Thermal sensors should comply to following standards:1 EN/IEC 61010,2010 2. UL 61010-12, 20123. ETSI EN 300238, 2012 V1.0.1 4. IEEE 802.15.4, 2013 52 Power Pack shall be with 220Volt AC Input & 24 volt DC continuous output suitable for closing /tripping indication of HT panel boards with 2nos 12Volt 100AH maintenance free batteries, chatging unit for trip system complete with suitable capacity dogital MFM connections with 2.5sq mm FRLS inaulated copper conductor cable etc as required.-4 set.The 11 KV HT Switchboard of 1 panel,shall bewith all accessories, interconnections,internal wiring, labels, space heaters etc. complete as required.3 panels shall be mechanically interlocked in such a way that only one operates at a time and multifunctional digital meters shall be interconnected and programmed in such a way that total consumption will come in one meter summating both of them.Note: 1. Quotated rates shall be inclusive of construction of foundation for the installation of VCB as per OEM drawing.2. The equipment shall be tested by SEI post sucessful installtion and report shall be submitted to this office. 53 Design, Manufacturing, Supply, Installation, Testing and Commissioning of 3 way 12 kV rated Ring Main Unit ofwith Fault Level 21KA 3 sec internal ARC 1 sec for tank and cable box , consisiting of 630A12 kV rated , 2 nos motorized type VCB as incomers & 1 load break switch as outgoings with metering modules along with necessary Earth Switches,battery and battery charger for shunt trip arrangement andMotor and other auxiliary circuit operation, HT CopperBus bar with current density not more than 1.6A/sq. mm as per detailed description as follows: RMU Construction: The switchgear and busbar shall all be contained in a stainless steel enclosure filled with SF6 at 0.3 bar (300 hPa) relative pressure to ensure the insulation and breaking functions. Sealed for life, the enclosure shall meet the "sealed pressure system" criterion in accordance with the IEC 62271-1 standard (§ 3.6.5.4): "a volume for which no further gas processing is required during its entire expected life”. In addition, manufacturer shall confirm that maximum leakage rate is lower than 0,1 % / year. It shall provide full insulation, making the switchgear insensitive to the environment (temporary flooding, high humidity...), IP67 degrees of protection in accordance with recommendation IEC 60529 § 14.2.7. No SF6 gas handling required at site. Thus assembled, the active parts of the switchgear shall be maintenance-free and the switchboard shall be low-maintenance. The switchgear operating mechanism shall have an IP2X protection and cable chamber shall be IP55, Over all IP protection shall be IP55 . The tank shall be made of at least 2mm unpainted stainless steel. Item Continued as 3.01 to 3.05 54 VCB is the preferred dielectric medium for MV RMUs. Oil filled switchgear will not be considered. RMU shall be in accordance with IEC 60376.Any accidental overpressure inside the sealed chamber will be limited by the opening of a pressure limiting device in the lower part of the enclosure. Gas will be released to the rear or the bottom of the switchboard away from the operator and internal arc tested for both cable and tank for 21KA 1sec AFLR with test conducted with minimum 3 functions TankNumber of mechanical operations of Circuit breaker 2000 O/C , Number of electrical operations at full loop current for LBS: 100 O/C , Number of electrical operations at full loop current for CB: 2000 O/C,. Manufacturer shall provide type test report to prove compliance with IEC 62271-200 Annex A, Internal arc classification class AFL with 21kA 1s for the enclosure. Make of the RMU, vaccum intrtupter , relay & meter shall be of same OEM. All the test certificate shall be in the name of the OEM only . If there is any name change / acquisition by other OEM happened for the RMU then test cerificates shall contain the new OEM name only.HT System : 3 phase -3 wire , HT Fault level21 kA, Power System earthing - solindly earthed at up stream source, HT Copper Bus with Short Time Curent rating 21 kA for 1 Sec ( 3Sec), Continuous current rating at least 630 A. tank and cable chamberof RMU must be IAC rated for 21 kA for 1 Sec AFLR. Design ambient to be considered as 40 Deg C.HT Circuit Breaker :(i) There shall be 1nos.load break switches as incomings and 2 nos 12 kV rated VCBas outgoing ( total 3 nos.) . The circuit breakers shall be fixed type. All of the switchgear shall be capable of withstanding this current without any damage being caused, in accordance with the recommendations IEC 62271-1 and IEC 62271-200.Loss of service continuity class: LSC2(ii) The Circuit Breaker must be rated for 12 kV ( nominal Voltage), 28 kV/75 kVp ,3 Phase, 50 Hz, Short Circuit Fault Level of 21 kA for 3 sec. 55 (iii) No. Of Close Coils - 01 no. operable at 24 V DC (85% - 110%)/ Spring Assited Closing, No. of Trip Coils - 01 nos. ,operabale at 24 V DC ( 70% - 110%) for shunt trip.(iv) Provision for supervision of the shunt Trip Circuits for the Trip Coils to be provided. (v)Switchgear classification: PM class(vi) Loss of service continuity class: LSC2(vii) Duty Cycle : O – 3min – CO – 3min – CO, Vacuum Circuit breaker shall be of M1, E2, C1 duty and capable for minimum 50 short circuit breaking operation at full short circuit level.(viii) STC rating 21 kA for 3 Sec (for Vacuum Interrupter).(ix)Vacuum Interruptor must be hermetically sealed and must comply IEC 60056 ( along with latest amendments). Vaccum interrupter shall be of same make as RMU(x)Circuit Breaker to be equipped with Suitable tripping arrangement with push button, Mechanical counter to assess the total number of operations of the breaker, Mechanical ON / OFF indicator, Auxiliary switches, Auxiliary Contacts( at least 2 NO + 2 NC of Class 2 category), Emergency trip push button.(xi) The Operating mechanism shall be spring charged motor operated/ spring assisted as per OEM type tested design type with Spring Charge Universal motor operable on 24 V DC / 230 V AC.(xii)Suitable monitoring of Bircuit Breaker status ( ON, OFF, Trip, CB Spring charged if applicable), Trip Circuit Healthy / Unhealthy, DC healthy/unhealthyto be provided using (xiii) Voltage Presence Indicator shall be provided against each HT circuit ( against each VCB) on line side for knowing the presence of line enerzisation status.(xiv)Number of Mechanical operations at full rated current for breaker: 2000 O/C 56 HT CT /PT : Load Break Switch - 11 KV, 630A, 21KA for 3sec Motorized Load break switch; with built in line side manual earth switch. Earthing should be completed within 2 operations only(i.e 1. Main switch - OFF, 2. Earth switch - ON). LBS shall have 3 positions, open or disconnected, closed and earthed, and will be constructed in such a way that interlocking prevents unauthorized operations. For earth switch, manual opening and closing will be driven by a fast-acting /snap action mechanism, independent of operator action. LBS and earth switch shall have a min of 1000 (M1) mechanical operations ,and 5 nos closing operations at rated SC current. LBS should have 100 electrical operations at rated current. LBS & Earth Switch should have separate apertures for operation.i) One set of 03 nos. ( for 3 phases) dual core Cast Resin CTs for Eachincomer VCBcomplying with IEC:60185 & IS 2705 ( along with latest amendments) , Core -1 - 400-200/1 A , 2.5 VA, Cl 0.5 for metering ; Core-2 - 400-200/1 A, 2.5 VA , 5P10 for Protection.ii) 01 no. of 03 phase Dual Core PT forHT bus ( 11 kV)with protection HRC fuseCore 1- 11kV /√3 / 110V/√3, Cl 0.5s, 50VACore 2- 11kV /√3 / 110V/3, Cl 3P, 50VA(iii) Multifunction Meter:2 Nos. 3 phaseDigital Multifunction Meter6400NGwith Voltage, Amps, kWh, kW, P.F., Active, reactive, apparent energy , disturbance direction detection, Individual harmonic up to the 63rd harmonic. at least 256 samples/cyclewith ethernet Port with inbuilt webserver and complying to IEC 61557-12, IEC 62053-22 certified by third party laboratory.for each VCB panel ( 96 mm x 96 mm) , Flush mounted, Class 1 conforming to IEC 62053-22 ( along with latest amendments). 57 Protection Relay: (i) 2 Nos. of Numerical Type Self-powered IDMT Relay(50/51, 50N/5IN) with two elements for overcurrent and earth fault having settings 50% to 200% for overcurrent and 20% to 80% for earth fault in equal steps with time and current settings and high set instantaneous unit. Relay should communicate on Modbus RS-485.(ii) Each VCB must have separate Anti Pumping Relay / Antipumping feature through motorization circuit.Fault Passageindicator: The FPI shall facilitate quick detection of faulty section of line. The fault indication may be on the basis of monitoring fault current flow through the device. The FPI should be self-powered and should have internal lithium battery for external indication and setting of FPI in the absence of current.The FPIs shall include: Fault detection - Phase to phase and Phase to earth faults.One potential- free output contacts for hardwiring to RTUs. On this basis, the SCADA/DMS will be able to monitor phase / earth fault condition.Local fault indications - LCD display on FPI front panel along with LED indication on front panel of RMU enclosure.Multiple reset option : End of time delay (Adjustable from 2 to 16 Hrs)Remote reset (Via potential free input contact of FPI)Manual reset (Reset button on front panel of FPI)Automatic reset on current restoration.The characteristics of the FPIs shall include: Phase fault thresholds configurable from at least 100 to 800 A,Earth fault thresholds configurable from at least 20 to 200 AMultiple number of steps for adjusting phase and earth fault thresholds. Fault current duration range configurable from at least 40 ms to 100 ms in 20 ms steps and further 100 ms to 300 ms in 50 ms steps. Variations with respect to these characteristics may be acceptable as long as they prove applicable and provide the same or better flexibility. 58 EARTHING : The cables shall be earthed by an earthing switch with short-circuit making capacity, in compliance with IEC 62271-102 standard. The earthing switch can only be operated when the switch is open. The switch and earthing switch operating mechanism shall have a mechanical endurance of at least 1000 operations. Integrated line side Earth switches shall be provided in each HT Circuit. ( against each VCB)RMU Bushing & Cable Termination: It is preferable to have all bushings accessible from the front of the RMU. Bushings along the sides or the rear of the RMU are not acceptable.For each cable compartment, the bushing shall be at the same height in order to facilitate a possible reversal of the cables. The bushing should be conveniently located for working with cables specified and allow for the termination of these cables: - 630 A M16 bolted connectors for switch-disconnectors and vacuum circuit breakers functions.The profiles of the cable connection bushings shall be in compliance with IEC-60137 standard. Cable clamps:A cable clamp arrangement must be provided for all network cables terminated on the RMU.Provision for Cable Entry: There shall be suitable provsion for Cable entry from bottom through 3 mm thick CRCA steel thick detachable gland plate along with provision for termination of 2 runs of 3 c X 300 Sq mm 11 kV (E ) , XLPE insulated Aluminium Cables (for HT side) and at LT side runs of cables matching with outgoing MCCB current rating.Note: (i) Quotated rates shall be inclusive of foundation for the installation of VCB as per OEM drawing.(ii) The equipment shall be tested by SEIaftersuccessful installtion and report shall be submitted to this office and cost deemed to inclusive in qoated rates 59 M&L for water proof, 3 core PVC insulated and PVC sheathed, copper conductor cable of size 1.5 sqmm, 1100 Volts grade including PVC conduits properly fixed on steel poles using GI wire for electrical connection of street light fittings, complete all as specified and directed. 60 Supply and fixing junction box having protection "dust proof, acid resistant, shock proof, fire retardent self extinguisher" for outside installation with knockout entry for cable of size 10 - 25 sqmm andminimum size 295x195x95 mm with terminals, with and includingbrackets for street light pole mounting andone 6A MCB SP complete all as specified and directed. 61 M&L for Advanceencapsulated compound based Chemical earthing CPRI tesed maintenance free , pipein -pipe technology upgraded(Zinc & Alloy coated). , Zinc & Alloy coated (80 -100) microns with pure zinc (99.9%) & Alloy coating (200-250) microns. Earthing system conforming IS 3034. The outer and inner pipe should be 76.2 mm and 41.9 mm dia respectively of3 mtrs long zinc coated with additional special alloy coating 300 mm on top side for additional protection of the terminal . The annular space between the pipes to be filled up with Compactfill (CF) (Crystalline Conductive) mixture which should bemachine pressed in the pipes not disintegrate or collapse when outer pipe corrodes . The inner pipe should be extended with terminals for connectivity.The job includes digging the pitsin any type of hard densesoilof min size 1000 X 1000 X 3050 mm depth taking out excavated soil, lowering/ placing thethe pipe in pipe earth electrode in pit in center ,filling of pure conductolite back filling compound (BFC Conductolite) having excellent moisture retaining capacity in 300 mm around the electrode(minimum 4 bags of 25 KG per pit per unit) or more qty of backfillcompoundas required to fill around the the elctrode in 300 mmin circumfrance of electrode . Contractor has to fill the remaining portion of pit withlow resistivity soil (agriculture soil) free from stones etcs, to be bring from out side defence landas the soil resistivity ofStn is very high and mixed with min 3 Bags of 50 Kg each of Bantonide clay. The BFC should be eco friendly it should not contain envernmently hazardous material/metal having ROHS certification from NABL accredited lab.The earth pit should be provided with a FRP earth pit cover for protection and safe guard of terminals. The material of earth electrodeshould have good electrical conductivity & anti corrosion property in wide range of soil conditions. The job also include M & L for in PCC(1:3:6) typeC-1 around the FRP cover for support and foundation and colouring the PCC work withdesired colour.completeall as specified and directed. Item Continued as 6.01 62 Note : (i) Design of earth electrode should be of pipein-pipetechnology .(ii) Contractor have to submit literature of earth electrode and get the make approved of GE before procurement.(iii) The earth electrode shall be CPRI tested to withstand short current test for 60kA rms for 1.0 second and 150kA for peak current.(iv) Contarctor has to fill pure back fill compound conductolite all around the earth electrodein 300 mm bore up to full depth of bore.(v) Contractor shall refill the pit with low resistivity soil (agriculature soil ) free fron stone etc and mixed with 06 bags of Bentonite of 25 Kg each to achive the low resistance values. (vi) copper strip will be laid below 60 cm from ground level and connected to test point through plinth protection. This Earthing System used for VCB and RMU only. For Solar Power Plant Earthing System is already deemed to be included in quoted rates.(vii) Necessary cost of repair to plinth protection and connected plate and earth continuity conductor by providing 2 x brass nuts bolts and brazing of joints,bringing argiculture soil from out side defence land and cost of 6 x Bags of bentonidedeemed to be included in the item rate.(viii) Contractor has to clear the side and disposed off the excavated soil from pit on completion of work. 63 SAFETY EQUIPMENTSSupply and fixing Rubber hand gloves suitable for 11 KVas per OEM recommendationcomplete all as specified and directed. 64 S&F for glass framed Shock treatment chart both in Hindi & Englishand connected accessoriescomplete all as specified and directed. 65 S&F for dry powder chemical type 4.5 kg fire extinguiser with clamps and connectedaccessories ISI Marked complete all as specified and directed. 66 S&F for single line diagram, schematic diagrams etc. of A1 size on suitable Aluminium sheet including lamination etc. as required as per OEM recommendationcomplete all as specified and directed. 67 Surface excavation n.exc (not exceeding) 30 cm deep and averaging 15cm deep and getting out in soft/loose soil complete all as specified and directed. 68 Excavation in trenches, not exceeding 1.5 mtr wide and not exceeding 1.5 mtr in depth for foundation, manholes, laying of UG cables/pipes etc. not exceeding 10 Sq.m on plan and getting out in soft/loose or any type of soil complete all as specified and directed. 69 Removing excavated material (soils) to a distance not exceeding 50m and depositing where directed at a level not exceeding 1.5 m above the starting point complete all as specified and directed. 70 Returning filling in, soft/looseor any type of soil including spreading leveling watering and ramming complete all as specified and directed. 71 Excavation in post holes (or similar holes) in soft/loose soil each n.exc 0.50 cum, getting out,returning, filling in and ramming earth or broken rubble mixed with earth around, in layers not exceeding 25 cm, watering, and removing surplus soil to a distance n.exc 50 m and making good surface all as specified & as directed. 72 M&L for RCC M-20, design mix (using 20mm graded crushed stone aggregate), including rafts, footings, foundation beams; plinth beams; bases for columns, etc.; basement slabs, under-reamed piles and mass concrete complete all as specified and directed. 73 M&L for steel tubular swaged poles complete with cast iron base plate, finial taper plugs, bolts, nuts & screws as specified type 410 SP-31, 9.0 meter longinclusive of two coats of aluminium paint over one primer coat of red oxide zinc chrome primer including preparation of surfaces complete all as specified and directed.NOTE : (a) The poles shall confirm to IS - 2713 & each component pipe shall be ISI Marked & confirm to IS - 1161. (b) Necessary earthwork, PCC etc. shall be measured & paid separately under relevant items of work. 74 S & F LED Street lights nominal power 90 Watt, LED of Make Osram; Bridgelux ; Philips; Nicha; Cree; Samsung, LED wattage of minimum 3 watt each and Maximum 5 watt each, operational voltage of 170 volts to 270 volts, frequency of 50 Hz, lumen efficacy of minimum 120 lumens per watt, built-in integrated electronic LED driver, output open /short circuit protection, phase to phase protection, over voltage protection, surge voltage protection upto 4 KVs, protection grade IP 66, CRI greater than 80%, CW available CCT of 5700K, power factor of minimum 0.95, pressure die-cast aluminium alloy housing with polyester powder coated metallic silver finish after phosphochromate treatment, life span of minimum 50000 working hourswith IK10 and L70 on including fixing at any height and including wiring using three core PVC insulated, PVC sheathed, flexible stranded copper conductor FR-LSH cables suitable for outdoor use, 1.5 sqmm as per IS 694: 2010 complete all as specified and as directed.(i) If connection.cable from pole Juction box to street light and street light bracket up to 2 mtrs be included and measured in unit rate item, Beyond 2 mtrs of length to be paid seperately under respective items.(ii)At location where street lights/flood light are connected through overhead conductor, connection cable from light fitting to overhead conductor is deemed to be incl in the item rate. (iii) All LED street light/flood lights shall be properly connected with earth dolly provided with fittings and steel poles earth bolt.(iv)All LED lights have replacement warranty of 5 years from the date of completion of the contract accordingly condition 46 of GCC (IAFW-2249) shall be amended to extent mention above. Contractor has to submittwarranty certificate from manufacturer . Payment of light fitting will be released after receipt of 3 year replacement warranty certificate from manufacturer.(v) The LED lights will replaced bythe contractor free of cost in the case of manufacturing defects and Failure due to electrical impact if not connected properly with earth. Hence it is contractor responsibility to connect the light fitting earth wire and shall be grounded properly.(vi) The contractor shall submit the surge protection certificate and Type test certificate LM 79, LM 80 for luminaries from LED manufactutre. 75 M&L for Cement concrete (1:4:8) type D2, (Using 40mm graded crushed stone aggregate) as in foundations of poles and stay, filling and mass concrete complete all as specified and directed. 76 M&L for plain cement concrete (1:3:6), type-C2 (40mm graded crushed stone aggregate) as in foundation, filling and mass-concrete, coping etc for pole foundationwith and including necessary formwork complete all as specified and directed. 77 M&L PCC (1:2:4) type B2 (using 40 mm graded crushed stone aggregate) as in foundations, filling and mass concrete and copingwith and including necessary formwork complete all as specified and directed. 78 Material & labour for earthing complete with copper earth plate electrode 600 mm x 600 mm x 3.15 mm thick burried directly in ground (Earth pit not less than 4 mtr deep below ground level) with top edge of the plate not less than 3.25 mtrbelow ground level connected to copper strip 20 x 3.15 mm as earth lead by brass nut bolts washer including brazing the copper strip with copper plate as shown in electrical plate No 3 connected to earth test point including necessary excavation for earth pitin hard dense soil, rocky / disintergate rock, filling charcoal and salt around the plate in layers , filling the pit with low resistivity agriculture soil free from stones, to be bring from out side defence land and mixed with Bentonite , (4 bags of 25 Kg each ), construction ofinspection pit ( earth pit chamber) of brick work of size 600 x 600 x 600 mmwith PCC copping of 1 :1.5: 3, 12.5 mm aggregate A1 with MS sheet 2.8 mm plate cover on frame ofangle iron of size 40 x 40 x 5 mm with , wire mess, funnel, test point, 40 mm dia GI protection pipelightgrade and20 mm GI peforated pipefor wateringetc complete and testing on completion. The electrode and lead shall be of copper all as specified and directed by Engr-in-charge (Copper strip upto 7.5 RM will be included in the item rate and copper strip beyond 7.5 RM will be measured seperately Item Continued as 22.01 79 NOTE :-(i) Contractor shall uselow reisistivity fresh agriculture soil , mixed with 4 x Bags of bentoniteclay of 25 Kg each for refillingthe pit to achive the desired resistance.(ii) copper strip will be laid below 60 cm from ground level and connected to test point through plinth protection(iii) Necessary cost of repair to plinth protection as per existing specification and connected plate and earth continuity conductor by providing 2 x brass nuts bolts and brazing of joints,bringing argiculture soil from out side defence land and cost of 3 x Bags of bentonitedeemed to be included in the item rate.(iv) Contractor has to clear the side and disposed off the excavated soil from pit on completion of work.(v) Contractor has to submit test report of earthing after completing the earthing.(vi) Bentonite clay should be Conf to IS 6186: 1986.(vii) The cost ofCopper strip of size 20X3.15 mm from top of earth plate upto 7.5 meter above ground level is deemed to be included in the unit rate of above item.and copper strip beyond 7.5 RM will be measured seperately.(viii). All the joints in copper strip and connection with Earth Plate to be welded through brazing and in addition by proving brass nut bolt and washer are deemed to be included in the unit rate. (ix) Cost of brazing / welding and nut bolts are deemed to be included in the unit rate. (x) Cost includes removal of excavated soil upto a distance of 100 mtrs. 80 Supply and fixing copper strip of size 20 x 3.15mm as earth continuity conductor or main earthing lead fixed on "V" typeporcelain insulator, 4 BM, heavy duty ( ceramic bus bar supportinsulator off whitecolour ofsuitable for mounting strip of 20 mm wide x 3.15 min thick) saddle to wall, buried in ground or drawn in conduit/pipe or fixed to poles or any other indicated situation for loop earthing etc. as required 20 x 3.15 mm copper strip brazingto each joints and connected with by providingbrassnut boltsand washer including test point all as specified and directed by Engr in Charge. Note : Insulators shall be provided on every 50 cm. (Minimum 2 x insulators to be provided in every 1 x metre of strip and rate of the same deemed to included in quoated rates) 81 M&L sand cushioning (dry) in trenches for protection of UG cables (below, above and around the cable laid in trenches) of 230mm spreding thickness and consolidated (punned) upto 180mm thickness, complete all as specified and directed. 82 Supplying and laying un-reinforced precast concrete cable cover, class HV, type 1 with peak, size 300mm x 180mm x 40mm complete all as specified and as directed. 83 M&L for GI pipe 100 mm bore, light grade with all fittings and fixtures (ISI Marked), laid in trenches, under road or fixing on wall/ pole /crossing drain /nallah etc. of bore complete all as specified and directed. 84 Supply, laying, jointing & testing XLPE insulated screened, PVC bedded, galvanized steel strip or wire armoured, electric power cables (heavy duty) 1100 Volts grade with stranded aluminium conductor of size 10 sq mm 4 core ISI marked as per IS 7098(Part-I): 1988 including cable glands, lugs etc. to suit the cable size and to be laid in trenches, fixed along pole, under floors, through GI pipe laid under floors/roads, through concealed GI pipe along wall etc.with all fixing & connecting accessories complete all as specified and directed. 85 Supply, laying, jointing & testing XLPE insulated screened, PVC bedded, galvanized steel strip or wire armoured, electric power cables (heavy duty) 1100 Volts grade with stranded aluminium conductor of size 16 sq mm 4 core ISI marked as per IS 7098(Part-I): 1988 including cable glands, lugs etc. to suit the cable size and to be laid in trenches, fixed along pole, under floors, through GI pipe laid under floors/roads, through concealed GI pipe along wall etc.with all fixing & connecting accessories complete all as specified and directed. 86 Supply, laying, jointing & testing XLPE insulated screened, PVC bedded, galvanized steel strip or wire armoured, electric power cables (heavy duty) 1100 Volts grade with stranded aluminium conductor of size 25 sq mm 4 core ISI marked as per IS 7098(Part-I): 1988 including cable glands, lugs etc. to suit the cable size and to be laid in trenches, fixed along pole, under floors, through GI pipe laid under floors/roads, through concealed GI pipe along wall etc.with all fixing & connecting accessories complete all as specified and directed. 87 Supply, laying & testing PP-R IS-15801 (Polypropylene random co-polymer) pipe 3-layer 63 mm dia (outer green coloured UV stablilized, middle black coloured UV stabilized and innermost layer white coloured with anti-microbial property) fusion welded grade PN-10 SDR-11 ( Pressure nominal 10KGS/cm2 ) having thermal stability for hot & cold water supply including all types of plain and brss threaded PPR fittings of any size such as elbow, tees, FTA and MTA etc laid in trenches complete all as specified and as directed.Note:The contractor shall submit 15 Years warranty certificate against leakageand defect liabilty period deemed to amended acordingly. 88 Supply, laying & testing PP-R IS-15801 (Polypropylene random co-polymer) pipe 3-layer 32 mm dia (outer green coloured UV stablilized, middle black coloured UV stabilized and innermost layer white coloured with anti-microbial property) fusion welded grade PN-10 SDR-11 ( Pressure nominal 10KGS/cm2 ) having thermal stability for hot & cold water supply including all types of plain and brss threaded PPR fittings of any size such as elbow, tees, FTA and MTA etc laid in trenches complete all as specified and as directed.Note:The contractor shall submit 15 Years warranty certificate against leakageand defect liabilty period deemed to amended acordingly. 89 S&F for 63mm (OD) PP-R Gate valves (brass insert)and connected acessories complete all as specified and as directed. 90 S&F for 32mm (OD) PP-R Gate valves (brass insert) nd connected acessories complete all as specified and as directed. 91 M&L for hard core of gauge not exceeding 63mm with broken stone or boulders, deposited, spread and levelled in layers not exceeding 15cm thick, watered and rammed to a true surface complete all as specified and directed. 92 Providing and laying 60 mm thick factory made cement concrete interlocking paver block of M35 grade conforming to IS 15658-2006 made by block making machine with strong vibratory compaction, of approved size, design & shape, cast in rubber mould, glossy finish of approved colour, laid in required colour and pattern over and including 50 mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. 93 S&F for RCC pipes of 600 mm dia, NP-2 laid and jointed complete with collars complete all as specified and directed. 94 S&F for 250mm bore Flue pipes of mild steel sheet, black, in suitable lengths as approved by GE and fixed to walls complete all as specified and directed. 95 M&L for Brickwork with fly ash bricks (modular bricks ), straight or curved on plan exc 6m mean radius, built in cement mortar(1:6) complete all as specified and directed. 96 Material and labour for plastering 15 mm thick (in two coats of 10 mm and 5 mm thick) on fair faces of brick work or concrete surfaces (on vertical surfaces) in cement mortar 1:4 with integral water proofing compound finished even and fair complete all as specified and as directed. Note: - Water proofing compound will be deemed to included in qoated rates. 97 M&L for applying three coats of white wash on newly plastered wall surfaces including preparation of surface complete all as specified and directed. 98 S & F hot rolled low tensile structural steel of grade E165 as per IS 15911: 2010 as in hand rails, half round or other steel section or core for wooden hand-rail straight portion, drilled and countersunk for balusters running bars, for doors, balusters, nosing to steps including embedding in concrete and screwing etc. Wind ties for roof including securing bolts; posts and struts in fencing including cutting tops to shape as directed, drilling holes, notching for wire, etc.; flat iron fillets (for securing wire mesh etc.) including all necessary drilling, bolting or riveting, etc., and similar works complete all as specified and as directed. 99 S & F hot rolled medium and high tensile structural steel of grade E165 as per IS 15911: 2010 as in framed work such as grills, grating, etc., with ends of bars of shouldered and/or riveted, or forged into spikes, framed guard bars; barred iron doors; ladders; framed balusters; walk ways; railings; framework water tanks and similar work complete all as specified and directed by Engineer-in-charge. 100 S&F flat iron fillets (for securing wire mesh etc.) including all necessary drilling, bolting or riveting, etc., and similar work conforming to Fe-290 Gde E-165 complete all as specified and directed. 101 S&F MS screw bolt (machine made) with hexagonal or square heads at one end and screwed the other or screwed both ends, each screwed end to be fitted with washers and one hexagonal or square nut, exc. 5 cm and n. exc 10 cm long, diameter of neck 5 to 10 mm complete all as specified and directed. 102 Supply and fixinggalvanized steel chain link fence fabric of mesh size as approved , made out of 4 mm nominal dia of mesh wireconforming to IS 2712-2003 and having zinc coating of type heavy as laid down in IS-4826 including line wires/ binding complete all as specified and as directed(A Board of Officers under the orders of GE shall be convened to ascertain the weight per square metre of galvanized steel wire chain link fencing brought at site by the contractor against each lot of materials). 103 S&F 10mm round bars Fe-410-W (Gde-250) quality-A or Fe-290-(Gde-E-165) as in stiffner to hold the chain link fencing fixed with angle iron post inclucinding necessary welding and fixing arrangement at ends complete all as specified and directed . 104 S&F Galvanised, 2 strand, steel barbed wire 2.24mm dia barbed with 2mm dia barbs at 75mm spacings and straining and fixing to any type of standard rails straining bolts, including, securing or tying at crossings with and provision of galvanised mild steel wire, staples or steelpins, etc. complete all as specified and directed . 105 Material and Labour for applying two coats of synthetic enamel paint over a coat of red oxide zinc chrome primer on new steel and iron surface exceeding 10 cm in width or girth including preparation of surfaces complete all as specified and directed. 106 Material and Labour for applying two coats of synthetic enamel paint over a coat of red oxide zinc chrome primer on new steel and iron surface not exceeding 10 cm in width or girth including preparation of surfaces complete all as specified and directed. 107 Materials and Labour for reinforced cement concrete M-20design mixin columns; pillars; piers; posts; struts etc,complete all as specified and directed. 108 S&F for Mild steel TMT bars 10mm dia and over, conforming to Fe 500 D, cut to length, bent to shape required, including cranking, bending spirally for hooping for columns, hooking ends and binding with and including mild steel wire (annealed) not less than 0.9mm dia or securing with clips complete all as specified and as directed. 109 S & F for mild steel TMT bars 6 to 8 mm dia, conforming to Fe 500 D cut to length, bent to shape required, including cranking, bending spirally for hooping for columns, stirup,hooking ends and binding with and including mild steel wire (annealed) not less than 0.9mm dia or securing with clips complete all as specified and directed. 110 M&L for construction of valve chamber with MS sheet cover 3mm thick with angle iron) frame of size 50 x 50 x 6mm and locking arrangements including painting one coat of primer followed by two coats of black sysnthetic paint including excvation and earth work in any type of soil,PCC (1:4:8) type D2 in foundation ,PCC benching 1:2;4 type B-1 ,PCC (1:5:8) block masonry 20 cm thick in cement mortor (1:6),10 mm thick plastering in CM 1:4 ,PCC bed in (1:3:6) and coping 50mm hick in cement concrete 1:2:4 type B1 using 20mm stone aggregate including necessary formwork,paintin one coat of red oxide and two coats of bituminious black paint on all steel surfaces as specified and as directed of sizes 800mm x 800mm x800mm (internnal dimensions) complete all as specified and as directed. 111 Sch "A" Part-II (Phase-II) 112 Providing Services for Manning and Operation of Solar Power Plant 0.8 MWp near 33 KV receiving stationat Sevoke Mil Station for FIRST YEAR after completion of Ph-I of the subject work with oneskilledcategory Electricianhaving certificate of "Surya Mitra" from NISE) for twoshifts of 8 hour, one helper (semi-skilled category) in two shift of 8 hrs eachcontinuous operation (including Sunday/Holiday) to maintain sub station in/out side Panels, Invertor, DC junction box, VCB as specified, including daily and weekly check up including cleaning of PV modules complete with suitable cleaning cloths etc , upkeeping the installation operational and in health condition, having own conveyance and communication system like mobile etc. complete, for Solar Power Plant with all minor consumable and expendable items and labour and tools for smooth and efficient operation complete all as specified and directed by Engineer-in-Charge. Make of spare parts / equipments of the Solar Power Plant :- Same as installed in the preceding phase of the work.Repair or replacement ofdefective components or spare parts will be carried out free of cost under DLP and comprehensive Maintenance as per OEM recommendation up to DLP period included in BOQ item No. 1.00. The Contractor may submit his claim for every months on pro-rata basis subject to condition 64 of IAFW-2249 (General Conditions of Contracts)The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 17,92,949.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. Item Continued as 56.02 to 56.06 113 NOTES :- In addition to and Manning, Operation and Maintenance of Solar Power Plant, the following works will also be carried out by deputing addl manpower where required, to the entire satisfaction of Engr-in-Charge.(a) Minor repairs and preventive maintenance required to ensure serviceability and efficiency of complete MRS complex including supply of HT 11 KV fuse wire of proper sizeand minor spares such as nut, bolts, spring, lock nut of VCB/OCB as per sample, broom, duster, grass cutting tools, phawara, pick axes for cleaning/grass cutting of complete at Sub Stn Complex. 114 (b) Record of activities such as voltage / current / PF / Energy consumed / temp of transformers, break downs, day to day maintenance of Solar PV Plant etc.(c) The contractor shall ensure that all safety precautions are strictly exercised by the staff employed by him.Adherance to IE rules and statutory rules in vogue must be ensured.The contractor shall be fully responsible for any mishap that occurs due to any fault of the employee or due to non adherance of safety norms.(d) Record of activities such as attendance register, duty roster, pay distribution register of the whole staff employed by the contractor.(e) The electrician staff employed by the contractor shall be ITI holder with four years experience. 115 (g) Security lights within the complex will be operate by the tenderer. (h) The under mentioned tool kitwill be provided at site with person on duty :-(i) Electrician tool kit such as screw driver set, tester, test lamp, cutting plier, insulation tape, fuse wire of required size. (ii) Tongue tester(iii) HT megger(iv) First aid box (v) Shock treatment chart duly framed(vi) 33 and 11 KV Hand gloves(vii) 33 KV discharge rod withcopper chain(viii)) Helmet -02 nos(ix) Suitable Footwear - 02 nos(x) Cotton protective clothing with long sleeves duly embossed with GE Sevoke as directed. The tenderer"squoted rates shall be deemed to be include the cost of all above provisions and nothing extra will be paid on any account. 116 (xi) The Bidders shall abide by the latest Labour rules and minimum wages Act. Wagespaid by the bidders to the persons employed shall not be less than the minimum wages fixed by the state/central government from time to time whichever is higher. (xii) The Bidders is responsible for insurance, EPF, ESI, Bonus, Labour welfare cess et., as applicable and shall be paid to the workmen as per existing Labour rules/ Acts/ regulations and rate quoted shall be deemed to be included for the same.(xiii) Dress Code : The bidders shall provide the workmen with Dark Blue Colour uniform {formal pant & T-shirt} with labels showing/ printed i.e. "Name of the firm and designation" on front and on the back of the T-shirt along with protective clothing, Industrial safety shoes, protective gears like helmet, safety belt etc..(xiv) Supervision and attending of all incoming & outgoing Solar Power Plant equipment metering equipments & monitoring to loads & other parameters of incomming & outgoing feeders & maintaining log sheet and attendance sheet. 117 INSURANCE: The Bidders shall also insure the workmen employed on the job.The Bidders shall be responsible for all Accidents/Injuries happening to the workmen. Any accident causing minor/fatal injury, partial disability due to any untoward incident or non-adherence to safety and IE regulations or fault in maintaining of internal electric supply system or on account of any mishandling/ wrong operation/ lack of knowledge of safety precautions or on account of any circumstances beyond his/ their control, the bidders shall be solely responsible for settling all claims of compensation to the deceased, falling which department will have a right to recover any sum indicated/ claimed by Labour commissioner/court authorities. No claim whatsoever will be entertained in this regard. No compensation is payable by the department on this account. Bidders shall provide first aid boxes to meet any emergency situations. 118 All as perBOQ serial item No 56.01 to 56.06 as mentioned here-in-before but for SECOND YEAR after completion of Ph-I of the subject work .NOTE :- (a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 18,75,076.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 119 All as perBOQ serial item No 56.01 to 56.06 as mentioned here-in-before but for THIRD YEAR after completion of Ph-I of the subject work .NOTE :- (a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 19,61,175.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 120 All as perBOQ serial item No 56.01 to 56.06 as mentioned here-in-before but for FOURTH YEAR after completion of Ph-I of the subject work .NOTE :- (a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 20,51,671.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 121 All as perBOQ serial item No 56.01 to 56.06 as mentioned here-in-before but for FIFTHYEAR after completion of Ph-I of the subject work .NOTE :- (a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 21,46,848.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 122 All as per BOQ serial item No 56.01 to 56.06 as mentioned here in before but for SIXTH YEAR after completion of Ph-I of the subject work .NOTE :- (a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 22,46,564.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 123 All as per BOQ serial item No 56.01 to 56.06 as mentioned here in before but for Seventh YEAR after completion of Ph-I.NOTE :- (a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 23,51,386.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 124 All as per BOQ serial item No 56.01 to 56.06 as mentioned here in before but forEight YEAR after completion of Ph-I.NOTE :-(a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 24,61,315.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 125 All as per BOQ serial item No 56.01 to 56.06 as mentioned here in before but for Ninth YEAR after completion of Ph-I.NOTE :-(a)The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 25,76,917.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 126 All as per BOQ serial item No 56.01 to 56.06 as mentioned here in before but for TENTH YEAR after completion of Ph-I.NOTE :-(a) The bidders shall ensure that the quoted amount for O&M is not less than minimum fair wages i.e. quoted amount is not less than the prepriced amount i.e. Rs 27,03,441.00. If quoted amount is less than the prepriced amount, same will be amended to pre-priced amount.Amount so adjusted will be deducted from quoted amount against Sch "A" Part-I i.e. Item No. 1.00 of BOQ. Quoted Amount of tender as a whole will remain unchanged due to this adjustment. 127 Comprehenisve maintenance of Solar Power Plant 0.8 MWpfor FIRST YEAR after expiry of DLP of Ph-I of the subject work with including periodical Check up andmaintenance as per OEM recommendation& connected accessories through Authorised Original Equipment Manufacturer"s Service Centre Engineersor through OEM Certified Agencies as approved by GE, complete all as specified and as directed. NOTE :-(a) Service engineer will carry scheduled preventative maintenance checks on SPV as per the standard check list of the OEM (b) Service engineer shall carry out checks on Solar Plant, as per the manufacturer’s check list and as directed by Engr-in Charge and would correct / recommend / suggest improvement in operation and performance. (c) Service Engineer during the visit will report on the performance or any other abnormality and inform parts requirement, shall also submit the report on work done and recommendations as well as spare parts offers to the concerned authority for arrangement.(d)Cost of equipment and spare parts which is not covered in warranty and DLP shall be measured in PC Sum andcost of item priced upto ₹500.00 shall be deemed to be included in the comprehenisve maintenance quoted cost. Repairs of minor components any other major components are also in the scope and cost of labour for minor / major components is deemed to be included in the quoted rate for this item.(e) Cost of gaskets, metal/rubber washer, CI washer special cement and small nuts/bolts and screws required for repair shall be deemed to be included in the unit rated quoted by the contractor. 128 Comprehenisve maintenance of Solar Power Plant 0.8 MWpfor SECOND YEAR after DLPof Ph-I of the subject work with including periodical Check up andmaintenance as per OEM recommendation& connected accessories through Authorised Original Equipment Manufacturer"s Service Centre Engineersor through OEM Certified Agencies as approved by GE, complete all as specified and as directed. NOTE :-(a) Service engineer will carry scheduled preventative maintenance checks on SPV as per the standard check list of the OEM (b) Service engineer shall carry out checks on Solar Plant, as per the manufacturer’s check list and as directed by Engr-in Charge and would correct / recommend / suggest improvement in operation and performance. (c) Service Engineer during the visit will report on the performance or any other abnormality and inform parts requirement, shall also submit the report on work done and recommendations as well as spare parts offers to the concerned authority for arrangement.(d)Cost of equipment and spare parts which is not covered in warranty and DLP shall be measured in PC Sum and cost up to Rs. 500.00 shall be deemed to be included in the comprehenisve maintenance quoted costrepairs of minor components any other major components are also in the scope of Annual Maintenance Contract.(e) Cost of gaskets, metal/rubber washer, CI washer special cement and small nuts/bolts and screws required for repair shall be deemed to be included in the unit rated quoted by the contractor. 129 Comprehenisve maintenance ofSolar Power Plant 0.8 MWpfor THIRD YEAR after DLPof Ph-I of the subject work with including periodical Check up andmaintenance as per OEM recommendation& connected accessories through Authorised Original Equipment Manufacturer"s Service Centre Engineersor through OEM Certified Agencies as approved by GE, complete all as specified and as directed. NOTE :-(a) Service engineer will carry scheduled preventative maintenance checks on SPV as per the standard check list of the OEM (b) Service engineer shall carry out checks on Solar Plant, as per the manufacturer’s check list and as directed by Engr-in Charge and would correct / recommend / suggest improvement in operation and performance. (c) Service Engineer during the visit will report on the performance or any other abnormality and inform parts requirement, shall also submit the report on work done and recommendations as well as spare parts offers to the concerned authority for arrangement.(d)Cost of equipment and spare parts which is not covered in warranty and DLP shall be measured in PC Sum and cost up to Rs. 500.00 shall be deemed to be included in the comprehenisve maintenance quoted cost repairs of minor components any other major components are also in the scope of Annual Maintenance Contract.(e) Cost of gaskets, metal/rubber washer, CI washer special cement and small nuts/bolts and screws required for repair shall be deemed to be included in the unit rated quoted by the contractor. 130 Comprehenisve maintenance ofSolar Power Plant 0.8 MWpfor FORTH YEAR after DLP of Ph-I of the subject work with including periodical Check up andmaintenance as per OEM recommendation& connected accessories through Authorised Original Equipment Manufacturer"s Service Centre Engineersor through OEM Certified Agencies as approved by GE, complete all as specified and as directed. NOTE :-(a) Service engineer will carry scheduled preventative maintenance checks on SPV as per the standard check list of the OEM (b) Service engineer shall carry out checks on Solar Plant, as per the manufacturer’s check list and as directed by Engr-in Charge and would correct / recommend / suggest improvement in operation and performance. (c) Service Engineer during the visit will report on the performance or any other abnormality and inform parts requirement, shall also submit the report on work done and recommendations as well as spare parts offers to the concerned authority for arrangement.(d)Cost of equipment and spare parts which is not covered in warranty and DLP shall be measured in PC Sum and cost up to Rs. 500.00 shall be deemed to be included in the comprehenisve maintenance quoted cost repairs of minor components any other major components are also in the scope of Annual Maintenance Contract.(e) Cost of gaskets, metal/rubber washer, CI washer special cement and small nuts/bolts and screws required for repair shall be deemed to be included in the unit rated quoted by the contractor. 131 Comprehenisve maintenance of Solar Power Plant 0.8 MWpfor FIFTH YEAR after DLPof Ph-I of the subject work with including periodical Check up andmaintenance as per OEM recommendation& connected accessories through Authorised Original Equipment Manufacturer"s Service Centre Engineersor through OEM Certified Agencies as approved by GE, complete all as specified and as directed. NOTE :-(a) Service engineer will carry scheduled preventative maintenance checks on SPV as per the standard check list of the OEM. (b) Service engineer shall carry out checks on Solar Plant, as per the manufacturer’s check list and as directed by Engr-in Charge and would correct / recommend / suggest improvement in operation and performance. (c) Service Engineer during the visit will report on the performance or any other abnormality and inform parts requirement, shall also submit the report on work done and recommendations as well as spare parts offers to the concerned authority for arrangement.(d) Cost of equipment and spare parts which is not covered in warranty and DLP shall be measured in PC Sum and cost up to Rs. 500.00 shall be deemed to be included in the comprehenisve maintenance quoted cost repairs of minor components any other major components are also in the scope of Annual Maintenance Contract.(e) Cost of gaskets, metal/rubber washer, CI washer special cement and small nuts/bolts and screws required for repair shall be deemed to be included in the unit rated quoted by the contractor. 132 Prime Cost Sum. The prime cost to be used as directed by the Accepting Officer vide Condition 1 (v) and 5 of IAFW-2249 (General Condition of Contracts) forming part of the tender documents.(a) Provide a prime cost of Rs.3,00,000.00 forsupply only of spare parts required for comprehensive maintenance after expiry of DLP of Phase-I, through a BOO convened by the CWE. The spares shall procured directly from the OEMs or their aurhorised distributor/dealer as approved by GE.(b) Bidder"s/Contractor"s quoted amount shall be inclusive of his overhead and profit and including all taxes and insert amount to cover all. The Bidder"s/Contractor"s is to quote lump sum amount under Column 6 covering all the aspects mentioned here in before, representing (%) percentage under Column 9, Above/Below (+ or - denomination) the Prime Cost Sum inserted by MES under Column 5. However, the quoted amount under Column 6 shall not exceed 15% (Fifteen Percentage) of Prime Cost Sum inserted by MES under Column 5. In case, the Bidder"s/Contractor"s quoted amount is in excess of 15% of the estimated amount, the same shall be restricted to 15% (Fifteen Percentage) and the amount quoted shall be corrected accordingly to work out the contract sum. Item Continued as 70.01 133 NOTE:-Prime Cost Sum shall be governed in terms of condition 1 (v) and 5 of IAFW-2249 (General Condition of Contract) and to be regularized through Deviation Order. The following procedure shall be adopted to execute the Prime Cost Sum :-(a) Step –I Service Engineer of OEM along with site executive shall visit every month for Preventive and corrective maintenance on all the Solar Power Plant as specified in BOQ herein before, and undertake routine comprehensive maintenance and identify the list of damage / defective spare parts in Solar Power Plant. Service Engineer have to submit report to concerned Engr-in Charge and BOO before undertaking replacement/ repairs, except in case of emergency.(b) Step –II Subsequently BOO will verify the same and submit the finding to the CWE after assembly of board in terms of CA Provision for concurrence.(c) Step –III After concurrence of BOO, the Engr-in-Charge will direct the contractor and the service provider to replace the unserviceable spare parts.(d) Step –IV Serviceability certificate of Solar Power Plant duly signed by the Service Engineer, BOO findings, GST enabled purchase voucher for the replaced spare parts alongwith draft DO details shall be submitted to the GE for placing of DO’s. The advance on account shall be accompanied alongwith the said DO’s for payment.
|