DISTRICT RURAL DEVELOPMENT AGENCY, SIVAGANGA SIVAGANGA DISTRICT. TENDER NOTICE NO.1287/2009/JDO Dated

Similar documents
Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: /

SPECIFICATIONS OF WHITELED (W-LED) BASED SOLAR LANTERN

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia.


DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station.

Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura Diesel Generator Required on Rental Basis

NIT No.:-10/WEX/MCR/HYD. PRESS/2-303/ /Dt

CORRIGENDUM. Page 1 of 16

SPICES BOARD (Ministry of Commerce & Industry, Govt. of India) Palarivattom.P.O. N H By Pass Kochi

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS

College Of Agricultural Engineering And Technology Marathwada Agricultural University Parbhani (Maharashtra)

Tamil Nadu Handicrafts Development Corporation Ltd, Chennai. (Government of Tamil Nadu Undertaking)

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website: TENDER DOCUMENTS FOR

Supply & Installation of Latest Version NX CAD Academic Software (NX9)

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

Supply of Batteries

University of Peradeniya INVITATION FOR BIDS

NOTICE INVITING TENDER

TECHNICAL BID T 3627

Dakshin Gujarat Vij Company Limited

File No. EL/EE/NAD/Tech/1-13/2018/822 Dated: 29/08/2018 OFFICE OF THE EXECUTIVE ENGINEER NORTH ANDAMAN DIVISION ELECTRICITY DEPARTMENT DIGLIPUR

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI

Tender For Standard Rate Contract for

Environmental benefits. Lamp disposal problems are eliminated due to the long life of LED lights, and no resources are used in routine maintenance.

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm

Guidelines for Registration of Private / Transport Vehicles

Generalised Technical Specifications for Grid Tie Solar Power plants

Solar Energy Corporation of India Limited New Delhi Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India

TENDER DOCUMENT BHARAT HEAVY ELECTRICALS LIMITED, HEEP, RANIPUR, HARIDWAR

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-EE-09

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02

OIL INDIA LIMITED Fax (A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati, Assam

Net +Plus Connection Code

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: /

RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES BASAR Nirmal District, Telangana Ref: RGUKT-B/Proc/Elec,Maint/Q08/2018, dated

BANGALORE ELECTRICITY SUPPLY COMPANY LIMITED

Section V DC Nickel Cadmium Alkaline BATTERY

(ISO 9001 CERTIFIED)

Ministry of New and Renewable Energy (Jawaharlal Nehru National Solar Mission) Form B for Project Proposals for

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT /

Queries received on. Page No. / Clause No. Queries / Modifications / Changes Suggested. S. No. Technical Specifications as per RFP

Technical standard for AC, DC and street light systems

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/35

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

ARAI/TA(4G_RV)/SMS/D680/ Dated 21 st Mar 2015 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES

ARAI/TA(4G)/SMS/D680/ Dated 28 Jan 2010

Hkkjrh; izca/k lalfkku dksf"kddksm

RFP Corrigendum No. 01

(i) in paragraph 9, for sub-paragraph (i) the following shall be substituted, namely:-


No. TE/F-814/16/WO- 145/ Dt

Technical Specifications

ARAI/TA(4G_RV)/HORIBA/MEXA 584L/ Dated 25 Mar 2014

NIT No. DEERS/SSDI-JK/05 of 2018 Dated 29/08/2018 E-Tender id No: 2018_FD_ 60565

SAVE ENERGY FOR BENEFIT OF SELF AND NATION

CITY OF HAMILTON BY-LAW NO

PINANK ENERGY An ISO 9001: 2015 (QMS) Certified Company Channel Partner: Ministry of New and Renewable Energy, Govt of India

NIT for Tender No. GCO 8644P13

Comparison of Indian Electricity Rules, 1956 Vs CEA (Measures relating to Safety and Electric Supply) Regulations, 2010

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/50

شركة كهرباء محافظة القدس المساهمة المحدودة

Pre-Qualification- Cum Bid Notice

BaartaIya iva&aana isaxaa EvaM AnausaMDaana samstaana paunao

Roof Top Solar Power Net Metering Solution. Guidelines for implementation of Net Metering for Roof Top Solar Power System

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS

The table shown below gives the status of basic documents submitted by different tenderers.

Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: Due on:

(LAST DATE OF SUBMISSION: ) QUOTATION FOR ANNUAL MAINTENANCE CONTRACT OF SERVERS, COMPUTERS, PRINTERS, NETWORKING AND LAN

Supply of 63 kva DIESEL GENERATOR SET WITH AMF

SPECIAL SPECIFICATION 6576 Solar Panel Power Supply System

ARAI/TA (4G)/AIRVISOR/AVG500/ Dated 17 th Apr 2017

SOMALI ENERGY TRANSFORMATION (SET) PROJECT

SPECIFICATIONS OF Ni-Cd BATTERY BANK

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet.

Department of Community Medicine

ANNEXURE XI. (Ni Cd Battery Bank) TECHNICAL SPECIFICATIONS OF 125V STATION BATTERY BANK OF GTG I.

HIMURJA. H.P. Govt. Energy Development Agency. 8-A,SDA Complex, Kasumpti, Shimla Himachal Pradesh, INDIA. Telephone No:

/ Telefax : No: 1(2)2015-E/ Battery& Charger TVH/ Dated:

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA CAPITAL EQUIPMENT / MATERIALS MANAGEMENT

Guidelines for Renewal of Different Types of Driver s License

Achieving Energy Independence with Off-grid, Battery-based Solar Energy Systems. Vinod Tiwari Director Renewable Power Solutions (Telectron LLC)

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

TECHNICAL SPECIFICATIONS FOR 11KV AIR BREAK (A.B.) SWITCHES :


NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX

ARAI/TA(4G)/GEN-MAINT/EXOSCAN-V/ Dated 26 th Mar 2009 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES

INVITATION TO BID FUEL PRODUCTS

Renewable Energy Interconnection Manual for Small Size Systems ( 10kW in NM 20kW in TX) Renewables and Emergent Technologies Group

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH

ANNEXURE: TARIFF SCHEDULE

SUBSIDY SCHEME FOR GRID CONNCTED AND OFF GRID SOLAR SYSTEMS AT IOCL PETROL PUMPS

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Ref:CL/Mech./ Cal /BID-01(13-14) Date: 10 July 2013

Transcription:

DISTRICT RURAL DEVELOPMENT AGENCY, SIVAGANGA SIVAGANGA DISTRICT TENDER NOTICE NO.1287/2009/JDO Dated 12.11.2009 Sealed Tenders are invited from reputed manufacturers/ Firms for the supply of following materials in the prescribed tender schedule. Tenders will be received upto 4.00 p.m. on 15.12.09 and opened at 5.00 p.m. on the same day at the office of the Project Officer, District Rural Development Agency, Sivaganga. Authorized representative of the manufacturer may be present, when sealed tenders are opened. Tender schedules can be purchased on written request indicating the Sl. No., Name of work by enclosing a Demand Draft for the requisite amount towards the cost of tender schedule from 20.11.2009 to 14.12.2009 excluding holidays Demand draft towards E.M.D. should be drawn in favour of the Project Officer, District Rural Development Agency, Sivaganga. Further details can be obtained from the DRDA office during office hours on all working days. Tender schedules will not be sent by post or courier. Technical Bid and Price Bid should be submitted in separate cover and both of these covers should be enclosed in another separate cover. Sl. No. Name of work Approximate Quantity/ Value EMD (Rupees) Cost of Tender Schedule including S.T. ( Rupees) Supply and erection of SPV street light system 1. as per specification by guidelines of Ministry of Non Renewable Energy sources in various places of Sivagangai District. 701 Nos./ Rs.2.00 Crore 200000 1000 The tender document may be downloaded from www.tenders.tn.gov.in website with free of cost. J.Kumarakurubaran I.A.S., Addl.Collector(Dev)/Project Officer District Rural Development Agency, Sivagangai. 1

INSTALLATION OF SPV STREET LIGHT SYSTEMS IN URBAN AREAS- UNDER DESTINATION DEVELOPMENT OF CHETTINAD IN SIVAGANGA DISTRICT Tender Document and Schedule Name of the Work : Installation of SPV Street Light Systems in Urban areas- under Destination Development of Chettinad in Sivaganga District Tender Ref. : 1287/2009/JDO Dt.12.11.09 Advertised on : 19.11.2009 Last date for submission of Tender & Time : 15.12.2009 Upto 4.00 PM 2

PART A TECHNICAL BID GOVERNMENT OF TAMILNADU RURAL DEVELOPMENT DEPARTMENT DRDA, SIVAGANGA DISTRICT Tender Notice No. 1287/2009/JDO, Dated : 12.11.09 Pre-qualification and Price Bid invitation Notice (Two Cover System) Sub : Installation of SPV Street Light Systems in Urban areas- under Destination Development of Chettinad in Sivaganga District Tenders Called for Regarding. <><><><><> We request you to send your lowest offer for the Supply as well as Erection and Commissioning of the SPV street light systems as per the Latest specifications / guidelines of Ministry of Non renewable Energy Sources (MNES) listed in Annexure I in various places of Sivaganga District on or before 4.00 PM on 15.12.09. The tender will be opened at 5.00 PM on the same day. 2. Tender must be submitted in a sealed cover containing two separate sealed covers one for Technical bid and the other one for price bid. Price bid will be opened at a later date which will be intimated to the tenderer whose Technical bid are found to be eligible. 3. The technical bid along with EMD has to be enclosed in one envelope. The price bid should be enclosed in another envelope. Finally these two sealed envelopes superscribed as Technical bid / Price bid as the case may be, are to be enclosed in a larger envelope and sealed. 3

4. The tender shall be addressed to Project Officer, District Rural Development Agency, Sivaganga. The tender outer cover shall be superscibed with Tender for Solar Photovoltaic street light systems in Sivaganga District. Any tender which is not sealed properly will be summarily rejected. 6. Cost of Tender Document i) The cost of tender document is Rs.1000/-(Rupees One Thousand only) inclusive of all taxes. The tender document is not transferable to any other bidder. ii) The tender document cost may be paid only by demand draft in favour of the Project Officer, District Rural Development Agency payable at Sivagangai. Cash or Cheque will not be accepted. ii) Tender document may be downloaded from the website of www.tenders.tn.gov.in at free of cost. 7. EMD : The EMD amount of Rs. 200000/- shall be paid by Demand Draft or Banker s Cheque from any nationalized Bank in favour of Project Officer, District Rural Development Agency, Sivaganga. The EMD will not carry any interest. EMD will be refunded to the unsuccessful tenderers after finalization of Tender. EMD amount will be forfeited when the Tenderer, 4

i) Withdraws the tender or back out after acceptance. ii) Withdraws the tender before the expiry of validity period specified or fails to remit the Security Deposit. Violates any of the provisions or the regulations contained there in. iv) Revises any of the terms quoted during the validity period. 8. Bid Qualification Requirements (BQR) 1) The Tenderer should be an original manufacturer of the PV module. 2) The tenderer should have executed orders for installation of SPV street light systems previously to local bodies/government departments/reputed industrial houses. To prove the tenderer shall produce experience and past performance certificates from the respective agencies. 3) The total value of the above orders executed by the tenderer during any one financial year of the last 3 financial years(2008-09,2007-08 and 2006-07) should be at least be equal to the value of the package(rs. 200 Lakhs). 4) The batteries used in the SPV street light systems shall be of standard make such as EXIDE or equivalent. 5) The make of the SPV modules indicated therein should be that of the original manufactures of the SPV modules having adequate manufacturing and testing facilities. The test certificates furnished should be in the name of the original manufacturers only. 5

vi) Test Certificates : The Tenderer shall furnish along with the tender, copy of the test certificates issued by Ministry of Non renewable Energy (MNES) approved testing centers on or after January 2007 for SPV street lights and the SPV modules and in respect of the other devices /systems. The Tenders received without valid test certificate will be summarily rejected. The tenderers satisfying all the above requirements will only be considered as meeting the BQR and will be considered for opening of the price bids. 9. Other conditions. i) Delivery : Within 30 days from date of receipt of the order ii Warranty & AMC : Warranty for at least 2 years from the date of commissioning (Breakage of glass exempted). The supplier should enter into an Annual Maintenance Contract (AMC) for at least 3 years thereafter with the purchaser. The AMC charges should be quoted separately in the price bids. Further renewal of AMC will be at the option of both the parties. Validity : The tender should be kept valid for a minimum period of 90 days from the date of tender opening. iv) The price quoted should include all costs towards supply installation commissioning at site, sales tax and any other charges payable to the Govt. v) Payment : 90% of the cost of the systems including installation and commissioning will be paid after successful commissioning of the systems and satisfactory inspection by the purchaser. Balance 10% will be retained towards performance guarantee for two years which could also be released against furnishing a Bank guarantee for the value of 10% of the total project cost valid for two years. 6

vi) Security Deposit : 10% value for the order shall be paid by the successful tenderer, which can include the EMD amount, as Security deposit within 15 days from the date of receipt of the order. This Security Deposit will be released only after satisfactory execution of the order and this amount will be forfeited incase of violation of any of the clauses in the order. vii) The tenderer shall furnish in the tender, full technical details of the SPV street light systems offered by them along with its working instruction. The tenderer should also undertake to train the operating personnel as required by the purchaser to ensure trouble free working of the systems. 10. Locations of Installation of SPV Street Light Systems are Listed in Annexure-I. The locations will be finalised by PO, DRDA combined together with successful bidder at the time installation. 11. The technical specifications of Installation of SPV Street Light Systems are given in Annexure-II. However, any item not specifically indicated therein but necessary or incidental to the successful completion, operation, maintenance and performance of the SPV street light systems shall be carried out by the tenderer or tenderer s technical expert without any additional financial commitment to the purchaser. 12. For any item not specifically mentioned in this tender but necessary or incidental to the successful completion of the contract the provision contained in the Tamilnadu Transparency in Tender Act, 1998/Tamilnadu Act of 43 of 1998) and the rules made there under would be applicable. 7

ANNEXURE I Sakkottai Panchayat Union Sl. No. 1. 2. Location Chettinadu Police Station to Annamalai Polytechnic Main Entrance (800m) Annamalai Polytechnic Entrance to Railway Station (250m) Nos. Estimate Amount (In Lakhs) 40 12.00 25 7.50 3. Sivankoil Road (350m) 35 10.50 4. Chettinadu Police Station to Pallathur Sorrakudi Road (Via) Nachammai Cotton Mill 50 15.00 5. Railway Feeder Road 43 12.90 6. 7. Annamalai Polytechnic Entrance to Annamalai Polytechnic (500m) Annamalai Polytechnic entrance to Chettinadu Nachammai Cotton Mill Road (700m) 25 7.50 35 10.50 8. Solai Andavar Kovil Road (800m) 40 12.00 Total 293 87.90 Karaikudi Municipality Sl. No. Location Nos. Estimate Amount (In Lakhs) 1. In and around New Bus stand Area 20 Lights 6.00 2. Around the Keela Oorani Area 10 Lights 3.00 3. Around the Sivan Koil Oorani 10 Lights 3.00 Total 40 Lights 12.00 8

Sl. No. Kanadukathan Town Panchayat Location No of Lights Estimate Amount (In Lakhs) 1. Ward-1, Periya Koil Street 19 5.37 2. Ward-1, North Street 5 1.41 3. Ward-1, West Street 3 0.84 4. Ward-2, Pillaiyar Koodam Back Street 10 2.83 5. Ward-2, Pillaiyar Koodam Front Street 2 0.56 6. Ward-2, Middle Street, 7 1.98 7. Ward-2, Kilakku Street 15 4.24 8. Ward-3,4,5,6 Rajasar Street 21 5.94 9. Ward-3,4,5,6 Kothamangalam Street 28 7.92 10. Ward-3,4,5,6 KM Street 21 5.94 11. Ward-3,4,5,6 AR Street 16 4.52 12. Ward-3,4,5,6 T.K.R. Street 16 4.52 13. Ward-6,7, FF Road Street 45 12.73 14. Ward-7,12, Drung Road Street 27 7.64 15. Ward-7, 8, M.CD.M. Arch Street 22 6.22 16. Ward-7, Penpadasalai Street 3 0.84 17. Ward-7, Penpadasalai Back Street 2 0.56 18. Ward-8, V.V.R. Street 10 2.83 19. Ward-8, C.V.CD.V. Street 8 2.26 20. Ward-9, Arasamarathu Street 6 1.69 21. Ward-9,10, Manickavasagar Street 14 3.96 22. Ward-9,10, Sundarar Street 6 1.69 23. Ward-9, Madha Koil Street 3 0.84 24. Ward-9,10, Appar Street 16 4.52 25. Ward-11, Vadakku Street 5 1.41 26. Ward-11, Karkkoothan Oorani Street 9 2.54 27. Ward-12, Mulaipottal Street 6 1.69 28. Ward-11,12 Chinna Oorani Street 7 1.98 29. Ward-11,12 Komutti Street 3 0.84 30. Ward-12, Kuyavar Street 6 1.69 31. Ward-9, 11, Konapattu Road Street 7 1.98 Total 368 103.98 9

I. DEFINITION ANNEXURE - II SOLAR STREET LIGHTING SYSTEM A stand alone solar photovoltaic street lighting system comprises a compact fluorescent lamp, lead acid battery, PV module (s), control electronics, inter-connecting wires/cables, module mounting hardware, battery box, Operation, instruction and maintenance manual. II. DUTY CYCLE The system should be designed to automatically switch ON at dusk, operate throughout the night and automatically switch OFF at the dawn, under average daily isolation of 5.5 KWH/Sqm on a horizontal surface. III. LAMP i) The lamp will be of compact fluorescent (CFL)of 11W,4-Pin type. With a rating of 11W. For the 4 Pin type CFL, adequate pre-heating circuit. ii) The light output from the lamp should be around 850 +/- 5% lumens. Also please see ( of V given below. The lamp should be housed in a weather proof assembly suitable for outdoor use with a reflector on its back. While fixing the assembly, the lamp should be held in a suitable configuration. IV. BATTERY i) Flooded electrolyte type, positive tubular plate, low maintenance lead acid or gel type VRLA. ii) The battery will have a minimum rating of 12V, 75 Ah (at C/10) discharge rate. 75% of the rated capacity of the battery should be between fully charged & load cut off conditions. 10

V. ELECTRONICS i) The inverter should be of quasi sine wave/sine wave type, with frequency in the range of 20-35 KHZ. Half-wave operation is not acceptable. ii) The total electronic efficiency should be at least 80% iv) No blackening or reduction in the lumen output by more than 10% should be observed after 1000 ON/OFF cycles (two minutes ON followed by four minutes OFF is one cycle) The idle current consumption should not be more than 10 MA v) The PV module itself will be used to sense the ambient light level for switching ON and OFF the lamp. VI. PV MODULE (S) i) The PV module (s) shall contain mono/multi crystalline silicon solar cells. It is preferable to have certificate for the supplied PV module as per IEC 61215(revised) specifications or equivalent National or International Standards such as MNRE, ERTL or ETDC. In case if the supplied PV module is not a regular PV module of the manufacturer and does not have certificate as per IEC 61215(revised) specifications, then the manufacturer should have the required certification for at lease one of their regular modules. Further, the manufacturer should certify that the supplied module is also manufactured using same material design and process similar to that of certified PV module. ii) iv) The power output of the module(s) under STC should be a minimum of 74W. Either two modules of minimum 37W output each or one module of 74W output should be used. The operating voltage corresponding to the power output mentioned above should be 16.4V. The open circuit voltage of the PV modules under STC should be at least 21.0V. v) The terminal box on the module should have a provision for opening for replacing the cable, if required. vi) A strip containing the following details should be laminated inside the module so as to be clearly visible from the front side. a) Name of the Manufacturer or distinctive Logo 11

b) Model or Type No. c) Serial No. d) Year of Make VII. ELECTRONIC PROTECTIONS i) Adequate protection is to be incorporated under no load conditions e.g. when the lamp is removed and the system is switched ON. ii) iv) The system should have protection against battery overcharge and deep discharge conditions. Fuses should be provided to protect against short circuit conditions. A blocking diode, should be provided as part of the electronics, to prevent reverse flow of current through the PV module(s), in case such a diode is not provided with the solar module(s) v) Full protection against open circuit, accidental short circuit and reverse polarity should be provided. vi) Electronics should operate at 12 V and should have temperature compensation for proper charging of the battery through out the year. VIII. MECHANICAL HARDWARE i) A metallic frame structure (with corrosion resistance paint) to be installed to hold the SPV module(s). The frame structure should have provision to adjust its angle of inclination to the horizontal between 0 and 45, so that the module(s) can be oriented at the specified tilt angle. ii) The pole should be made of mild steel pipe with a height of 4 metres above the ground level, after grouting and final installation. The pole should have the provision to hold the weather proof lamp housing. It should be painted with a corrosion resistant paint. A vented, acid proof and corrosion resistant painted metallic box for outdoor use should be provided for housing the battery. IX. OTHER FEATURES i) The system should be provided with 2 LED indicators : a green light to indicate charging in progress and a red LED to indicate 12

deep discharge condition of the battery. The green LED should glow only when the battery is actually being charged. ii) There will be a Name Plate on the System which will give : a) Name of the Manufacturer or Distinctive Logo b) Serial Number Components and parts used in the solar street lighting systems should conform to the latest BIS specifications, wherever such specifications are available and applicable. iv) The PV module(s) will be warranted for a minimum period of 15 years from the date of supply and the street lighting system (including the battery) will be warranted for a period of two years from the date of supply. The Warranty Card to be supplied with the system must contain all the details of the system supplied. The manufacturers can also provide additional information about the system and conditions of warranty as necessary. v) Necessary lengths of wires/cables and fuses should be provided vi) An Operation, Instruction and Maintenance Manual, in English and the local language, should be provided with the solar street lighting system. The following minimum details must be provided in the Manual a) About Photovolatics b) About solar street lighting system Its components and expected performance c) About PV module d) About CFL e) About Battery. f) About electronics. g) About charging and significance of indicators. h) DO s and DONT s i) Clear instructions on regular maintenance and trouble shooting of the solar street lighting system. j) Name and address of the contact person in case of nonfunctionality of the solar street lighting system. 13

PART B PRICE BID SCHEDULE - A Sl. No. Description Quantity ( in Nos.) Single Rate per No. Total Cost Rs. (in figures) Rs. (in words) Rs. (in figures) Rs. (in words) Supply and erection of SPV street light system 1 as per specification by guidelines of Ministry of 701 Nos. Non Renewable Energy Sources in various places of Sivagangai District TOTAL 14