0% found this document useful (0 votes)
33 views29 pages

High Mast Solar Street Lights Tender J&K

Uploaded by

javeedbutt400
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
33 views29 pages

High Mast Solar Street Lights Tender J&K

Uploaded by

javeedbutt400
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Tender

For
Supply, Installation & Commissioning Including
Five (05) years free of Cost Warranty under Comprehensive
Maintenance Contract (CMC) of
High Mast Solar Street Lights for Shrines and Play grounds
In various districts of the U.T of J&K

NIT NO: ST/EDA/E-7772763/1425 Dt. 29.09.2025

JAKEDA
Jammu & Kashmir Energy Development Agency
SDA Colony, Tawanai Ghar, Bemina, Srinagar /
Energy Bhawan, Channi Rama, Jammu
Tele-: 0194-3500433(S)
0191-2546495(J)
E-mail: jakeda-jk@[Link]

Page 1 of 29
Contract Details
S. No Description Details
Notice Inviting Tender C NO: ST/EDA/E-7772763/1425 DATED: - 29.09.2025
1
(NIT) No.
Scope of work under the Supply, Installation & Commissioning including five (05) years free of
Rate Contract Cost Warranty under Comprehensive Maintenance Contract (CMC) of
High Mast Solar Street Lights for Shrines and Play grounds for various
2
districts of the U.T of J&K (White LED based with Li-Fe-PO4
Pr i s mat i c batteries) conforming to the MNRE, GoI specifications /
BIS / IEC standards as applicable
Place of issue &
submission of Bid GEM Portal
documents and address
3
for communication - CEO JAKEDA
Proforma 1 SDA Colony, Tawanai Ghar, Bemina Srinagar – 190008/
Energy Bhawan Channi Rama Jammu-180015
Period of availability of bid 04.10.2025 to 24.10.2025 upto 5:00 PM
4
Document online
Last date & time of 24.10.2025 upto 5:00 PM
5
submission of bids
Date & time of opening of 24.10.2025 at 5:30 PM
6
Technical Bids
Cost of bid document Rs 5000/- (Five Thousand Only) by way of e-transfer into CEO
(Non-refundable) JAKEDA Account.
Account Number 0110040500000058
IFSC Code JAKA0MOVING
7 MICR Code 180051012
Bidders can download the tender document from Gem Portal and
submit the cost of the bid document of requisite value as applicable
along with copy of the tender document online. Bid application without
the cost of bid document would be rejected.
Earnest Money Rs 4 lakhs (Four Lakhs Only) in the form of Bank Guarantee,
8 (Refundable) CDR/FDR/TDR from any Scheduled/ Nationalized/Commercial Bank.
Quantity High Mast Solar Street Lights - 150 Nos. tentatively
11 (The quantity may increase or decrease depending upon the funds
received from other districts/departments till Contract Period)
1,65,000,00/- (Approx) @ ₹110000/Solar High Mast Light
12 Estimated Project Cost (₹ One Crore Sixty Five Lakh Only)

Validity of Tender/ One year from the date of finalization of the Contract.
13 Contract Validity Period

Page 2 of 29
JAMMU & KASHMIR ENERGY DEV. AGENCY
SCIENCE AND TECHNOLOGY DEPARTMENT
Energy Bhawan Channi Rama , Jammu / Tawanai Ghar, SDA Colony, Bemina, Srinagar
***********************************

E-NITNO: ST/EDA/E-7772763/1425 Dated: 29.09.2025

For and on behalf of the Lieutenant Governor of J&K UT, bids are invited from the eligible bidders
through e-bid for Supply, Installation & Commissioning including five (05) years free of Cost Warranty
under Comprehensive Maintenance Contract (CMC) of High Mast Solar Street Lights for Shrines and Play
grounds and other locations for various districts of the U.T of J&K (White LED based with Li-Fe-PO4
Pr i s mat i c batteries) conforming to the MNRE, GoI specifications / BIS / IEC standards as applicable
in UT of J&K.

A. High Mast Solar Street Lights

A Solar PV White- LED High Mast Light consists of white LED luminary of maximum 4 X
22Watt (LED + Driver) as per configuration along with solar PV modules and battery of given capacity,
necessary control electronics-inter connecting wires / cables, module mounting structures etc. to operate
the load for dusk to dawn or as per provision in the charge controller. The broad performance
specifications of a White Light Emitting Diode (W-LED) light source based High Mast solar street lighting
system are given below:-

Table A.A Specifications of High Mast Light

S No. Component Specifications


1 PV Module Only indigenous modules shall be used in the Project. SPV module
aggregate capacity 440 Wp (110 Wp X 4 Nos.) at under STC. Module
Voc minimum of 21V ( BIS approved)
Having efficiency ≥ 19%
2 Battery (LiFePO4) Lithium Ferro Phosphate battery aggregative capacity 12.8 Volt 200 Ah
(50Ah x 4 nos) 12.8 Volt 50 Ah of one unit.
(Further, the bidder has to furnish a certificate from the
battery manufacturer for providing of warranty for a
period of five years. BIS certified batteries only allowed.
Battery pack should have proper ‘Battery management
System’ (BMS).

3 Light Source White Light Emitting Diode (W-LED) 4x22 Watt ( LED +Driver)
Using LEDs which emits ultraviolet light will not be Permitted

Page 3 of 29
3 Light Output White colour (colour temperature 5500-6500 K). Lumen efficacy of
LED min 150 lumens/Watt @350 mA. The illumination should be
uniform without dark bands or abrupt variations, and soothing to the
eye.
The lumens output of each luminaire should not be less than 3000
lumens.
The lux level over a 16 meter of radius should not be less than 5% at
the point mentioned below in the lux level distribution chart. The
average Lux should be min 8.0 lux and average/min = min 0.25.
Higher light output will be preferred.

5 Pole Pole of hot deep Galvanized Iron Octagonal in single length for 7.0 mtr
height
7 Duty Cycle Dusk to dawn with following inbuilt dimming provision in the Charge
Controller:-
First 3 hours full light (min. 8.0 lux), 60% for next 3 hours (min. 5 lux)
and rest of time at lower light (50%, min. 4 lux) level.
(Higher light output will be preferred).
ON/OFF Switch Luminaire shall be equipped with an emergency On/Off switch to
13 allow manual operation whenever required. Switches must comply
with waterproof standards suitable for outdoor installations.

TECHNICAL DETAILS:
PV MODULE
(i) Domestically manufactured PV Module with domestically manufactured solar PV cells
should be used.

(ii) The PV modules should be made up of crystalline silicon solar cells and must have BIS
certificate for IS 14286& IS 61730 (Part-I, Part II).

(iii) The efficiency of the PV modules should be minimum 19%.

(iv) PV modules must meet the latest specification of MNRE. The PV Modules used must
qualify to the latest BIS standards Crystalline Silicon Solar Cell Modules. In addition, the
modules must conform to IS 61730 Part-1 – requirements for construction & Part 2 –
requirements for testing, for safety qualification or equivalent IS.

(v) The module frame shall be made of corrosion resistant materials, preferably having
anodized aluminum.

(vi) Other general requirement for the PV modules and subsystems shall be the Following:

(a) The rated output power and efficiency of any supplied module should not be less
than the power and efficiency defined in the bid. However, higher wattage Solar PV
Module can be accepted. No negative tolerance shall be allowed.

(b) The module shall be provided with a junction box with weather proof lid of sealed
type and IP-65 rated.

Page 4 of 29
(c) I-V curves at STC shall be provided with the module.

(vii) The module should have the following minimum information laminated inside the
module.

 Made in India (to be subscribed in words )


 Company name /logo
 Model number
 Serial number
 Year of make

(viii) Warranties:
(a) Material Warranty
(i) Material warranty is defined as: The manufacturer should warrant the solar module(s) to be free
from the defects and /or failures for a period of 25 years from the date of commissioning of the
system.

(ii) Defects and/or failures due to manufacturing (it should indicate the voltage and rated Wattage of
the module)

(iii) Defects and/or failures due to quality of materials

(iv) Non conformity to specifications due to faulty manufacturing and/or inspection processes. If the
solar Module(s) fails to conform to this warranty, the manufacturer will repair or replace the solar
module(s), at the owner’s sole option.

b) Performance Warranty: The predicted electrical degradation of power generated not exceeding
20% of the minimum rated power over the 25 year period and not more than 10% after ten years period of
the full rated original output.

Note: PV Module/s must have to be supplied as per the latest MNRE guidelines and specifications
applicable at the time of supply.

BATTERY
1- Battery bank should consist of prismatic LiFePo4 cells of minimum 3.2V (nominal) 50Ah rating.
2- Battery pack should have proper ‘Battery Management System’ (BMS) for cell balancing, over charge
and over temperature protection.
3- Battery should BIS certified with IS: 16046 (Part-2): 2018 from approved laboratory.
4- Capacity of the battery shall not be less than 12.8 V (nominal), 50 Ah at STC, 640 Watt Hour for one
unit. The total capacity of battery should be 640x4=2560 Watt Hour.
5- The battery cycle life should be 2000 cycle at 95% discharge.
6- BMS (Battery Management System) should be part of battery pack and battery pack enclosure should be
as per standard. The battery pack should be integrated with the system in such way that it is theft proof
and not removable from system. It should be installed with combination of module structure/luminaire.
The height of battery pack will be approximate, 6.5 meters above the ground.
7- The system must withstand wind velocity of 180 km/hr. The battery pack should be capable of high rate
of heat dissipations. The battery box should be acid proof and corrosion resistant, hot dip galvanized
metallic box (IP 65) with anti-theft locking arrangement.
8- The battery should operate between temperature range of 0 degree C to 55 degree C.

Page 5 of 29
The other feature of the battery should be:

Sr.
Description Specifications
No.
1 Battery Configuration 12.8V- 200AH; Li-fe-PO4 (4x50AH)
Working Temperature Range (both
2 0-60 deg C
for charging & discharging)
3 Storage Temperature Range @ 0-25 Deg- 6 months
Cycle Life (Full charge to full
4 discharge@25degCbeforecapacity more than 2000 Cycles
of battery falls below 75%
5 Battery Warranty 5 years
6 Min. Capacity of Individual Cells 3.2V cell of 50AH
7 Type of Cell Prismatic
8 Nominal Capacity 12.8 volt - 50AH of one unit
9 Nominal Voltage 12.8V
10 Voltage Range 10.5V - 14.6V
11 Total Energy 640 WHr
12 Rated Charging current 25 Amps
13 Maximum Charging current 20 Amps
14 Maximum Discharging Current 25 Amps
15 Discharge Cut off Voltage >10.5V
16 Over Charge Cut off Voltage 14.4V+/- 0.2V
17 Charging Time Around 5 - 5.5 Hours

LIGHT SOURCE
1- The light source will be of white LED type The color temperature of white LEDs used in
the system should be in the range of 5500 degree K – 6500 degree K. Use of LEDs which
emits ultraviolet light will not be permitted. The temperature of heat sink should be
not increase more than 20 degree centigrade above ambient temperature during the
dusk to dawn operation.

2- The illumination should be uniform without dark bands or abrupt variations, and
soothing to the eye. Higher light output will be preferred. The light output from the
white LED light source should be almost constant. The lamps, DC-DC driver and battery
with battery management system (BMS) should be housed in aluminum die-casted casing
suitable for outdoor use and shall comply with IP65.

3- The lamps should be housed in an assembly suitable for outdoor use and shall comply
with IP65. The LED housing should be made of pressure die cast aluminum having
sufficient area for heat dissipation and heat resistant toughened clear glass/ high
quality poly carbonate fitted with pressurized die cast aluminum frame with SS screws.
The temperature of heat sink should not increase more than 30 degree C above ambient
temperature even after 48 hrs. of continuous operation. This condition should be
complied for the dusk to dawn operation of the lamps while battery operating at any
voltage between the loads disconnect and charge regulation set point.

4- High power LED of minimum 1 watt each capacity capable to withstand maximum 1 amp
driving current having lens angle greater than 120 degree shall be used. The LED of
Page 6 of 29
reputed make having LM 80 and LM 79 test report shall only be used.

5- The LED efficacy should be more than 150 lumen / watt @ 350 mA, the total luminaire
efficacy should not be less than 135 lumens per watt. (Including all loses) i.e the lumens
output of each luminaire should not be less than 3000 lumens.

6- All LED in circuit must be connected in series only. It must incorporate fail short
mechanism in all LEDs. The LEDs used in the luminaire should have life time more than
50,000 hrs.

7- The lumen depreciation of LED shall not be more than 30% even after 50,000 burning
hours.
8- Power consumption (input and output) of the each LED Luminaire/Lighting unit shall not be more
than 22 W (including LED Driver power loss).
9- The lux level over a 16 meter of radius should not be less than 5% at the point mentioned below
in the lux level distribution [Link] chart is plotted for 6.5 meter high, with lamp bracket arm of 1 meter
with 5 degree. Grid spacing 1×1 meter. Maintenance factor 0.8. The average Lux should be min 8 lux and
average/min = min 0.25.
10- Other Parameters:
 LED DC current regulation-better than 3%
 Input-12VDC
 Driver Type-DC-DC (as per IEC 62384)
 CRI-70% Typical
 Lighting Quality-Free from glare and flickering and UV
 Ambient temp-upto 50deg
 DC to DC convertor efficiency >= 90%
11- The connecting wires used inside the luminaire, shall be low smoke halogen free, fire retardant e-
beam cable and fuse protection shall be provided at the input side.
12- Auto resettable reverse polarity protection shall be provided.
13- LED Lighting unit shall comply with LM 79-80 standards and copy of test certificate should be
submitted.
14- The make,model number,country of origin and technical characteristics of White LEDs used in the
lighting system must be furnished.
15- The luminaries must have light distribution polar [Link] bidder should submit the polar curve
of luminaries in LM 79 report.
16- The luminare should be tested for all type tests as per IS 10322 part 5 Sect 3 pr IEC 60598-2-3
standards
17- The Luminaire shall be equipped with an emergency On/Off switch to allow manual
operation whenever required. Switches must comply with waterproof standards suitable for outdoor
installations.

ELECTRONICS
MPPT charge controller to maximize energy drawn from the Solar PV array. The MPPT charger
shall be microcontroller based. The PV charging efficiency shall not be less than 90% and shall be suitably
designed to meet array capacity. The charge controller shall confirm to IEC 62093, IEC 60068 as per
specifications.

The charge controller should have:

Page 7 of 29
SOLAR CHARGE CONTROLLER

Sr Description Specification
No.

Charge controller Type MPPT type -Maximum Power point Tracking.


Charge controller Rating @ Related Voltage 10 Amps
Module Rating 110 Wp @ 16.4 volt ± 0.2 V, if MPPT is not used
with
positive tolerance
36 Cell configuration
Voc- > 21 Volts
Vmp-16.4 volt ± 0.2 at STC without MPPT

i. Protection against polarity reversal of PV array and battery, Over Current, Short Circuit, Deep
Discharge, Input Surge Voltage; Blocking Diode protection against battery night
time leakage through PV Module.
ii. Electronics should operate 21volt and 11.2 volt and its efficiency should be at least 90
%.
iii. The system should have protection against battery overcharge and deep discharge
conditions. The numerical values of the cut off limits of lower voltage should not be less
than 11.2 Volt and over voltage cutoff should be 14.6V.
iv. Full protection against open circuit, accidental short circuit and reverse polarity should
be provided
v. Charge controller shall have automatic dusk-dawn circuit based on SPV module as sensor
for switching on/off the high mast light without manual intervention. The sensor must
not get triggered by impulse lighting like lightning flashes and fire crackers.
vi. The self-consumption of the charge controller shall not be more than 20 mA at rated
voltage and rated current.
vii. Adequate protection shall also be incorporated under no-load conditions (i.e. when the
system is ON & the load (LED Lamp is removed).
viii. The system should be provided with 2 LED indicators: a green light to indicate charging
in progress and a red LED to indicate deep discharge condition of the battery. The green
LED should glow only when the battery is actually being charged.
ix. All capacitors shall be rated for max. temp of 105°C.
x. Resistances shall preferably be made of metal film of adequate rating.
xi. Device shall have adequate thermal margin should be atleast 25deg below the allowable junction
temp while operating at an ambient temp of 55 deg C and full load.
xii. Fibre glass epoxy of grade FR 4 or superior shall be used for the PCB boards.

Preferably the electronics (both charge controller and driver) should be housed in a box and
installed on pole suitably in order to perform the repairing of electronics quickly without
removing the whole luminaire.

Page 8 of 29
Technical Requirement/Standards
Applicable BIS /Equivalent IEC Standard
Or MNRE Specifications
Item / System
Standard Description Standard Number

Solar PV Systems Crystalline Silicon IEC 61215 edition II / BIS 14286


Terrestrial PV Modules and IEC 61730 part-1 and part-2
Test Certificates / Reports from
IECQ / NABL/ MNRE accredited
laboratory for relevant IEC /
equivalent BIS standard.

Charge Controller/MPPT IEC 62093


Units and protections Equivalent BIS Std
Storage Batteries LiFePo4 Tested as per IS 16046 (Part2):2018
EN 50618 DC Cable
Cables 2.00 mm DC Cable
conforming to IS 17293:2020
Luminaries and Charge
IP65
Controller housing
LED performance LM -80-08
LED
Luminary performance LM 79-08

MECHANICAL HARDWARE

1. A galvanized metallic frame structure to be fixed on the pole to hold the SPV module(s).
The frame structure should be fixed at 30 degree from horizontal facing true south.

2. The pole should be hot deep Galvanized Iron Octagonal pole in single length for 7.0 mtr.
height as per specification as under:

(i) The Octagonal poles shall be hot deep galvanized. The material of pole shall be as per
specification of BS EN 100025, ISO 1461.

(ii) The size of the pole shall be min 75 mm at Top side, 150 mm at bottom side with
thickness of 4 mm minimum.

(iii) The base plate of pole shall be of size 260 X 260 X 18 mm duly welded to pole.

(iv) Pole should have the arrangement at top for mounting of Solar panel of design capacity
with mounting structure at an angle of latitude +20degree.

(v) The four LED luminaire shall be mounted on this pole at height of 6.5 meter from pole
bottom.
(vi) The pole shall be mounted on suitable RCC foundation at least 1.25 meter deep and 0.5
meter above ground with 4/6/8 bolt of min 20 mm size.

(vii) The Nut -Bolts in battery box and panel structures should be proper riveted to ensure
the theft.

Page 9 of 29
BATTERY BOX:

The battery box should be corrosion resistant, hot dip galvanized metallic box (IP65) with antitheft locking
arrangement. The size of box should be as per battery pack size. The battery box
is to be properly rest/mounted on pole approx. 6.5 meters of height from ground level. The
edges of box should be turned properly to give smooth edge and good strength. Components
and hardware shall be vandal and theft resistant. All parts shall be corrosion-resistant.

ELECTRIC CABLE

The electric cable used shall be twin core PVC insulated water and UV resistance copper cable
of minimum size 2.00 mm thickness. Cable shall meet EN 50618 standard for DC cables.

OTHER FEATURES
To effectively differentiate solar High Mast lights based on the aspects of Agency, Financial year and
toll free number, vendors have to implement a clear and consistent nomenclature system. This
system involves labeling or tagging the pole of each street light with information that highlights these
key aspects.

Tag on Pole: "JAKEDA/FY-2025-26/Toll free Number or Service Contact No………….."

The information should be embossed/punched on the pole at a height of 1 to 1.5 meters above ground level
by the vendor. In case of any non-working/operational issues with the system, the beneficiary will dial the
toll-free number or service contact number to lodge a complaint. The vendor must rectify the fault and
restore the system to working condition within 72 hours during the warranty period of 5 years. Failing this,
the system shall be rectified at the cost of the vendor, and the expenses incurred shall be recovered from
their pending claims. Further, appropriate action under the agreement for non-compliance shall also be
initiated.

Page 10 of 29
A. ELIGIBILITY CONDITIONS:

1. Technical Criteria:

General Condition for all bidders under the rate contract


a) Bidder should be a registered manufacturing Company / Firm/ Corporation in India
incorporated under Companies Act, 1956 or Companies Act, 2013/ and further
amendment(s),or a registered partnership firm (registered under section 59 of the
Partnership Act,1932) or a Limited Liability partnership (under the LLP Act,2002) of SPV
Cells/Modules or Lithium Battery for solar application.
b) To substantiate his claim as a manufacturer, the bidder shall produce BIS certification for
one of the two items manufactured.
c) Authorized Dealers/companies/ firms/ corporations and subcontractors are not
eligible to participate.
d) Regardless of a bidder's status as MSME/Startup, they must comply with all the standard
requirements for the bidding process, including submitting the EMD, meeting work
experience criteria, and adhering to the necessary turnover specifications. No exemption
shall be allowed.
e) The bidder has to submit Test report of one unit (110 watt module, 22 Watt LED
Luminaire, and 12.8 Volt 50 Ah LiFePO4 battery) of Solar High Mast Lighting
System in its name issued by any of the MNRE / BIS /IEC/ NABL accredited
laboratory on or after 01.04.2022 at the time of delivery of material. The test report
should contain the make and model of major components i.e. module, battery and
Luminaire along with their photograph.

WORK EXPERIENCE:

The bids of only such bidders would be entertained who have a requisite work experience as
follows:
The Bidder should have experience of having successfully completed Supply, Installation &
Commissioning of 50 numbers of Solar High Mast Lighting Systems during last 3 (Three) years
w.e.f 1st Apr, 2022 up to the last day of the month preceding the bid submission through
Government Organizations/Government Agencies/ SNAs/ PSUs of State or Central Government
or under MNRE sponsored programmes. Project should have been commissioned prior to the last
day of the month preceding the submission of bid. Vendor must submit scanned copy of the
Commissioning certificate and Work order/ Contract/ Agreement/ from the Client/ Owner/
department.
The details of the work experience shall be given separately as per the following (Proforma- 2).

S. Name of Agency/ Purchase order Quantity/ Quantity/Capacity Date of


No Organization/ No., date & Capacity Commissioned Commissioning
PSU/ Institution allotted cost. allotted
through whom
work order has
been executed

Page 11 of 29
Copies of work orders and completion certificates shall be appended as supporting documents.
The proof of experience to be submitted along with the Bid as mentioned above should be in the
name of the tenderer only. Experience of any collaborator/sister concern of the tenderer
submitted as experience proof of the tenderer will not be accepted.

FINANCIAL CRITERIA:

Average annual financial turnover of the company during 2022-23, 2023-24 and 2024-25
should not be less than Rs. 50 Lakhs (Rupees Fifty Lakhs Only ) .
The details of the same shall be given on a separate page authenticated by the Charted
Accountant as per following format.

Year Average turnover


2022-23
2023-24
2024-25

The suppliers shall submit audited balance sheet/P&L statement in respect ofthe turnover
as indicated above and also submit details in Proforma- 3. Provisional report shall only be
entertained for the assessment year 2025-26
 ITRs for the years mentioned above.

B. PROCEDURE FOR ALLOTMENT OF WORK

 First Techno Commercial Bids shall be opened and evaluated. Then the price bid of
techno commercially qualified bidders shall be opened.
 The rates received through bidding would be put to reverse auction and the
final rate obtained after Reverse Auction would be the “Approved Rate” (L1).
 The L1 bidder shall be awarded 100% of the work at the approved rate.
 In case L1 bidder fails to supply the allocated quantity, JAKEDA shall encash his
EMD/Performance deposit.
 The CEO, JAKEDA, at his discretion, shall assign the location to the vendor for
supply, installation, and commissioning of the material as per requirements across
various districts of the UT of J&K.
 JAKEDA reserves the right at the time of awarding the contract to increase or decrease
the quantity of goods and locations of supply without any change in price or other
terms and conditions.

Page 12 of 29
C. INSTRUCTIONS TO THE BIDDERS FOR SUBMISSION OF BIDS:

1. Bidders are advised to submit their bids strictly based on the specifications, terms and
conditions contained in the bid document and subsequent revisions/amendments, if
any.
2. Original copy of bid document, amendments/revisions to bid document, issued by
JAKEDA, if any, shall be signed and submitted along with the bid.
3. All the information (Proforma-4) must be on the bidder’s official letterhead.
4. Documents in support of eligibility must be uploaded along with the tender. Offers
without satisfying eligibility conditions will be out rightly rejected and no
correspondence in this regard will be entertained.

The offer/bid should be uploaded on GEM Portal and shall

contain:For Technical Bid (Cover1):


(a) Relevant certificates of IEC/BIS as applicable.
(b) Supply orders and completion certificates from the beneficiary
organizationfor requisite Systems.
(c) Bid Document Fee/Earnest money.
(d) Financial turnover of the company certified by CA with audited
balance sheet/Profit &Loss statements
(e) Confirmation that the prices quoted are inclusive of all central/
UT/local taxes, applicable and also freight, insurance, storage, carriage
etc. FOR sites and free Warranty for 5 years and are quoted in Indian
currency alone.
(f) GST Registration Certificate and ITRs
(g) Any other document asked for in the tender document.

The price shall be only quoted online as per the format given in BOQ file (Proforma-5).

Bid should be uploaded online with all relevant documents (Scanned copies).
5. The bidder shall furnish the check list as per the Proforma -6.
6. No claim shall be raised against the department either in respect of interest or
depreciation in value for the amount of security deposit and / or earnest money. In the
case of bank deposits the department shall not be responsible for any loss on account
of failure of the bank.
7. JAKEDA, if required, may at its discretion obtain clarifications on offers by
requesting clarifications from any or all the bidders at any time. Such request for
clarification and theresponse shall be in writing.
8. JAKEDA shall examine whether the bid is complete in all respects and conforms to
the stipulated requirement of the technical specifications and tests reports. The bid
having material deviation shall be rejected as being non-responsive.
9. The Price Bid of only those bidders, whose Techno-Commercial Bids are found
acceptableafter evaluation, will be opened and evaluated.

Page 13 of 29
EARNEST MONEY

 Bids shall be accompanied with earnest money deposit equal to Rs. 4 lakhs (Four Lakhs
Only) in the form of CDR/FDR/TDR/Bank Guarantee from any Nationalized/
Schedule/Commercial Bank pledged to the CEO JAKEDA valid for a period of 180 days.
The Earnest Money Deposit (EMD) shall be released upon submission of a Performance
Security Deposit (PBD) equivalent to 5% of the ordered value valid for 5 Years and 06
months. The Performance Security Deposit is to be submitted within 15 days after
placement of supply order.
 Bids not accompanied with required amount of earnest money will be out rightly rejected
and their price bid shall not be opened.
 The earnest money of the bidders shall be forfeited if they withdraw their bid or raise the
price of their offer within the validity period. The earnest money shall also be forfeited in
case bidder fails to furnish the PBD within the stipulated time frame or time frame as
approved by competent authority by way of extension.
 Earnest money deposited shall be released in favour of the unsuccessful bidder(s) after
placing of the supply orders to the successful bidder (s).

TAXES AND DUTIES


 The quoted prices shall be inclusive of all taxes and duties including GST, Income tax and
any other taxes/duties/levies as applicable valid for a period of one year from the date of
finalization of contract. Contractor shall not be compensated for any change in taxes and
duties due to wrong assessment. It shall be presumed that bidders have ascertained all
applicable taxes, duties, levies, royalties etc. for the said work and quoted rates
accordingly. Service tax and cess thereon (including statutory variation, if any) shall be
paid, wherever service provider is liable to pay service tax, on submission of invoice(s) as
per Service Tax Rule in force.

PRICE
 The price shall be for the total scope as defined in this document for supply, I&C and
maintenance of items in full & good condition at FOR District/Tehsil/Block
Headquarters/Designated Points (to be identified by JAKEDA) inclusive of all charges
towards storage of material at the designated sites, packing & forwarding, inspection,
insurance, freight charges all central/ state/ local taxes & duties etc. as applicable for the
supplies including five years warranty of all the parts of the equipment.
 The price & unit rates includes the cost of all royalty & fees for all articles & processes,
protected by letters, patent or otherwise incorporated in or used in connection with the
work, also all royalties, rents and other payments in connection with obtaining all the
materials for the work. The Bidder shall indemnify JAKEDA, with indemnity against all
actions, proceedings, claims, damages, costs and expenses arising from the incorporation
in or use of work of any such articles, processes or supplies. All applicable charges for
taking statutory clearances, wherever necessary, are included in the contract price.

 During the period of the contract, JAKEDA may order addition / deletion in quantities
which the Bidder shall comply. The adjustment in Contract Price shall be made at the
same unit rate as per Price Schedule.
Page 14 of 29
PLACE OF MANUFACTURE AND INSPECTION
 The bidder shall state in his bid the place of manufacture and inspection of the equipment
offered in the bid. The CEO JAKEDA or Representative(s) nominated by him will have
full power and authority to inspect the Manufacture/Work at any time, wherever in progress
either on the Site or at the Contractor's premises/workshops, premises/ workshops of any
person, firm or corporation where work in connection with the Contract may be in hand or
where materials are being or are to be supplied, and the Contractor shall afford every
facility and assistance to carry out such inspection.
 The material shall either be randomly got inspected by the NABL accredited and BIS
approved test centres/labs or by JAKEDA authorized representatives nominated by CEO
JAKEDA.
 The charges on account of inspection shall be borne by the supplier.

WARRANTY
 The Bidder must provide free of cost warranty for parts and components (such as SPV
Module, battery, LED & electronics, Mechanical components) of Solar Devices for a
period of 5 years of CMC.
 Bidder shall without prejudice to any other clauses of the order repair/replace the defective
parts and restore the system to the satisfactory working/performance without any
additional cost to JAKEDA within the period of warranty. Failure to do so would result in
JAKEDA effecting the procurement of the defective spares, by debit to the funds payable as
balance payment to the supplier and if need be the Agency might also resort to en-cashing
the BG of the supplier and also blacklist the firm.
 Deductions/payment of liquidated damages shall in no way relieve the Bidder from his
contractual responsibility to complete the works.
 The bidder shall engage local Youth for providing after sale service.

CANCELLATION OF ORDER
a) JAKEDA will be at liberty to terminate in part or full the awarded contract
without prejudicing its rights and affecting the obligations of the Contractor in the
following events:
b) If the Bidder is found defaulter for delayed supply or failure to deliver satisfactory
performance or supply of substandard materials pursuant to NIT conditions.
c) If the Bidder/Vendor fails to comply with the provision (s) of the contract including the
responsibilities to provide necessary support and facilitation to the service required
for installed lights and subsequently fulfill the 5 years free of cost warranty as per the
provisions mentioned in this bid document.

Page 15 of 29
AGREEMENT

a) The successful bidders shall be required to execute an agreement on a valid stamped


paper for strict compliance of the terms and conditions of the contract, vis-à-vis the
NIT and supply order before release of any payment in favour of Firm.
b) The supplier shall bear all the legal expenses incurred on the execution of the
agreements.

PRE DESPATCH INSPECTION:

 The Items shall be dispatched after Pre-dispatch inspection by a Third Party


Inspection / Monitoring Agency (TPIA) through designated agencies accredited by
Quality Council of India (QCI) / NABL accredited and BIS approved Labs or
inspection of the material at the manufacturing/storage premises of the firm by the
authorized representatives of JAKEDA nominated by CEO JAKEDA. All the
expenses on this account shall be borne by the firm.

DELIVERY

 Delivery of the material should commence immediately after placing of order and all
of the ordered quantity should be completed within the stipulated time mentioned in
LOA.
 In case of failure to deliver in full the required supplies on order, the purchaser shall
havethe right to make a risk purchase at the cost of supplier or/and cancel the contract
and claim reasonable compensation/ damages. The contract of the supply shall be
repudiated if the supplies are not made within the prescribed period and to the
satisfaction of the purchasing officer.

VALIDITY
 The offer shall remain unconditionally valid for a period of one (1) year from the date
of finalization of the contract with no upward revision in per unit cost of the Solar
High Mast Light. The rates approved as per the contract will remain same for further
purchase of such systems during the validity period, in case additional funds are
provided to the Agency by District/UT/Central Govt./any other source, under any
scheme and the supplier shall not claim for any additional rate thereof. CEO,
JAKEDA can place supply order anytime as per the requirement and the supplies are
to be made by the supplier in stipulated time frame. In case the supplier fails to accept
any subsequent orders placed at the same approved rate, the firm shall be liable for
blacklisting.

Page 16 of 29
PAYMENT SCHEDULE

Payment will be released as per the following milestones (Subject to availability of Funds):

a) Payment to the extent of 80% shall be released after receipt of supplies on pro rata basis
to be delivered at the District/Tehsil/Block Headquarters/Destination Points (JAKEDA
Stores Jammu/Srinagar from where they are to be shifted to differentlocations of villages/hamlets),
after furnishing of Pre-dispatch report & completingother formalities as per NIT.
b) The 20% amount shall be released in favour of the firm, after the completion of
installation and commissioning of the Solar High Mast lights with the documentary proof
from District/local authority and JAKEDA Official along with Geo Tagged pictures, as
required by the different funding agencies.

SECURITY Deposit

a) The successful bidders(s) shall furnish Security deposit equivalent to 5% (Five


percent) of the value of the contract in the form of CDR/FDR/TDR/Bank Guarantee
from Nationalized/ Scheduled Commercial Banks issued in Favour of Chief
Executive Officer, JAKEDA for a period of five (05) years (06) months within 15
days after issuance of supply order.
b) The Agency can encash the security deposit at any time if it feels that the systems are
not being properly maintained by the supplier.

Additional Performance Security for Abnormally Low Bids

 In case the successful bidder has quoted an abnormally low rate in comparison to the
justified/estimated rate, the bidder shall be required to furnish Additional Performance
Security in addition to the normal Performance Security, strictly in accordance with
Finance Department, Government of Jammu and Kashmir Circular No. FD-
Code/441/2021-02-158 dated 08.08.2025. The quantum and form of such Additional
Performance Security shall be as prescribed under the said circular.
 Failure to furnish the required Additional Performance Security within the stipulated time
shall be treated as non-compliance of the tender conditions, rendering the bidder liable for
forfeiture of EMD and other actions as per rules.

AUTHORITY OF PERSON SIGNING THE DOCUMENTS

 Authorization letter as per Proforma-7 with the seal of the company for the person
signingthe bid document.

NO CLAIM OR COMPENSATION FOR SUBMISSION OF TENDER


 The bidder whose bid is not accepted shall not be entitled to claim any costs, charges,
expenses of and incidental to incurred by him through or in connection with his submission
of bid, even though JAKEDA may elect to withdraw the notice inviting bid.
Page 17 of 29
D. SPECIAL INSTRUCTIONS:

1. Bids not submitted on the lines indicated above are liable to be rejected without
correspondence (Proforma-8).
2. The purchaser reserves the right to accept or reject the request for extension in the last
date of receipt of bids.
3. The purchaser reserves the right to order additional quantity or reduce the quantity of the
material advertised at the time of placement of order for which the quoted rates shall be valid.
4. All legal proceeding in connection with the order/bid will be subject to the jurisdictionof local
courts of Jammu and Kashmir UT alone.
5. In case of any doubt, dispute or differences arising out of the contract, the same shall be
referred to the Arbitrator for arbitration to be appointed under J&K Arbitration & Conciliation
Act, 1997 whose decision shall be final.
6. The contract shall be interpreted in accordance with the applicable laws of J&K post
reorganization of the erstwhile state. In case any previous law of J&K which has been
repealed, existing central(s) would become applicable and govern the subject.
7. All materials shall be of the MNRE, GoI approved quality, new and unused and be capable of
satisfactory operation when exposed to the local atmospheric conditions.
8. The bidder is required to submit a statement of facts in details as to their previous experience
in performing a similar or comparable work and business and technical organization, financial
resources and manufacturing facilities available and to be usedin performing the contract.
9. If at any time any of the documents/information submitted by the bidder is found to be
incorrect, false or untruthful, the bid and/or the resultant order may be summarily
rejected/cancelled at the risk of the bidder.
10. JAKEDA reserves the right to postpone the date of receipt and opening of the bids or cancel
any or all the bids without assigning reasons and without bearing any liability thereof.
11. Force Majeur clause shall apply.
12. No other conditions except those mentioned above shall be acceptable.

Sd/-
CEO,
JAKEDA

Page 18 of 29
Proforma – 1
Forwarding Letter

E-NIT NO: dated: .09.2025

The CEO
JAKEDA
Tawana Ghar,SDA Colony,Bemina
Energy Bhawan Channi Ramma, Jammu

Sub: Offer In Response to Notice for Supply, Installation & Commissioning and five (05)
years free of Cost Warranty of Solar High Mast Lighting Systems, conforming to the latest
MNRE, GoI specifications/ BIS/IEC standards as applicable

Sir,
With reference to the above we are submitting this offer after having fully read and
understood the nature of the work and having carefully noted all the specifications, terms &
conditions laid down in the bid document.

We also confirm that:


1. We are an Indian company/firm.
2. The components of the solar device shall be indigenously manufactured.
3. We have never been debarred from executing similar type of work by any Central/
State/Public Sector Undertaking/Department/Nodal Agency during last three years.
4. The Bid Document can be downloaded from GeM Portal website.
5. We shall execute the offer/work order as per specifications, terms & conditions of the Bid
Documents on award of work.
6. Our offer shall remain valid for placement of purchase orders as per NIT.
7. If at any time, any of the declarations submitted by us is found to be false, our offer or
order is liable to rejection.

Yours faithfully,

(Signature of Authorized Signatory)


Designation/Company Seal

Page 19 of 29
Proforma-2
Work Experience.

S. Name of Agency/ Purchase order Quantity/ Quantity/ Date of


No Organization/ No., date & Capacity Capacity Commissioning
PSU/ Institution allotted cost. allotted Commissioned
through whom
work order has
been executed

Yours faithfully,

(Signature of Authorized Signatory)


Name :
Designation :
Company Seal :

Page 20 of 29
Proforma-3

Year Average turnover


2022-23
2023-24
2024-25

Note:
a) The suppliers shall submit audited balance sheet/P&L statement in respect of the
turnover as indicated above and also submit details in Proforma- 3. Provisional
report shall only be entertained for the assessment year 2025-26
 ITRs for the years mentioned above.

(Signature of Charted Accountant)


Name :
Designation :
Company Seal :

Yours faithfully,

(Signature of Authorized Signatory)


Name :
Designation :
Company Seal :

Page 21 of 29
Proforma – 4
Information about the Bidding Firm
[Link] Particulars
1 Name of the Bidder
2 Address of Bidder
3 Telephone No
4 Fax No.
5 E-mail Address
6 Name & Designation of Authorized
Signatory for Correspondence
7 Permanent Account Number
(PAN/TAN)
8 Firm’s Registration Number/ ROC

9 GST/TIN
10 Specify the Item Originally
Manufactured
12 Year of Starting of Manufacturing/
Assembling of PV Component(s)
13 Production Capacity per month/
Quarter/ annum of PV components
14 Installed Capacity/Nos for Solar
Products/Components
15 Annual Average turnover Year Solar Business
in the last three years 2022-23
(in Rupees) 2023-24
2024-25

16 Make of Solar Mast Light Offered


Solar High Mast Light
PV Module
Control Electronics/Charge Controller
Battery
17 Particulars of Earnest Money
18 Telephone/ Fax no of the Bank from
where EMD is prepared
23 Place where Materials will be
Manufactured

Page 22 of 29
24 Place where Materials will be
Available for Inspection
25 Whether the Bidder has submitted
details with regard to supplies made to
important organizations.

26 Details of any existing service network


in J&K (Name & address of service
centre)

27 Other details and remarks, if any

Yours faithfully,

(Signature of Authorized Signatory)

Name :
Designation :

Company seal :

(Separate sheet may be used for giving detailed information in seriatim duly signed. This bid
proforma must be submitted duly signed in case separate sheet is submitted).

Page 23 of 29
Proforma-5

Format for Submitting the Price Schedule

[Link] Item Rate per SHML (Rs)


1 Per Unit Cost of Solar High Mast Light (SHML)
(as per specs in NIT)

Note:-

1. The prices quoted are for Supply, Installation, & Commissioning including five
(05) years free of Cost Warranty under Comprehensive Maintenance Contract (CMC)
of Solar High Mast Lights (White LED based with Li-Fe-PO4 Prismatic batteries)
conforming to the latest MNRE, GoI specifications/ BIS/IEC standards as applicable
for various districts of UT of J&K and inclusive of all central/ UT/local taxes,
duties etc as applicable and also freight, insurance, storage at different
locations etc. FOR sites and free Warranty for 5 years quoted in Indian
currency alone.

Page 24 of 29
Proforma-6
Check List

(TO BE COMPLETED / FILLED IN DULY SIGNED BY THE BIDDER AND ENCLOSED


WITH THE OFFER)
I. COMMERCIAL

a) Tender Document Fee


b) Amount of earnest money (Rs.)
c) BG/CDR/FDR/(with No. & Date and nameof the bank)
d) Turn over certificate (enclosed) Yes / No

Signature of the bidder

Page 25 of 29
Proforma – 7
Authority Letter for Signing Bid Document

E-NIT NO: dated: .09.2025

The CEO
JAKEDA
Tawanai Ghar SDA Colony Bemina Srinagar
Energy Bhawan Channi Rama Jammu

Sub : Authority Letter for Signing Bid Document

I hereby authorize …………………………………………………………………………………


(Name & Designation) to sign the Bid Document.

He is also authorized to provide clarifications/confirmations, if any, and such


clarifications/confirmations shall be binding on the company. The specimen signature
of .......................................................................... is attested below.

……………………………………………….. …………………………………………
(Specimen Signature) (Signature of Authorized Signatory)
Name : ........................................... Name : .........................................
Designation : ……………………………… Designation : ………………....................
Company Seal :

Yours faithfully,

(Signature of Authorized Signatory)


Name :
Designation :

Note :
1. To be submitted by bidders on official letter head of the company.
2. Authorization can be for more than one persons

Page 26 of 29
Proforma – 8
No Deviation Certificate

E-NIT NO: dated: .09.2025

The CEO
JAKEDA
Jammu/Srinagar

Sir,

We understand that any deviation/exception in any form from our bid against the above
mentioned reference number may result in rejection of our bid. We, therefore, certify that we have
not taken any exceptions/deviations anywhere in the bid and we agree that if any deviation is
mentioned or noticed, our bid may be rejected.

Yours faithfully,

(Signature of Authorized Signatory)

Name :

Designation :

Company seal

Note: This “No Deviation Certificate” should be written on the letter head of the bidder
indicating BID No. duly signed and stamped with date by a person competent and having
the power of attorney to bind the bidder.

Page 27 of 29
[ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE]
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

To
[Name of the Purchaser/Owner]
[Full Address of the Purchaser]

Dear Sir/Madam,

In consideration of [Name of the Bidder], having its registered office at [Address of the Bidder]
(hereinafter called “the Bidder”) submitting its bid for the work of [Name of the Work] in response to
your Tender No. [Tender No.] Dated [Date], and as one of the conditions for the participation in the said
tender, the Bidder is required to deposit an Earnest Money of Rs. [Amount in figures] (Rupees [Amount
in words]) as bid security.

We, [Name of the Bank], having our registered office at [Full Address of the Bank] (hereinafter called
"the Bank"), at the request of the Bidder, do hereby unconditionally and irrevocably undertake to pay you
without any demur and without any reference to the Bidder, an amount not exceeding Rs. [Amount in
figures] (Rupees [Amount in words]) on demand.

We, the Bank, do hereby undertake to pay the amounts due and payable under this Guarantee without any
demur, merely on a demand from you stating that the amount claimed is due by way of loss or damage
caused or would be caused to or suffered by you by reason of breach by the said Bidder of any of the
terms or conditions contained in the said Tender, or for the reason of the Bidder’s withdrawal from the
Tender during the bid validity period or failure to enter into a contract/agreement as required under the
conditions of the Tender.

This Guarantee shall be valid up to [Date] and shall include a claim period of 365 (Three hundred sixty
five) days thereafter.

Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed Rs. [Amount in figures] (Rupees
[Amount in words]).
2. This Bank Guarantee shall be valid up to [validity date].
3. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if
you serve upon us a written claim or demand on or before [claim period end date].
4. This Bank Guarantee must be returned to the bank upon its expiry.

Dated this ___ day of ________, 20

For and on behalf of the Bank,


(Signature of the Authorized Officer)
Name: _______________________
Designation: __________________
Seal of the Bank

Page 28 of 29
[ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE]
PERFORMANCE BANK GUARANTEE
To
[Name of the Purchaser/Employer]
[Full Address]

WHEREAS
[Name of the Contractor/Supplier] having its registered office at [Address] (hereinafter called “the
Contractor”) has undertaken, in pursuance of Contract No. __________ dated __________ (hereinafter
referred to as “the Contract”) to execute the work of [Name of the Work / Description of Goods and
Services].

AND WHEREAS
It has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank
Guarantee by a scheduled commercial bank recognized by the Reserve Bank of India for the sum
specified therein as security for compliance with the Contractor’s performance obligations in accordance
with the Contract.

AND WHEREAS
We, [Name of the Bank], having our registered office at [Bank Address] (hereinafter called “the Bank”),
at the request of the Contractor, do hereby unconditionally and irrevocably undertake to pay you without
any demur and without any reference to the Contractor, an amount not exceeding Rs. __________
(Rupees __________ only), on demand and without any demur.

NOW THEREFORE,
We hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a
total of Rs. __________ (Rupees __________ only). We undertake to pay you, upon your first written
demand and without cavil or argument, any sum or sums within the limits of Rs. __________ as aforesaid
without your needing to prove or show grounds or reasons for your demand or the sum specified therein.

This Guarantee shall be valid until the completion of the contractual obligations by the Contractor and
thereafter for a period of 60 (sixty) days beyond the date of completion of all contractual obligations
including warranty obligations.

Notwithstanding anything contained herein:


1. Our liability under this Bank Guarantee shall not exceed Rs. __________ (Rupees __________
only).
2. This Guarantee shall remain in force up to [validity date].
3. We are liable to pay the guaranteed amount or any part thereof only if you serve upon us a written
claim on or before [claim period end date].
4. This Bank Guarantee is operative at our [name of branch] branch at [address] and is enforceable at
[city/state].
Dated this ___ day of ________, 20
at [Place].
For and on behalf of the Bank
(Signature of the Authorized Official)
Name: _______________________
Designation: __________________
Seal of the Bank
Page 29 of 29

You might also like