Government of Water Resources Development Directorate Office of the SuperintendinEngineer(A-M), Kolkata (Agri-Mechanical) Resource Circle Mayukh Bhawan,1st Floor, Salt lake, Kolkata-700091 Ph.No. 033-23371911/23340977/23213865, e-mail [email protected]

Memo. No.-384 Date: 15.03.2018 NOTICE INVITING e- TENDER By The Superintending Engineer (A-M), Kolkata (A-M) Res. Circle, Kolkata. Tender Reference No: WBWRDD/SE (AM)/Res Circle /eNIT- 21/2017-18

1.Invitation : Separate Item wise Rate tenders are invited by the Superintending Engineer (A-M) , Kolkata(A-M) Resource Circle on behalf of the Governor of West Bengal through e- Tendering from Eligible, Bonafied and Resourceful Agencies having sound technical and financial capability as well as fulfilling the stipulated qualifying criteria for the works in RIDF-XXIII Programme under Water Resources Investigation and Development Department (WRIDD) and North Bengal Development Department (NBDD) in different Districts as mentioned below.

DESCRIPTION FOR THE WORK:- DESIGN, SUPPLY INSTALLATION OF SOLAR IRRIGATION PUMPING SYSTEM USING DUAL-AXIS MANUAL TRACKING WITH SEASONAL TILTING SYSTEM INCLUDING SUPPLY OF ALL MATERIALS FOR COMMISIONING OF LDTW/STW/PDW/ SPSIS,SCHEME and COMPREHENSIVE MAINTENANCE FOR 5 YEARS. . THE SYSTEM MUST RUN ON - BOTH ON GRID AND OFF GRID Details of works in different locations are shown below:

Gr Appr Time of Token Minimum Eligibility Criteria No Sl No Description of Items ox comple Earne (Credential, Turn over) . Qty tion st in (in Mone days) y set 1. 1.1 Design, Supply , installation and commissioning of Solar PV system with dual axis Manual Tracking system for water pumping system of specified discharge as per tech. spec. including supply of submersible pump sets of 5HP , transportation of misc materials form 60 days Resources subdivisional stores for LDTW from structures for different locations in the different district including providing issue of work training to water users association and order. Comprehensive maintenance for five (5) years as per scope of works Annexure-VI and name & particular of schemes as per Annexure-A 1.11 - Do- For Ragunj Block under U 24 4Laks 80 L for single Credential, or 60 Lakhs for 2 nos Dinajpur District credential, or Running works-Rs-160 Lakhs & Average Annual Turn over for three year of last Five years-250 Lakhs 1.12 - Do- For Goalpokhor-I-1 Block under 18 3 60 L for single Credential, or 45 Lakhs for 2 nos U Dinajpur District Lakhs credential, or Running works-Rs-120 Lakhs & Average Annual Turn over for three year of last Five years-180 Lakhs 1.13 - Do- For Goalpokhor-I-2 Block under 18 3 60 L for single Credential, or 45 Lakhs for 2 nos U Dinajpur District Lakhs credential, or Running works-Rs-120 Lakhs & Average Annual Turn over for three year of last Five years-180 Lakhs 1.14 - Do- For Karandighi Block under U 10 1.5 35 L for single Credential, or 25 Lakhs for 2 nos Dinajpur District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 1.15 - Do- For Dakshin Dinajpur-1 District 23 4 80 L for single Credential, or 60 Lakhs for 2 nos Lakhs credential, or Running works-Rs-160 Lakhs & Average Annual Turn over for three year of last Five years-250 Lakhs 1.16 - Do- For Dakshin Dinajpur-1 District 20 3 70 L for single Credential, or 50 Lakhs for 2 nos Lakhs credential, or Running works-Rs-140 Lakhs & Average Annual Turn over for three year of last Five years-220 Lakhs 1.17 - Do- For Gazole Block under Malda 24 4 80 L for single Credential, or 60 Lakhs for 2 nos District Lakhs credential, or Running works-Rs-160 Lakhs & Average Annual Turn over for three year of last Five years-250 Lakhs 1.18 - Do- For Harishchandrapur Block 24 5 80 L for single Credential, or 60 Lakhs for 2 nos under Malda District lakhs credential, or Running works-Rs-160 Lakhs & Average Annual Turn over for three year of last Five years-250 Lakhs 1.19 - Do- For Chanchal-I Block under Malda 14 2.5 50 L for single Credential, or 40Lakhs for 2 District Lakhs nos credential, or Running works-Rs-100 Lakhs & Average Annual Turn over for three year of last Five years-160 Lakhs 1.20 - Do- For Chanchal-II Block under 20 3.5 70 L for single Credential, or 50 Lakhs for 2 nos Malda District lakhs credential, or Running works-Rs-140 Lakhs & Average Annual Turn over for three year of last Five years-220 Lakhs 1.21 - Do- For Ratua Block under Malda 18 3 65 L for single Credential, or 45 Lakhs for 2 nos District lakhs credential, or Running works-Rs-130 Lakhs & Average Annual Turn over for three year of last Five years-200 Lakhs 2.1 Design, Supply , installation and commissioning of Solar PV system with dual axis Manual Tracking system for water pumping system of specified discharge as per tech. spec. including supply of surface pump sets of 3HP, transportation of miscellaneous materials form Resources sub divisional stores for STW structures for different locations in different district including providing training to water users association and Comprehensive maintenance for five (5) years as per Annexure-VII and name & particular of schemes as per Annexure-B 2 2.11 - Do- For –I-1 Block under 47 5.4 100 L for single Credential, or 80 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-215 Lakhs & Average Annual Turn over for three year of last Five years-330 Lakhs 2.12 - Do- For Tufanganj –I-2 Block under 42 4.5 90 L for single Credential, or 70 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-235 Lakhs & Average Annual Turn over for three year of last Five years-300 Lakhs 2.13 - Do- For Coochbehar–I-1 Block under 24 2.5 50 L for single Credential, or 40Lakhs for 2 nos Coochbehar District lakhs credential, or Running works-Rs-100 Lakhs & 60 days Average Annual Turn over for three year of last from Five years-160 Lakhs 2.14 - Do- For Kharibari-1 under Darjeeling 36 the 4 80 L for single Credential, or 60 Lakhs for 2 nos District issue of Lakhs credential, or Running works-Rs-160 Lakhs & work Average Annual Turn over for three year of last order Five years-250 Lakhs 2.15 - Do- For Kharibari-2 under Darjeeling 42 60 days 4.5 95 L for single Credential, or 70 Lakhs for 2 nos District from Lakhs credential, or Running works-Rs-190 Lakhs & the Average Annual Turn over for three year of last issue of Five years-290 Lakhs 2.16 - Do- For Phansidewa-1 under 8 work 0.9 18 L for single Credential, or 13Lakhs for 2 nos Darjeeling District order Lakhs credential, or Running works-Rs-35 Lakhs & Average Annual Turn over for three year of last Five years-55 Lakhs 2.17 - Do- For Jalpaiguri Sadar-I under 17 1.75 35 L for single Credential, or 25 Lakhs for 2 nos Jalpaiguri District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3 3.1 Design, Supply , installation and 60 days commissioning of Solar PV system with from dual axis Manual Tracking system for the water pumping system of specified issue of discharge as per tech. spec. including work supply of surface pump sets of 5HP, order transportation of misc materials form 60 days Resources subdivisional stores for PDW from structures for different locations in the Alipurduar district including providing issue of work training to water users association and order Comprehensive maintenance for five (5) years as per Annexure-IX and name & particular of schemes as per Annexure-C 3.11 -Do- for Kumargram-1 Block Under 24 6 80 L for single Credential, or 60 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-180 Lakhs & Average Annual Turn over for three year of last Five years-250 Lakhs 3.12 -Do- for Kumargram-2 Block Under 24 6 80 L for single Credential, or 60 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-180 Lakhs & Average Annual Turn over for three year of last Five years-250 Lakhs 3.13 -Do- for Kumargram-3 Block Under 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3.14 -Do- for Kumargram-4 Block Under 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3.15 -Do- for Kumargram-5 Block Under 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3.16 -Do- for Kumargram-6 Block Under 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3.17 -Do- for Kumargram-7 Block Under 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3.18 -Do- for Kumargram-8 Block Under 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos Alipurduar District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3.19 -Do- for Kalchini Block Under Alipurduar 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos District lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 3.20 -Do- for Madari Block Under Alipurduar 12 1.75 35 L for single Credential, or 25 Lakhs for 2 nos District Lakhs credential, or Running works-Rs-70 Lakhs & Average Annual Turn over for three year of last Five years-100 Lakhs 4 4.1 -Design , supply , transport , installation, 60 days testing and commissioning of sprinkler from irrigation to 8 Ha as per tech. spec. with the issue of Solar PV dual axis Manual Tracking work system according to guidelines of order National Mission on Micro Irrigation System with ISI marked materials as per relevant standards for the scheme at different locations in different district including providing training to water users association and Comprehensive maintenance for five (5) years as per Annexure-XI and name & particular of schemes as per Annexure-D 4.11 -Do- For Darjeeling 2 0.5 10 L for single Credential, or 7.5 Lakhs for 2 nos lakhs credential, or Running works-Rs-20 Lakhs & Average Annual Turn over for three year of last Five years-30 Lakhs 4.12 Do- For Jalpaiguri District 9 2.5 50 L for single Credential, or 35 Lakhs for 2 nos lakhs credential, or Running works-Rs-100 Lakhs & Average Annual Turn over for three year of last Five years-150 Lakhs 4.13 Do- For Alipurduar District 20 5 100 L for single Credential, or 75 Lakhs for 2 nos lakhs credential, or Running works-Rs-200 Lakhs & Average Annual Turn over for three year of last Five years-350 Lakhs 5 5.1 Design , supply , transport , installation, 60 days testing and commissioning of sprinkler from irrigation to 3 Ha as per tech. spec. with the issue of Solar PV dual axis Manual Tracking work system according to guidelines of order National Mission on Micro Irrigation System with ISI marked materials as per relevant standards for the scheme at different locations in Coochbehar district including providing training to water users association and Comprehensive maintenance for five (5) years as per Annexure-XII and name & particular of schemes as per Annexure-E 5.11 Do- for Tufanganj-II-1 Block under 10 0.9 18 L for single Credential, or 13 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-35 Lakhs & Average Annual Turn over for three year of last Five years-55 Lakhs 5.12 -Do- for Tufanganj-II-2 Block under 10 0.9 18 L for single Credential, or 13 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-35 Lakhs & Average Annual Turn over for three year of last Five years-55 Lakhs 5.13 -Do- for Tufanganj-II-3 Block under 10 0.9 18 L for single Credential, or 13 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-35 Lakhs & Average Annual Turn over for three year of last Five years-55 Lakhs 5.14 -Do- for Tufanganj-II-4 Block under 6 0.6 12 L for single Credential, or 9 Lakhs for 2 nos Coochbehar District :alks credential, or Running works-Rs-24 Lakhs & Average Annual Turn over for three year of last Five years-15 Lakhs 5.15 -Do- for Tufanganj-II-5 Block under 10 0.9 18 L for single Credential, or 13 Lakhs for 2 nos Coochbehar District lakhs credential, or Running works-Rs-35 Lakhs & Average Annual Turn over for three year of last Five years-55 Lakhs 5.16 -Do- for -II Block under 8 0.8 15 L for single Credential, or 10 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-30 Lakhs & Average Annual Turn over for three year of last Five years-45 Lakhs 5.17 Do- for Mathabhanga-I-1 Block under 12 1.25 25L for single Credential, or 18 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-50 Lakhs & Average Annual Turn over for three year of last Five years-75 Lakhs 5.18 Do- for Mathabhanga-II-1 Block under 10 0.9 18 L for single Credential, or 13 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-35 Lakhs & Average Annual Turn over for three year of last Five years-55 Lakhs 5.19 Do- for Mathabhanga-II-2 Block under 5 0.5 10 L for single Credential, or 7.5 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-20 Lakhs & Average Annual Turn over for three year of last Five years-30 Lakhs 5.20 Do- for Sitalkuchi Block under 5 0.5 10 L for single Credential, or 7.5 Lakhs for 2 nos Coochbehar District Lakhs credential, or Running works-Rs-20 Lakhs & Average Annual Turn over for three year of last Five years-30 Lakhs

Quantity mentioned is indicative only. The buyer reserves the right to increase or decrease the quantity to any extent as may be required within the rate validity period. LDTW- Light Duty Tube Well. STW- Shallow Tube Well PDW- Pump Dug Well. Mini RLI- Mini River Lift Irrigation SPSIS-Solar Powered Sprinkler Irrigation System.

2 In the event of e-Filling, intending bidder may download the Tender document from the website: http:// wbtenders.gov.in directly by the help of Digital Signature Certificate and Earnest Money to be submitted online.

3 The intending bidder must read the terms and condition of the NIT carefully. He should particularly go through the eligibility criteria required and satisfy himself of the requirements for eligibility. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required.

4 All information posted on the website consisting of NIT and related documents, Form 2911(ii), BOQ, Corrigendum etc. and Drawings if any, shall form part of the tender document

5. Eligibility for participation :Registered Company / Proprietorship Firm / Partnership firms / Unemployed Engineers Co-operative Societies, Consortium are eligible to participate subject to the fulfilment of eligibility criteria mentioned in clause 8.

6. Technical Bid and Financial Bid both shall be submitted online concurrently duly digitally signed in the Website https:// wbtenders.gov.in as per time schedule stated herein under. The documents submitted by the bidders should be properly indexed & self-attested.

7. The financial offer of the prospective bidders will be considered only if the Tenderer qualifies in the Technical Bid. The decision of the Superintending Engineer (A-M), Kolkata (A-M) Res. Circle, Kolkata will be final and binding on all concerned and no challenge against such decision will be entertained. The list of the qualified bidders will be displayed in the website on the scheduled date and time

8. Eligibility criteria for participation in tender: An intending bidder has to fulfil all the conditions as detailed in Clause 8(a) and 8(b) below: (a) Credential of similar nature of work : Intending tenderers shall have to produce credentials of a similar nature of completed work of the minimum value as detailed in clause 1 of this NIT

For submission of tender against more than one group, if the completion certificate is more than the amount required and as stipulated in any group in the Bid Documents, the balance amount of the same completion certificate could be treated as credential for any other group(s)provided it covers the entire value of credential sought.

In that case, bidder should specify the group no. with amount in Annexure - V.. for easy identification.

Similar nature of work covers :

(i) Installation & commissioning of minimum 2 HP Solar Photovoltaic Water Pumping Systems as a Photo Voltaic system integrator within last 5 years including this year under the authority of State/ Central Govt., Govt. undertaking/ Statutory Bodies constituted under the statute of the Central/ State Government. Or

ii) Registered Manufacturing Company / Firm / Corporation in of Solar PV Modules OR Solar Pump Controller (Conforming to relevant National / International Standards) [ Test Certificate from a MNRE accredited lab is mandatory] and performed supply of Solar Photovoltaic modules / Solar Pump Controller / Inverter [ Test Certificate from a MNRE accredited lab is mandatory] having value of supply as stated (a) above items within last 5 years excluding this year under the authority of State/ Central Govt., Govt. undertaking/ Statutory Bodies constituted under the statute of the Central/ State Government.

N.B. The credentials should be uploaded in the form of completion certificate from the competent authority clearly mentioning name, address, contract no. & email Id of the office , details of similar nature of works / supply work as mentioned , date of completion and executed amount against the work Order. Payment Certificate will not be considered as credential as per notification no.03-A/PW/O/10C-02/14 dtd. 12.03.15. (b) An Intending bidder : i) shall have to mandatorily submit test certificate of Photo Voltaic Water Pumping System from a MNRE accredited testing laboratory for the similar model upto 10HP at the time of bidding. Test certificates of PV water pumping system should have been issued on or after 1st January 2013. OR Shall have to submit the MNRE empanelled Agency certification for Photo Voltaic Rooftop and small power plant programme. OR

Installed & commissioned minimum 2 HP Solar Photovoltaic Water Pumping Systems as a Photo Voltaic system integrator within last 5 years excluding this year under the authority of State/ Central Govt., Govt. undertaking/ Statutory Bodies constituted under the statute of the Central/ State Government. OR

by a Consortium of two or three firms as partners having Installed & commissioned minimum 2 HP Solar Photovoltaic Water Pumping Systems as a Photo Voltaic system integrator within last 5 years excluding this year under the authority of State/ Central Govt., Govt. undertaking/ Statutory Bodies constituted under the statute of the Central/ State Government and shall comply with the following requirements :

[a] the bid shall include and meet all the criteria as laid down in the tender including the information listed in Clause 8.

[b] in case of a successful bid, the Agreement, shall be signed so as to be legally binding on all partners;

[c] one of the partners shall be nominated as being in charge, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners;

[d] the partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the consortium and the entire execution of the contract, including payment, shall be done exclusively with the partner in charge;

[e] all partners of the Consortium shall be liable jointly and severally for the execution of the contract in accordance with the contract terms, and a statement to this effect shall be included in the authorization mentioned under [c] above, as well as in the bid and in the Agreement [in case of a successful bid];

[f] The Consortium agreement should indicate precisely the role of all members in respect of planning, design, construction equipment, key personnel, work execution, and financing of the project. All members of the consortium should have active participation in execution during the currency of the contract. This should not be varied/modified subsequently without prior approval of the employer;

[g] The Consortium agreement should be registered in anywhere in India so as to be legally valid and binding on partners; and

[h] a copy of the Consortium Agreement entered into by the partners shall be submitted with the bid. Alternatively, a Letter of Intent to execute a Consortium Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement.

(I ) For Consortium Agencies, the figures for each of the partners of the consortium shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria. However, for a consortium to qualify, one partner must meet at least 50 percent of the minimum criteria who will be the lead partner and all the partners collectively must meet the rest of the qualifying norms in respect to the work experience & Turn over requirement. Failure to comply with this requirement will result in rejection of the Consortium’s bid.

(j) Any member of the Consortium member(s) shall not be eligible either in an individual capacity or part of any other consortium to participate in the tender, where the said consortium participates.

(k) Work order(s) will be placed to the lead member of the consortium.

Furnish details of participation proposed in the Consortium as below:

DETAILS OF PARTICIPATION IN THE CONSORTIUM

PARTICIPATION DETAILS FIRM ‘A’ FIRM ‘B’ FIRM ‘C’ (Lead Partner)

Financial Turnover

Name of the Banker(s)

Planning

Construction Equipment

Key Personnel

Execution of Work as per Cl 8. (Give details on contribution of each in the space provided)

ii) Shall have to submit authorisation of ( in MFG-I/II/III ): a) manufacturer of Solar Panels(indigenous) having Test Certificate of the same from MNRE approved Test Centre. Test certificate to be enclosed. Warranty certificate from manufacturer for PV modules covering clause 3 of Special Terms and conditions. b) CE /IEC certified solar control unit manufacturer having CPRI / ERDA certification on IP54 class on enclosure or its Authorised Distributors or Dealers. Authencity of distributorship with permission for issuing certificate should also be produced. Test certificate of CPRI/ERDA for IP 54 enclosure of solar control unit and CE / IEC certification(as detailed in technical specification) is to be enclosed. c) B.I.S. marked pump-motor with copy of BIS licence. d) manufacturer of HDPE pipe with all accessories . e) Manufacturer of solar structure. Bidder has options to submit authorisation of maximum 3 manufacturers for any item if deemed necessary. It is to be noted that supply of materials of other manufacturers beyond authorisation so uploaded during online submission of bid will not be accepted. (c) Annual turn over :: As noted in clause no-1 (d) Joint Venture of any type not allowed in this tender.

9. The intending Bidders must have valid trade license, Professional Tax receipt Challan for the current year, Pan Card with I.T. Return of Assessment year 2017-18, GSTIN & latest GST Return, written power of attorney of the signatory of the Bid if needed and Bankers’ Solvency Certificate to be accompanied with the Technical Bid documents.

10. Registered Unemployed Engineers Co-operative Societies are required to furnish valid Bye Law, Current Audit Report, Valid clearance Certificate from A.R.C.S for the current financial year along with other relevant supporting papers. (Non statutory Documents)

11. A prospective bidder shall be allowed to participate in the particular job either in the financial capacity of individual or as a partner of a firm. During Technical Evaluation of bid, financial capability to execute the work may be verified by the tender Accepting authority/Tender Committee.

12. The partnership firm shall furnish the registered partnership deed and in case of Ltd. & Pvt. Ltd company shall furnish the Article of Association and Memorandum. (Non statutory Documents) 13. Electrical Supervisor having valid license can supervise the installation of Pump Motor (compatible for Solar & Grid Power) and allied works, who is engaged by the Tenderer for this work. Agreement of appointment as per rule of supervision to be uploaded.

14. Issuance of work order as well as Payment will depend on site clearance and availability of fund in appropriate head and no claim whatsoever will be entertained for delay issuance of work order as well as payment. Work Layout for all types of schemes as mentioned in the description of work shall be given only after successful completion of well and pump house except for SPSIS schemes. The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works. However, work should be completed within stipulated period.

15. The bidders shall quote rate considering that no escalation and/or price adjustment will be allowed by the Department under any circumstances.

16. Constructional Labour Welfare Cess @ 1 (one) % of cost of contract ,Income Tax, GST & all other Statutory levy/ will be deducted from every bill of the selected agency.

17. Date & Time Schedule :

Sl.No. Particulars Date & Time

1 Date of uploading of NIT. Documents 1 9 .03.2018 at 9a m (online Publication Date)

2 Documents download start date. 19.03.2018 at 9 pm

3 Documents download end date. 09.04.2018 up to 6 pm

4 On Line Bid Submission start date. 19.03.2018 at 9 Am

5 On Line Bid Submission closing date. 09.04.2018 upto 6 PM

6 On Line Bid opening date for Technical proposal 12.04.2018 at 9 AM

7 Pre Bid Meeting 26.03.2018 at 1 PM

8 On Line Date of uploading list for Technical qualified To be informed after Technical Bid Bidder evaluation

9 Location of Bid Opening Conference hall at Khadya Bhawan, under WRIDD, 5th Floor, Block-A, Khadya Bhawan, 11A Mirza , Kolkata-87.

18. Earnest Money :Online receipt and refund of EMD of e-procurement through State Government e- Procurement portal. The following procedure to be adopted for deposit of EMD/ Bid Security/ Tender Fees related to e-Procurement of the State Government departments. This clause is also applicable for all categories of applicants. However, If a tenderer participates in more than one group, the difference amount of EMD is to submitted in the shape of Bank draft in favour of Executive Engineer(AM), Kolkata(AM) Resources Division on any scheduled Indian or foreign Bank located in Kolkata and approved by the Reserve Bank of India payable at Salt Lake/ Kolkata. Validity period of such instruments must be clearly noted on such documents. Scanned copy is to be uploaded with the tender.

A. Login by bidder:-

a) A bidder desirous of taking part in a tender invited by a State Government Office shall login to the e-Procurement portal of the Government of West Bengal https: //wbtenders.gov.in using his login ID and password.

b) He will select the tender to bid and initiate payment of pre-defined EMD / Tender Fees for that tender by selecting from either of the following payments modes:

Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through IClCI Bank Payment Gateway.

RTGS/NEFT in case of offline payment through bank account in any Bank. B. Payment procedure : i) Payment by Net Banking(any listed bank) through IClCI Bank Payment Gateway a. On selection of net banking as the payment mode, the bidder will be directed to IClCI Bank Payment Gateway webpage (along with a string containing a Unique ID) where he will select the Bank through which he wants to do the transaction.

b. Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction. c. Bidder will receive a confirmation message regarding success/failure of the transaction.

d. If the transaction is successful, the amount paid by the bidder will get credited in the respective Pooling account of the State Government maintained with the Focal Point Branch of IClCI Bank at R. N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees. e. If the transaction is failure, the bidder will again try for payment by going back to the first step. ii) Payment through RTGS/NEFT: On selection of RTGS/NEFT as the payment mode, the e-Procurement portal will show a pre-filled challan having the details to process RTGS/NEFT transaction.

The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using his Bank account.

Once payment is made, the bidder will come back to the e-Procurement portal after expiry of a reasonable time to enable the NEFT/RTGS process to complete, in order to verify the payment made and continue the bidding process.

If verification is successful, the fund will get credited to the respective Pooling account of the State Government maintained with the Focal Point Branch of IClCI Bank at R.N.Mukherjee Road, Kolkata for collection of EMD/Tender Fees. Hereafter, the bidder will go to e-Procurement portal for submission of his bid. But if the payment verification is unsuccessful, the amount will be returned to the bidder's account.

C. Refund/Settlement Process: i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in the e-Procurement portal of the State Government, the tender inviting authority will declare the status of the bids as successful or unsuccessful which will be made available, along with the details of the unsuccessful bidders, to IClCI Bank by the e-Procurement portal through web services.

ii. On receipt of the information from the e-Procurement portal, the Bank will refund, through an automated process, the EMD of the bidders disqualified at the technical evaluation to the respective bidders' bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of bid is uploaded to the e-Procurement portal by the tender inviting authority.

iii. Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the technically qualified bidders other than that of the L1 and L2 bidders will be refunded, through an automated process, to the respective bidders' bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is uploaded to the e-Procurement portal by the tender inviting authority. However, the L2 bidder should not be rejected till the LOI process is successful.

iv. If the L1 bidder accepts the LOI and the same is processed electronically in the e-Procurement portal, EMD of the L2 bidder will be refunded through an automated process, to his bank account from which he made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on Award of Contract (AOC) to the L1 bidder is uploaded to the e-Procurement portal by the tender inviting authority. A prospective bidder shall be allowed to participate in a particular job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job, all his applications will be rejected for that job, without assigning any reason thereof.

19. The intending tenderers are required to quote and submit the rates online only. No off line tender will be entertained. 20. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned before bidding. 21. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation abolition) Act. 1970 (b) .Apprentice Act. 1961 (c) minimum wage Act. 1948 and any notification thereof or any other laws relating there to and rules made and order issued to this effect from time to time.

22. All intending bidders are requested to be present in the chamber of the Superintending Engineer(AM), Kolkata(AM) Resources Circle.during opening of the Tender to observe the tender opening procedure.

23. NO CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances. 24. The Tender Inviting Authority reserves the right to cancel the e-N.I.T. due to unavoidable circumstances and no claim in this respect will entertained.

25. During scrutiny, if it is come to the notice to the tender inviting authority that the credential or any other papers of any bidders is incorrect/Manufactured/fabricated that tenderer will not be allowed to participate in the tender and that application will be out rightly rejected without any prejudice with forfeiture of earnest money forthwith. 26. The Tender document shall be filled up in English. All literatures and correspondence in connection with this e- Tender shall be in English.

27. Rates shall be inclusive of every demand in Indian Rupees for any location within the block specified in Cl-1

28. The Tender shall be valid up to 31.03.2019

29. No escalation and/ or price adjustment will be allowed by the Department under any circumstances. The contract signed with the successful bidder/s may be extended up to 12 (twelve) months on the same terms and conditions and by mutual consent between the vender and the purchaser.

30. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The Superintending Engineer (A-M), Kolkata (A-M) Res. Circle, Kolkata reserves the right to reject any or all the offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at any stage of Bidding.

31. In case if there is any objection regarding qualifying of the Agency in the Bid that should be lodged to the Superintending Engineer (A-M), Kolkata (A-M) Res. Circle, Kolkata within 2 working days from the date of publication of list of qualified Agency and beyond that time schedule no objection will be entertained. . In this regard the decision of the authority will be final and binding upon the contractor/supplier and no communication will not be entertained whatsoever.

32. The tender inviting Authority can call open / seal BID after opening the BID to obtain suitable rate ( if required). All the Bidder/ Authorised representatives may be present at the time of opening of the Open BID/Sealed BID. The Superintending Engineer (A-M), Kolkata (A-M) Res. Circle, Kolkata reserves the right to reject any or all the offer if the rate arrived is not within the permissible limit without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at any stage of Bidding. 33. The Tender notice along with the special terms and conditions to be issued with the Tender documents along with the addendum and corrigendum shall form part and parcel of the Tender.

34. An Affidavit as per given format in Annexure-IV in non-judicial stamp paper of Rs. 100/- duly certified by a Notary should be submitted by the participant as well as his manufacturer that he is not barred/delisted/black listed by Govt./ Undertaking(Govt.) during last 5(five) years .

35. If a PV System integrator (in form of Mfg-I) participates in the group, he should not authorize any other agency to participate in the said group. If however, both participate in the same group, the offer of the PV System integrator will only be evaluated and offer(s) of his Authorized Dealer / Authorized Distributor, if any, would be summarily treated as Disqualified / Non Responsive. 36. Quantity mentioned is indicative only. The buyer reserves the right to increase or decrease the quantity to any extent as may be required within the rate validity period

37. If the date of opening of financial bid happens to be a holiday / disturbed by bandh call or otherwise, then the date of opening of bid shall be the next available official day.

38. Superintending Engineer (A-M) Kolkata (A-M) Resources Circle (1st floor), Salt Lake City, Mayukh Bhawan, Kolkata – 700 091 is Tender Inviting Authority . 39. The Specification for the works made of execution and measurement will be governed by the specification laid down in the tender and relevant provision of IS code & as per base practice according to the direction of Engineer-in-charge.

GENERAL TERMS AND CONDITIONS

1.0 Earnest Money

1.2 Forfeiture of Earnest Money Deposit. Earnest Money deposit is liable for forfeiture in the event of: - a) Withdrawal of offers while offers are under consideration during the validity period. b) Non acceptance of Supply Orders c) Non execution of Agreement in WBF 2911 within the stipulated time, after receiving the Supply Order. d) Any unilateral revision made by the Tenderer during the validity period of the offer.

1.3 Refund of Earnest Money deposit: See Earnest Money clause no-18C of NIT.

2.0 RESPONSIVE TENDERER:. Tender fulfilling all conditions and criteria set forth and qualifying in Technical Bid as well as making submission of Financial Bid in stipulated manners shall be considered as responsive 3.0 METHOD OF TENDERING: i) If the Tender is made by an individual it shall be signed by the individual in his full name and current address over rubber stamp. ii) If the Tender is made by a proprietary firm, it shall be signed by the proprietor in his full name of his firm with its current address over rubber stamp. If the Tender is made by a firm in partnership, it shall be signed by all the partners of the firm in their full names and current addresses or by a partner holding the power of attorney for the firm for signing the Tender in which case a certified copy of the power of attorney /partnership deed shall accompany with the Tender, all over the corresponding rubber stamp. iii) If the Tender is made by a Pvt. Company/limited company or limited corporation, it shall be signed by a duly authorized person holding the power of attorney for signing the Tender in which case a certified copy of power of attorney shall accompanied with the Tender. Such limited company or corporation may be required to furnish satisfactory evidence of its existence before the contract is awarded. iv) All witness and sureties shall be person of status and probity and their full names, occupations, addresses shall be stated below their signatures. v) Cancellation of any document such as power of attorney, partnership deed etc. should be communicated forthwith by the Tenderer in writing failing which this department shall have no responsibility or liability for any action on the strength of the said document. vi) The Tenderer can participate in any or all the groups as mentioned in the Bid Document.

4. Conditions & Criteria for Qualifying In Technical Bid:- (a) Qualification in Technical Bid will be evaluated from Tender documents submitted by the Bidder as stipulated later in Sub-clause A1 & A2 of Clause 4.2 of the Instruction to Bidders of the Tender Document.

(b) For qualifying in Technical Bid, the Tenderer while participating in any group, shall have to submit a minimum credential as stipulated above in the Clause no.-1 of this NIT. (c). Payment Certificate will not be considered as credential as per notification no.03-A/PW/O/10C-02/14 dtd. 12.03.15. Completion Certificate should be obtained from not below the Rank of the Executive Engineer from any Govt, Semi- Govt, or Undertaking Authorities. Payment certificate and Supply /work Orders should not be uploaded in the tender. In this regard the tender inviting authority may cancel the tender.

(d). Financial Capability for evaluating eligibility of Qualification of Tenderer Following Documents in support of financial capability shall have to enclosed with the tender in the form of – (i)Audited Balance Sheet showing Profit & Loss Account for the latest year. (i) Bankers Certificate not older than 01.01.2017 should exclusively indicate the financial Soundness of Tenderer such as year of opening of account, credit worthiness, if any, in the form of over draft facilities enjoyed by the Tenderer.

5. Quoting of Rates for any Groups in the BOQ a) Tenderer shall have to quote Rate / Price in the cells provided in the BOQ . Tenderer may quote Rate / Price in any group. Rates have been asked for the items with both for monocrystalline and poly crystalline solar photo voltaic modules. The bidder has to quote rates both for monocrystalline and polycrystalline solar photo voltaic modules. b) All Tender prices shall have to be quoted in BOQ inclusive of every demand for execution of the job. Rate offered in any other form will lead to cancellation of the offer. c) The price should be firm, final, and irrevocable and not subject to any change whatsoever even due to increase in cost of material component, labour cost etc. and any change of statutory levies till the completion of the contract. The intending bidders are required to quote and submit the Rates on-line only. No off-line Tender will be entertained

6.Rate validity: The rate should be valid up to 31.03.2019. The rate should also be valid for any district beyond the district mentioned in the tender and to be arrived at par with the rate in the vicinity of the districts noted in the tender.

7 . EVALUATION OF TENDERS FOR ANY GROUP QUALIFYING IN TECHNICAL BID All Tenders will be evaluated and compared on the basis of non-statutory & statutory documents and other criteria as indicated in the tender document.

8. EVALUATION OF TENDERS FOR ANY GROUP QUALIFYING IN FINANCIAL BID The BOQ will generate itemwise comparative statement with two rates. (i) Rate for the entire item with monocrystalline solar photo voltaic module. (ii) Rate for the entire item with polycrystalline solar photo voltaic module. Itemwise evaluation will be done on the basis of qualified technical bids and rate/price quoted in BOQ . The tender inviting authority reserves the right to select the LI bidder out of the above two offer. Decision shall be taken based on technical advantage and economic viability.

9. The tender inviting authority shall have right to revoke the tender evaluation process if any technical problems arises at any stage of evaluation process mentioned in clause -7 and 8.

10 AWARD OF CONTRACT Award is to be made to the Tenderer whose responsive Bid is determined to be the Lowest Evaluated Tender and who fulfils conditions and criteria for qualifying in Technical Bid and meets the appropriate standards of commercial norms. The Buyer reserves the right to accept or reject any or all the Tenders without showing any reason whatsoever. and may distribute the works amongst the responsive Tenderers if considered necessary. The Buyer also reserves the right to waive any minor deviation or omission. In case of tie amongst responsive Tenderers offering same rate in any group the Buyer reserves the right to distribute the entire Supply of that group amongst those tenderers.

11. Execution of agreement. Successful Tenderer shall have to execute agreement in triplicate in West Bengal Form No-2911 with the Tender Inviting Authority or with any Executive Engineer in the Department of Water Resources Investigation and Development as will be indicated in the AOC/ Work order within 15(fifteen) days from the date of issue of contract award. For purchase of agreement paper, tenderer has to make payment through online GRIPS portal. If the contractor fails to perform the formalities within the specified period, the tender will liable to be cancelled and earnest money will be forfeited. Earnest Money constituting 2% (inclusive of online token Earnest Money deposited with the tender) of the work order value has to be deposited as per existing rule at the time of execution of agreement. The difference amount of earnest money deposited in shape of Bank draft with the tender will be released after execution of agreement.

12. Adjustment in Quoted quantity The buyer reserves the right to increase or decrease the specified Quoted quantity for any item without adjustment in accepted Unit Quoted Rates. Time to time work orders may be placed by the Circle / Divisional level officers of this Directorate for installation of solar pumping system as desired by the said Circle / Division with the same terms and conditions and approved rate thus evaluated in this NIT. 13 INSPECTION Inspection of the tendered items will be undertaken by the Manufacturer irrespective of the Tenderer being manufacturer or authorized dealer or distributor / PV integrator. The Tender Inviting Authority or his authorized representative shall have the right to visit the place of the Manufacturer at any stage during manufacturing of the Quoted items. The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. All related test reports shall have to be produced to Engineer - in- charge and installation shall start after satisfaction of EIC. In case of any materials found defective/in appropriate/seems to be degraded which is not confirming the specification, make as per the Tender documents, will be liable for 100% ( hundred percentage) replacement of the materials as per the schedule described in tender documents or even cancellation of the order. The replacement or withdrawal of the materials shall have to done immediately after found defective/degraded and charges of the replacement/withdrawn to be borne by the agency. The agency/supplier who supplied such materials intentionally and which didn’t match the specifications/tender documents/ as per schedule may be terminated and may be debarred/blacklisted. In this regard the decision of the authority will be final and binding upon the contractor/supplier and no communication will not be entertained whatsoever.

14. Liquidated damages : According to clause 2 & 3 of W.B.Form no.2911

15. Time extension against the Force Majure Time extension may be granted against force majeure and other cases on submission of a written prayer/application to the Tender inviting authority. 16. Defaults If the Tenderer fails to execute the work within the time specified or any granted extension period, Tender Inviting Authority may by written notice to the Tenderer, terminate the right of the Tenderer to proceed with any or all the remaining part of the contract. Such breach on the part of the Tenderer will result in the forfeiture of Tenderer’s earnest money and in addition, the Tender Inviting Authority reserves the right to procure from other agency for the unexecuted work and also to recover any excess cost so involved from the Tenderer. 17. Payment of Bill A. Payment will be made by the concerned Executive Engineers on completion of the job as per specification and in good condition and subject to availability of fund. B. Constructional Labour Welfare Cess @ 1 (one) % of cost of contract ,Income Tax, GST & all other Statutory levy/ supplier in accordance with the relevant section of the prevailing rules security deposit, Comprehensive maintenance amount will be deducted from every bill of the selected agency.

18. Release of security money for Performance:- Security for performance shall be released on fulfilment of conditions as laid down in warranty clauses with the written consent of the Tender Inviting Authority.

19. Penalty for suppression/distortion of facts:- If any contractor/bidder fails to produce the original hard copies of the documents on demand by the Tender Inviting Authority within the specified time frame or if any deviation is detected in the hard copies from the corresponding uploaded soft copies or if is any suppression /distortion /falsification noticed/detected/pointed out at any stage of e tender process till execution of works and if found guilty, the Tender Inviting Authority will immediately bring the mater to the notice of the Tender Committee who may recommend suitable punitive actions against the bidder. The contractor/bidder may be suspended from participating in all future tender on any tender platform of WRDD on approval of the Tender Committee for a maximum period of 3 (three) years. In addition his/her EMD will stand forfeited by the Government. Even if the falsification/distortion is found during execution of work, the payment shall be stopped immediately and all materials shall be taken back. Payments made if any shall have to be returned to the Government account. Besides the WRI&DD department may also take appropriate legal actions including blacklisting of the defaulting contractor/bidder and debarring him/her from participating in any State Govt. tender for period upto three years.

SPECIAL TERMS & CONDITIONS

1. Insurance : The bidder shall provide insurance coverage due to theft / natural calamity and acceptance for replacement or repair of any part of the system due to damage or loss for a period of 5 years including warranty period of 1(one) year. The insurance is to be executed in the name of the bidder. 2. OPERATION, MAINTAINANCE AND AFTER SALES SERVICE :

Operation and Maintenance Manual, both in English and Bengali language, should be provided with each of the solar PV pumping system. The Manual should have information about solar energy, photovoltaic, modules, motor pump set, tracking system, mounting structures, electronics and switches. It should also have clear instructions about mounting of PV module, DO's and DONT's and on regular maintenance and Trouble Shooting of the pumping system. Name and address of the person or Centre to be contacted in case of failure or complaint should also be provided. A warranty card for the modules and controlling unit should also be provided to the beneficiary. 3. WARRANTY : The entire system will be covered under a warranty against all design and manufacturing defects for a period of 5 years.. The PV Modules must be warranted for 25 year for its output wattage. The Agency shall warrant that the goods supplied for installation and commissioning of the project under the contract are new, unused, and most recent or current models and incorporate all recent improvement in drawing and technical specification unless provided otherwise in the contract. The supplier shall further warrant that the goods supplied under this contract shall have no defect arising out of materials or workmanship (except the allowable tolerance in drawing and technical specification of Tender Document) or from any act of omission of the supplier that may develop under normal use of the supplied goods in the condition obtained in the point of final destination. The bidder shall provide warranty for 01 year and comprehensive maintenance for four (4) years thereafter. However, the PV modules must be warranted for output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years. The PCU should have free replacement warranty of 5(five) years. The warranty shall cover the following: a) Complaints about fault (s) received by courier , telephone, fax, email or SMS or whatever communication method shall be attended by the supplier within three (3) working days by site visit etc.

b) Adequate stock of spare parts should be maintained so that unit becomes operational within maximum 3(three) days of complaint. c) Technical backup to the beneficiaries: They shall have to provide training to the beneficiaries regarding capacity building in all the aspects of the system like use and maintenance of PV modules and associated electrical controlling units for optimum output etc. d) Monthly checking up of the system as per requirement, for proper operation of the system. e) The scope of work includes repairing /replacement to make the system functional within comprehensive warranty period whenever a complaint is lodged by the user. The contractor shall attend the same within a reasonable period of time and in any case a breakdown shall be rectified within a period not exceeding 3(three)days. f) If the system or any component of it is found damaged/defective due to non maintenance and repair by the contractor, the cost for correcting the broken system (including component/material cost) will be deducted from contractor’s payment/security deposit. g) Earnest Money Deposit to be deposited online by the Tenderer / Bidder as described in clause 18 of e-N.I.T will be converted to security by deducting the balance amount form bills so as to constitute 10% of the accepted value of work . Earnest Money of the unsuccessful Bidder(s) will be refunded without any interest. The total 10% Security Deposit will be released after successful completion of warranty period of 01(one) year. h) For comprehensive maintenance, Rs. 5.92 per Wp for each year for 4( four) years ( i.e 5.92 x 4 =Rs. 23.68 per Wp) is to be withheld in addition to S.D . S.D will be released after expiry of warranty period of 1 year & Comprehensive maintenance charges will be released @ 5.92 per Wp per year at the end of each maintenance period i.e.at the end of 2nd year, 3rd year, 4th year, 5th year. In case the “Bidder” does not provide service during the warrantee & comprehensive maintenance period, the amount so held up will be forfeited. However, 04(four nos)Bank Guarantee of above amount valid for 2 years, 3 years, 4 years, and 5 years is also acceptable. In that case CMC charge withheld shall be released after submission of Bank Guarantee. Accordingly , the bidder shall have to quote rate inclusive of post-warranty CMC charge . 4. The acceptance of the tender will rest with the accepting authority that does not bind him to accept the lowest or any other tender and reserves the right to reject in part or in full of all tenders received or to split up the work in different groups without assigning any reason thereof. 5. Tender, which do not fulfill the conditions specified in the tender documents or do not fulfill the requirement of the tender in any respect will be liable for rejection. 6. The successful Tenderer /Bidder will remain liable for following the West Bengal Contract Labour (Regulation & Abolition) Rules in force. . All provisions of labour laws including all amendments thereof shall be strictly followed by the contractor for execution of the work under this contract. 7. Contractor will not be entitled for any compensation for rejection of his tender. 8. Contractor / Tenderer / Bidder should furnish self declaration of history of arbitration/ litigation/ suspension and /or banning of the firm, if any.

INSTRUCTION TO BIDDERS

Instruction / Guidelines for tenders for electronics submission of the tenders online have been annexed for assisting the contractors to participate in e-tendering.

1. Registration of contractor:

Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system, through logging on to https://www.wbtenders.gov.in. The contractor is to click on the link for e-Tendering site as given on the web portal.

2. Digital Signature certificate (DSC):

Each contractor is required to obtain a Class –II or Class-III Digital Signature Certificate (DSC) for submission of tenders from the approved service provider of the National Information Centre (NIC) on payment of requisite amount details are available at the Web site stated in clause-I of Guideline to Bidder DSC is given as a USB e-Token.

3. Collection of Tender Documents:

The Contractor can search & download NIT & Tender Documents electronically from computer once he logs on the website mentioned in clause 1 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents.

4. Submission Of Tenders:

4.1 General process of submission:

Tenders are to be submitted through online to the website stated above in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date & time using the Digital Signature Certificate (DSC). The documents are to be uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed into non readable formats)

4.2 Technical Proposal:

The Technical Proposal should contain scanned copies of the following further in two covers (folders)

A.1. Statutory Cover Containing. (to be submitted in “Technical folder ” folder)

i) Prequalification Application.

ii) Tender form no. 2911(ii) & NIT with all addendum & corrigendum (download & upload the same Digitally Singed) Quoting rate will only encrypted in the B.O.Q under Financial Bid in Case quoting any rate in 2911(ii) the tender liable to summarily rejected.

iii) EMD as per clause no-18 as prescribed in the NIT, against each group of work in favour of Executive Engineer (A-M), Kolkata (A-M) Resources Division, payable at, Salt Lake/ Service Branch, Kolkata . iv) Test certificate of complete PV water pumping system from MNRE accredited testing laboratory/ empanelled agency certification from MNRE (as applicable).

v) Test certificate from MNRE approved lab. for PV module, Domestic Content Requirement Certificate, Performance certificate of PV modules for last 3(three) years. vi) CE / IEC certification on 61683 , 60068-2 and SIL for VFD modules . vii) Warranty certificate from manufacturer for PV modules covering clause 3 of Special Terms and conditions. viii) Scheme drawing alongwith PV voltage and current calculation, wiring diagram of PCU & PV array mentioning make of each and every component. ix) The structural and foundation drawing. x) Drawing of enclosure and IP 54 test certificate of enclosure. xi) BIS licence of motor pump set xii) Letter of Authority from the manufacturer / Distributers as per format furnished in Annex-MFG-I, II & III (whichever is applicable) xiii) Self attested copy of execution certificate in respect of satisfactory completion of work of Prescribed value as stated in clause 8 of NIT in the form of Completion Certificate . xiv) An affidavit as per Annexure- IV (Clause 34 of Bid Document) of satisfactory conduct on the part of the tenderer in dealing with Govt/Govt. Undertaking works.

A.2. Non Statutory / Technical Documents Cover Containing.

1. Self-attested copy of Trade License certificate. 2. Authenticated copy of Partnership deed in case of Partnership Firm. 3. Self-attested copy of Sales GSTIN registration certificate 4. Self-attested copy of Income Tax PAN Number 5. Copy of Audited Balance Sheet, Copy of Bankers certificate and Average Annual Turnover in last three years should be certified from any registered Chartered Farm. 6. Power of Attorney (For Partnership Firm/ Private Limited Company) 7. Registration Certificate under Company Act.(if applicable) 8. I.T. Return of last 3 (three) Assessment year

THE ABOVE STATED NON STATUTORY / TECHNICAL DOCUMENTS SHALL BE UPLOADED on the website http://wbtenders.gov.in IN THE FOLLOWING MANNER.

Scanned copies of above stated non-statutory / technical documents shall be uploaded on the website http://wbtenders.gov.in in the Non Stautory Cover after converting the same to PDF in the following manner.

Sl Category Name Sub Category Documents to be uploaded No. Description

1) GSTIN with latest GST return. Certificate(s) Certificate(s) 2) PAN CARD with Latest IT Return ( A.Y.2017-18 ) A. 3) P. Tax Deposit Receipt Challan (F.Y2017-18 ). 4) Valid Electrical Supervisor licence with copy of agreement B. Company Company 1) Trade License for Proprietorship Firm Detail(s) Details 2) Registered Partnership Deed, Trade License for Partnership Firm 3) Incorporation Certificate, Trade License for Limited Company. 4) Society Registration Copy with bye laws , Trade License for Engineers Copt. Society. 5) Power of Attorney of the signatory of the Bid to commit the Bidder for partnership Firm / Limited Company C Credential Credential-1 i) For Similar nature of works as stated in clause 8 of this NIT, Completion Certificate clearly mentioning name, address, contact no & email Id of the office , details of similar nature of works with date of completion and executed amount against the work. In case the certificate is issued by any office under Water Resources Investigation & Development Department, Govt. Of West Bengal, then the contact no & email Id of the office is not mandatory to be mentioned in the completion certificate. ii) Authentication Certificate of Manufacturer as stated in Clause 8 and 4.2 A.I of ITB.

D. Financial Report P/L & Audited Profit & Loss Statements and Balance Sheet for the last 3 years Balance Sheet prior to the date issue of the tender notice.

1. Average Annual Turnover last three years should be certified from any registered Chartered Farm.

Note: Failure of submission of any of the above mention documents will render the tender liable to summarily rejected for both statutory & non statutory cover.

4.3 Financial Proposal :

i) The financial proposal should contain the following documents in one cover (folder) i.e Bill of Quantities (BOQ) the contractor is to quote the rate (percentage above/below/at par) online through computer in the space marked for quoting rate in the BOQ.

ii) Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor.

5. Addenda/Corrigenda: If published.(name of the file should be “corrigendm.pdf”) Contractors are to keep track of all the Addendum/corrigendum issued with a particular tender and upload all the above digitally signed along with the NIT. Tenders submitted without the Addendum/ Corrigendum are liable to be treated as informal and thereby rejected.

6. Site Inspection before submission of tender:

Before submitting any tender, the intending tenders should make themselves acquainted thoroughly with the local conditions and take into consideration all factors and difficulties likely to be involved in the execution of work in all respect including transportation of materials, communication facilities, climate conditions nature of soil, availability of local labour and market rate prevailing in the locality etc. and no claim, whatsoever will be entertained on this account afterwards.

7. Conditional and Incomplete Tender: Conditional and incomplete tenders are liable to summery rejection.

8. Opening & Evaluation of aTender:

8.1 Opening of Technical Proposal:-

Technical proposals will be opened by the Superintending Engineer(A-M) , Kolkata (A-M) Resource Circle. i) Intending tenderers may remain present if they so desire. ii) Cover (folder) statutory documents would be open first & if found in order and correct , cover(Folder) for non statutory documents will be opened. If there is any deficiency in the statutory & non statutory documents the tender will summarily be rejected. iii) Decrypted (transformed in to readable formats) documents of the non statutory cover will be downloaded & handed over to the tender evaluation committee.

iv) Uploading of summary list of technically qualified tenderers

N.B: While Evaluation, the committee may summon of the tenderers & seek clarification/ information or additional documents or original hard copy of any of the documents already submitted & if those are not produced within the stipulated time frame, their proposals will be liable for rejection.

8.2 Uploading of summary list of technically qualified tenderers :-

Pursuant to scrutiny and decision of the Tender Evaluation Authority (TEA) after Technical Bid Evaluation, the summary list of eligible bidders qualified through Technical Evaluation for a particular serial of work whose financial proposals will be considered, will be uploaded in the web portals.

While evaluation, the Authority may summon the bidders and seek clarification/ information or additional documents or original hardcopy of any of the documents already submitted and if this cannot produce within the stipulated time frame, their proposals will be liable for rejection.

8.3 Opening and evaluation of Financial Proposal:-

i) Financial proposals of tenderers declared technically eligible by the Tender evaluation Committee will be opened electronically from the web portal on the prescribed date and time.

ii) The encrypted copies will be decrypted and the rates will be read out to the contractors remaining present at that time. 9. .Special terms & conditions: Special Terms & Conditions of the bid are attached with this notice.

10 . Acceptance of Tender:-

Lowest valid rate should normally be accepted. However, the Tender Accepting Authority does not bind himself to do so and reserve the right to reject any or all the tenders, for valid reasons and also deserves the right to distribute the work amongst more than one tenderer.

The Bidder whose Bid has been accepted will be notified by the tender Inviting & Accepting Authority through acceptance letter/Letter of Acceptance. The letter of Acceptance will constitute the formation of the contract. The Agreement in W.B.F. No. 2911(ii) will incorporate all necessary documents e.g. NI.T. all corrigendum, special terms & condition, specification of work, Drawings, different filled up forms, B.O.Q. and the same will be constituted between the Accepting Authority and the successful Bidder. 11. Rejection of Bid:- The Employer (tender accepting authority) reserves the right to accept or reject any Bid to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s (tender accepting authority) action.

DESIGN, SUPPLY INSTALLATION OF SOLAR IRRIGATION PUMPING SYSTEM USING DUAL-AXIS MANUAL TRACKING WITH SEASONAL TILTING SYSTEM INCLUDING SUPPLY OF ALL MATERIALS FOR COMMISIONING OF LDTW/STW/PDW/MINI RLI, SPSIS,SCHEME and COMPREHENSIVE MAINTENANCE FOR 5 YEARS.

1.Introduction

Broad objective of the project is water supply for irrigation through electrically operated Surface mounted / Submersible electromotor pump sets , which will be driven by solar power as and when available. In absence of solar power, the pumpsets will be driven by grid power. The changeover will be manual.

The data logger will store specified parameters and transfer them on-line to a central server and displayed through a web application. Remote monitoring through internet without any necessity to visit the site is an essential requirement.

For effective use of the solar panel, it is essential to tilt the system at an interval to maximize solar power availability. This adjustment will be quarterly to start with and will be responsibility of bidder during the specified period of comprehensive warranty.

This technical specification describes the electrical, electronic and solar subsystems to be supplied for achieving this objective. Any other minor component that is essential for operation will be considered to be part of the deliverables whether explicitly mentioned in this document or not.

BLOCK DIAGRAM

Internet GSM/GPRS

Report generation at

Data Logger with Server buyers end thru memory device Database internet

DC SPD DC MCB 32A 3pole Solar Panel Change over Solar Power

Switch for control Unit Submersible/ selection of Surface 3Φ AC SPD solar/grid AC MPCB motor Grid Power power through 3Φ meter

SPD - Surge Protection Device MPCB- Motor Protection Circuit Breaker Note: Equipment earthing should be through SPD.

2. General

2.1 Scope of work Scope of work shall include supply, installation and commissioning of all components necessary for implementation of the functional requirements described in objective (refer introduction in section 1) and the subsequent sections. This will include but will not be limited to Mechanical, Electrical and Electronic Hardware, Application Software, Data Communication Devices, Power and Signal Cabling including necessary Trenching and Junction boxes, Power Supplies, and all structures and fittings necessary for installation of all subsystems. Following items will be considered an integral part of deliverables.

2.2 Documentation

The Bidder shall supply full documentation for installation, operation and maintenance of the system in English. Two hardcopies (in printed form) and two softcopies in separate media in CDROM/DVD of each manual will be a part of deliverables. Manuals shall be for the system and each subsystem as detailed in the following sections. Documentation shall include System Block Diagrams, Layout Diagrams, and Line Diagrams and Wiring Diagrams for external connections, Interface Specifications, Protocols supported and configuration procedures, as applicable. Diagnostic Programs and Tools - Diagnostic Hardware and Software (including all necessary tools and tackles) required for maintenance shall have to be explained in detail in the documentation.

2.3 Training The successful bidder will train the users on operation and maintenance of the system. Apart from departmental staff, the training should include the local WUA, who should be able to take care of minor day-to-day problems. They should also be able to report the problem properly to the appropriate authorities in proper format.

2.4 Training Plan, Schedule and Course outline The Bidder will prepare a training plan indicating course outline, brief contents and schedules and include the same in the Bid document. Training will be repeated each year during the Warranty and AMC periods for refreshing the trained staff and training additional staff.

2.5 Cost of Training The Bidder is responsible for all training costs including the salaries of the training instructors and expenses for preparation and distribution of all training materials. The costs of travel, transportation and per diem expenses of the trainees shall be borne by the Purchaser.

2.6 Installation Bidder will supply installation manual of system and each subsystem supplied by the respective manufacturers (solar panel, pump, motor, data logger etc.) as a part of documentation. Installation procedure/guidelines recommended by will be followed during the installation process.

2.6.1 Temporary Flooding All the subsystems and wiring will be installed at a minimum height from ground to avoid damage due to temporary flooding and also convenient for human operation.

2.7 Operation and Maintenance (O&M)

2.7.1 Operation: Day-to-day operation will be responsibility of the buyer.

2.7.2 Guarantee for future support beyond warranty: The selected Bidder agrees to provide COMPREHENSIVE maintenance support for a minimum period of 05 years from the date of Final Acceptance of the system.

2.8 Performance Criteria

The system will be considered to be down if any of the following conditions are true: a. The pump is unable to function in solar mode in spite of solar radiation being of desirable level.

The following performance parameters must be strictly maintained.

2.8.1 Average uptime – 99% computed over one year 2.8.2 MTBF (Mean Time Between Failures) - 6 months 2.8.3 MTTR (Maximum Time To Repair): 24 hours Down time will be computed on 24x7 basis from the time buyer communicates the problem to the bidder over telephone, SMS, email, courier, written report or any other mode of communication. If the system is not brought to working condition and not producing desired output after 2 days from the date of intimation, then proportionate amount will be deducted from the performance guarantee withheld from the final bill.

2.9 Specifications and Model Offered

The specifications and models offered by the bidder will be part of the contract between purchaser and the selected bidder and will be used by the inspection authority to verify compliance on delivery. All goods supplied shall be new, unused and of the most recent or current models, incorporating all the latest improvements in design and materials used.

3. Common Environmental, Electrical and Other Specifications

3.1 Site Environment

The solar panel will be installed without any shelter and hence should be able to operate in the harsh open environment. The remaining equipments will be installed in the pump room. The equipments quoted must be able to operate in the ambient environment defined below :

Ambient Temperature 0 - 60 Degree C Relative Humidity 10 - 100% Altitude 0 - 1000 Metres Wind Speed 0 - 150 Km/hr (Applicable to solar panel and other outdoor components only)

3.2 Cabling

3.2.1 DC Cable a) Standard: UL-1581 (UV Rated). b) Working voltage: Up to 1100V. c) Temperature range: -15 Deg C to +70 Deg C. d) Outdoor Suitability: UV Resistant.

3.2.2 AC Cable :Power cables will be of one of the following specifications as applicable: a)PVC insulated (Heavy Duty) armored 3 core, 4 sq.mm. electric cable duly ISI marked as per IS- 1554(part-I) of 1988 with latest amendments. b)PVC insulated (Heavy Duty) 3 x 2 x 2.5 sq.mm. electric cable duly ISI marked as per IS- 694/1990 with latest amendments. c)PVC insulated (Heavy Duty) 3 x 1 x 1.5 sq.mm. electric cable duly ISI marked as per IS- 694/1990 with latest amendments. d)Electrical wire: 1.1 KV single core stranded FR PVC insulated & unsheathed single core stranded copper wire as per IS: 2551-1963 &IS: 9823-1978 / IS 694 / 1990; BS 2004 (1861)

3.2.2 Electronic Signal Cable: Cat 6 or better. 3.2.3 Cable Conduit  All DC & AC cable must be laid underground through HDPE PLB cable conduit while goes from one stand to another stand  This HDPE pipe must be PE63 grade  Cable sealing plug must be used for cable entry and exit into the conduit  If in case pipe joint pipe coupler must be used  Underground cable must be laid inside the ground at a trench depth of minimum 750mm

3.3 Interface

All electronic field instruments should conform to interface standards e.g. SDI-12, RS 485, 4-20mA Current Loop, wherever applicable.

3.4 Change Over Switch : A separate 3Φ , 32A , 6KW -rating-at 415V,10KA shock proof ,manual change over switch with neutral position in between two incomers to run the pump from solar or grid power is to be provided in which motor controllers will be connected separately(as shown in block diagram). This is in additional to the changeover switch provided in the PCU and of following features. . Ergonomic built . Ingress Protection class- 54 . Insulation voltage- 750V . Max. current rating- 80 KA rms . Compatible with AC23A devices . Frequency 50 Hz . Insulated sliding shutter . External handle to operate from outside at panel door with isolation from Electrical

3.7 Casing and Enclosure Standard (IP) : IP54 Enclosure Panel housing with test certificate from CPRI/ERDA to be installed at a suitable position on civil structure.  IP54 cable glands and louver filters with cover must be used  Canopy arrangement provided for protection from rain water  Double Door Arrangement . Outside door with pad lock for protected unauthorized access specially children. . Inside door will have START/STOP switch for operation with external graphic display from variable speed solar drive and indication lamps.  Metal Sheet Fabrication: . This housing box along with doors shall be fabricated out of MS sheet of fine quality and thickness of 2.0mm. Junction box body made out of 1.5mm thick sheet. . The door shall be made out of 2.0mm thick sheet steel and capable of withstanding the mechanical, electrical and Thermal stresses as well as the effect of humidity which are likely to be encountered in the services and at the same time ensuring the desired degree of the safety. . The mounting plate shall be galvanized and with thickness of 2.5 mm thick up to 600mm and 3mm above the height of 600mm to provide strength to the mounted equipment .Enclosure box should be made out of single piece construction; all sides of the box will be fabricated out of M.S. sheet of fine quality of CR-2 grade. . Two sides, rear cover, top & bottom sides will be fabricated out from single sheet. Only four corners can be welded from inside to form a complete box with TIG welding process only. . The box should be made with Z bending which will used to drain water, so that moisture does not collect against the seal. The door should be made out of single piece sheet steel. . Gland plate must be provided at top or bottom of the enclosure with flush type arrangement and must be fixed with self tapping screws with sealing gasket to ensure term IP protection. . Tolerance: sheet metal must have plus-minus one percent (+/1mm) tolerance on the overall dimensions and –ve rolling tolerance. There would not be any tolerance for non-metallic accessories, hinges, locks, and other hardware items. Overall diagonal accuracy of the enclosure should be within 1mm. . Between enclosure body and doors must have PU gasket .

If Stainless Steel enclosure then it must be minimum SS 304 grade.

If Power coated, enclosure must have following Paint Process: Triple surface treatment painting on enclosure surface – pass salt spray test upto 760Hrs. 1st Phase: Nanoceramic coating: A pre-treatment procedure for spray coat-priming-the nano ceramic coating. Should have corrosion protection After 168 hours of salt spray testing to DIN ISO 7253 2nd phase - Electrophoretic dipcoat-priming: Water-based polyester resins free from heavy metals, chromate and silicone, Finish- RAL 7035. Even layer formation on all surfaces, edges and in cavities, complete cavity sealing, Coat thickness approx. 20 µm DIN ISO 7253 3rd phase - Textured powder-coating: Electrostatic, environment-friendly powder coating based on polyester resin free from heavy metals, chromate and silicone, with a high level of mechanical resistance. Standard color RAL 7035 Good resistance to chemicals, temperature and weather. Decontamination should be done, Coating thickness approx. 80 µm

Note: Single door arrangement of above specification may be allowed for schemes with Pump House (LDTW, STW, PDW and Mini RLI). But double door arrangement is a must for SPSIS schemes. However, if Single Door enclosure of above specification is fitted inside a second enclosure with lock and Key arrangement, it will be allowed.

3.8 Weather Resistance. All outdoor components, particularly solar panel should be capable of working in rain, harsh environmental and weather conditions prevailing in the area.

3.9. Surge Arrester :  IEC 61643-1 Class-1 test and IEC 61643-11  Recommended discharge current 65kA

3.9a Earthing: Installation of electrode and connection of grounding conductor Earthing with 50 mm dia GI pipe 3.64 mm thick x 3.04 Mts. long and 1 x 4 SWG GI (Hot Dip) wire (4 Mts. long), 13 mm dia x 80 mm long GI bolts, double nuts, double washers incl. S & F 15 mm dia GI pipe protection (1 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level driven to an average depth of 3.65 Mts. below the ground level as per attached drawing. The earthing installations shall generally conform to IS:3043/1966 and requirements of Indian Electricity Rules, 1956. The electrode shall be buried in the ground vertically with its top not less than 200mm below the ground level. The pipe earth electrode shall be surrounded by, either salt & charcoal in alternate layers or a homogeneous mixture of the both, for a radius of about 150mm and up to a height of about 350mm below the top of the electrode. The balance portion of the excavated pit shall be filled with good quality soil and properly compacted. The earthing lead connecting the earth electrode to the apparatus or installation directly shall be of the same material as earth electrode. The earthing leads shall be either wires or strips of adequate size as specified and of either G.I. or tinned copper. The G.I. leads shall be connected to the electrode by means of 16mm dia G.I. nut bolts with flat & spring washer. The earthing lead from electrode onwards shall be suitably protected from mechanical injury by means of 15mm dia G.I. pipe for G.I. wires. The portion of this protection pipe within ground shall be buried at least 350 mm deep from ground level. An earthing electrode shall not be situated within a distance of 2 meter from the building whose installation system is being earthed. The cross sectional area of earth continuity conductor in electrical installation shall be of 8swg GI wire. The earth resistance for various installations shall be within 5(five) ohm for installation capacity up to 5 KW and 1(one) ohm for installation of higher capacity. All three-phase medium voltage equipments shall be earthed by two separate and distinct connections with earth through earth electrodes. Single phase equipments shall be earthed at least at one point. Pipe electrode earthing should be provided for the system. Earth bus bar: Supplying and fixing earth bar of galvanized M.S. Flat 40 mm × 5 mmx250mm on wall having clearance of 25 mm. from wall including providing 10mm drilled holes (on busbar) about 30 mm. apart complete with G.I. bolts, nuts, washers etc. as required for tapping.

3.9b Lightning Protection(pole mounted ): The Bidder has to setup lightning protection system including lightning rod, ground rod and conductors to protect the entire system. Lightning protection with 3" X 1.5" G.I pipe of 4 mts height with base flange in proper RCC foundation and S & F Lightning Conductor Air Terminal made of 20 mm dia 1000 mm long GI pipe (ISI Medium) having five discharge prongs of 4 SWG GI (Hot Dip) wire at top duly soldered with 7/16 stranded GI (Hot Dip) wire and 85 mm dia 6 mm thick GI base plate at bottom incl. necessary holes etc including supply & fixing GI (Hot Dip) strips 20 mm x 3 mm thick for horizontal run on the Parapet/Roof/ Wall with GI Saddles 1100 mm apart incl. mending good the damages to building works including Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts.

3.9c License/Certification In case the equipment needs any special licence or certification (e.g. license for radio transmission in certain frequency bands), it will be the Bidder’s responsibility to comply with the requirement.

Solar PV array :

4.1 MNRE Guidelines (http://mnre.gov.in)

The bidders shall have to conform to MNRE’s guidelines on solar-powered irrigation pump system.

4.2 Technology

The bidder will have to use indigenously produced solar cells to manufacture solar modules in the PV array. The indigenous manufacturer list as published by MNRE is enclosed. The bidder shall have to submit complete technical specification and data sheet of solar module used.

Cells :Monocrystalline or polycrystalline which will be decided during evaluation of bid by tender inviting authority. Glazing :Low-iron, high-transparency tempered glass (3.2mm thick) with an antireflection surface treatment Back sheet :Polyvinyl fluoride film (e.g. Tedlar) Encapsulation :Ethylene vinyl acetate glue laminate Frame :Natural 18 micron anodized aluminum alloy type 63400 WP or better.

4.3 Standards & Certifications: a) Modules supplied with the SPV water pumping systems should have certificate as per IEC 61215 specifications or equivalent National or International/ Standards. b) PV modules should be of minimum 125 Watt peak and must qualify from MNRE specified NABL accredited laboratory as per relevant IEC standard(enclose test reports/ certificate). Additionally the performance of PV modules at STC conditions may be tested at one of the IEC / NABL Accredited Testing Laboratories including Solar Energy Centre. c) PV modules to be used in a highly corrosive atmosphere (coastal areas, etc.) must qualify Salt Mist Corrosion Testing as per IEC 61701 /IS 61701. d) Modules must qualify to IEC 61730 Part I and II for safety qualification testing. e) The system shall have protections against lightning, hails and storms f) The terminal box on the module should have a provision for “Opening” for replacing the cable, if required. g) Proven Track Record (PTR) towards performance in any project in India of previously 03 years with supporting documents mentioning address, e-mail id and contact no. h) The modules should be domestic content requirement(DCR) certified. 4.4 Capacity Total rated power (peak) will be 6000 Wp(for 5HP) , 3600 Wp(for 3 HP) and 2400Wp(for 2HP) measured under Standard Test Conditions (STC). PV modules with minimum capacity of 125 Wp will be suitably connected in series/parallel to achieve rated capacity.

4.5 Efficiency and Fill Factor The PV modules will have a minimum efficiency of 15% and fill factor more than 70%

4.6 RFID Tag Each PV module must use a RF identification tag (RFID), mandatorily placed inside the module laminate, which must contain the following information: a. Name of the manufacturer of PV Module b. Model No c. Serial No. d. Month and year of the manufacture (separately for solar cells and module) e. Country of origin (separately for solar cells and module) f. I-V curve for the module g. Peak Wattage of the module Pm, Im, Vm and FF for the module h. Date and year of obtaining IEC PV module qualification certificate i. Name of the test lab issuing IEC certificate j. Other relevant information on traceability of solar cells and module as per ISO 9000 series. k. A distinctive serial number shall be engraved on the frame of the module or screen printed on the tedlar sheet of the module. Content of the RFID tag in printed form must be supplied as a part of documentation.

5.. Structure and Foundation: The bidder will have to construct requisite number of module structures (Each structure should have 1200 -1800 Wp PV Array capacity) to provide total 6000 Wp for 5HP , 3600Wp for 3HP and 2400Wp for 2 HP SPV modules being the most suited mounting structures to face the sun optimally.

5.1 .Mounting structure a)Should be of sufficient strength to bear the load of modules. b)The support structure used in the pumping system should be of BIS marked mild steel sections and hot dip galvanized with minimum 80 micron thickness .Arrangements to be provided to measure the zinc thickness with requisite measuring instrument.

c). Size of support structure : 40 mm x 40 mm x 6mm angles/ hollow rectangular sections In case of channels : 125 mm x 65 mm In case of bars : 65 mm x 6 mm

d)Size of vertical post: 200 mm mm heavy duty G.I. Pipe BIS Marked. e)All steel members of the structure including the pole, base plate, braces etc. should be hot dip galvanized with minimum 80 micron thickness. f)Only anti-theft fasteners should be used in the mounting structure. g)Since security of solar panels is a major concern it is required to design the pole and structure in such a way so that the chances of theft can be minimized. h)The junction and terminal box shall be of IP65 protected enclosure, where the module terminals shall be interconnected and output taken. The boxes on the module should have a provision for easy replacement of cable, wherever applicable. All nuts and bolts should be of BIS specification and should be corrosion free. The components of SPV systems are to be installed with anti-theft bolts/nuts.

5.2 Dual Axis Manual Tracking Structure Suitable dual axis tracking system to be incorporated by the bidder suitable for: . Daily Tracking across South-North Axis (+45 to -45 Deg) along with the Sun path. . Seasonal tilting across East-West Axis with for 12 month positions as per the latitude and longitude of that position. Manual tracking and tilting operation will be done by the trained WUA.

5.3 Foundation and Structural Drawings The bidder shall have to construct foundation with vertical post erected & fitted with foundation as per drawing. Any better foundation other than provided in the tender to meet the technical specification is also acceptable. Structure for fitting –fixing of Solar panel will be designed by the successful Bidder considering 150 km /Hr wind speed with provision of dual axis manual tracking system as defined in cl. 5.2 and the total area of module in each structure shall be limited to 12.5m²(max). The structural and foundation drawing shall have to be submitted with the tender otherwise the offer may be cancelled.

6.0 Solar Power Conditioning unit(PCU) : a) Should be CE / IEC 61683 and IEC 600682 certified and documents to be uploaded in support of the same. IEC 61508 SIL3 and ISO 13849-1 PLe b) Functional safety compliance as per ISO 13849-1 Pl-e / IEC 61508 SIL2 and documents to be uploaded in support of the same. c) Incomer: Separate MCB as per IEC 60947-2 standards and 10kA short-circuit protection with D-curve for both DC and AC supply. d) Built –in EMC filters . e) Maximum Power Point Tracker (MPPT) is to be provided for optimal use of the Solar panel. MPPT Range is 400 V DC to 800 V DC for 400 class and 120VDC to 550VDC for 200 class(only for 2 HP) f) Inverter should be provided for operation of motors at normal grid supply of 415 V ± 10%. g) Maximum AC Output Voltage Range is 380 V to 480 V. h) Detection of sudden changes of conditions. i) Selectable Stop Criteria (frequency and/ or power) j) The system shall have protections against i) dry run of motor pump set ii) Open circuit/ single phasing, iii) Over current, iv) accidental short circuit ,locked rotor condition. v) under and over voltage, frequency and vi) reverse polarity. vII) Low power . k) Module has to be designed at 50 deg C ambient temperature and it should work upto 60 deg C. IF not ,de- rating of VFD module must be considered to operate up to 50 deg C. l) There should be provision of operation in both Grid and Solar Power. m) The Power Conditioning Unit should be mounted in lock and Key enclosure as detailed in cl.no.3.7. n) System should be able to run at low sunshine and minimum of 7 hours a day run should be possible during any season. o) Manage overloading in DC side for better electrical design purpose for achieving maximum power and to avoid bus-bar mismatch, eddy current loss. p)Communicable over Modbus RS485 port connectivity for data logger. q)External display & keyboard to be mounted in the internal door. r)Global standard quality controlled module.

6.1 Solar Lighting of Pump Room The system shall have provision of two lighting point to light 11 watt LED lamps in side pump house and one light point to light 15 watt LED Lamp outside pump house to cover scheme area.

6.2 Battery –for solar lighting Tubular GEL and Sealed Maintenance Free (SMF) Solar Battery with 5 years warranty having CPRI/ERDA test certificate.

7.0 Motor pump set: 7.1. Submersible Motor and Pump Set: (5 HP for LDTW schemes with 150mm housing Bore ) Bidder shall have to supply wet type water filled totally enclosed water lubricated mono block pump set with following specifications: Motor & Pump should be ISI marked as per relevant IS. (motor as per IS: 9283/1995 with latest amendments thereof and PUMP as per IS: 8034/2002 with latest amendments thereof or as applicable).

Motor : Submersible type 3 phase AC Squirrel Cage Induction Motor of 5 HP capacity.

Power :5 HP Input voltage :380- 415 Volt AC (Phase to Phase) +6% to -15% Frequency :50Hz +3% to -3% RPM :2840

Pump Capacity: 27- 21 Cum./ hour discharge at 30 - 40 m total dynamic head.

a.The pump enclosure should be provided with specially developed mechanical seals so as to ensure zero leakage. b.All parts of pump and motor should be made of stainless steel. c.The suction/delivery pipe (GI/HDPE-63 mm), electric cables (4 sq mm), civil work and other fittings required to install the system will be considered as part of the pump set. d. Submersible pump set manufacturer must have at least one authorized service centre in the district. d. The following details should be marked indelibly on the motor pump set: i. Name of the Manufacturer with Logo ii. Model No. iii. Serial No. iv. Operating voltage, frequency, rpm and bhp. v. Efficiency, total head, discharges at duty point.

7.2 Monoblock Pump sets: ( 3 HP for STW and 5HP for PDW , Mini RLI and Sprinkler Irrigation- for 8Ha) The equipment shall be Electromotor monoset, horizontal, single stage centrifugal pump, conforming to IS:9079/2002 with latest amendments thereof and must have standard BIS certification mark. The Motor shall have a speed of 3000 r.p.m(synchronous speed). It should be screen protected drip proof, TEFC, Squirrel cage induction Motor with class ‘F’ insulation , suitable for Direct On Line starting in 3 phase, 415V power supply system. The required parameters for Electric monoset pump is as below:

1. Horse Power rating :3 H.P and 5 HP 2. Discharge :8.33 lps.for STW, 16.6 lps for PDW , 13.8lps for Mini RLI and 8.10 lps for Sprinkler. 3. Head :15m for STW & PDW and 18m for Mini RLI and 30m for sprinkler 4. Size of suction :Compatible to be fitted with 80mm suction. 5. Delivery size :Compatible to be fitted with 65mm for STW, 80/65mm for PDW, Sprinkler and 100mm for Mini RLI scheme. 7.3 Monoblock Pump sets: 3 Ha Sprinkler Irrigation with 2 HP pump set. The equipment shall be Electromotor monoset, horizontal, single stage centrifugal pump, conforming to either IS:9079/2002 with latest amendments thereof having BIS certification mark or with other standards to run in 3 phase system. The Motor shall have a speed of 3000 r.p.m(synchronous speed). It should be screen protected drip proof, TEFC, Squirrel cage induction Motor with class ‘F’ insulation ,suitable for Direct On Line starting in 3 phase power supply system. The required parameters for Electric monoset pump is as below:

1. Horse Power rating :2 H.P 2. Discharge :3.0 lps . 3. Head :30 m 4. Size of suction & delivery :Compatible to be fitted with portable sprinkler irrigation system for 3Ha and as defined in scope of work

Daily minimum discharge requirement for different type of installations: Type of LDTW STW PDW Mini RLI structures 5 HP 3 HP 5 HP 5 HP x 2nos Motor capacity (Submersible) (Monoblock) (Monoblock) (Monoblock)

Total dynamic 30m 22.5m 25m 35m 40m 16m 15m 18m head Minimum water 134000 179000 160000 115000 100000 1,50,000 3,00,000 4,50,000 output / Day LPD LPD LPD LPD LPD LPD LPD LPD

Daily minimum discharge requirement for Sprinkler Irrigation: Type of Solar Powered Solar Powered structure Sprinkler Irrigation Sprinkler Irrigation For- 8 Ha For- 3 Ha Motor capacity 5HP 2 HP (Monoblock) Total dynamic head 30m 30m Minimum water output / Day 160000 LPD 72000 LPD Operating pressure of sprinkler 2.0 kg/cm² 2.0 kg/cm² Spray diameter 18m 18m No. of operating sprinkler at any point of 20 nos 06 nos time

on a clear sunny day under the “Average Daily Solar Radiation” condition of 5.00 KWh / sq.m. on the surface of PV array (i.e coplanar with the PV Modules). Arrangement shall have to be made for showing the LPD discharge by the agency.

8 Data Logging with GSM/GPRS Communication

The bidder will also have to be provide and maintain data logging systems to acquire and store parameters at user-defined intervals. Remote Monitoring is to be provided through GSM/GPRS technology while it will send data periodically with a define interval to central server.

8.1 System should be capable of acquiring the following parameters a. Solar radiation b. Ambient temperature c. Module temperature d. DC input voltage (from solar panel) e. DC Output voltage, current f. AC voltage, frequency and power factor g. Total Energy Consumed from Solar System and Grid (KWH) h. Running hours of pump sets.

8.2 Features: a. Power input: DC source as well as AC source. b. One additional relay output and analogue input is provided. c. Should be windows plug and play device. Data can be transferred to an external pen-drive/memory device through a USB port. d. Non-volatile EEPROM internal memory that can store one month of data e. Display all the electrical parameter and stored into a retentive internal memory also display and store the flow related data if the flow meter is connected with the data logger. f. User defined recording intervals g. Monitoring of voltage level. h. Internal clock with drift less than 2 seconds per day i. Interfaces: The SDI(Serial Digital Interface)-12, RS-485 and USB j. Withstand capacity: 50 Deg C k. Data Logger must be installed minimum 100mm away from VFD module to avoid electromagnetic interference (EMC) l. The data needs to be stored at regular user defined interval at the office of the bidder using GSM/GPRS communication system. m. Option for digital Input for authentication of the door opening for theft protection with battery backup at night.(optional) 8.3. External Displays and Indicators All Electrical and Electronic Units supplied, will have suitable digital touch panel / keypad display and lamp/LED indicators for critical parameters including: a. 3-phase indicator lamps b. Battery charging indicator(wherever applicable) c. Low Battery indicator (wherever applicable) d. DC Voltage and Current e. AC Voltage and Current f. Frequency g. Pump Run Time h. Date and Time It should be possible to view all the displays after opening first door of the enclosure.

9 Database and Application Environment

Latest version of ASP.net/ MSSQL or equivalent open source platform Database will receive all the parameters from the Solar Hybrid System with time stamp at user-defined interval. During the warranty period, the bidder will maintain complete Database in their computer system and submit the data to the buyer at monthly interval. Format will be decided in consultation with buyer.

10. Web Application The system will have provision to view key parameters at buyers end(refer cl- 10.1 & 13) through internet. The bidder will develop a simple web application to display key parameters and reports. The application will be hosted in the web server of the bidder during the Comprehensive maintenance period of 5 years. Parameters and display format will be decided by the buyer in consultation with the bidder. 11. Security The application will have multilevel security against unauthorised access. Part of the information will be in public domain and other parts will be accessible to authorised users only. 12. Reports: Authorised users at buyers end should be able to generate and print user-defined reports from the web site. Format of reports will be decided by the buyer in consultation with the bidder.

13. HDPE Pipes and fittings : All materials should be BIS marked as per guidelines of Pradhan Mantri Krishi Sinchai Yojana and as per detail noted in the scope of work.

TABLE 1 TECHNICAL PARTICULARS (To be filled in by Bidders and submitted along with offer) (Additional sheet shall be used if required) The following particulars are to be submitted by the Tenderer along with Technical Proposal. However, all particulars are subject to the approval of the EIC and no claim shall be accepted in the course of the approval process or thereafter. Materials to be installed must be of same specification as declared here. (Type separate sheet in company letter hand).

SL. No. Particulars To be Filled By the Tenderer P.V. ARRAY 1.01 Peak capacity at STC : 6000 Wp,3600Wp,2400Wp 1.02 Peak wattage of each module should not be less than 125 Wp 1.03 Type of PV Module : Multi/ Mono Crystalline Silicon Solar Cell Module 1.04 Tested and certified by : Modules should be IEC 61215 & IEC 61730 Part-I & Part-II ,qualified , properly Laminated and hermetically sealed. 1.05 Minimum efficiency of the P.V modules 15 % 1.06 Fill Factor Not less than 70% 1.07 Name of the Manufacturer 1.08 Minimum power(watt peak) : 125 Wp / Module

1.09 Miniimum Open Ckt Voltage, Voc :

1.10 Minimum Short Ckt. Current,Isc : 1.11 Module Dimensions L x W x H (mm) 1.12 Weight(Kgs) 1.13 Junction Box Protection : i) IP 65 rated ii) Each PV Module must use a RF Indicator Tag(RFID) with required information 1.14 Warrranty : i) Complete System should be warranted for 5 years. ii) SPV Module shall cover warranty of 10 years for 90% wattage output & warranty of 25 years for 80% wattage output. 2. Submersible /Surface mounted Motor-Pump Set

2.01 Capacity of motor : 5 H.P/3 HP / 2HP 2.02 Name of the Manufacturer 2.03 Name & address , of service centre 2.04 Pump discharge with head : 2.05 Submersible Pump motor set BIS licence no. 2.06 Surface Pump motor set BIS licence no 2.07 Maximum pumping head 2.08 Pump type 2.09 Motor Efficiency 2.10 Rated rpm 2.11 Rated voltage 2.12 Rated Current 2.13 Motor Winding 2.14 PROTECTIONS All protections as mentioned in Clause-6 of TSP : 2.15 Submersible Pump internal parts : AS per relevant IS 3.00 .SPV Module Mounting Structure

3.1 Name of Manufacturer : 3.2 Materials of supporting structure for holding the PV modules : Hot dip Galvanized Iron of 80 micron zinc coating thickness. 3.3 The size of the support structures used for holding solar PV modules : ISA 40 mmX 40 mm X 6mm / 40 mm rectangular hollow section. 3.4 If channel is used , size will not be less than 125 mm X 65 mm 3.5 If Bar is used , size will not less than be 65 mm X 6 mm

3.6 Vertical post to hold supporting structure for fitting & fixing of PV Modules :200 mm heavy duty G.I. Pipe of ISI Mark. 3.7 Foundation : As per Drawing / Design by tenderer 3.8 Structural and Foundation drawing enclosed 5.00 Controller, cables, pipes & Battery 5.01 Inverter Power Controlling Unit 5.02 Name of the Manufacturer 5.03 Pump Controller rating 5.5 KW(5HP), 3.5KW(3 HP), 2.5KW(2 HP) 5.04 Manufacturer CE /IEC- IEC-61683 & 60068 Certificate No. 5.05 Functional Safety compliance certificate 5.06 VFD/ Inverter must have IP65 : 5.07 Temperature withstand Capacity : Required 50 degree 5.08 MPPT Range: 5.09 Controller I/P VOC 5.10 Controller I/P Vmin 5.11 Controller I/P Current 5.12 Controller O/P Current 5.13 Controller I/P Power 5.14 Enclosure IP protection IP 54 5.15 Operating Temperature -20+60C 5.16 Inside Control Box Temperature Range >45C 5.17 Relative Humidity <95%RH 5.18 Controller Efficiency 97% 5.19 Protection Provided as in Clause 6 of Technical Specification 6.00 Cables, Switches & Accessories 6.01 Name of AC cable manufacturer 6.02 Name of DC cable manufacturer 6.03 AC cables ISI marked as per IS 694 and 1554 6.04 DC Cables UV resistant as per standard UL 4703 6.05 Name of Changeover switch manufacturer 6.06 Complying as per Cl 3.4 of Tech. Spec. 6.07 Name of HDPE pipe manufacturer 6.08 Whether PE63 grade compound with silicon & double coated 7.00 Data Logger 7.1 Name of manufacturer 7.2 Whether complying all requirements of Cl. No.8(all), 9,10 8.00 Name of IP54 enclosure manufacturer 9.00 Scheme drawing alongwith PV voltage and current calculation, wiring diagram of PCU & PV array mentioning make of each and every component. Note: Donot mention “as per attached sheet” anywhere in the above data sheet.

Civil Construction and materials: CEMENT CONCRETE WORKS (PLAIN OR REINFORCED) i) Shuttering and staging : Wherever necessary, shuttering and staging must be provided. Unless otherwise stated, no payment will be made for such shuttering or staging and the cost thereof will be deemed to have been covered by the rate for relevant finished item of work. Where payment for shuttering has been specified, the rate shall be deemed to cover the cost of the necessary staging as well. Payment, if any, for shuttering will be on the basis of surface area of shuttering in actual contact with concrete. ii) Shuttering may be of approved dressed timber true to line not less than 2.5 cm. thick., Surface to be in contact with concrete are to be planed smooth except where otherwise stated. As an alternative, sufficiently rigid steel shuttering may be used for which same rate of timber shuttering shall be allowed. In every case, joints of the shuttering are to be such as to prevent the loss of liquid from the concrete. In timber shuttering the joints shall therefore be either tongued and grooved or the joints must be perfectly closed and lined with craft paper or other types of approved materials. In case of steel shuttering also, the joints are to be similarly lined. All shuttering and framing must adequately be stayed and braced to the satisfaction of the Engineer for properly supporting the concrete during the period of hardening. It shall be so constructed that it may be removed without shock or vibration to the concrete. iii) Before the concrete is placed, the shuttering shall, if considered necessary, be coated with an approved preparation for preventing the adhesion of the concrete of the finished concrete is not stained. Care shall also be taken that such approved preparation shall be kept out of contact with reinforcement. In no circumstances, shall forms be struck until the concrete reaches strength of at least twice the stress of which the concrete may be subjected at the time of striking. Interior of all mould and boxes must be thoroughly washed out with a hose pipe or otherwise so as to be perfectly cleaned and free from all extraneous matter previous to the deposition of concrete. All form-work shall be removed without shock or vibration. Before the form work is stripped, the concrete surface shall be exposed where necessary in order to ascertain that the concrete has hardened sufficiently. In normal weather and with ordinary cement vertical or side shuttering may be removed after three days and the bottom shuttering of horizontal members after fourteen days in case of slabs and twenty-one days in case of beam and cantilevers etc. from the date of placing the last portion of the concrete in the structure. The above period are the minimum and may be extended if found necessary. Before stripping the shuttering of structural members, the contractor shall take previous permission of the Engineer or his representative. iv)Protection and curing : The contractor shall adequately protect freshly laid concrete, about 1 to 2 hours after its laying, from too rapid drying due to sunshine, drying winds etc. and also from running of surface water and shocks. After 24 hours of laying of concrete, the surface shall be cured by flooding with water of minimum 25 mm depth or by covering with wet absorbent materials. The curing shall be done for a minimum period of 10 days. Over Foundation concrete masonry work may be started after 48 hours, but curing shall be continued for 10 days.

BRICK All bricks shall be of approved quality of standard specifications, made of good brick earth, uniform deep red, cherry or copper colour, thoroughly burnt in kiln (machine made) without being vitrified, regular in shape and size, sound, hard, homogeneous in texture, true to shape and of standard dimension and shall be free from cracks, chips flaws, stones or humps of any kind and shall not show appreciable signs of efflorescence either dry or subsequent to soaking in water. The size of bricks shall be 9¾ '’ × 4¾ '’ × 2¾ '’ (conventional), 190 × 90 × 90 mm (modular). The Bricks shall emit a clear ringing sound on being struck and have minimum crushing strength of 105 kg./sq.cm. All the bricks which absorb water more than 20% of their own dry weight after 24 hours immersion in cold water shall be rejected. COARSE AGGREGATE Stone chips of stone ballast for cement concrete work (plain or reinforced shall be hard, of uniform and fine texture, free from faults or plane of weakness and free from weathered faces. The ballast or chip must be free from, loamy clay or any surface coating free from organic matter or other impurities and screened free of dust. Stone of black and hard variety as is generally available from quarries in Pakur areas will be normally used. Stone aggregates from other sources may also be used provided the same is found suitable in the opinion of the Engineer. The ballasts or chips shall be obtained by breaking from large blocks and must be more or less cubical in shape. Stone chips and Ballast should be graded in a way to give maximum density (i.e. minimum void.). All course aggregate for concrete work must be well graded. These shall be screened for removal of dust and if so necessary in the opinion of the Engineer shall be washed at the cost and expense of the contractor. Sand All sand shall be clean, sharp and free from clay loam organic or any other foreign matter and shall be obtained from approved sources. The contractor shall get the samples of sand to be used in different kinds of work approved by the Engineer before using the same in work. Sand which in the opinion of the Engineer or his representative, is dirty, must be washed to his satisfaction at the cost and expense of the Contractor. (i) Sand for all cement concrete works should be coarse (heavier). The sand shall pass through a mess of 5 mm. Square measured clear. Sand shall not be used for concrete work if it contains more than 10 per cent of fine grains passing a 76 mesh sieve as used for cement test nor should the fineness modulus be less than 2:00 unless specific permission is obtained from Engineer. (ii) Medium coarse sand should be used for cement mortar for masonry, plaster etc. (iii) Fine sand should be used for building plinth-filling and the like. In Malda District only BANSLOI sand should be used in all types of cement works. In Nadia and Murshidabad Districts, coarse sand from SAINTHIA only should used in structural concrete works.

Cement All cement used at site should conform to ISS 455 latest version. Cement bags must be stored in a water tight shed as approved by the Engineer. Any cement damaged by water or otherwise detected must be removed from site immediately.

Steel The minimum grade of the steel to be used at site should be Fe 415. All steel shall be free from oil and loose rust. Any scale or loose rust shall be removed. Tor Steel Rods of various dias: and categories for reinforced concrete works etc. may be issued. The contractor must accept the actual weight as calculated on tolerance allowed for rolling or on theoretical weight on running metre basis allowed for a particular section of the bar as the case may be depending on the issue rate fixed. All straightening of rods and final straightening of coils already straightened initially must be included in the rate for reinforcement. The contractor will procure steel of tested quality and test certificate to that effect must be furnished to the Engineer for approval before execution of any work. Acceptance of Materials : Materials shall be accepted at site on the basis of quality assurance certificates and physical verification at site by Departmental Officers. Excavation of Foundation and Filling up Trenches : i) Foundation when excavated to the level shown in the drawing will be shown to the Engineer and if on account of bad ground or for any reason whatsoever he decides to go deeper with the foundation, the contractor shall excavate further to the depths required by the Engineer. In no case shall the foundation soling or concrete be laid prior to receiving orders to that effect from the Engineer or his authorized representative. ii) Excavation shall include throwing the excavated earth at least one meter or half the depth of excavation, whichever is more, clear of the edge. iii) The excavated areas around the foundation of structures are to be filled up properly to the required levels with earth obtained from excavation or other materials as directed, well rammed with water and consolidated in layers not exceeding 150 mm. at a time. The quantity for this item of work will be measured on the basis of quantity of excavation paid for less the volume occupied by the structure in foundation. Installation of Buried Pipe Net Work : Earth Cutting for pipe trenches: (a) The position of spout outlets have to be fixed before starting of earth cutting. (b) Large stones or rubble should be separated and removed from the excavated soil to prevent any damage to the completed pipeline. (c) The bottom of trench should have uniform gradient throughout its length and it should be free from humps before pipe is laid. Fine earth or sand can be used to maintain required grade. Stones or other hard substances should be removed before pipe laying. (d) Check the trench depth and gradient before pipe laying. (e) Excavated materials should be deposited at a sufficient distance away from the trench to prevent damage to pipeline through falling stones and debris. Stacking of HDPE Pipes: Pipes should be stacked on a surface flat and free from sharp objects, stones and projections in order to avoid deformation or damage. Ends of pipes should be protected from abrasion and chipping. The pipes should be supported evenly over their whole length. The bottom layer of the stack should be supported on wooden battens of uniform size, at least 50mm wide and placed not more than 2 m apart.

Testing of electrical installation. Before the completed installation is put into service, the following tests shall be carried out by the contractor in presence of the Engineer-in-Charge or his representative. a) Polarity of switches It must be ensured by test that all single pole switches have been fitted on the live side of the circuits they control. b) Insulation Test : i) By applying a 500 volt meter between earth and the whole system of conductors or any section thereof, with all fuses in place and all switches closed, all lamps in position or both poles of installation otherwise electrically connected together:- The result in mega ohm shall not be less than 50 divided by the number of points on the circuit, and should not be less than 1 mega ohm. ii) Between all conductors connected to one phase and all such conductors connected to the neutral or to the other phase conductors of the supply after removing all metallic connections between the two poles of the installation and switching on all switches. The insulation resistance shall be as in (i) above. c) Earth continuity Test The earth continuity conductor including metal conduits, and metal sheaths of cables in all cases shall be tested for electrical continuity. Electrical resistance of the above along with the earthing lead , measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed 1 (one)ohm. d)Earth Resistance Test To ensure effectiveness of installation earth, the value of earth resistance shall be within 5(five) ohm for installation capacity up to 5 KW and 1(one) ohm for installation of higher capacity. The completed work will be taken over only if the results obtained in above tests are within the limits mentioned above, and in accordance with I.E. Rules.

Annexure-VI

SCOPE OF WORK: FOR LDTW Structure (5 HP)

Sl.no. Item Unit Qty Supply , transport , installation and commissioning of Solar PV installation for water pumping system consisting of solar panels framed in anodized aluminium frame mounted on stable hot dipped galvanized ( min 80 micron thickness) mild steel structure of rectangular hollow sections, angles, heavy duty pipes (all materials duly IS marked ) for providing sufficient strength with dual axis manual tracking arrangement which can withstand load of modules and high wind velocities upto 150 Km/hr, having RCC foundation designed against all possible loads (Dead, Live and imposed load). Modules supplied with the SPV system should have certificate as per IEC 61215 specification or equivalent National or International standards and must be interconnected with 4/6 sq.mm cables routed in PVC conduits properly fitted along the G.I structure to provide a good aesthetic view. Modules must qualify to IEC 61730 part I and part II for safety qualification testing. The power output of individual PV 1 modules used in the PV array, under STC, should be of minimum 125 Watts peak, Wp 6000 with adequate provision for measurement tolerances. Solar cells should be crystalline silicon cell with min. efficiency of 15% and fill factor more than 70%, should be laminated between sheet of -Ethylene Vinyl Acetate (EVA) and high transmissivity 3.2mm tempered glass including appropriate DC to AC inverter and power controlling unit with MPPT technology to run at low sunshine and minimum 7 hours a day run with all necessary accessories suitable for solar + grid operation and including all protections of AC induction motor pump. There should be a display of all measurable parameters including storing of data at a set interval and transfer it in a pendive thru USB port . There should also be provision of interfacing GPRS based data transmission. The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1st year and comprehensive maintenance for 4 years beyond 1st year ( foundation drawing enclosed for reference) Earthing with 50 mm dia GI pipe 3.64 mm thick x 3.04 Mts. long and 1 x 4 SWG GI (Hot Dip) wire (4 Mts. long), 13 mm dia x 80 mm long GI bolts, double nuts, double washers incl. S & F 15 mm dia GI pipe protection (1 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level driven to an average depth of 3.65 Mts. below the ground level as below: 2 set 4 (a) By ISI-Medium GI pipe including excavation of soil for installation of Earth Electrode and filling & ramming and connecting to individual structure to earth electrode including S&F 20 mm x 3 mm galvanised (Hot Dip) MS flat on wall/floor with GI saddles as required and connection to equipments incl. drilling holes, with bolts, nuts, washers etc. Lighting System at Scheme: (mounted on Pump House wall) Dusk to dawn light arrangement with Battery 12 v 40 Ah (exide make- tubular), Charge controller, 50 wp solar panel, 1 no LED 11 watt & 1 no LED 15 Watt , 12 volt. Battery and Charge controller to be mounted in a kiosk box of thickness-14 SWG, 3 set 1 Powdered Coat Painted, which is to be fitted on pump house wall at man height.(The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1 year and comprehensive maintenace for 4 years beyond warranty period when installed with solar PV system) Lightning protection(pole mounted)(: Lightning protection with 3" X 1.5" G.I pipe of 4 mts height with base flange in proper RCC foundation and S & F Lightning Conductor 4 Air Terminal made of 20 mm dia 1000 mm long GI pipe (ISI Medium) having five set 3 discharge prongs of 4 SWG GI (Hot Dip) wire at top duly soldered with 7/16 stranded GI (Hot Dip) wire and 85 mm dia 6 mm thick GI base plate at bottom incl. necessary holes etc including supply & fixing GI (Hot Dip) strips 20 mm x 3 mm thick for horizontal run on the Parapet/Roof/ Wall with GI Saddles 1100 mm apart incl. mending good the damages to building works including Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts. 5 Supply and commissioning of BIS marked submersible pump set of [27- 21 m³/hr, 30- nos 1 40m ] -5 HP with 80mm outlet outlet as per specification Transportation of 80mm Column pipe , 80mm Holding clamp, 3CX2.5 sq Flat cable, 6 75mm Lay Flat hose pipe, from resources Subdivisional store to work site within LS 1 100km distance Supplying MS Hexagonal Head Bolts & Nuts bearing IS-1363 (Part-I)/1992 of product 7 Grade-C with latest amendments for bolts & ISIS-1363 (Part-3)/1992 of product Kg 3 Grade-C with latest amendments for Nuts properties/Class for Bolt-4.6 & Nuts-4.5.

8 Supplying and fixing medium gauge G.I. Pipe (ISI-Medium) protection with necessary m 2 fittings and jointing materials. a) 25 mm dia. (G.I. Pipe for passing cable) Charges for jointing water proof cable with required water proof insulation and 9 proper jointing compound including supply of other related materials, complete in all point 3 respect.

Supplying, fitting & fixing of MS Plateof size 20cmx20cm, 6 mm thick make of two halves(20 cmx10cm) placed over housing pipe of LDTW to rest the supporting 10 clamps,with semi circlar hole of 90 mm dia at centre including locking arrangement Each 1 between the two halves on both sides, including fitting, fixing of 25mm dia G.I. bend by making a hole on plate for passing submersible cable smoothly and complete in all respect. 11 Supplying fitting & fixing 80 mm dia G.I. bend approved length both end threaded Each 1 Installation of submersible electro motor pumping set of following capacities by using necessary requisite, tools and plants by lowering the same within the tubewell housing pipe upto the following depth as per direction by fitting, fixing column pipes and other accessories, fixtures with necessary nuts, bolts and washers and suspending the entire assembly of pump set vertically by fixing the same supported by M.S. 12 clamps over the top of housing pipe, binding the motor cable with each column pipes each 1 and drawing cable upto pump controller/starter point including opening out of the top cap of housing pipe of the tubewell and testing of motor both in loading as well as in unloaded condition before and after installation of the same. (The rate is inclusive of hiring charges of tools & plants.)(a) 30 m3 her hour capacity electro motor pumping set.(ii) Length of pump assembly of any length exceeding 18 m.

13 Supply fixing and connection of 32A Change over Switch to connect Grid Supply or nos 1 Solar Power

14 Insurance for the solar powered pumping system for 5 years LS 1 15 Web based remote monitoring system with requisite software. LS 1

Annexure-VII FOR STW STRUCTURE (3 HP)

Sl.no. Item Unit Qty Supply , transport , installation and commissioning of Solar PV installation for water pumping system consisting of solar panels framed in anodized aluminium frame mounted on stable hot dipped galvanized ( min 80 micron thickness) mild steel structure of rectangular hollow sections, angles, heavy duty pipes (all materials duly IS marked ) for providing sufficient strength with dual axis manual tracking arrangement which can withstand load of modules and high wind velocities upto 150 Km/hr, having RCC foundation designed against all possible loads (Dead, Live and imposed load). Modules supplied with the SPV system should have certificate as per IEC 61215 specification or equivalent National or International standards and must be interconnected with 4/6 sq.mm cables routed in PVC conduits properly fitted along the G.I structure to provide a good aesthetic view. Modules must qualify to IEC 61730 part I and part II for safety qualification testing. The power output of individual PV modules used in the PV array, under STC, should be of 1 Wp 3600 minimum 125 Watts peak, with adequate provision for measurement tolerances. Solar cells should be crystalline silicon cell with min. efficiency of 15% and fill factor more than 70%, should be laminated between sheet of -Ethylene Vinyl Acetate (EVA) and high transmissivity 3.2mm tempered glass including appropriate DC to AC inverter and power controlling unit with MPPT technology to run at low sunshine and minimum 7 hours a day run with all necessary accessories suitable for solar + grid operation and including all protections of AC induction motor pump. There should be a display of all measurable parameters including storing of data at a set interval and transfer it in a pendive thru USB port . There should also be provision of interfacing GPRS based data transmission. The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1st year and comprehensive maintenace for 4 years beyond Ist year (foundation drawing enclosed for reference) Earthing with 50 mm dia GI pipe 3.64 mm thick x 3.04 Mts. long and 1 x 4 SWG GI (Hot Dip) wire (4 Mts. long), 13 mm dia x 80 mm long GI bolts, double nuts, double washers incl. S & F 15 mm dia GI pipe protection (1 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level driven to an average depth of 3.65 Mts. below the ground level as below: 2 set 3 (a) By ISI-Medium GI pipe including excavation of soil for installation of Earth Electrode and filling & ramming and connecting to individual structure to earth electrode including S&F 20 mm x 3 mm galvanised (Hot Dip) MS flat on wall/floor with GI saddles as required and connection to equipments incl. drilling holes, with bolts, nuts, washers etc. Lighting System at Scheme: (mounted on Pump House wall) Dusk to dawn light arrangement with Battery 12 v 40 Ah (exide make- tubular), Charge controller, 50 wp solar panel, 1 no LED 11 watt & 1 no LED 15 Watt , 12 volt. Battery and Charge controller to be mounted in a kiosk box of thickness-14 SWG, Powdered Coat 3 set 1 Painted, which is to be fitted on pump house wall at man height.(The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1 year and comprehensive maintenace for 4 years beyond warranty period when installed with solar PV system) Lightning protection(pole mounted)(: Lightning protection with 3" X 1.5" G.I pipe of 4 mts height with base flange in proper RCC foundation and S & F Lightning Conductor Air Terminal made of 20 mm dia 1000 mm long GI pipe (ISI Medium) having five discharge prongs of 4 SWG GI (Hot Dip) wire at top duly soldered with 7/16 stranded GI (Hot Dip) wire and 85 mm dia 6 mm thick GI base plate at bottom incl. necessary holes etc including supply & fixing GI (Hot Dip) strips 20 mm x 3 mm thick for horizontal run on the 4 Parapet/Roof/ Wall with GI Saddles 1100 mm apart incl. mending good the damages to set 3 building works including Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts.

5 Supply and commissioning of ISI marked monoblock pump set of 30 m³/hr(8.33lps) , 15 nos 1 m head. (3 HP) with 65mm outlet and as per specification

6 Transportation of 3CX1.5 sq Flat cable, 75mm Lay Flat hose pipe, from resources LS 1 Subdivisional store to work site within 100km distance Supplying and fixing medium gauge G.I. Pipe (ISI-Medium) protection with necessary 7 m 2 fittings and jointing materials. a) 25 mm dia. (G.I. Pipe for passing cable) 8 Supplying fitting & fixing 80 mm dia G.I. bend approved length both end threaded Each 1 9 Supply, fittind and fixing of 80mm ISI marked G.I socket Each 2 10 Cutting & making threads above 50mm upto 80mm Each 2 Placing and positioning the centrifugal pump set on pump base / floor, aligning and 11 fiixing with hold down bolts including cutting holes in the floor and mending good of all each 1 damages including testing as per direction of E.I.C.

12 Supply fixing and connection of 32A Change over Switch to connect Grip Supply or Solar each 1 Power 13 LS 1 Insurance for the solar powered pumping system for 5 years 14 Web based remote monitoring system with requisite software. LS 1

Annexure-IX

FOR PDW STRUCTURE

Ite m Quan- Description Unit N tity o Supply , transport , installation and commissioning of Solar PV installation for water pumping system consisting of solar panels framed in anodized aluminium frame mounted on stable hot dipped galvanized ( min 80 micron thickness) mild steel structure of rectangular hollow sections, angles, heavy duty pipes (all materials duly IS marked ) for providing sufficient strength with dual axis manual tracking arrangement which can withstand load of modules and high wind velocities upto 150 Km/hr, having RCC foundation designed against all possible loads (Dead, Live and imposed load). Modules supplied with the SPV system should have certificate as per IEC 61215 specification or equivalent National or International standards and must be interconnected with 4/6 sq.mm cables routed in PVC conduits properly fitted along the G.I structure to provide a good aesthetic view. Modules must qualify to IEC 61730 part I and part II for safety 1 6000 Wp qualification testing. The power output of individual PV modules used in the PV array, under STC, should be of minimum 125Watts peak, with adequate provision for measurement tolerances. Solar cells should be crystalline silicon cell with min. efficiency of 15% and fill factor more than 70%, should be laminated between sheet of -Ethylene Vinyl Acetate (EVA) and high transmissivity 3.2mm tempered glass including appropriate DC to AC inverter and power controlling unit with MPPT technology to run at low sunshine and minimum 7 hours a day run with all necessary accessories suitable for solar + grid operation and including all protections of AC induction motor pump. There should be a display of all measurable parameters including storing of data at a set interval and transfer it in a pendive thru USB port . There should also be provision of interfacing GPRS based data transmission. ( foundation drawing enclosed for reference) Earthing with 50 mm dia GI pipe 3.64 mm thick x 3.04 Mts. long and 1 x 4 SWG GI (Hot Dip) wire (4 Mts. long), 13 mm dia x 80 mm long GI bolts, double nuts, double washers incl. S & F 15 mm dia GI pipe protection (1 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level driven to an average depth of 3.65 Mts. below 2 the ground level as below: 4 set (a) By ISI-Medium GI pipe including excavation of soil for installation of Earth Electrode and filling & ramming and connecting to individual structure to earth electrode including S&F 20 mm x 3 mm galvanised (Hot Dip) MS flat on wall/floor with GI saddles as required and connection to equipments incl. drilling holes, with bolts, nuts, washers etc. Lighting System at Scheme Site:(with lighting pole) Dawn to dusk Street light of 4 mts height with 75mm x 50mm G.I pipe and without 3 lighting arm and with Battery 12 v 40 Ah (exide make- tubular), Charge controller, 50 wp 1 set solar panel, 1 no LED 11 watt & 1 no LED 15 Watt, 12 volt. Battery and Charge controller to be mounted in a kiosk box of thickness-14 SWG, Powdered Coat Painted, which is to be fitted in pump house wall at man height.(The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1st year and comprehensive maintenace for 4 years beyond Ist year when installed with Solar PV system)

Lightning protection(pole mounted)(: Lightning protection with 3" X 1.5" G.I pipe of 4 mts height with base flange in proper RCC foundation and S & F Lightning Conductor Air Terminal made of 20 mm dia 1000 mm long GI pipe (ISI Medium) having five discharge prongs of 4 SWG GI (Hot Dip) wire at top duly soldered with 7/16 stranded GI (Hot Dip) wire and 85 mm dia 6 mm thick GI base plate at bottom incl. necessary holes etc including supply & fixing GI (Hot Dip) strips 20 mm x 3 mm thick for horizontal run on the 4 Parapet/Roof/ Wall with GI Saddles 1100 mm apart incl. mending good the damages to 3 Set building works including Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts. Supply and commissioning of ISI marked monoblock pump set of 60 m³/hr (16.6 lps), 15 m 5 1 Each head. (5 HP) with 65mm outlet and as per specification

6 32 AChange over Switch to connect Grip Supply or Solar Power 1 Set

7 Supply and fitting of 65mm G.I bend 1 Each

8 Supply and fitting of 65mm dia ISI marked iron socket 2 Each Supply and fitting of G.I pipe of TATA make including necessary 65mm dia socket- Medium 9 1 Each Quality. 10 Supply and fitting of G.I reducing socket of 80mm dia. 1 Each

11 Supply and fitting of 80mm G.I short piece of TATA make (above 50mm and upto 150mm) 1 Each

labour Charges for connecting the pumpset with Dug well by fitting , fixing 80mm dia. G.I 12 short piece with socket, 80mm x80mm x40mm dia Bombey Tee with leather valve and tail 1 set piece and polythene house all complete as per direction

Labour charges for fitting, fixing hand tubewell on the Bombay Tee with 40mm G.I Nipple 13 1 set as per direction Labour charges for making delivery connection by fitting, fixing all complete as per direction (a) 50/65mm dia 1 Each 1500mm long G.I short piece with 50/65mm dia. G.I scoket including cutting hole in the 14 pump house wall

(b) 65mm dia 150mm long G.I short piece 1 Each

Supplying of suitable jointing compound for fixing in position, threading if necessary etc. all complete. (a) 80x x 80 x 40mm dia G.I 1 Each Pendent/ Bombay Tee 15 (b) 40mm dia hand pump no.6 1 Each

( c ) 50mm long , 40mm dia G.I nipple 1 Each

16 Supplying 80mm dia PVC hose of approve make and brand 14 m

17 Supplying & fixing of 80mm dia heavy duty hose clamp with necessary bolts and nuts. 2 set

Supplying 80mm G.I tail piece for suction side of pump for connecting hose pipe with 18 2 Each Pendent Tee / Bombay valve/ shallow valve and suction side of pump.

Placing and positioning the centrifugal pump motor set on the pump base / pump house floor, aligning properly with necessary packing and fixing the set with holding down bolts , 19 nuts and washer including cutting holes of requisite size in the floor / base, grouting the 1 set bolts and mending good all damages- complete as per direction of Engineer -in-charge for 5 HP pump set. Supplying ,fitting and fixing 80mm dia G.I screwed tail piece length 150mm of approved 20 1 each make with all necessary jointing materials 21 Supplying, fitting and fixing of 80mm dia PVC hose pipe of approved make and brand. 12 m Supplying fitting and fixing of 80mm dia MS heavy duty hose clamp with necessary bolts 22 2 set and nuts. Supplying fitting fixing and transportation of 80mm NB CI swing type IS 4038 certification 23 1 Each mark screwed end foot valve. Supply and transportation of 65mm dia mediumquality 90 degree G.I delivery bend and 24 1 set 65mm dia G.I tail piece including fitting fixing in proper position as per direction of E.I.C Fort concrete block for embedding the pump of the Dug well in groubd level in 1:2:4 25 cement concrete with 20mm down stone local gravels including cutting earth etc. 1 Each complete. (0.6 x 0.6 x .06) 26 Web based remote monitoring system with requisite software. 1 LS

Annexure- X

FOR 8 Ha Sprinkler Irrigation

Item Quan- Description Unit No tity Earth work in excavation of foundation trenches or drains in all sorts of soil ( including mixed soil but excluding laterite and sand stone), including removing, spreading, or stacking the spoils, within a lead of 75m as directed and including trimming the sides of trenches, levelling, dressing and ramming the bottoms, bailing or pumping out water etc.as required complete, box cutting of 0.75m x 0.75m has to be done at every alternate 1 134 Cum joints of the pipe. Depth of excavation not exceeding 1.5 mtrs.(not requiring shoring). (considering 25 mm clearance for excavation) ( Min. 0.750m depth of excavation for foundation trenches for laying of pipeline shall be made althrough the length of proposed pipeline) a)100mm OD HDPE Cl.-2 Pipes (300m) Earth work in filling of foundation trenches or plinth with good earth in layer not exceeding15 cm .Including watering and ramming etc .layer by layer complete with earth 2 132 Cum obtain from excavation of foundation . (Page No.3, Item No.3a, PWD) (i) For Pipe Trenches: Supply and commissioning of BIS marked monoblock pump set of 8.10 lps, 25 m head. (5 3 HP) with 80mm outlet as per specification. for operating sprinkler irrigation including 1 nos supply of accessories for connection to sprinkler system Supply , transport , installation and commissioning of Solar PV installation for water pumping system consisting of solar panels framed in anodized aluminium frame mounted on stable hot dipped galvanized ( min 80 micron thickness) mild steel structure of rectangular hollow sections, angles, heavy duty pipes (all materials duly IS marked ) for providing sufficient strength with dual axis manual tracking arrangement which can withstand load of modules and high wind velocities upto 150 Km/hr, having RCC foundation designed against all possible loads (Dead, Live and imposed load). Modules supplied with the SPV system should have certificate as per IEC 61215 specification or equivalent National or International standards and must be interconnected with 4/6 sq.mm cables routed in PVC conduits properly fitted along the G.I structure to provide a good aesthetic view. Modules must qualify to IEC 61730 part I and part II for safety qualification testing. The power output of individual PV modules used in the PV array, 4 6000 Wp under STC, should be of minimum 125Watt peak, with adequate provision for measurement tolerances. Solar cells should be crystalline silicon cell with min. efficiency of 15% and fill factor more than 70%, should be laminated between sheet of -Ethylene Vinyl Acetate (EVA) and high transmissivity 3.2mm tempered glass including appropriate DC to AC inverter and power controlling unit with MPPT technology to run at low sunshine and minimum 7 hours a day run with all necessary accessories suitable for solar + grid operation and including all protections of AC induction motor pump. There should be a display of all measurable parameters including storing of data at a set interval and transfer it in a pendive thru USB port . There should also be provision of interfacing GPRS based data transmission. The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1st year and comprehensive maintenace for 4 years beyond Ist year (foundation drawing enclosed for reference) Earthing with 50 mm dia GI pipe 3.64 mm thick x 3.04 Mts. long and 1 x 4 SWG GI (Hot Dip) wire (4 Mts. long), 13 mm dia x 80 mm long GI bolts, double nuts, double washers 5 incl. S & F 15 mm dia GI pipe protection (1 Mts. long) to be filled with bitumen partly 4 set under the ground level and partly above ground level driven to an average depth of 3.65 Mts. below the ground level as below: (a) By ISI-Medium GI pipe including excavation of soil for installation of Earth Electrode and filling & ramming and connecting to individual structure to earth electrode including S&F 20 mm x 3 mm galvanised (Hot Dip) MS flat on wall/floor with GI saddles as required and connection to equipments incl. drilling holes, with bolts, nuts, washers etc. Lighting System at Scheme Site:(with lighting pole) Dawn to dusk Street light of 4 mts height with 75mm x 50mm G.I pipe and without lighting arm and with Battery 12 v 40 Ah (exide make- tubular), Charge controller, 50 wp solar panel, 2 nos LED 11 watt 12 volt. Battery and Charge controller to be mounted in a 6 1 set kiosk box of thickness-14 SWG, Powdered Coat Painted, which is to be fitted at the bottom of the light post at man height.(The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1st year and comprehensive maintenace for 4 years beyond Ist year when installed with Solar PV system) Lightning protection(pole mounted)(: Lightning protection with 3" X 1.5" G.I pipe of 4 mts height with base flange in proper RCC foundation and S & F Lightning Conductor Air Terminal made of 20 mm dia 1000 mm long GI pipe (ISI Medium) having five discharge prongs of 4 SWG GI (Hot Dip) wire at top duly soldered with 7/16 stranded GI (Hot Dip) wire and 85 mm dia 6 mm thick GI base plate at bottom incl. necessary holes etc including supply & fixing GI (Hot Dip) strips 20 mm x 3 mm thick for horizontal run on the 7 Parapet/Roof/ Wall with GI Saddles 1100 mm apart incl. mending good the damages to 3 Set building works including Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts. 8 Supply and transport of Suction pipe and delivery pipe 16 m

Supply & fitting Pr. Gauge: supply of best quality Pr. Gauge (0-10 kg/cm2) Each 9 1 Pump Connecting Coupler: 80 mm OD female HDPE Coupler (pump connecting nipple) No. 10 1 TTP Supply & fitting of 80mm.NB CI TTP o/e is grooved and o/e is std.Thd.(for foot valve 11 Each connection) 1 12 Foot valve Supply & fitting of 80mm.Foot valve (including marching leather washer) Each 1 Supply & fitting of Sprinkler 3/4" BSP Male Connection (F/C) IS: 12232 Metallic.Sprinklers: Twin nozzle (4 x 2mm) Sprinklers IS: 12232 (part-I)/1996 marked, 13 Each having operating pressure 2.0 Kg./Cm2, discharge 0.80 m3 / h, spray dia. 18m and application rate 3mm/h with 20mm (3/4") Male Connection 40 Supply & fitting of Sprinkler attachment with Saddle 3/4" 14 Shaddle: 63 mm OD HDPE Sprinkler outlet coupler / shaddle, with 20mm (3/4" BSP) Each outlet adopter and batton (to engage riser pipe) 40 Supply & fitting of 3/4" Riser Pipe long with Socket(MS) 15 Riser Pipe: 20mm NB (3/4" BSP) x 900mm high GI pipe both ends o/s threaded and one Each 20mm NB, GI Socket. (Riser Pipe) 40 16 Short bend: Supply & fitting of 80mm NBx 90 degree MS long bend b/e flanged. 1 Each 17 Short Piece: Supply & fitting of 50 mm NB x 4ft. Long MS short piece flanged. 2 Each 18 Short Piece: Supply & fitting of 50 mm NB x 2ft. Long MS short piece flanged. 8 Each 19 Supply & fitting of Tee: 75 mm MS Equal Tee flanged 6 Each Hose Clamp: Supply & fitting of 80 mm NB Heavy duty MS Hose Clamp with bolts and 20 Each washers. 8 Bolt Nut with washers : Supply & fitting of threaded MS Bolt Nut with one washer 21 Kg GKW/TATA. 20 Supply & fitting of 100mm HDPE Pipe 4 kg/cm2 @each 6 mtr Long IS:14151 for above 22 Mtr ground and IS:4984 for underground laying. 480 23 MS increaser : Supply & Delivery of 50mm x100mm MS increaser flanged. 2 Each 24 Supply & fitting of 100 mm flange Adopter. 2 Each 25 Supply & fitting of 100x100x100 mm HDPE Equal Tee 2 Each 26 Supply & fitting of Hydrant 100x100x100 mm 3 Each 27 Supply & fitting of IVC 100x100x63 mm (Aluminium) 8 Each 28 Supply & fitting of VO 100x100 mm (Aluminium) 2 Each 29 Supply & fitting of VO 100x63 mm (Aluminium) 8 Each 30 Supply & fitting of 100mm HDPE End Cap 4kg/cm2 1 Each 31 Supply & fitting of 63mm HDPE End Cap 4kg/cm2 8 Each Pipe: 63mm OD, 3.2 Kg./Cm2 HDPE pipe with quick action coupler polythene pipe IS: 32 Mtr. 14151 (part-II)/2008 marked, each 6m long (Sub-Main 180m & Lateral Line 54m) 234 33 Supply & fitting of Air release Valve 2" with 2 ft riser and companion flange. 2 Each 34 Equal Tee: 63mm OD HDPE Equal Tee. (Branch Lateral Start) 2 Each 35 Elbow: 63mm OD x 900 HDPE, Elbow. (End Lateral Start) 2 Each 36 Supply & fitting of Hydro Cyclone Filter 40m3 and Inlet & Outlet flange connection 2". 1 Each Supplying fitting fixing including transportation of1 mtr x 0.6 m x 24 swg MS board contaning The name of Scheme and details of Scheme as directed by EIC. The board 37 LS should have base colour - Black and words - White to be fitted and fixed on the pipe will be grouted in 1:2:4 CC on single brick flat soling 1 38 Foundation base for Pumping Unit 1 LS 39 Insurance for the solar powered pumping system for 5 years (solar part) 1 LS 40 Web based remote monitoring system with requisite software. 1 LS

Annexure - XI

For 3 Ha Sprinkler Irrigation.

Sl. Description of Items. Unit Qty No. Supply and commissioning of Solar operated 3-Phase surface mounted monoblock pumpset of 3.0 lps discharge at 30m total head( 2 HP ) suitable for operating sprinkler 1 irrigation including supply of all accessories for connection to connection to sprinkler Set 1 system. 2 Supply and transport of Suction and delivery pipe m 16 Foundation Base for Pumping Unit ( including Loading & unloading and Carriage of all 3 materials from store to site) LS 1 Insurance whole system for 5 years and extended maintenance except item no 5 for four 4 4Year Years 1 Supply , transport , installation and commissioning of Solar PV installation for water pumping system consisting of solar panels framed in anodized aluminium frame mounted on stable hot dipped galvanized ( min 80 micron thickness) mild steel structure of rectangular hollow sections, angles, heavy duty pipes (all materials duly IS marked ) for providing sufficient strength with dual axis manual tracking arrangement which can withstand load of modules and high wind velocities upto 150 Km/hr, having RCC foundation designed against all possible loads (Dead, Live and imposed load). Modules supplied with the SPV system should have certificate as per IEC 61215 specification or equivalent National or International standards and must be interconnected with 4/6 sq.mm cables routed in PVC conduits properly fitted along the G.I structure to provide a good aesthetic view. Modules must qualify to IEC 61730 part I and part II for safety qualification testing. The power output of individual PV modules used in the PV array, 5 under STC, should be of 300 Watts peak, with adequate provision for measurement Wp 2400 tolerances. Solar cells should be crystalline silicon cell with min. efficiency of 15% and fill factor more than 70%, should be laminated between sheet of -Ethylene Vinyl Acetate (EVA) and high transmissivity 3.2mm tempered glass including appropriate DC to AC inverter and power controlling unit with MPPT technology to run at low sunshine and minimum 7 hours a day run with all necessary accessories suitable for solar + grid operation and including all protections of AC induction motor pump. There should be a display of all measurable parameters including storing of data at a set interval and transfer it in a pendive thru USB port . There should also be provision of interfacing GPRS based data transmission. The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1st year and comprehensive maintenace for 4 years beyond Ist year( foundation drawing enclosed for reference)

Earthing with 50 mm dia GI pipe 3.64 mm thick x 3.04 Mts. long and 1 x 4 SWG GI (Hot Dip) wire (4 Mts. long), 13 mm dia x 80 mm long GI bolts, double nuts, double washers incl. S & F 15 mm dia GI pipe protection (1 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level driven to an average depth of 3.65 6 Mts. below the ground level as below:(a) By ISI-Medium GI pipe including excavation of Set 2 soil for installation of Earth Electrode and filling & ramming and connecting to individual structure to earth electrode including S&F 20 mm x 3 mm galvanised (Hot Dip) MS flat on wall/floor with GI saddles as required and connection to equipments incl. drilling holes, with bolts, nuts, washers etc. Lighting System at Scheme Site:(with lighting pole) Dawn to dusk Street light of 4 mts height with 75mm x 50mm G.I pipe and without lighting arm and with Battery 12 v 40 Ah (exide make- tubular), Charge controller, 50 wp solar panel, LED 11 watt 12 volt. Battery and Charge controller to be mounted in a kiosk box of thickness-14 SWG, Powdered Coat 7 Set 1 Painted, which is to be fitted at the bottom of the light post at man height.(The rate is inclusive of manufacturer's warranty and comprehensive maintenance for 1st year and comprehensive maintenance for 4 years beyond Ist year when installed with Solar PV system) Lightning protection(pole mounted)(: Lightning protection with 3" X 1.5" G.I pipe of 4 mts height with base flange in proper RCC foundation and S & F Lightning Conductor Air Terminal made of 20 mm dia 1000 mm long GI pipe (ISI Medium) having five discharge prongs of 4 SWG GI (Hot Dip) wire at top duly soldered with 7/16 stranded GI (Hot Dip) wire and 85 mm dia 6 mm thick GI base plate at bottom incl. necessary holes etc including supply & fixing GI (Hot Dip) strips 20 mm x 3 mm thick for horizontal run on the 8 Parapet/Roof/ Wall with GI Saddles 1100 mm apart incl. mending good the damages to Set 1 building works including Earthing with 65 mm dia GI pipe (TATA-Medium)x 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x 125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by crimping sockets/ thimbles and S & F 40 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly under the ground level and partly above ground level to an average depth of 3.65 Mts Supply & fitting Pr. Gauge and acessories of approved makeand quality all complete as 9 Each 1 per direction of EIC : pressure guage glycerin filled . Supplying , Fittings & Fixing of Metal Impact Sprinkler as per Sprinkler Nozzles Full Circle 10 (2.0 kg / cm2) 18m diameter of Throw , 1200 LPH to 1800 LPH Discharge IS12232 Part I . Each 10

Supply & fitting for Sprinkler attachment with Saddle 3/4" 11 Shaddle: 63 mm ID HDPE with quick attachment system outlet coupler / shaddle, with Each 10 20mm (3/4" BSP) outlet adopter and batton (to engage riser pipe) Supplying , Fittings & Fixing of Quick Connect HD-End Riser of approved make and quality 12 all complete as per direction of GI Riser Pipe upto 3/4" diameter x 75 cm long. Each 10 Bolt Nut with washers : Supply & fitting of threaded MS Bolt Nut with one washer 13 10 GKW/TATA. Kg 14 Supply & fitting of 75 mm HDPE End Cap 4kg/cm2 Each 8 Pipe: 75mm OD, 4 Kg./Cm2 HDPE pipe with quick action coupler polythene pipe IS: 14151 (part-I), 15 each 6m long Each 40 16 Equal Tee: 75 mm OD HDPE Equal Tee. (Branch Lateral Start) Each 1 SUPPLYING, FITTINGS & FIXING OF SUPPLING, 75 mm OD 3.2 Kg./Cm2 HDPE quick 17 attachment 90º bend FITTINGS & FIXING OF PVC HD-ELBOW (EQUAL) AS HD-Elbow Each 3 (Equal) 75 mm 90º Supplying fitting fixing including transportation of1 mtr x 0.6 m x 24 swg MS board contaning The name of Scheme and details of Scheme as directed by EIC. The board 18 L.S 1 should have base colour - Black and words - White to be fitted and fixed on the pipe will be grouted in 1:2:4 CC on single brick flat soaling 19. Web based remote monitoring system with requisite software. LS 1

Superintending Engineer(AM) Kolkata(AM) Resources Division

Memo. No.384/1(20) Dated, Kolkata the-15.03.2018

Copy forwarded for information and necessary action to the:

1. Additional Chief Secretary to the Govt. of West Bengal , Water Resources Investigation & Development Department, 11A Mirza Galib Street, Khadya Bhavan, Block-A, 5th Floor, Kolkata-700087. 2. Chief Engineer-I/II, WRDD, 11A, Mirza Galib Street, B-Block, 6th floor, Kolkata-700087. 3. Project Director, WBADMIP,WRIDD 4. Director of Personnel & Ex-Officio Chief Engineer,WRDD, 11A, Mirza Galib Street, B-Block, 6th floor,Kolkata- 700087. 5. Additional Chief Engineer (R&D), WRDD, 11A, Mirza Galib Street, B-Block, 6th floor, Kolkata-700087. 6. Director, State Water Investigation Directorate, Sech Bhavan, Salt Lake City,Kolkata-700091. 7. Managing Director, West Bengal State Minor Irrigation Corporation Ltd, 5,Mustaque Ahmed Street, Kol-16 8. The Private Secretary to Hon’ble MIC, WRIDD, 9-17.Superintending Engineer (A-M) / (A-I), Siliguri /Berhampore/Burdwan/Midnapore/Raiganj/ Krishnagar/ Kolkata/ Bankura/ Investigation & Planning (A-M)/(A-I) Circle. 18. Executive Engineer (A-M)/(A-I)…………………………………………………Division. 19 Notice Board of this office. 20 Director of Information & Cultural Affairs, Nabanna, Howrah.—he is requested to publish the abridged e-NIT (copy enclosed) of 2017-18 of this office in One Bengali , One English and one Hindi Daily Newspaper at the earliest.

Superintending Engineer (A-M) Kolkata (AM) Resources Circle

PRE QUALIFICATION APPLICATION

To, The Superintending Engineer(A-M), Kolkata (Agri-Mechanical) Resources Circle Mayukh Bhawan,1st Floor, Salt lake, Kolkata-700091

Ref :-- e-Tender no. : Tender Id : Gr. No : Dear Sir,

Having examined the statutory, Non statutory & NIT documents, I/we hereby submit all the necessary information and relevant documents for evaluation.

We are interested in bidding for the work(s) given in Enclosure to this letter.

We understand that,

Tender inviting & Accepting Authority/Engineer-in-charge can amend the scope & value of the contract bid under this project.

b) Tender inviting & Accepting Authority/Engineer-in-charge reserve the right to reject application without assigning any reason.

Address:

Name of the Bidder: ------

Mobile No.: ------

E-mail address: ------

Office Address: ------

Enclo: e-filling:- Statutory Documents. Non Statutory Documents. Financial Document.

Date: Signature of applicant

Annexure- I

ON NON JUDICIAL STAMP PAPER OF ANY DENOMINATION ANNEXURE - MFG-I (For complete Photo voltaic Water Pumping System )

UNDERTAKING

WHEREAS M/s...... who is our authorized Dealers / Distributers have tendered to supply the PV Water Pumping System to WRIDD integrated by us, have requested us to guarantee the quality, quantity and delivery schedule of our manufactured materials to be supplied by the above Dealer/Distributor, we hereby guarantee as under:-

1. That we shall be responsible for the quality and standard of the materials supplied by the above authorized Dealers / Distributers in the same way as if it was supplied by us.

2. That the materials will bear I.S.I / MNRE accredited laboratory Certification Mark & our BRAND MARK (wherever applicable) according to the license issued to us vide No...... dated...... /...... /20...... which is valid upto...... a photocopy of which will be supplied to the WRIDD.

3. That in case any material is found sub-standard or defective the same will be immediate replaced by the above selling authorized Dealers / Distributers failing which we undertake replace such materials free of cost.

4. That we guarantee to supply the quantity guaranteed by the above authorized Dealers / Distributers so that the WRIDD is able to get the required quantities according to the delivery schedule given by the WRIDD. In case of Failure of the authorized Dealers / Distributers, we ourselves undertake to supply the materials at the prices quoted by the Dealer/Distributor directly. The necessary adjustment in price, if any, will be settled by us with the authorized Dealers / Distributers directly.

5. That the WRIDD will have the right of pre-delivery testing and inspection in our factory of the materials to be supplied through the authorized Dealers / Distributers in the same where as it was supplied by us.

6. The warrantee of our branded items shall be for a period of 5 years from the date of acceptance of the delivery by the consignee(s) of each item for any replacement free of cost to the buyer.

7. SPV Module shall cover warranty of 10 years for 90% wattage output & warranty of 25 years for 80% wattage output.(attach separate guarantee/ warranty declaration of PV module manufacturer).

8. That we have been permitted to issue authorization of PV module / Solar Power conditioning unit / Motor pump set by the manufacturer and a valid copy of permission is enclosed.

Group No: PV module make: Item No: Solar controlling unit make: Make of structure: Make of motor:

M/s...... Manufacturer/ Authorized Dealers / Distributers Mobile no- Email-

Annexure-II

ON NON JUDICIAL STAMP PAPER OF ANY DENOMINATION ANNEXURE - MFG-II (Solar Panels / Motor Pump Set / Solar Control unit / HDPE pipe & fittings) (For Manufacturer)

UNDERTAKING

WHEREAS M/s...... who is our authorized Dealers / Distributers have tendered to supply the ……………………… manufactured by us to WRIDD have requested us to guarantee the quality, quantity and delivery schedule of our manufactured materials to be supplied by the above Dealer/Distributor, we hereby guarantee as under:-

1. That we shall be responsible for the quality and standard of the materials supplied by the above authorized Dealers / Distributers in the same way as if it was supplied by us.

2. That the materials will bear I.S.I / MNRE accredited laboratory Certification Mark & our BRAND MARK (wherever applicable) according to the license issued to us vide No...... dated...... /...... /20...... which is valid upto...... a photocopy of which will be supplied to the WRIDD.

3. That in case any material is found sub-standard or defective the same will be immediate replaced by the above selling authorized Dealers / Distributers failing which we undertake replace such materials free of cost.

4. That we guarantee to supply the quantity guaranteed by the above authorized Dealers / Distributers so that the WRIDD is able to get the required quantities according to the delivery schedule given by the WRIDD. In case of Failure of the authorized Dealers / Distributers, we ourselves undertake to supply the materials at the prices quoted by the Dealer/Distributor directly. The necessary adjustment in price, if any, will be settled by us with the authorized Dealers / Distributers directly.

5. That the WRIDD will have the right of pre-delivery testing and inspection in our factory of the materials to be supplied through the authorized Dealers / Distributers in the same where as it was supplied by us.

6. The warrantee of our branded items shall be for a period of 5 years from the date of acceptance of the delivery by the consignee(s) of each item for any replacement free of cost to the buyer

*7. SPV Module shall cover warranty of 10 years for 90% wattage output & warranty of 25 years for 80% wattage output.

Group No: PV module make: Item No: Solar controlling unit make: Make of structure: Make of motor: ( Whichever is applicable)

M/s...... Manufacturer Mobile no- Email-

*Only for SPV module

Annexure- III

ON NON JUDICIAL STAMP PAPER OF ANY DENOMINATION ANNEXURE - MFG-III (Solar Panels / Motor Pump Set / Solar Control unit) (For Dealers/ Distributers) UNDERTAKING

WHEREAS M/s...... has tendered to supply the …………………………… to Water Resources Investigation and Development Department, GoWB, manufactured by ……………………………………. has requested us being the authorized Dealers / Distributers of the material to guarantee the quality, quantity and delivery schedule of the materials to be supplied by …………………………………………………..

We hereby guarantee as under:-

1. That we shall be responsible for the quality and standard of the materials supplied by the above authorized Dealers / Distributers in the same way as if it was supplied by us.

2. That the materials will bear CE /IEC/ I.S.I / MNRE accredited laboratory Certification Mark & the BRAND MARK (wherever applicable) according to the license issued to us vide No...... dated...... /...... /20...... which is valid upto...... a photocopy of which will be supplied to the WRIDD.

3. That in case any material is found sub-standard or defective the same will be immediate replaced by the above selling authorized Dealers / Distributers failing which we undertake replace such materials free of cost.

4. That we guarantee to supply the quantity guaranteed by …………………………………………so that the Water Resources Investigation and Development Department, GoWB is able to get the required quantities according to the delivery schedule given by the WRIDD. In case of failure of ……………………………., we ourselves undertake to supply the materials at the prices quoted by ………………………….. directly. The necessary adjustment in price, if any, will be settled among us.

5. That the WRIDD will have the right of pre-delivery testing and inspection of the materials to be supplied by………………………………………………. in the same where as it was supplied by us.

6. The warrantee of our branded items shall be for a period of 5 years from the date of commissioning of the system by …………………………………… for any replacement free of cost to the buyer.

7. That we have been permitted to issue authorization of PV module / Solar Power conditioning unit / Motor pump set by the manufacturer and a valid copy of permission is enclosed.

*8. . SPV Module shall cover warranty of 10 years for 90% wattage output & warranty of 25 years for 80% wattage output.(attach separate guarantee/ warranty declaration of PV module manufacturer)

Group No: PV module make: Item No: Solar controlling unit make: Make of structure: Make of motor: ( Whichever is applicable) Copy of Dealer ship/ Distributer attached. *Only for SPV module

Group No: Item No:

M/s...... Manufacturer/ Authorized Dealers / Distributers Mobile no- Email-

ANNEXURE-IV

AFFIDAVIT ON NON JUDICIAL STAMP PAPER OF Rs. 100/-

DECLARATION FOR NOT BARRED/DELISTED/BLACK LISTED

Tender Reference No.

To

The Superintending Engineer (A-M)

Kolkata (A-M) Resources Circle

Mayukh Bhavan, Salt Lake, Kolkata-700091

We M/S XXXX , ______(Address)

Do hereby submit undertakings

1. That We/M/S ,______(Address) have not been Barred/Delisted/Black Listed by Union or State Governments/ Any Government Undertakings of this Country during last Five years for supply of the materials included in the Tender as referred above.

2. That we shall be responsible if any falsification is found in this statement during course of the supply by us, related to this Tender and the Authority will have the right to withdraw the supply Order of the said materials and cancel the agreements

3. That we shall intimate immediately if we are Barred/ Delisted/Black Listed within the period of supply of the said materials and the Authority will have the right to withdraw the supply order and cancel the Agreements.

______Authorised Signatory

Annexure- V

Bidders are requested to provide the details of licence / certificate to be uploaded with tender in following format:-

( FOR IS Materials)

Sl Description of Name of Licence No Valid upto Item no. of Group No No Item/Component Part manufacturer the Group

For NON IS / IEC Materials-

Sl Description of Name of Testing Test report Item no. of Group No No Item/Component Part manufacturer Authority no the Group

Signature if the Bidder with Seal

Bidders are requested to provide the details of Earnest Money and Credential to be uploaded with tender in following format:-

Sl Group no Transaction ID of online Bank Draft no Amount of Value of Average No EMD with date for EMD Credential Annual Turn other groups uploaded over of last 3 years

Signature of the Bidder with Seal

Note- Add rows as required for furnishing the details.

Ministry of New & Renewable Energy

National Solar Mission Division

***** Solar Cells/Modules Manufacturing Capacities

As per the National Solar Mission targets, indigenous manufacturing capacity to the tune of 4-5 GW is to be achieved by the year 2020 in India. As per the information available with MNRE till date, the installed capacity of Solar cells and Modules in the country is 1468 MW &

5648 MW respectively (details given below). All the Solar Manufacturers are requested to update the information regarding Installed & Operational Capacities as on date to the undersigned at Email: [email protected] , with a copy to [email protected] as early as possible and latest by 25.10.2016. If a manufacturer is left in the list, they may also provide the requisite information. This may be taken on priority.

(Sunil Kumar Gupta)

Scientist-‘D’ (NSM)

Solar Cells Capacities Present Status Cell Capacity As on 30-06- As on 30-06-2016 Installed2016 (In Operational (In S.No. Name of Company 1 BEL MW) 10 MW) 5 2 Bharat Heavy Electricals Limited 10 10 3 Central Electronics Limited 10 0.05 4 Dev Solar 3 3 5 Euro Multivision Limited 50 50 6 Indosolar Ltd 250 200 7 Jupiter Solar Pvt. Ltd 280 280 8 Lanco Solar 0 0 9 Maharishi Solar Technology 10 0 10 Moser Baer Solar Limited 250 100 11 Mundra Solar PV Limited (Adani Group) 0 0 12 Premier Solar Systems Ltd 75 75 13 Solar Semiconductor (Renwsys India) 30 30 14 Surana Solar 120 100 15 Synergy Solar 0 0 16 Tata Power Solar Systems Limited 180 140 17 Udhaya Energy Photovoltaics Pvt Ltd 10 10 18 Waaree Energies Pvt Ltd 0 0 19 Websol Energy System Liited 120 120 20 XL Energy Ltd. 60 NA 1468 1123.05 Solar Module Capacities Present Status Module Capacity As on 30-06- As on 30-06-2016 Installed2016 (In Operational (In S.No. Name of Company 1 Access Solar Limited MW) 18 MW) NA 2 Agrawal Solar 40 NA 3 Ajit Solar Pvt LTd 35 20 4 Alpex Exports Pvt Ltd 200 150 5 AMV Energy Systems Private Limited 10 NA 6 Andromeda Energy Technologies Pvt Ltd 30 15 7 Andslite 20 0.75 8 Arion Solar 5 5 9 AVI 15 15 10 BEL 10 10 11 Bharat Heavy Electricals Limited 26 26 12 Blue Brid 20 20 13 Brawn Battery 25 NA 14 Central Electronics Limited 42 3.8 15 Deity Fuel PV 20 20 16 Dev Solar 3 3 17 Electrona/Zynergy 36 35 18 Emmvee Photovoltics Pvt Ltd 175 175 19 Empire Photovoltaic 36 36 20 Enfield Solar 20 15

21 Enkay Solar 20 20 22 Evergreen Solar Systems 20 20 23 Gautam Solar Pvt Ltd 65 65 24 Genus Solar 20 10 25 Goldi Green Technoligies Pvt Ltd 125 125 26 Green Brilliance Energyy Pvt Ltd 50 50 27 Greentek 25 10 28 H. R. Solar Solution Pvt. Ltd. 15 10 29 HBL Power 20 NA 30 HHV Solar Tehnologies Pvt Ltd 100 90 31 Icon Solar Pvt.Ltd 50 24 32 Integrated solar 25 20 33 Jain Irrigation Systems Ltd 55 55 34 Jakson Solar 60 50 35 JP Solar 20 NA 36 Jyoti Solar 25 NA 37 Jyotitech Solar LLP 35 28 38 Karishma Solar 20 NA 39 Kohima Solar 55 20 40 Kotak Urja Pvt Ltd 75 36 41 Lanco Solar Pvt Ltd 175 175 42 Maharishi Solar Technology 15 4 43 Mas Solar 20 5 44 Microsol Power P Ltd. 60 15 45 Microsun solar 60 60 46 Modern Solar Pvt Ltd 40 32 47 Moser Baer Solar Limited 230 50 48 MX Power 10 10 49 Navitas Green Solutions Pvt. Ltd. 75 50 50 Neety Euro Asia Solar Energy 15 12 51 Novergy Energy Solutions P. Ltd. 45 45 52 Nucifera 15 15 53 Photon Energy Systems Ltd 50 50 54 Photonix Solar Pvt LTd 40 40 55 Plaza Solar 20 NA 56 Premier Solar Systems Ltd 100 100 57 Prosun 5 3 58 PV Power Technologies 50 50 59 Raajratan Ventures 30 30 60 Radiant Solar 80 30 61 Rahine Solar 40 20 Rajasthan Electronics & Instruments 62 20 19 Limited 63 Reliance Industries Ltd - SOLAR 30 NA 64 Renwsys India 180 80 65 Ritika Systems Pvt Ltd 40 40 66 Rolta Power Pvt Ltd 60 50 67 Saatvik Green Energy 175 175 68 Savitri Solar 80 NA 69 Seemac Pvt. Ltd. 40 40 70 Shan Solar Pvt Limited 30 30 71 Shukra Solar 5 NA 72 SLG Solar System 8 NA

73 Solarmaxx 15 12 74 Solex 30 25 75 Sonali Energees Pvt. Ltd. 100 100 76 Sova Power Limited 100 100 77 Stellar Solar 20 NA 78 Sun Solar Techno Limited 30 18 79 SunFuel 15 1 80 Sunshine Power 10 10 81 Surana Solar 120 120 82 Synergy Solar 50 50 83 Tata Power Solar Systems Limited 300 300 84 TITAN Energy Systems Ltd 100 100 85 Topsun Energy Limited 75 60 86 Udhaya Energy Photovoltaics Pvt Ltd 7 7 87 USL Photovoltaics Pvt Ltd 7 NA 88 Vikram Solar Pvt Ltd 500 400 89 Vinova Energy Systems Pvt.Ltd. 10 2 90 Vipul Solar 25 NA 91 VRV Solar 25 NA 92 Waaree Energies Pvt Ltd 500 500 93 Websol Energy System Liited 90 90 94 XL Energy Ltd. 210 NA 5848 4307.55 *NA- Information Not Available

WBWRDD/SE (AM)/Res Circle /eNIT-21 /2017-18 Page 47 of 47

LDTW ANNEXURE-A LIST OF HYBRID ( SOLAR & ELECTRICALLY OPERATED ) LDTW SCHEMES FOR NBDD UNDER RAIGANJ (AGRI- IRRIGATION) DIVISION IN THE DISTRICT OF UTTAR DINAJPUR

No. of Sl. No. Block G.P. Mouza J. L. No. Plot No. Village Code Latitude Longitude LDTW 1 Raiganj Kamalabari - I ChhatianPirojpur 1363,98 1362, 1376, 1362, 1354,19 1158 04 006 0098 25°39'58" N 88°08'11" E 6 & 19 04 006 0195 19 2 Raiganj Barua 200389, & 2267/2346201 & 28, 125, 303, 320 25°35'18" N 88°12'48" E 6 Malanchi 04 006 0196 3 Raiganj Gouri Garna 14014, 59, 89, 152, 215, 30119 04 006 0139 25°33'37" N 88°05'20" E 6 4 Raiganj Maraikura Abhor 12113, 257, 343, 361, 367, 39619 04 006 0120 25°34'57" N 88°05'33" E 6 Teliapokh 5 Goalpokher - I Panjipara 803,23 857, 884, 1049, 1188, 191280 04 003 0012 26°09'39" N 88°01'44" E 6 er Teliapokh 6 Goalpokher - I Panjipara 2382,23 2489, 2512, 2644, 3985,19 4082 04 003 0012 26°09'39" N 88°01'44" E 6 er 7 Goalpokher - I Panjipara Satbhita 29887, 890, 920, 932, 960, 99519 04 003 0017 26°08'16" N 88°02'55" E 6 Dharampur - 8 Goalpokher - I Churakuti 2218,6 2226, 2235, 2240, 2304,19 2780 04 003 0006 26°04'20" N 87°39'01" E 6 II 9 Goalpokher - I Dharampur - I Jinatpur 59 184 19 04 003 0047 26°05'26" N 88°02'37" E 1

10 Goalpokher - I Dharampur - I Khangi 65 158 19 04 003 0052 26°04'48" N 88°02'33" E 1 Dharampu 11 Goalpokher - I Dharampur - I 62 1411 19 04 003 0050 26°05'04" N 88°01'44" E 1 r 12 Goalpokher - I Jaingaon Jaingaon 42 15784 19 04 003 0030 26°05'30" N 88°06'26" E 1 13 Goalpokher - I Jaingaon Jaingaon 42 1854 19 04 003 0030 26°05'30" N 88°06'26" E 1 14 Goalpokher - I Goagaon - II Dehar 136 1060 19 04 003 0122 25°58'21" N 88°02'37" E 1 15 Goalpokher - I Goagaon - II Tilna 151 275 19 04 003 0137 25°56'14" N 88°03'30" E 1 Kichaktol 16 Goalpokher - I Sahapur - II 120 212 19 04 003 0106 25°59'21" N 88°06'13" E 1 a 17 Goalpokher - I Sahapur - II Matitola 122 579 19 04 003 0108 25°59'53" N 88°03'30" E 1 Bhagaban 18 Goalpokher - I Goagaon - I 148 393 19 04 003 0134 25°53'14" N 87°52'20" E 1 pur 19 Goalpokher - I Goagaon - I Sirnia 147 577 19 04 003 0133 25°56'12" N 88°02'37" E 1 20 Goalpokher - I Goagaon - I Balichar 141 212 19 04 003 0127 25°45'37" N 87°58'53" E 1 21 Karandighi Altapur - I Barua 210 165 19 04 005 0198 25°43'52" N 88°01'57" E 1 22 Karandighi Altapur - I Temarpur 209 175 19 04 005 0197 25°44'14" N 88°02'06" E 1 23 Karandighi Karandighi - I Doarin 144 409 19 04 005 0132 25°48'44" N 87°58'49" E 1 Gorul 24 Karandighi Lahutara - I 143 155 19 04 005 0131 25°49'09" N 87°58'52" E 1 Bhasa 25 Karandighi Lahutara - I Sabdhan 139 2163 19 04 005 0127 25°48'03" N 88°01'27" E 1 26 Karandighi Lahutara - II Bosara 175 687 19 04 005 0163 25°47'36" N 88°00'12" E 1 27 Karandighi Karandighi - II Dalmadah 163 100 19 04 005 0151 25°46'53" N 87°54'59" E 1 28 Karandighi Domohona Parua 126 426 19 04 005 0114 25°50'40" N 87°58'39" E 1 29 Karandighi Domohona Barhans 132 286 19 04 005 0120 25°50'47" N 88°01'13" E 1 30 Karandighi Karandighi - II Pargaon 179 37 19 04 005 0167 25°47'16" N 87°57'20" E 1 Total 70

List of LDTW ( hybrid) schemes for implementation under NBDD Programme under Balurghat (A-I) Divn, in the District of Dakshin Dinajpur

Type of No. of Sl. No. Name of scheme Name of Block Name of G.P. Name of Mouza Village Code J.L.No. Plot no. Longitude Latitude Scheme Tubewells

1 Gangajit Kushmandi Maligaon Gangajit 19 05 001 0221 221 37, 19, 42, 3, 63 88.522665 E 25.494895 N 5

2 Kapuriya Kushmandi Udaypur Kapuriya 19 05 001 0204 204 818,771, 689, 791, 740, 609 88.484572 E 25.530755 N 6

3 Bhelakuri Kushmandi Udaypur Bhelakuri 19 05 001 0203 203 123, 411, 148, 137, 433, 115 88.488138 E 25.530133 N Hybrid LDTW 6 Baro Damodarpur Kushmandi Maligaon ( Solar Baro Damodarpur 19 05 001 0159 159 509, 305, 255, 549, 502 88.473503 E 25.509128 N 4 & Electrically 5 5 Amlahar Kushmandi Kalikamora operated) Amlahar 19 05 001 0142 142 82, 37, 42, 901, 19 5 88.394952 E 25.4577 N Muskipur Muskipur 19 05 008 0153 202 380, 34, 1334, 277, 372 88.165552 E 25.401766 N 6 Harirampur Gokarna 5 7 Ramkrishnapur Harirampur Bagichapur Ramkrishnapur 19 05 008 0021 21 113, 157, 36, 32, 106, 25 6 88.266254 E 25.37997 N

Salekkuri Kushmandi Udaypur Salekkuri 186 826, 643, 841, 821, 766 8 19 05 001 0188 5 88.477087 E 25.531825 N 43

LIST OF HYBRID LDTW (SOLAR AND ELECTRICAL OPERATED) UNDER RIDF XXIII PROGRAMME UNDER NBDD IN THE DISTRICT OF MALDA UNDER MALDA (A-I) DIVISION

Sl Name of Name of Name of Name of Long No of JL. No. Plot No. Village Code Latitude Remarks No. Scheme Block G.P. Mouza itude Structure

1 2 3 4 5 6 7 8 9 10 11 12 1 DOUAS LDTW Gazole Dewtala Daouas 130 189, 338, 183, 19 06 007 0128 25°17'16.88"N 6 211, 19, 314. 88°14' 54.47" 2 Chaksunder Gazole Dewtala Chaksund 165 280, 333, 360, 19 06 007 0163 25°14'34.16"N 6 LDTW er 184, 175, 143. 88°15' 3 Baniakandar Gazole Majhra Baniakan 272, 274 135, 125, 140, 19 06 007 0270 25°10'16.34"N 50.92" 6 LDTW dar, 87, 109, 67. 19 06 007 0272 88°15' 4 Babupur LDTW Gazole Babupur Babupur,Karanja 177, 176 40, 24, 172, 231, 19 06 007 0174 25°15'54.97"N 36.45" 6 Sakrol 1756, 1738. 19 06 007 0175 88°19' 6 Bighor Janamdol H.C. Pur-I Rasidabad Bighor, 31, 27 121, 102, 19 06 001 0030 25° 24' 41.2164'' N 87°34.14" 51' 6 LDTW Janamdol 550/1061, 523, 82, 19 06 001 0026 52.045 7 Chandipur H.C. Pur-I Rasidabad Chandipur 51 1462,579 1486, 24, 19 06 001 0051 25°27'57.35"N 2'' E 6 Srichandrapur , 52 44/550, 144, 536 19 06 001 0052 87°56'3 8 BhatoleLDTW LDTW H.C. Pur-I Tulsihata Bhatole,Srichandra 1153 604, 402, 483, 19 06 001 0010 25° 24' 0.8136'' N 87°7.55"E 51' 6 Gochia, 13 351, 111, 87 19 06 001 0012 25.858 9 Jaynagar LDTW H.C. Pur-I Kushida JaynagarDumurkol 1912 40, 56, 05, 07, 19 06 001 00640011 25° 24' 17.352'' N 87°8'' E 53' 6 Dumurkol 12 181, 977 19 06 001 0049 3.3468'' 10 Satmara Ratua-II Pirganj Satmaraa 15020 1436, 508, 1321, 19 06 006 0050 25° 11' 59.7372'' N 87° E 56' 6 Chowduar Chowduar 148 539, 29, 241 19 06 006 0048 45.740 11 NasipurLDTW Ratua-II Pirganj Nasipur 14595 1879, 18, 417, 19 06 006 00480020 25° 12' 13.716'' N 87°4'' E 56' 6 Chowduar Chowduar 148 194, 4129, 249 19 06 006 0044 53.235 12 SambalpurLDTW Ratua-II Sambalpur ShibnagarSatmara 97144 1438, 2619/3802, 19 06 006 00220050 25°11'49.43"N 6''88° E 6 Shibnagar LDTW Sambalpur 87 2618, 1440, 1143, 19 06 006 0012 2'23.77 13 Uttar Gopalpur Chanchal_I Makdump Uttar 9 581,1017 552, 488/837, 19 06 003 0009 25° 23' 13.0128'' N 88°"E 1' 6 LDTW ur Gopalpur 783, 806, 503 43.222 14 Khadiarpur Chanchal-I Makdump Aswinpur 22 984, 1113, 921, 19 06 003 0022 25° 22' 19.9704'' N 88°8'' E 1' 5 LDTW ur, Baltar 23 49, 523 19 06 003 0023 46.236'' 15 Nikhral LDTW Chanchal-I MahanandBhagaban NikhralS.B.Balara 0437 293, 354, 448, 19 06 003 00040036 25°28'56.28"N 88°E 6 apur Mallikpara 03 333, 207, 178 19 06 003 0003 1'29.70 16 Meghdumra Chanchal-II Kshempur MeghdumGouria 10 107 1022, 1018, 1010, 19 06 004003 00370011 25° 20' 9.7116'' N 87°"E 59' 2 LDTW ra 893, 1052, 876 48.818 17 Khanpur Chanchal-II Chandrap Khanpur 191 330, 212, 119, 19 06 004 0090 25° 19' 22.0908'' N 88°4'' E 0' 5 Goalpara LDTW ara Goalpara 190 883, 288/317 19 06 004 0089 21.031 18 Baharabad Chanchal-II Chandrap Baharabad 187 370, 792, 19 06 004 0086 25° 18' 54.3708'' N 87°2'' E 59' 5 LDTW ara 348/1243, 800, 823 44.030 19 Elam Purba Chanchal-II Bhakri Elam 75 380, 716, 123/156, 19 06 004 0005 25°23'14.25"N 4'' E 5 Bejpura LDTW Purba 77 140, 610 19 06 004 0007 87°59'4 Total Bejpura 6.48"E 100 Nos. STW ANNEXURE-B LIST OF STW HYBRID FOR INCLUSION IN RIDF XXIII NBDD PROGRAMME UNDER COOCHBEHAR (A-I) DIVISION IN THE DISTRICT OF COOCHBEHAR Sl Name of Name of Name of Name of JL. No. Plot No. Village Code Latitude Long No of Remarks No. Scheme Block G.P. Mouza itude Structure 1 2 3 4 5 6 7 8 9 10 11 12

1 Chilakhana Tufanganj - I Chilakhan Chilakhan 79 30035, 31153, 19 03 007 0046 26.30393°N 89.952 5 a-I a 31187, 10798, 08°E 2 Chilakhana Tufanganj - I Chilakhan Chilakhan 79 1123, 1166, 2622, 19 03 007 0046 26.312510°N 89.956 6 a-I a 3134, 3281, 3287 542°E 3 Ghogarkuthi Tufanganj - I Chilakhan Ghogarkut 77 2075, 711, 1112, 19 03 007 0044 26.294994°N 89.620 6 Pratham Khanda a-II hi 2044, 1352, 1398 78 °E 4 Ghogarkuthi Tufanganj - I Chilakhan Ghogarkut 77 684, 2080, 2350, 19 03 007 0044 26.30332°N 89.571 6 Pratham Khanda a-II hi 1272, 1362, 1044 336°E 5 Airani Chitalia Tufanganj - I Maruganj. Airani 40 3029, 3032, 1461, 19 03 007 0023 26.34263°N 89.554 6 Chitalia 2086, 981, 2372 13°E 6 Dakshin Tufanganj - I Maruganj. Maradang 82 1997, 1501, 2953, 19 03 007 0049 26.29838°N 89.556 6 Maradanga a 2704, 1992, 18 472°E 7 Debottar Tufanganj - I Natabari-I Debottar 36 242, 2265, 2526, 19 03 007 0019 26.407910 N 89.592 6 Charaljani Charaljani 1546, 3735, 4221 940 E 8 Panisala Tufanganj - I Panisala Panisala 2 1977, 1645, 2196, 19 03 007 0002 26.25849°N 89.528 6 2254, 2488, 1997 61°E 9 Panisala Tufanganj - I Panisala Panisala 2 2135, 2307, 2771, 19 03 007 0002 26.24293 °N 89.512 6 2922, 821, 3803 22°E 10 Balarampur Tufanganj - I Balarampur Balarampur 88 36269, 41401, 19 03 007 0055 26.291820 N 89.575 6 -I 36014, 31815, 090 E 11 Balarampur Tufanganj - I Balarampur Balarampur 88 27927, 29630, 19 03 007 0055 26.299250 N 89.580 6 -I 24586, 38263, 020 E 12 Deocharai Tufanganj - I Deocharai Deocharai 89 1084, 3309, 8534, 19 03 007 0056 26.269680 N 89.610 6 653, 1621, 1906 310 E 13 Deocharai Tufanganj - I Deocharai Deocharai 89 1624, 2891, 3377, 19 03 007 0056 26.268210 N 89.615 6 2915, 2041, 3102 630 E 22 Bhelapeta Tufanganj - I Natabari- Bhelapeta 39 701, 2116, 1013, 19 03 007 0022 26.354430 N 89.567 6 II 747, 957, 1424 210 E 24 Balarampur Tufanganj - I Balaramo Balarampu 88 15953, 4635, 19 03 007 0055 26.267510 N 89.611 6 ur-I r 4513, 21343, 210 E 14 Panisala Coochbehar - Panisala Panisala 2 2418, 588, 738, 19 03 007 0002 26.293310 N 89.484 6 I 282, 2559, 1941 790 E 15 Dauaguri - I Dawaguri Dauaguri 119 2003, 1900, 2258, 19 03 005 0006 26.3205 N 89.517 6 1997, 2237, 1621 77 E 16 Ghargharia Dwitia Cooch Behar - I Dawaguri Ghargharia 119 704, 1029, 1122, 19 03 005 0005 26.286541 N 89.525 6 Khanda Dwitia 1527, 1819, 1703 833 E 27 Nababgang Balsi Cooch Behar Nababgan 251 5947, 3590, 7389, 19 03 005 0131 26.299250 N 89.480 6 - I g Balsi 1728, 5495, 5507 0 Total19 E 113

LIST OF STW SCHEME IN THE DISTRICT OF DARJEELING ( SMP AREA ) IN CORPORATION UNDER RIDF-XXIII NBDD Longitu Latitude Village code Sl.No. Name of Scheme Block District G.P. Mouza J.L. No. Plot No. de In Cluster ( N ) sl No. ( E ) 1 Gayen Kharibari Binnabari Gayen 31 509, 1064, 1392, 601 26.526609 88.125 4 645 2 Rajajhar Naxalbari Gossainpur Rajajhar 101 25,26,61,117 26.679663 88.347 4 497 3 Dhulia Kharibari Buraganj Dhulia 56 71, 170, 50, 288, 430 26.641415 88.229 5 634 4 Duba Kharibari Binnabari Duba 28 266,265,62,317,268,28,259,6726.544171 88.116 8 639 5 Debiganj Kharibari Binnabari Debiganj 32 595,395,137,501,434,667,632 27.036007 88.263 7 646 6 Gayen Kharibari Binnabari Gayen 313166,1391,810,1604,314,697,22,106626.526609 88.125 8 645 7 Bairagi Kharibari Binnabari Bairagi 29 44,149,17/18,46,180 26.53523 88.108 5 643 8 Subalvita Kharibari Buraganj Subalvita 66624, 206, 611, 618/628,627,626,59626.6059 88.224 7 9 Hatidoba Kharibari Buraganj Hatidoba 631519, 1543/1, 988, 178, 1543/2, 1543/326.6236 88.219 6 10 Hatidoba Kharibari Buraganj Hatidoba 63 470, 49, 989, 144, 356, 803 26.6236 88.219 6 11 Hatidoba Kharibari Buraganj Hatidoba 63 298, 829, 952, 243, 972 26.6236 88.219 5 12 Hatidoba Kharibari Buraganj Hatidoba 63 1314, 105, 224, 54, 233 26.6236 88.219 5 13 Buraganj Kharibari Buraganj Buraganj 62 251, 256, 693, 501, 531 26.6358 88.214 5 14 Dhaknagach Kharibari Buraganj Dhaknagach 37 131, 24, 335 26.5700 88.237 3 15 Kuchia Phansidewa Ghoshpukur Kuchia 34 2,625,505,449,31,531,675 26.603489 88.261 3 536 Purba 16 Purba Basngaon Phansidewa Chathat 112 3412,2609,493,1348 , 1135. 26.5210 88.339 5 Basngaon Total = 86

LIST OF STW SCHEMES FOR IMPLEMENTATION UNDER JALPAIGURI (A-I) SUB-DIVISION (RIDF XXII) NBDD Longitu Latitude Village code Sl.No. Name of Scheme Block District G.P. Mouza J.L. No. Plot No. de In Cluster ( N ) sl No. ( E ) 1 Dhapachila Sadar Bhelakoba Bhelakoba 2 121/126, 11/10, 909, 39, 734, 7926°33´15" 88°36´00" 6 706 Kharija 504, 351, 558, 2 Harimandir Sadar Berubari 23 26°21´30" 88°43´30" 6 726 Berubari-II 342, 511, 9/991 Kharija

3 Natun Bandar Sadar Jalpaiguri Kharija Berubari 27 504, 232, 6/79, 285, 88, 10, 26°24´00" 88°45´00" 5 730 Berubari-I TOTAL 17

PROPOSAL FOR PDW (HYBRID SOLAR ) FOR ALIPURDUAR DISTRICT. NBDD RIDFXXIII ANNEXUR-C Solar SL Name of Name of Name of Name of Longitu No of Irridiation J.L. No. Plot No. Village Code Latitude No. Scheme Block G.P. Mouza. de Structure (kwh/m2/ day) E- Kumargra Dakshin 886, 536/537, 823, 1 Dakshin Haldibari Kumargram 39 19 02 007 0038 N-26.51228 89.7673 6 3 - 3.5 m Haldibari 857, 45, 424 4 E- Kumargra Dakshin 137, 01, 547, 547, 2 Dakshin Haldibari Kumargram 39 19 02 007 0038 N-26.51228 89.7673 6 3 - 3.5 m Haldibari 424/3, 881 4 E- Dakshin Dakshin 585, 1861, 827, 898, 3 Kumargram Chengmari 42 19 02 007 0041 N-26.51217 89.7673 6 3 - 3.5 Changmari Changmari 605, 513 1 Volka- E- 484, 193/6, 194/900, 4 Baruipara Kumargram Barobisha- Baruipara 55 19 02 007 0052 N-26.46351 89.8434 6 3 - 3.5 364, 3229, 568 II 1 Madhya 1048, 1287/2613, E- Madhya Kamakhya 5 Kumargram Kamakhyag 16 1175, 1368, 19 02 007 0015 N-26.45156 89.7168 6 3 - 3.5 Kamakhyaguri guri-II uri 1131/2517, 1326 6 Madhya E- Madhya Kamakhya 1202, 1413, 1295, 6 Kumargram Kamakhyag 16 19 02 007 0015 N-26.45156 89.7168 6 3 - 3.5 Kamakhyaguri guri-II 1257, 1264, 1260 uri 6 Dakshin E- Dakshin Kamakhya 634/2117, 863, 918, 7 Kumargram Kamakhyag 17 19 02 007 0016 N-26.47763 89.7396 6 3 - 3.5 Kamakhyaguri guri-II 697, 627, 864 uri 3 Dakshin E- Dakshin Kamakhya 1911, 827, 888, 781, 8 Kumargram Kamakhyag 17 19 02 007 0016 N-26.47763 89.7396 6 3 - 3.5 Kamakhyaguri guri-II 930, 771 uri 3 E- 2497, 2715, 2729, 9 Balapara Kumargram Chengmari Balapara 47 19 02 007 0040 N-26.51212 89.7672 6 3 - 3.5 2500, 2707, 2725 8 Kumargram E- Madhya Narar Khoardang Madhya 108 ,334, 458, 10 12 19 02 007 0012 N-26.4784 89.769 6 3 - 3.5 Thali a -II Narar Thali 386, 405, 661 65 Kumargram Khoardan 636, 638, 19/1 E- Chhoto 11 Chhoto Daldali ga-II 22 /638 , 547 , 154 , 19 02 007 0021 N-26.51213 89.767 6 3 - 3.5 Daldali 102/107 32 Kumargram Khoardan E- Chhoto 437, 243 , 293 , 12 Chhoto Daldali ga-II 22 19 02 007 0021 N-26.51213 89.767 6 3 - 3.5 Daldali 1212 , 629 , 1121 , 32 Kumargram Dakshin E- Dakshin Kamakhya 189 , 237 , 164 , 13 Kamakhyag 17 19 02 007 0016 N-26.44765 89.720 6 3 - 3.5 Kamakhyaguri guri-II 154 , 152 , 144 uri 58 Kumargram 1462 , 1008 , 796 , E- Kamakhya 14 Telipara Telipara 18 1730/1733 , 911 , 19 02 007 0017 N-26.47228 89.752 6 3 - 3.5 guri-I 526 07 Kumargram 1287 , 584 , 1227 , E- Kamakhya Paschim 15 Paschim Narathali 13 1388/1 , 1388 , 19 02 007 0013 N-26.48702 89.745 6 3 - 3.5 guri-II Narathali 1744 03 Kumargram 2832 , 1959 , 2288 E- Kamakhya Paschim 16 Paschim Narathali 13 , 2903 , 2959 , 19 02 007 0013 N-26.48702 89.745 6 3 - 3.5 guri-II Narathali 2229 03 Kumargram E- Kamakhya Paschim 1415 , 309 , 1428 , 17 Paschim Narathali 13 19 02 007 0013 N-26.48702 89.745 6 3 - 3.5 guri-II Narathali 336 , 1443 , 1462 03 Kumargram 1316 / 2684 , Madhya E- Madhya Kamakhya 1175/1178 , 18 Kamakhyag 16 19 02 007 0015 N-26.45156 89.716 6 3 - 3.5 Kamakhyaguri guri-II 1158/1163 , 1166 , uri 86 1147 , 1064 Kumargram Madhya 319 , 28 , 196 , E- Madhya Kamakhya 19 Kamakhyag 16 301/218 , 2025 , 19 02 007 0015 N-26.45156 89.716 6 3 - 3.5 Kamakhyaguri guri-II uri 263 86 Kumargram Madhya 517 , 525/524 , E- Madhya Kamakhya 20 Kamakhyag 16 491 , 512 , 485 , 19 02 007 0015 N-26.45156 89.716 6 3 - 3.5 Kamakhyaguri guri-II uri 504 86 Kalchini 478/189, 562/1527 , Dakshin Dakshin E 3- 3.5 21 Mendabari 10 1451/550 , 19 02 006 0021 N 26.60402, 89.4150 6 Mendabari Mendabari 713/2473 , 9 108/311 , 63/166 Kalchini 147 , 244 , Dakshin Dakshin 1854/579 , 227, E 3- 3.5 22 Mendabari 10 19 02 006 0021 N 26.60402, 89.4150 6 Mendabari Mendabari 467/182 , 9 1684/531 Birpara 911/1846 , Madarihat Uttar 922/1855 , Uttar Rangaliba E- 23 Rangaliba 40 1003/1007 , 19 02 005 00 39 N-26.70334 89.2253 6 3 - 3.5 Rangalibazna zna zna 922/1855 , 442/ 2 13, 913 Birpara Uttar 502/1462 , Uttar Rangaliba E- 24 Madarihat Rangaliba 40 748/1705, 508 , 19 02 005 00 39 N-26.70334 89.2253 6 3 - 3.5 Rangalibazna zna zna 938 , 510 ,70 2 Total 144

SPSIS-8HA ANNEXURE-D LIST OF SCHEME IN DARJEELING DISTRICT (S.M.P) HYBRID SOLAR AND ELECTRICALLY OPERATED SEMI PERMANENT SRINKLER IRRIGATION) UNDER NBDD IN R.I.D.F - XXIII PROGRAMME Name of Sub-Division: Siliguri (A-M) Sub-Division

Cmmand Latitude and Sl No Name of Scheme Name of Block GP Mouza JL No Plot No Source of Water Village Code Area Remarks Longitude (HA )

Kelabari Hybrid Raniganj 26035'8'' 1 Kharibari Kelabari 17 3121 Boon 19010120050 8 SPIS Panisali N,88010'37''E

Kuakinder Hybrid 26032'16'' 2 Kharibari Binnabari Kuakinder 97 1245 Big pond 19010120051 8 SPIS N,88009'09''E LIST OF SCHEME IN JALPAIGURI DISTRICT HYBRID SOLAR AND ELECTRICALLY OPERATED SEMI PERMANENT SRINKLER IRRIGATION UNDER NBDD IN R.I.D.F - XXIII Name of Sub-Division: Jalpaiguri (A-M) Sub-Division

Cmmand Latitude and Sl No Name of Scheme Name of Block GP Mouza JL No Plot No Source of Water Village Code Area Remarks Longitude (HA ) Jhar Dakshin Dakshin 26.6653N,88 1 Dhupguri Altagram- 56 1617 Gilandi 1902001100130000 8 Khattimari-I Khattimari .9718E II Jhar Uttar 26.6933N,88 2 Uttar Khattimari-I Dhupguri Altagram- 45 1464 Khattimari 1902001100128900 8 Khattimari .9710E II Jhar 26.8938N,89 3 Goshaihat-I Dhupguri Altagram- Goshaihat 112 185 Gilandi 1902001100133700 8 .0230E II Jhar 26.5958N,89 4 Goshaihat-II Dhupguri Altagram- Goshaihat 112 206 Gilandi 1902001100133700 8 .0201E II Purba Duramari- Purba 26.5564N,89 5 Dhupguri Salbari-I 37 1707 Nonai 1902001100127800 8 VI Duramari .1047E Magurmar Niranjan 26.6311N,89 6 Niranjan Pat-I Dhupguri 62 533 Dudua 1902001100130600 8 i-I Pat .0033E Jhar Uttar 26.6894N,88 7 Uttar Khattimari-II Dhupguri Altagram- 45 735 Gilandi 1902001100128900 8 Khattimari .9719E II Jhar Madhya Madhya 26.6793N,88 8 Dhupguri Altagram- 46 540 Gilandi 1902001100129000 8 Khattimari-IV Khattimari .9645E II Jhar Madhya Madhya 26.6774N,88 9 Dhupguri Altagram- 46 1347 Gilandi 1902001100129000 8 Khattimari-V Khattimari .9679E II Jhar 26.6111N,88 10 Garkutta-I Dhupguri Altagram- Garkutta 56 265 Gilandi 1902001100130100 8 .9691E II Jhar Madhya Madhya 26.6754N,88 11 Dhupguri Altagram- 46 714 Gilandi 1902001100129000 8 Khattimari-VII Khattimari .9534E II Jhar Dakshin Dakshin 26.6658N,88 12 Dhupguri Altagram- 56 1087 Gilandi 1902001100130000 8 Khattimari-III Khattimari .9665E II Jhar Madhya Madhya 26.6748N,88 13 Dhupguri Altagram- 46 782 Gilandi 1902001100129000 8 Khattimari-VIII Khattimari .9692E II Jhar 26.6083N,88 14 Garkutta-II Dhupguri Altagram- Garkutta 56 641 Gilandi 1902001100130100 8 .9711E II Jhar Madjya Madhya 26.6806N,88 15 Dhupguri Altagram- 46 73 Gilandi 1902001100129000 8 Khattimari-IX Khattimari .9638E II Jhar Madhya Madhya 26.0785N,88 16 Dhupguri Altagram- 46 448 Gilandi 1902001100129000 8 Khattimari-X Khattimari .9660E II Jhar Madhya Madhya 26.6772N,88 17 Dhupguri Altagram- 46 137 Gilandi 1902001100129000 8 Khattimari-XI Khattimari .9684E II Jhar 26.6087N,88 18 Garkutta-III Dhupguri Altagram- Garkutta 56 660 Gilandi 1902001100130100 8 .9897E II

LIST OF SCHEME IN ALIPURDUAR DISTRICT HYBRID SOLAR AND ELECTRICALLY OPERATED SEMI PERMANENT SRINKLER IRRIGATION UNDER NBDD IN R.I.D.F - XXIII PROGRAMME

Name of Sub-Division: Alipurduar (A-M) Sub-Division Cmmand Sl No Name of Scheme Name of Block GP Mouza JL No Plot No Source of Water Village Code Area Latitude Longitude (HA ) 1 Dakshin Kamsing -I Alipurduar-I Dakshin Chowakheti 29 74 Kurmai 19020080029 8 ha N-6°28.955’ E- Kamsing 89°24.439’

2 Dakshin Kamsing -II Alipurduar-I Dakshin Chowakheti 29 153 Kurmai 19020080029 8 ha N-6°28.549’ E- Kamsing 89°25.740’

3 Uttar Sonapur -I Alipurduar-I Uttar Chowakheti 26 2571 Kurmai 19020080026 8 ha N-26°29.038’ E- Sonapur 89°24.430’

4 Uttar Sonapur -II Alipurduar-I Uttar Chowakheti 26 3882 Kurmai 19020080026 8 ha N-26°29.128’ E- Sonapur 89°24.455’

5 Dangatari Alipurduar-I Pararpar Pararpar 44 446 Kaljani 19020080044 8 ha N-26°30.448’ E- 89°28.530’

6 Tapsikhata Alipurduar-I Pararpar Pararpar 44 27 Kaljani 19020080044 8 ha N-26°30.674’ E- ghatpar Kalani 89°27.970’

7 Choto Chowkir Alipurduar-II Choto Mahakalgu 124 213 Dhowla 19020090069 8 ha N-26°31.590’ E- Bos-I Chowkirbo ri 89°43.465’ s 8 Choto Chowkir Alipurduar-II Choto Mahakalgu 124 548 Dhowla 19020090069 8 ha N-26°31.353’ E- Bos-II Chowkirbo ri 89°43.379’ s 9 Uttar Velukdabri Alipurduar-II Uttar Chaporerpa 106 233,236 Cheko 19020090008 8 ha N-26°29.945’ E- Velukdabri r-II 89°34.207’

10 Chandir Jhar-II Alipurduar-II Chandir Chaporerpa 63 1004 Cheko 19020090009 8 ha N-26°27.481’ E- Jhar r-I 89°33.184’

11 Karjee Para-III Alipurduar-II Karjee Para Tatpara-II 111 419 Changmari 19020090015 8 ha N-26°26.972’ E- 89°36.190’

12 Purba Chepani-III Alipurduar-II Purba Mahakalgu 128 1626 Raydak-I 19020090073 8 ha N-26°28.516’ E- Chepani ri 89°41.405’

13 Paschim Alipurduar-II Paschim Chaporerpa 65 935 BuroGadadhar 19020090011 8 ha N-26°26.674’ E- Borochowki-IV Borochowk r-II 89°34.423’ i 14 Kumarijan-VI Alipurduar-II Kumarijan Bhatibari 91 470 Raydak-I 19020090037 8 ha N-26°26.404’ E- 89°38.459’

15 Paschim Alipurduar-II Paschim Bhatibari 97 721 Dharshi 19020090043 8 ha N-26°27.296’ E- Khalisamari-I Khalisamari 89°39.561’

16 Paschim Alipurduar-II Paschim Bhatibari 97 667 Dharshi 19020090043 8 ha N-26°27.587’ E- Khalisamari-II Khalisamari 89°39.200’

17 Purbo Khalisamari- Alipurduar-II Purbo Bhatibari 131 303 Raydak-I 19020090076 8 ha N-26°28.081’ E- I Khalisamari 89°40.606’

18 Bangshidharpur-II Falakata Bangshidha Falakata-II 62 318 Buri Torsa 19020100058 8 ha N-26°31.166’ E- rpur 89°16.600’

19 Bangshidharpur-III Falakata Bangshidha Falakata-II 62 2 Char Torsa 19020100058 8 ha N-26°31.727’ E- rpur 89°15.035’

20 Bangshidharpur-VI Falakata Bangshidha Falakata-II 62 42 Char Torsa 19020100058 8 ha N-26°31.114’ E- rpur 89°15.353’

SPSIS-3HA ANNEXURE-E List & Particulars of Sprinkler Scheme for 3 Ha in various block under , under Coochbehar (A-M) Division for 2017-2018 ANNEXURE-K Name Area may be Sl No Name of scheme Block Lat/Long Mouza JL no Plot no Village code of incresed after Source renovation in Ha Matierkuthi 1 Mtb.-II 26.34162° (N),89.24935° (E)Baraibari 181 2001 19030040093 Dolong River. 3.00 Sprinkler-I Matierkuthi 2 Mtb.-II 26.34187 ° (N),89.25099 ° (E)Baraibari 181 164 19030040093 Dolong River. 3.00 Sprinkler - II Bhajaner Chhara Bhajaner 3 Sprinkler Mtb.-II 26.32291 °(N),89.25764 ° (E). 260 855 19030040023 Dolong River. 3.00 Chhara Ververi Sprinkler 4 Mtb.-II 26.32848°(N),89.25211°(E) Ververi 179 32,33,35,36 19030040020 Dolong River. 3.00 Purba Ruidanga 19030040059/ 5 Sprinkler-I Mtb.-II 26.41341°(N),89.24193°(E)Ruidanga 126 3598 Dolong River. 3.00 19030040071 Purba Ruidanga 19030040059/ 6 Sprinkler-II Mtb.-II 26.41476°(N),89.24262°(E)Ruidanga 126 3561 Dolong River. 3.00 19030040071 Ruidanga 19030040059/ 7 Mtb.-II 26.42082°(N),89.25724°(E)Ruidanga 126 3341 Dolong River. 3.00 Sprinkler-I 19030040071 Ruidanga- 19030040059/ 8 Mtb.-II 26.42542(N)°,89.25786°(E)Ruidanga 126 3400 , 3407 Dolong River. 3.00 Sprinkler-II 19030040071 Jorepatki 9 Mtb.-I 26.27927°(N),89.21296°(E)Jorepatki 189 671 19030030094 Dharala River. 3.00 Sprinkler-I Jorepatki 10 Mtb.-I 26.28001°(N),89.21314°(E)Jorepatki 189 615 19030030094 Dharala River. 3.00 Sprinkler-II Jorepatki 11 Mtb.-I 26.2689°(N),89.22856°(E) Jorepatki 189 6170 19030030094 Dharala Chhara. 3.00 Sprinkler-III Jorepatki 12 Mtb.-I 26.267131°(N),89.227621°(E)Jorepatki 189 6160 19030030094 Dharala Chhara. 3.00 Sprinkler-IV Bochagari 13 Mtb.-I 26.27033°(N),89.2463°(E) Bochagari 191 417 19030030094 Dharala River. 3.00 Sprinkler Tekonia 14 Mtb.-I 26.30838°(N),89.24152°(E) Tekonia 185 278 19030030092 Jhelmo River 3.00 Sprinkler -I Tekonia 15 Mtb.-I 26.380380°(N), 89.241520°(E)Tekonia 185 325 19030030092 Jhelmo River 3.00 Sprinkler -II Tekonia 16 Mtb.-I 26.30705°(N),89.23942°(E) Tekonia 185 141 19030030092 Jhelmo River 3.00 Sprinkler-II Paschim Paschim 17 Khaterbari Mtb.-I 26.35658°(N),89.18674°(E) 121 5688 19030030086 Sutunga River 3.00 Khaterbari Sprinkler I Paschim Paschim 18 Khaterbari Mtb.-I 26.35832° N, 89.18582° E 121 1472 19030030086 Sutunga River 3.00 Khaterbari Sprinkler II Paschim Paschim 19 Khaterbari Mtb.-I 26.35926° N, 89.18383° E 101 1229 19030030086 Sutunga River 3.00 Khaterbari Sprinkler III Paschim 20 Khaterbari Mtb.-I 26.36496° N, 89.18659° E Khaterbari 121 1142 19030030086 Sutunga River 3.00 Sprinkler IV Paschim 21 Khaterbari Mtb.-I 26.36548° N, 89.18451° E Khaterbari 121 1029 19030030086 Sutunga River 3.00 Sprinkler V Gadoler kuthi 22 Mtb I 26.37499° N, 89.1761° E Gadolerkuthi 79 1818 19030030045 Sutunga River 3.00 Sprinkler I Gadoler kuthi 23 Mtb I 26.37809° N, 89.17463° EGadolerkuthi 79 762 19030030045 Sutunga River 3.00 Sprinkler II Gadoler kuthi 24 Mtb I 26.379° N, 89.17212° E Gadolerkuthi 79 1123 19030030045 Sutunga River 3.00 Sprinkler III Sannyasir Dham Chhoto 25 Sprinkler I Mtb I 26.44683° N, 89.11306° E 45 4778 19030030026 Bamunia River 3.00 khesribari Sannyasir Dham Chhoto 26 Sprinkler II Mtb I 26.44679° N, 89.11312° E 45 4779 19030030026 Bamunia River 3.00 khesribari Sannyasir Dham Chhoto 27 Sprinkler III Mtb I 26.44678° N, 89.11311° E 45 4883 19030030026 Bamunia River 3.00 khesribari Maidar Bari Chhoto 28 Mtb I 26.44529° N, 89.1091° E 45 3991 19030030026 Bamunia River 3.00 Sprinkler khesribari Laxmir Than Chhoto 29 Mtb I 26.45316° N, 89.09372° E 45` 1484 19030030026 Upani River 3.00 Sprinkler I khesribari Laxmir Than Chhoto 30 Mtb I 26.452214° N, 89.093620° E 45 1486 19030030026 Upani River 3.00 Sprinkler II khesribari Hazari para Chhoto 31 Mtb I 26.44995° N, 89.09964° E 45 1685 19030030026 Pond 3.00 Sprinkler khesribari Bamunia 32 Mtb I 26.44309° N, 89.09298° WestE Bamunia 44 423 19030030025 Upani River 3.00 Sprinkler Bedbari East 33 Mtb I 26.44739° N, 89.09215° E 34 4880 19030030015 Upani River 3.00 Sprinkler I Dhandhania Bedbari East 34 Mtb I 26.43918° N, 89.08818° E 34 4233 19030030015 Upani River 3.00 Sprinkler II Dhandhania Upanir Par 35 Mtb I 26.42752° N, 89.08898° E Upanir Par 43 91 19030030024 Upani River 3.00 Sprinkler I Upanir Par 36 Mtb I 26.42734° N, 89.08899° E Upanir Par 43 560 19030030024 Upani River 3.00 Sprinkler II Upanir Par 37 Mtb I 26.43035° N, 89.08955° E Upanir Par 43 462 19030030024 Upani River 3.00 Sprinkler III RAMPAUR-1 TUFANGANJ= RASIK 38 4.915833/5.844727 RAMPUR 19 10527 -10528 19 03 008 0007 3.00 II BEEL SINGIMARI-1 TUFANGANJ= RASIK 39 82.021378/35.56950 SINGIMARI 28 172-113 19 03 008 0012 3.00 II BEEL RASIKBIL-1 BACHA TUFANGANJ= 40 26.410335/89.728877 RASHIKBILE 26 1505-1506 19 03 008 0014 MARI 3.00 II BEEL RASIKBIL-2 GHORA TUFANGANJ= 41 26.398103/89.74637986 RASHIKBILE 26 4351-4352 19 03 008 0014 MARA 3.00 II BEEL RASIKBIL-3 GHORA TUFANGANJ= 42 26.40377/89.740943 RASHIKBILE 26 4255 19 03 008 0014 MARA 3.00 II BEEL TAKUAMARI-1 TUFANGANJ= RAIDAK 43 26.418737/89.763902 TAKUAMARI 25 1046 19 03 008 0013 3.00 II BEEL GARBHANGA-1 TUFANGANJ= JARAI 44 89.999998/123.398438 GARBHANGA 22 834 19 03 008 0010 3.00 II BEEL RAMPUR-2 TUFANGANJ= JARAI 45 89.741174/56.601563 RAMPUR 19 22411 19 03 008 0007 3.00 II BEEL SINGIMARI-2 SINGIM TUFANGANJ= 46 84.088878/1.406250 SINGIMARI 28 1060-1679 19 03 008 0012 ARI 3.00 II BEEL RAMPUR-3 TUFANGANJ= JARAI 47 89.999968/94921875 GARBHANGA 22 1691-1700-1709 19 03 008 0010 3.00 II BEEL Rasikbil-4 TUFANGANJ= Rasik 48 26.44167/89.724093 Rasikbill 26 928.939 19 03 008 0014 3.00 II Beel TAKUAMARI-2 TUFANGANJ= Takuam 49 26.424275/89.756688 Tokamari 25 642 19 03 008 0013 3.00 II ari Beel CHAMTA-1 Laharga TUFANGANJ= 50 26.237.116/89.64238 Chamta 92 853 19 03 007 0059 ri 3.00 I Chhara DHADHIAL-1 TUFANGANJ= Gadadh 51 26.252.596/89.6541 DhaDhial 121 1820, 1173,1821 19 03 007 0008 3.00 I ar River DHADHIAL-2 TUFANGANJ= Gadadh 52 26.265284/89652820 DhaDhial 118 214,213,215 19 03 007 0008 3.00 I ar River CHANGMARI-1 changm TUFANGANJ= 53 26.235617/89.643616 changmari 119 386/387 19 03 007 0066 ari 3.00 I Chhara UTTARMARADAN KALJAN TUFANGANJ= Uttar 54 GA-1 26.316702/89.55714 82 127 19 03 007 0049 I 3.00 I maradanga Chhara CHILLAKHANA-1 Chilakh TUFANGANJ= 55 26.3137/89.59275 Chilakhana 0 0 19 03 007 0046 ana 3.00 I Beel JHALJHALI-1 TUFANGANJ= Gadadh 56 26.2660300/89.652845 Jhaljhali 118 1490 19 03 007 0065 3.00 I ar River DHADHIAL-3 TUFANGANJ= Gadadh 57 26.2526/89.6581 DhaDhial 121 1109 19 03 007 0068 3.00 I ar River JAIGIR TUFANGANJ= Jaigir Gadadh 58 CHILAKHANA-1 26.335288/89.62655 45 8127/16365 19 03 007 0028 3.00 I Chilakhana ar River MARADHANGA-1 KALJAN TUFANGANJ= 59 26.307533/89.544205 Maradanga 82 1538 19 03 007 0049 I 3.00 I Chhara BALABHUT-1 TUFANGANJ= Raidak 60 26.205639/89.70312 Balabhut 125 7789 19 03 007 0071 3.00 I River BALABHUT-2 TUFANGANJ= Raidak 61 26.21063/89.70574 Balabhut 125 1105 19 03 007 0071 3.00 I River Jaukuti-1 TUFANGANJ= Raidak 62 26.194244/89.6947725 Jaukuti 126 5285 19 03 007 0072 3.00 I River BALABHUT-3 TUFANGANJ= Raidak 63 26.2463686/89.678631 Balabhut 125 3715 19 03 007 0071 3.00 I River JAUKUTI-2 TUFANGANJ= Raidak 64 26.294042/89.654780 Jukuti 126 2557 19 03 007 0072 3.00 I River DWIPAR PAR-1 TUFANGANJ= Gadadh 65 26.27818/89.67265 Diwapar 113 103 19 03 007 0060 3.00 I ar River SHIKDERER Champ KHATA-1 TUFANGANJ= 66 26.403654/89.6702 Shikdarer Khata 12 2201.2202.2204 19 03 007 0012 er ghat 3.00 I Chhara SHIKDERER TUFANGANJ= RAIDAK 67 26.406643/89.66337 Shikdarer Khata 12 1643 19 03 007 0012 3.00 KHATA-2 I River BANSRAJA-1 TUFANGANJ= RAIDAK 68 26.395092/89.65792 Bashraja 29 77 19 03 008 0018 3.00 II River CHIKLIGURI-1 TUFANGANJ= Raidak 69 26.406643/89.66337 Chikliguri 8 1211, 2629 19 03 007 0010 3.00 I River DHALPAL-1 TUFANGANJ= Dhalpal (Bari) Raidak 70 26.4066422/89.6633703 12 1644 19 03 007 0012 3.00 I Shidarer Khata River SHIKDERER Champ KHATA-3 TUFANGANJ= er 71 26.403011/89.67514 Shidarer Khata 12 2371 19 03 007 0012 3.00 I Ghat Chhara SHIKDERER TUFANGANJ= Raidak 72 26.410625/89.654755 Shidarer Khata 12 1538.2363 19 03 007 0012 3.00 KHATA-4 I River DHALPAL-2 TUFANGANJ= Raidak 73 26.411196/89.653854 Dhalpal 8 765 19 03 007 0008 3.00 I River CHILIGURI-2 TUFANGANJ= Raidak 74 26.419104/89.649826 Chikliguri part-II 7 215.216.322.325 19 03 007 0007 3.00 I River GURIURPAR-1 TUFANGANJ= Raidak 75 26.366673/89.659706 Guriurpar 30 3111 19 03 007 0013 3.00 I River GURIURPAR-2 TUFANGANJ= 973/1486/3485/ Raidak 76 26.361109/89.65987 Guriurpar 30 19 03 007 0013 3.00 I 975/11487/974 River BANSRAJA-2 TUFANGANJ= Raidak 77 26.37123/89.66224 Bashraja 30 1920 19 03 008 0018 3.00 I River JAIGIR TUFANGANJ= Jaigir 5117/5519/5116 Gadadh 78 CHILAKHANA-2 26.3496/89.6112 45 19 03 007 0028 3.00 I Chilakhana /3634/5636 ar River JAIGIR TUFANGANJ= Jaigir 5487/88/5990/5 Gadadh 79 CHILAKHANA-3 26.348145/89.61096 45 19 03 007 0028 3.00 I Chilakhana 506 ar River JAIGIR TUFANGANJ= Jaigir Gadadh 80 CHILAKHANA-4 26.339661/89.612888 45 15357/15358/9 19 03 007 0028 3.00 I Chilakhana ar River CHILAKHANA-5 TUFANGANJ= 777/772/774/81 Gadadh 81 26.328321/89.589036 Chilakhana 42 19 03 007 0046 3.00 I 9 ar River AMLAGURI-1 TUFANGANJ= 189.190.91.214.2 Gadadh 82 26.3395541/89.582202Amlaguri Part-II 43 19 03 007 0026 3.00 I 15.220 ar River JAIGIR TUFANGANJ= Jaigir Gadadh 83 CHILAKHANA-5 26.337648/89.591065/89.591965 45 5071 19 03 007 0028 3.00 I Chilakhana ar River Rangamati 84 Sitalkuchi 26.24764°(N),89.22723°(E)Barakaimari 28 428 19030120014 Pond(36x30M) 3.00 Sprinkler-I Rangamati 85 Sitalkuchi 26.26544°(N),89.21349°(E)Rangamati 18 137 19030120081 Dharala River. 3.00 Sprinkler-II Barakaimari 86 Sitalkuchi 26.26535°(N),89.21213°(E)Rangamati 18 46 19030120081 Dharala River. 3.00 Sprinkler