e-Tender for Roof Top Solar System
e-Tender for Roof Top Solar System
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE EXECUTIVE ENGINEER (E)
EXECUTIVE ENGINEER ELECTRICAL, CHENNAI - I
CENTRAL P.W.D, CHENNAI-600 006
Name of work: Providing Roof Top Solar System at GPOA Office Building Sri VijayaPuram (Port
Blair).
The Executive Engineer (E), Chennai - I, CPWD, Shastri Bhawan Chennai-06 on behalf of President of India
invites online percentage rate tender from the eligible contractors of CPWD Enlisted in Composite
Category in single bid system for execution of the following works:
1. Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are
not accepted.
(a) The building & Road category contractor shall associate any specialised agency as per the
prescribed eligibility criteria respectively for the work(s).
(b) The Building and Road category contractor is also be eligible to carry out himself/herself
the work without associating any specialized agency provided:
OR
He directly procures the equipment of approved make from manufacturer and gets it
installed from authorized agency/service provider of the OEM or specialized agency as
per criteria mentioned below.
A.Three similar works each of value not less than Rs. 10,79,920/- .
Or
B. Two similar works each of value not less than Rs. 16,19,880/-
Or
C. One similar work each of value not less than Rs.21,59,840/-
Similar work shall mean - work of “SITC of Rooftop solar Photovoltaic Power
Generation System and allied works.”
2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession
of all the documents required as per the list @ Sl.No.11 below”.
3. Information and Instructions for bidders posted on website shall form part of bid
document.
5. Those contractors not registered on the website mentioned above, are required to
get registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. Contractor can upload documents in the form of JPG format and PDF Format.
8. Contractor must ensure to quote rate of each item. The column meant for quoting
rate is left blank ,and no rate is quoted by the bidder, rate of such item shall be
treated as “0”(ZERO).
9. The eligibility bid shall be opened first on due date and time as mentioned above.
The time and date of opening of the Financial bid of contractors qualifying in the
eligibility bid shall be communicated to them at a later date.
10. When bids are invited in three stage system and if it is desired to submit revised
financial bid then it shall be mandatory to submit revised financial bid.if not
submitted then the bid submitted earlier shall become invalid.
11. The department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down
criterion.
4
12. List of documents to be scanned and uploaded within the period of bid submission: -
(a) Valid CPWD Enlistment order of the registered contractors in appropriate class
composite works category.
(b) Scanned Copy of the EMD in the form of Insurance Surety Bonds, Account Payee
Demand draft or Bankers Cheque or Fixed Deposit Receipts or Bank Guarantee of any
Scheduled Bank.
(c) Form-F: Copy of receipt for deposition of original EMD to CPWD Division Office of
any Executive Engineer, CPWD.
(d) Form-C and Form-D: Details of eligible similar nature of works completed during the
last seven years ending last day of month previous to the one in which tender are invited,
shall be furnished in following forms:
(i) Form C: Details of eligible work experience has to be filled in Form C. The duly
signed copy has to be uploaded with the tender.
(ii) Form D: The Performance report (Prescribed as Form-D in NIT) OR Completion
Certificate from competent authority not below the rank of Executive Engineer
shall be uploaded for eligible work experience mentioned in Form C
(Note: The undertaking for association (Form K) is considered only if, the Form C &
Form D is not submitted for eligible work experience.)
(e) Form-E: Affidavit stating that similar works have not been got executed through
another Contractor on back to back basis. (Required only if eligibility documents are
submitted as per Form-C and Form-D at Serial No- ‘d’ above or to be submitted
after becoming L1 in respect of associate agency)
(f) GST registration Certificate if already obtained by the bidder. If the bidder has not
obtained GST registration as applicable, then he shall scan and upload following
undertaking along with bid documents.
“If work is awarded to me, I/we shall obtain GST registration certificate of state,
within one month from the date of receipt of award letter or before release of any
payment by CPWD, whichever is earlier, failing which I/We shall be responsible for
any delay in payments which will be due towards me/us on account of the work
executed and / or for any action taken by CPWD or GST department in this
regard.”
(Note: Undertaking, if any submitted, shall be work specific and the name of work shall
be indicated.)
13. Documents to be submitted by the successful tender on issue of LOI. (These documents
can be uploaded with the tender also)
A) Certificates of Registration with EPFO, ESIC or proof of applying for the
same.
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Copies to: -
Percentage rate bids are invited on behalf of President of from the eligible contractors of CPWD
Enlisted in Composite Category in single bid system for execution of the following works:
The enlistment of the contractors should be valid on the last date of submission of bids. In case the last
date of submission of bid is extended, the enlistment of contractor should be valid on the original date of
submission of bids.
1.1 The work is estimated to cost Rs. 26,99,800/- This estimate, however, is given merely as a rough
guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which will
deal with all matters relating to the invitation of bids. For composite bid, besides indicating the
combined estimated cost put to bid, should clearly indicate the estimated cost of each component
separately. The eligibility of bidders will correspond to the combined estimated cost of different
components put to bid.
1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of having satisfactorily
completed similar works of magnitude specified below:
1.2.1 Conditions for Non-CPWD contractors only, if bids are also open to non- CPWD contractors. For
works estimated cost up to Rs. 15 Crore (the figure of Rs. 15 Crore may be modified as per bidding limit of
CPWD class I/ Group A contractors of respective discipline such as Electrical, Horticulture and Furniture etc.
as the case may be). Three similar works each of value not less than Rs. ..................... or two similar work
each of value not less than Rs. ..................... or one similar work of value not less than Rs. ..................... (all
figures rounded to nearest Rs.10 lac) in last 7 years ending last day of the month previous to the one in which
the bids are invited.
Note: -
For works costing above Rs. 3 Crore but up to Rs. 15 Crore, (the figure of Rs. 3 Crore and Rs. 15 Crore may
be modified as per bidding limit of CPWD class II/ Group B and CPWD Class I/ Group A contractors
respectively of respective discipline such as Electrical, Horticulture and Furniture etc. as the case may be)
when bids are open to non-CPWD contractors also, then class II contractors of CPWD shall also be eligible if
they satisfy the eligibility criteria specified in 1.2.1 above.
1.2.2 Criteria of eligibility for CPWD as well as non-CPWD contractors.
For works estimated to cost above Rs. 15 Crore. (the figure of Rs. 15 Crore may be modified as per bidding
limit of CPWD class I/ Group A contractors of respective discipline such as Electrical, Horticulture and
Furniture etc. as the case may be)
1.2.3 When bids are invited from non CPWD contractors and CPWD class II contractors as per provisions of
clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class-II contractors to upload
the work experience certificate(s) and the affidavit as per the provisions of clause 1.2.2. But for such bids,
Class-I contractors of CPWD are eligible to submit the bids without submission of work experience
certificate and affidavit. Therefore, CPWD class-I contractors shall upload two separate letters for experience
certificate and affidavit that these documents are not required to be submitted by them. Uploading of these
two letters is mandatory otherwise system will not clear mandatory fields.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7/8 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the
said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 02 Months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the bid documents.
4. The site for the work is available.
7
5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen on website
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.
7. White submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.
7.A. No running account bill shall be Paid for the work till the applicable Labour license,
registration with EPFO, ESIC and BOCW welfare board, whatever applicable are submitted
by the contractor To the Engineer-in-charge.
8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer (E), CCED-
III, CPWD, Chennai-40 shall be scanned and uploaded to the e-tendering website with in the period
of bid submission. The original EMD should be deposited either in the office of Executive
Engineer, CCED-III or division office of any Executive Engineer, CPWD with in the period of
bid submission.
The EMD receiving Executive Engineer shall issue a receipt of deposition of earnest money
deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the
NIT. This receipt shall also be uploaded to the e-tendering website by the intending bidder
within the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money
or Rs. 20 lacs, whichever is less, shall have to be deposited in shape prescribed above, and balance may be
deposited in shape of Bank Guarantee of any scheduled bank having validity for 3 months or more from the
last date of receipt of bids which is to be scanned and uploaded by the intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest tenderer before
the due date and time stipulated for opening of eligibility bid, failing which the tender shall be rejected
forthwith.
The following undertaking in this regard shall also be uploaded by the intending bidders.
“The physical EMD shall be deposited by me/us with the EE calling the tender in case i/we become the
lowest tenderer within a week of the opening of financial bid otherwise department may reject the tender and
also take action to withdraw my/our enlistment.
The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed Deposit Receipt
/Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date.
The amount of EMD can be paid by multiple Demand Draft / Pay Order / Banker's Cheque / Deposit at call
receipt / Fixed Deposit Receipts along with multiple Bank Guarantee of any Scheduled Bank if EMD is also
acceptable in the form of Bank Guarantee.
Copy of Enlistment Order and other documents as specified in the press notice, shall be scanned and
uploaded to the e-Tendering website within the period of bid submission.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose EMD
deposited with any division office of CPWD and other documents submitted in office are found in order.
The bid submitted shall be opened as per page no 02 forming part of bid document and to be posted on
website.
10. List of documents to be scanned and uploaded with in the period of bid submission: -
1. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Three
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of cash (in case guarantee amount is less than Rs. 10000/-)
or
Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft
of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-)
or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the
said performance guarantee within the period as indicated in Schedule ‘F’, including the extended
period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without
any notice to the contractor. The earnest money deposited along with bid shall be returned after
receiving aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses/registrations or proof of applying for obtaining labour license, registration with EPFO, ESIC
and BOCW welfare board and programme chart (time and progress) with in the period specified in
Schedule-F. The applicable and eligible amount of EPF & ESI shall be reimbursed on submission of
documentary proof of payment provided same are in order.
11. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidder shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible
for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a bidder implies that he
has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc.
will be issued to him by the Government and local conditions and other factors having a bearing on
the execution of the work.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest
or any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him
and who are near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Urban Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.
9
16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor
for a period of one year after his retirement from Government service, without the prior permission of
the Government of India in writing. This contract is liable to be cancelled if either the contractor or
any of his employees is found any time to be such a person who had not obtained the permission of
the Government of India as aforesaid before submission of the bid or engagement in the contractor’s
service.
17. The bid for the works shall remain open for acceptance for a period of sixty (60) days from the date
of opening of bids from the date of opening of financial bid (strike out as the case may be) if any
bidders withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier,
or makes any modifications in the terms and conditions of the bid which are not acceptable to the
department, then the Government shall, without prejudice to any other right or remedy, be at liberty
to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to
participate in the rebidding process of the work.
18. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:
a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable. For composite
Tender-Not Applicable
10
CPWD-7/8 CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works
ii) To be opened in presence of tenderers who may be present as per page no 02 forming part of bid
document and to be posted on website in the office of the Executive Engineer (Elect),
CHENNAI-I, CPWD, Chennai
Issued to ……………………………………………………………………….
Signature of officer issuing the documents …………………………………………
Designation: Executive Engineer (Elect), CHENNAI-I, CPWD, Chennai-06
Date of Issue 05 -02-2025
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract,
Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract
and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time specified
in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the specifications, designs,
drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of
the Conditions of contract and with such materials as are provided for, by, and in respect of accordance with,
such conditions so far as applicable.
We agree to keep the tender open for (30) Thirty days from the date of opening of financial bid in case
tenders are invited on 3 envelop system and not to make any modification in its terms and conditions.
A sum of Rs. 53,996/- is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a
scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee
issued by a scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee
within prescribed period. I/We agree that the said President of India or his successors, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if
I/We fail to commence work as specified, I/We agree that President of India or the successors in office shall
without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money
and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards
security deposit to execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to those in excess of that limit at the rates to be determined in accordance with the
provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture
of Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-
tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then
I/We shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice
of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount
of Earnest Money Deposit/Performance Guarantee.
11
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the
work as secret/confidential documents and shall not communicate information/derived there from to any
person other than a person to whom I/We am/are authorized to communicate the same or use the information
in any manner prejudicial to the safety of the State.
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for
and on behalf of the President of India for a sum of Rs. ……………………………..…….. (Rupees
……………………………………………………………………………………………………………………
…………………).
The letters referred to below shall form part of this contract agreement:
(a)
(b)
(c)
For & on behalf of President of India
Signature………………………………
Dated: Designation…………………….
12
PROFORMA OF SCHEDULES
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE ‘A’
SCHEDULE 'B'
SCHEDULE 'C'
SCHEDULE ‘D’
SCHEDULE ‘E’
Reference to General Conditions of contract.
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS: Officer inviting tender: The Executive Engineer (Elect), CHENNAI-I,
CPWD, Chennai -06
Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined
in accordance with Clauses 12.2 & 12.3: See below
13
Definitions:
Clause 1
(i) Time allowed for submission of Performance Guarantee, Programme chart (Time and progress)
Applicable Labour license, Certificate of Registration EPFO, ESIC, if Proof of application for the
same uploaded: 7 days
(ii) Maximum allowable extension with late fee 0.1% Per day of performance guarantee amount the
Period provided in (i) above: 5 days
Clause 2
Authority for fixing compensation under clause 2: CE (Chennai Region)
Clause 2A
Whether Clause 2A shall be applicable: No
Clause 5
Number of days from the date of issue of letter of acceptance for reckoning date of start: 5 days
S.No. Description of Milestone Time allowed in days (from Amount to be with-held in case of
(Physical) date of start) non-achievement of mile stone
NIL
Authority to decide:
(i) Extension of time: The Executive Engineer(E), CHENNAI-I, CPWD, Chennai-06
(ii) Rescheduling of mile stones: The Executive Engineer(E), CHENNAI-I, CPWD,
Chennai
Clause 6, 6A
Clause applicable – 6A
Gross work to be done together with net payment/adjustment of advances for material collected, if any, since
the last such payment for being eligible to interim payment: Rs. 6,00,000/-
Clause 10A: List of testing equipment to be provided by the contractor at site lab.: Nil
Clause 10B(ii):
Whether Clause 10 B (ii) shall be applicable: No
S.No. Material covered Nearest Materials (other than cement, Base Price of all
under this clause reinforcement bars and the structural steel) for Materials covered
which All India Wholesale Price Index to be under clause 10 CA
followed
* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of
NIT.
Schedule of component of other Materials, Labour, POL etc. for price escalation.
Component of civil (except materials covered under)
Clause 11
Specifications to be followed: for execution of work:
(i) CPWD General Specifications for Electrical works Part I Internal - 2023, as amended up to date.
(ii) CPWD General Specifications for Electrical works Part II External - 2023, as amended unto date.
(iii) CPWD General Specifications for Electrical works Part III Lift & Escalators - 2003, as amended upto
date.
(iv) CPWD General Specifications for Electrical works Part IV Sub Station - 2013, as amended upto date.
(v) CPWD General Specifications for Electrical works Part V Wetriser & Sprinkler Systems - 2020, as
amended upto date.
(vi) CPWD General Specifications for Electrical works Part VI Fire Detection and Alarm System - 2018,
as amended upto date.
(vii) CPWD General Specifications for Electrical works Part VII DG Sets - 2013, as amended upto
date.
(viii) CPWD General Specifications for Electrical works Part VIII Gas Based Fire Extinguishing
System - 2013, as amended upto date.
12.2. & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building work: No Limit
12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work: Not applicable
Clause 16
Competent Authority for deciding reduced rates: CE (Chennai Region)
15
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:
1 Earth Tester
2 Insulation Tester LT / HT
3 Tong Tester
4 Multi Meter
5 Lux Meter
6 Vernier Caliper
7 Wire Gauge
8 Hand Blower/Vacuum Cleaner
9 Drill Machine
10 Chase Cutting Machine
11 Crimping toolkit
12 Self-Supporting ladder – 4ft 3 Nos
13 Ladder – 20 ft 1 No
14 Electrical Wiring drawing machine
15 Cable fault locator Machine
16 One Set of Hydraulic crimping toolkit
17 Earth fault loop impedance tester / Multi Tester
18 Installation Tester (Voltage, Current, Loop impedance, RCD Tripping, Insulation etc
Contractor Shall submit the report by 4th and 19th of every month
1 Number of labourers employed
2 Working Hours
3 Wages Paid
4 Accidents occurred
5 Number of female workers employed
Clause 25(i)
Constitution of Dispute Redressal Committee:
To
The Chief Engineer, Chennai.
............
Subject: Notice for appointment of Arbitrator for adjudication of disputes relating to agreement
Number…………...
Dear Sir,
In terms of clause 25 (Arbitration Clause) of the aforesaid agreement, particulars of which are given below,
I/we hereby give you notice to appoint an arbitrator for adjudication of disputes mentioned below:
1. Name of applicant
2. Whether applicant is Individual/Prop. Firm/Partnership Firm/Ltd. Co.
3. Full address of the applicant
4. Name of the work and contract number in which arbitration sought
5. Name of the Division which entered into contract
6. Contract amount
7. Date of contract
8. Stipulated date of start of work
9. Stipulated date of completion of work
10. Actual date of completion of work (if completed)
11. Total number of claims made
12. Total amount claimed
13. Date of intimation of final bill (if work is completed)
14. Date of payment of final bill (if work is completed)
15. Amount of final bill (if work is completed)
16. Date of reference made to SDG/ADG for conciliation, if applicable:
17. Date of termination of conciliation proceedings:
18. I/We hereby give consent for appointment of Arbitrator of MoHUA Waiver agreement as per
Appendix –XIX is enclosed
Or
I/We do not give consent for appointment of Arbitrator of MoHUA.
I/We certify that the information given above is true to the best of my/our knowledge. I/We enclose
following documents.
1. Statement of claims with amount of claims.
2. * Agreement of Waiver of Section 12(5) of the Arbitration and Conciliation Act. 1996 in
Appendix-XIX
(Strikeout if not applicable)
Yours faithfully,
Copy to:
APPENDIX-XIX
Agreement towards waiver of Section 12(5) of Arbitration & Conciliation Act 1996
1. Whereas certain disputes have arisen between M/s …………………………………. (Claimants) and
M/s …………………………. (Respondents) relating to agreement No………….
2. And whereas the parties are aware that Shri ……………………………… is on the cadre of CPWD,
presently on deputation as Arbitrator, Ministry of Housing and Urban Affairs, Government of India.
3. I/We agree for the appointment of Shri ….. …………………….. as the sole Arbitrator for
adjudication of the disputes, and we hereby waive the applicability of Section 12(5) of the Arbitration
& Conciliation Act, 1996.
(Signature)
(Only the person/authority who signed the contract should sign here)
Name ……………………………..
Date …………
(The name of the Arbitrator, Ministry of Housing and Urban Affairs, Government of India
may be enquired form the Engineer-in-charge, if required).
1. We, ………………………………. (herein after referred to as “the Bank”) hereby undertake to pay to
the Government an amount not exceeding Rs. ……………………….. Rupees……………….
Only) on demand by the Government.
2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demure, merely on a demand from the
Government stating that the amount claimed as required to meet the recoveries due or likely to be
due from the said contractor(s). Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the bank under this Guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs.…………………..
(Rupees ……………….only)
3. We, the said bank further undertake to pay the Government any money so demanded notwithstanding
any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any
court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Contractor(s) shall have no claim against us for making such payment.
4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of
the Government under or by virtue of the said agreement have been fully paid and its claims
satisfied or discharged or till Engineer-in- Charge on behalf of the Government certified that the
terms and conditions of the said agreement have been fully and properly carried out by the said
Contractor(s) and accordingly discharges this guarantee.
5. We, ……………………………. (indicate the name of the Bank) further agree with the
Government that the Government shall have the fullest liberty without our consent and without affecting
in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or
to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by the Government against the said contractor(s) and to
forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being granted to the said
Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by
the Government to the said Contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
19
6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s).
7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to
revoke this guarantee except with the previous consent of the Government in
writing.
8. This guarantee shall be valid up to …………………………unless extended on demand by the
Government Not withstanding anything mentioned above, our liability against this guarantee is restricted
to Rs. …………………… (Rupees ………………..) and unless a claim in writing is lodged with us within
six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this
guarantee shall stand discharged. Dated the………………..day of
……………………for………………….(indicate the name of the Bank)
20
FORMS
21
FORM-C
S. No Name of work/ project and location Department/ Total Cost of work in Actual date Name & address Whether The
organization crores of rupees. of / telephone no. of work Was
(The amount of eligible completion officer to whom done on back
E&M component shall reference may be To back Basis
be separately made
mentioned) Yes/ No
1 2 3 4 5 6 7
FORM-D
2 Agreement No.
FORM-E
Name of Work: Providing Roof Top Solar System at GPOA Office Building Sri VijayaPuram (Port
Blair).
I/We undertake and confirm that eligible similar works(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to the
notice of Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if
such a violation comes to the notice of Department before date of start of work, the Engineer-in-
Charge shall be free to forfeit the entire amount of Performance Guarantee.
Form -F
Receipt of deposition of Original EMD
1. Name of Work* Providing Roof Top Solar System at GPOA Office Building
Sri VijayaPuram (Port Blair).
1. Name of Contractor#
2. Form of EMD#
i) The Authority receiving EMD in original form examines the EMD deposited by the bidder and
issues receipt of deposition of earnest money to the agency in a given format uploaded by tender
inviting authority. The receipt can also be issued by any subordinate gazetted authority as
authorized by the EE/Engineer in Charge/DDH.
ii) The authority receiving original EMD also intimates tender inviting authority about deposition of
EMD by the agency by email/fax/telephonically.
iii) The original EMD receiving authority releases the EMD to unsuccessful bidders after the expiry of
stipulated bid validity period or immediately after acceptance of the successful bidder, whichever is
earlier, after verification from the e-tendering portal website (www.tenderwizard.com>tender free
view> advance search>awarded tenders) that the particular contractor is not L-1 bidder and work is
awarded.
iv) The tender inviting authority calls for original EMD of the L1 bidder from EMD receiving
authority immediately.
Note: - Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of “The Executive Engineer (E), CCED-III,
CPWD, Chennai-40”.
25
FORM-G
I/we hereby propose the following agencies as per mentioned against each for executing
corresponding minor components of work. Their consent letters are also attached.
Enlistment
Category Consent
Name of copy / Monetary
&Class of Validity of letter
S. No Associated completion Limit of
the Registration attached
Agency certificates work
Registrations Yes / No
attached
Note: Self Attested photocopies of enlistment order, valid electrical contractor license, work
experience certificates of each agency for each component of E&M work shall be submitted.
Signature of contractor
26
FORM-H
Name of work Providing Roof Top Solar System at GPOA Office Building Sri VijayaPuram (Port
Blair).
I/We hereby give my consent to associate with M/s……………………… for executing the minor
component of work of ……………. (Mention Category).
1. I/We will execute the work as per specification and conditions of the agreement and as
Per directions of the Engineer – in - charge for the corresponding minor work till the
Completion of the work.
2. I/We will be responsible for necessary action to handover the installation and for rectification
of defects and repair during the maintenance / warranty period.
3. Also, I/We will employ full time technically qualified Engineer / supervisor for the minor
component of the work as required for the work. I/We will attend inspection of officers of
the department as and when required.
Date:
Signature with date of Major Component Signature with date of Associate/Minor component
FORM-I
Name of Work: Providing Roof Top Solar System at GPOA Office Building Sri VijayaPuram (Port
Blair).
We state that MoU between us us will be treated as an agreement and has legality as per
Indian Contract Act (amended up to date) and the department (CPWD) can enforce all
the terms and conditions of the agreement for execution of the above work. Both of us
shall be responsible for the execution of work as per agreement to the extent this MoU
allows. Both the parties can be paid consequent to the execution as per agreement to
the extent this MOU permits. In case of any dispute, either of us will go for mediation
by the Engineer – IN- Charge. Any of us may appeal against the mediation to the Chief
Engineer, CPWD, Chennai. His decision shall be final and binding on both of us.
a. The Associated contractor will execute all E & M works in the wholesome manner as
per terms and conditions of the agreement.
c. All the machinery and equipments, tools and tackles required for execution of the E
& M works, as per agreement, shall be the responsibility of the Associated
Contractor.
d. The Site staff required for the E & M work shall be arrange d by the Associated
Contractor as per terms and conditions of the agreement.
e. Site order book maintained for the said work shall be signed by the main contractor
as well as by the Engineer of the Associated Contractor and by Associated Contractor
himself.
f. All the correspondence regarding execution of the E & M work shall be done by the
department with the Associated Contractor with a copy to the main contractor. In
case of non-compliance of the provisions of agreement, the main contractor, as well
as the associated contractor shall be responsible. The action under clauses 2 and 3
shall be initiated and taken against the main contractor.
28
DATE: DATE: -
PLACE: - PLACE: -
(From Major component contractor side) (From minor Component contractor Side)
Note:- Affidavit to be furnished on a “Non – Judicial” stamp paper worth Rs. 100/-
29
FORM-K
UNDERTAKING
Name of work: Providing Roof Top Solar System at GPOA Office Building Sri VijayaPuram (Port
Blair).
ADDITIONAL CONDITIONS
Name of work :- Providing Roof Top Solar System at GPOA Office Building Sri VijayaPuram (Port
Blair).
1. The work shall be carried out in accordance with the CPWD General
Specification for electrical works (Part-I to Part –VIII) as amended up to date.
The installation shall comply with the requirements of Indian Electricity
Rules 1956 as amended up to date and NEC 2011.
2. The above schemes of all the E&M works shall have to meet all the
requirements of local bodies / CEA/ NBC norms as applicable& also meet
the technical specifications of various relevant CPWD specifications for
electrical & mechanical services.
4. Approval of the Engineer-in-charge shall be taken well in advance for all the
materials to be supplied and used in all the works by the contractor.
5. Payments terms:
On account payments for part work (after stipulated and statutory
deductions) as assessed by the Engineer – in-charge for the applicable items
in the Contract shall be payable at part rates not exceeding the percentage
indicated against the stages of work.
Items connected with point wiring, circuit wiring, sub-main wiring, power
point wiring and light plug wiring.
7. The contractor his representative is bound to sign the site order book as and
when required by the Engineer-in-charge and will comply with the remarks
therein.
9. The contractor shall remove all the debris due to the electrical works from
the site as soon as the work is completed.
10. The wiring and conduit route shall be marked by the contractor in the
drawing first, and shall be got approved from the Engineer-in-charge.
11. The rupturing capacity of the MCB‘s shall be 10 KA. The MCB‘s shall have
ISI mark. Quantities of MCBs of different rating of 6 amps to 32 amps shall
be brought in consultation with the Engineer-in-Charge or his
representative.
13. The copper wire to be used on this work shall be FRLS type and ISI marked.
32
14. The make of switch boxes shall be the same as that of switches. Only the
required knockouts of the switch boxes are to be removed for terminating the
conduit pipes with PVC glands / Make of MCB/MCCB shall be the same as
the make of MCB DB.
15. All the switch boxes, MCBDBs are to be covered with plastic sheet /
petroleum gelly when installed in brick work till the plastering / painting is
done to avoid sticking of cement plaster/ splashes of the paint. Cement
plaster / paint are to be cleaned immediately after plaster to avoid rusting of
switch boxes and MCB DBs. The plastic sheet is to be removed at the time of
handing over.
16. The Contractor shall furnish documentary proof like delivery challans of
purchasing Wires, Modular switches & accessories, MCBs, MCBDB, Fittings,
accessories and other items from the manufacturers or their authorized
dealers to the satisfaction of the Engineer-in-charge.
17. All PVC conduits accessories shall be of the same make as conduits. The
Conduits shall be terminated at switch boxes/metallic junction boxes with
suitable PVC glands/check nuts.
18. Cutting of brick walls shall be with chase cutting machine only. All repairs
and patch works shall be neatly carried out to match the original finish and
to the entire satisfaction of the Engineer in Charge. Any damage done to the
building during the execution of electrical work shall be the responsibility of
the electrical contractor and the same will be made good immediately at his
own cost to the satisfaction of the Engineer-in-Charge. Any expenditure
incurred by the department in this connection shall be recovered from the
contractor and decision of the Engineer-in-Charge about recovery shall be
final.
19. All the sub main and circuit wiring includes loose wire for connections
inside switch boxes and MCB DB s. No payment for these loose wires shall
be made.
20. All the circuits / sub-main wiring are to be suitably numbered with stickers
at LT panel, MCBDBs, switch boards (on backside of cover plate) for ease of
maintenance. Nothing shall be paid extra on this account.
21. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along
with laying of recessed conduit for which no extra payment shall be made.
Conduits laid for other services, like fire alarm, PA etc., where wiring is not
done along with IEI works, fish wire shall be invariably drawn.
22. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be
stranded and terminals provided with crimped lugs.
33
25. All hardware items such as screws, thimbles, GI wire etc. which are
essentially required for completing an item as per specifications will be
deemed to be included in the item even when the same have not been
specifically mentioned.
26. All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in
work shall be zinc/ cadmium plated iron.
27. Any conduit which is not be wired by the contractor shall be provided with
GI fish wire for wiring by some other agency subsequently. Nothing extra
shall be paid for the same.
28. While laying conduit, suitable size junction boxes shall be provided for
pulling the wire as per the decision of the E-in-C.
29. Materials to be used in work are to be ISI marked. The make of the
materials have been indicated in the list of acceptable makes. No other
makes will be acceptable. The materials to be used in the work shall be got
approved by the Engineer in Charge / his representative before its use at
site. The E-in-C shall reserve the right to instruct the contractor to remove
the material which, in his opinion, is not acceptable.
31. While laying conduits for fire alarm system, sufficient junction outlets are to
be provided as per the direction of the Engineer-in-Charge for detectors as
required, for which no extra payment shall be made.
32. Wherever light fittings are proposed to be provided on the false ceiling, the
respective light / fan point wiring will have to be brought upto the terminal
of the light fittings / fans by the contractor. Flexible metal conduits shall be
used for drawing wires from PVC conduits on ceiling to fittings on false
ceiling and nothing extra shall be paid to the contractor for the same. The
height from false ceiling to ceiling is about 1.2 metres.
33. All LT Panel Boards, MCB & MCCB DB’s, UPS and RAW Power outlets
should be marked with paint / Sticker for identification as per direction of
engineer in charge.
34
34. All LT UG Cables should be labeled with engraved Plastic PVC Sheet both
the ends for identification as per direction of engineer in charge
35. All Cable glands should be earthed with copper clips & should be connected
with main earth through copper wire as per direction of engineer in charge.
36. All the LED Bulbs / LED fittings shall be guaranteed for a period of 5
years. Necessary Guarantee Certificate from the Original Manufacturer
shall be submitted. The Contractor also submit warranty of 5 years in
his letter head.
37. All the Fire Extinguishers shall be guaranteed for a period of 3 years.
Necessary Guarantee Certificate from the Original Manufacturer shall
be submitted. The Contractor also submit warranty of 3 years in his
letter head.
38. The LED fittings shall give an output of not less than 100 lumen/watt. CRI
should be more than 80.
40. All (Except LED fittings) equipments supplied and installed shall be covered
by warranty for 12 months effective from the date of acceptance against
defective workmanship and materials. If any equipment is found to be
defective due to faulty workmanship, faulty materials, faulty design or
inferior quality of materials during the warranty period it shall be repaired
and/ or replaced at site free of charge by the successful tenderer at his own
cost. The warranty shall cover consequential damages to the equipments
supplied and installed by the tenderer due to poor workmanship or defective
materials. All repairs shall be done promptly within a reasonable period.
42. The Panel fabrication shall be from any of the CPRI approved panel
Builders. The panel drawings shall be got approved prior to fabrication.
43. Panel builder having CPRI test certificates for successfully testing
panels with bus bar rating equivalent to the highest bus bar rating
stipulated for panels in the BOQ
44. The contractor has to make his own arrangement for stores and watch &
ward and no extra claim for this will be entertained.
35
45. The contractor has to make his own arrangement at his own cost for all the
general and special T&P required on the work.
46. All the debris due to the Electrical works shall be removed from the site by
the contractor as soon as the work is completed. Similarly rejected materials
should be immediately be cleared from the site by the contractor. Otherwise
a recovery @ 50/- per day shall be made.
47. The Cabling and wiring route shall be marked in drawing first and got
approved from Engineer-in-Charge.
48. Earthing lugs shall be provided for connecting all earth wires to all switch
boxes / boards without any extra cost.
49. GST etc. if any should be included in the rates tendered. Statutory
deduction of 1% LWF and Income tax at source shall be made from running
bills of the contractor.
50. The copper wire to be used on the work shall be multi-strand and ISI
marked.
51. The agency shall obtain prior approval for makes and models of Items to be
used from the Engineer-in-charge.
52. Any accident / injury happened to the worker during the course of duty, the
sole responsibility lies on the contractor for accident / injury. Any risk cover
and compensation if necessary in this regard shall be the responsibility of
the contractor and the department is not liable for payment of any
compensation, damages etc. in any way.
54. The work shall be carried out in occupied buildings and with No/minimum
hindrance to their normal functioning.
55. The portion of conduit and switch boxes laid on wall shall be recessed on
existing plastered wall by neatly cutting chassis (with cutter machine), re-
plastering and finishing. Nothing extra on this account is payable.
36
56. The materials used in the work shall be one of the approved makes
mentioned in Annexure-A.
TECHNICAL SPECIFICATIONS
CONTRACTORS ARE ADVISED TO VISIT THE SITE BEFORE QUOTING
THE RATES. OTHERWISE IT WILL BE ASSUMED THAT THE PARTY HAS
ALREADY VISITED THE SITE BEFORE QUOTING THE TENDER.
General Description
The SPV power plant shall have a total capacity of 30KWp. The power plant
shall provide a reliable and independent power supply to the 415 V electrical
supply network. The power plant shall export surplus power to grid and shall
have a provision to import power from grid for localized use in case of load
exceeding the PV generation in night/shut down conditions. The Inverter
shall be designed to convert DC power produced by SPV modules in to AC
power and adjust the voltage & frequency levels to suit the grid voltage &
frequency.
The Solar PVpanels should be placed in such a way to extract maximum Solar
gain and avoid shadding areas. Also while preparing the Layout drawing
sufficient space shall be left for services and for placement of AC Outdoor
Units on terrace.
1.3 The predicted electrical degradation at the end of the period of 10 years shall
be less than ten
(10) per cent of the full rated original output.
1.5. Other general requirement for the PV modules and subsystems shall be the
following :
Raw materials (solar Cells) and technology employed in the module production
processes shall have to be certified and a certificate giving details of major
materials i.e. cells, Glass, back sheet, their makes and data sheets to be
submitted for the modules being supplied by the Contractor.
The rated output power of any supplied module shall not have negative tolerance.
The peak-power point voltage and the peak-power point current of any supplied
module and/or any module string (series connected modules) shall not vary more
than 3 (three) per cent from the respective arithmetic means for all modules
and/or for all module strings, as the case may be.
Except where specified, the front module surface shall consist of impact resistant,
low-iron and high-transmission toughened glass.
The module frame, if any, shall be made of a corrosion-resistant material which
shall be electrolytically compatible with the structural material used for mounting
the modules.
The module shall be provided with a junction box with either provision of external
screw terminal connection or sealed type and with arrangement for provision of
by-pass diode. The box shall have hinged, weather proof lid with captive screws
and cable gland entry points or may be of sealed type and IP65 rated.
Necessary I-V curves at 25c, 45c, 60c and at Nominal Operating Cell Temperature
(NOCT) are required to be furnished. Offers to provide PV
module warranty of 20 years with not more than 10% degradation in
performance/output over 20 years (0.5% every year).
2. ARRAY STRUCTURE
2.1Wherever required, suitable number of PV panel structures shall be
provided.Structures shall be of flat-plate design either I or L sections.
2.4The structures shall be designed to allow easy replacement of any module &
can be either designed to transfer point loads on the ground as per site conditions
and design to be approved by CPWD.
2.5Each structure shall have a provision to adjust its angle of inclination to the
horizontal as per the site conditions by way of Manual operation.
As per Tender
a. AC side design
I Nominal AC Power 30 kWp
Output AC Voltage (as per
Ii manufacturer 415V+/- 10%
Practice
iii Frequency 50 Hz
Total harmonic < 3% at nominal
iv distortion power
AC over / under voltage over voltage
V / Yes
under frequency
protection.
vi Phase Shift (COS Phi) 1
b. DC Side
I PV Power Min 315 Wp
Ii Maximum DC Voltage 850V
iii MPPT Voltage range 420-850V
iv Maximum DC Current *
V DC voltage ripple <3%
DC over voltage
vi protection Yes
c. Other Parameters
I Minimum efficiency (CE) >98%
Ii Ambient temperature 0-40º C
Humidity (Non
Iii Condensing) 95%
3.12 The INVERTER shall withstand a high voltage test of 2000 V rms,
between either the input or the output terminals and the cabinet
(chassis).
3.13 Full protection against accidental open circuit and reverse polarity at the
input shall be provided.
3.14 The INVERTER shall not produce Electromagnetic Interference (EMI)
which may cause malfunctioning of electronic and electrical instruments
including communication equipment, which are located within the
facility in which the INVERTER is housed.
3.15 The INVERTER shall have an appropriate display on the front panel to
display the instantaneous AC power output and the DC voltage, current
and power input. Each of these measurement displays shall have an
accuracy of 1 percent of full scale or better. The display shall be visible
from outside the INVERTER enclosure. Operational status of the
INVERTER, alarms, trouble indicators and ac and the dc disconnect
switch positions shall also be communicated by appropriate messages or
indicator lights on the front cover of the INVERTER enclosure.
p. Communication Modbus protocol with LAN/WAN options along with
remote access facility
q. and SCADA package with latest monitoring systems including
individual string monitoring with Web/IP data monitoring shall be
provided.
3.18 The INVERTER shall include an easily accessible emergency OFF button
located at an appropriate position on the unit.
3.19 The INVERTER shall include ground lugs for equipment and PV array
grounding. The DC circuit ground shall be a solid single point ground
connection in accordance with WEC 69042.
3.20 All exposed surfaces of ferrous parts shall be thoroughly cleaned,
primed, and painted or otherwise suitably protected to survive a nominal
30 years design life of the unit.
3.21 The INVERTER enclosure shall be weatherproof and capable of surviving
climatic
changes and should keep the INVERTER intact under all conditions inthe
room where
it will be housed. The INVERTER shall be located indoor and
should be either wall/
pad mounted. Moisture condensation and entry ofrodents and insects
shall be prevented in the INVERTER enclosure. The enclosure for
housing the inverter shall be minimum IP54 protection level. The
inverter itself shall be minimum IP20 protection level.
3.22 Components and circuit boards mounted inside the enclosures shall be
clearly identified with appropriate permanent designations, which shall
also serve to identify the items on the supplied drawings.
3.23 All doors, covers, panels and cable exists shall be gasketed or otherwise
designed to limit the entry of dust and moisture. All doors shall be
equipped with locks. All openings shall be provided with grills or screens
with openings no larger than 0.95 cm. (about 3x8 inch).
3.24 In the design and fabrication of the INVERTER the site temperature ( 5O
to 55O C), incident sunlight and the effect of ambient temperature on
component life shall be considered carefully and derating shall be
applied. Similar consideration shall be given to the heat sinking and
thermal for blocking diodes and similar components.
43
A data logging system (Hardware and software) for plant control and
monitoring shall be provided with the following features :
Maximum current 3% PP
ripple
Reactive Power : 0.99
inductive to 0.99 capacitive
46
Simple data logger or energy meter to record the energy data on a pre-
determined interval basis.
Measurement & continuous acquisition of ambient air temperature, wind
speed, solar radiation, PV module temperature, individual string current,
inverter output
voltage and current, output frequency
Operating state monitoring and failure indication.
Representation of monitored datas in graphics mode or in tabulation
mode.
Controlling & monitoring the entire power system through remote
terminal as well as from a local terminal.
Necessary hardwares&softwares shall have to be supplied by the
contractor. Both the softwares and hardwares required for interfacing the
plant with SPS office including CPUs, modems, Printers, UPS, Cellular
device are to be supplied and installed by the contractor as per Clause
3.27.
Remote control/ Instrumentation: The microprocessor control unit should
have the provision for installation of RS – 232/485 communication link,
should remote control and monitoring capability (by personal computer)
be desired. All parameters, status and indicators and targets accessible
throughthe local operator interface may be accessed remotely through
these ports. Optional analog outputs (0-5VDC) for AC powers, DC current,
DC Voltage can be supplied to interface with external data acquisition
systems. Optional contacts inputs from an external SCAD/RTU or other
remote control device can be provided within the inverter enclosure for
remotely disabling or resetting the unit.
8.2 Wires: Only FRLS copper wires of appropriate size and of reputed make
shall be used.
8.3 Cable Ends: All connections are to be made through suitable cable / lug /
terminals, crimped properly & with use of Cable Glands.
8.4 Cable Marking: All cable/wires are to be marked in proper manner by
good quality ferule or by other means so that the cable can be easily
identified.
Any change in cabling schedule/sizes if desired by the
Contractor/Contractor be got approved after citing appropriate reasons.
All cable schedules/layout drawings have to be got approved from the
Department prior to installation. All cable tests and measurement
methods should confirm to IEC 60189.
EARTHING PROTECTION
Each array structure of the PV yard should be grounded properly. In
addition the lightning arrester / masts should also be provided inside the
array field. Provision should be kept be provided inside the array field.
Provision should be kept for shorting and grounding of the PV array at the
time of maintenance work. All metal casing/shielding of the plant should be
thoroughly grounded in accordance with Indian Electricity Act 2003 /
Indian Electricity Rules 1956. Earth Resistance should be tested in
presence of the representative of CPWD after earthing by calibrated earth
tester. INVERTERS, ACDB and DCDB should also be earthed properly. The
MV equipments and parts shall be earthed in compliance to Indian
Electricity Rules 1956.
Rules 1956, all non current carrying metal parts shall be earthed with
two separate and distinct earth continuity conductors to an efficient
earth electrode.
14 Plant Electricals
All work shall be carried out in accordance with the latest edition of the
Indian Electricity Act and rules formed there under and as amended
from time to time
50
14.3 Wiring:
All wiring shall be of switch board type consisting of copper conductor of 1.5 Sq.
mm. for alarm / annunciation / control circuits and 2.5 Sq.mm. for CT and all
other Circuits insulated with polyvinyl chloride insulation suitable for 660 Volt
service and in accordance with relevant IS:732. Polyvinyl Chloride used shall have
excellent resistance against burning, moisture, oil and vermin and shall be
finished with clear colour. Rubber insulated wiring shall not be acceptable.
Tenderers shall furnish the details of method being adopted by them for Joint /
Connections. All instruments and Panel wiring shall be of heat resisting and self
extinguishing type in compliance with IS. Plastic or porcelain cleats of the limited
compression type shall be used for holding wiring runs. All wires shall be suitable
for bending to meet the terminal studs at right angles. Metal cases of all
apparatus mounted on panels shall be separately earthed by means of copper
wire or strips. The following colour scheme of the wiring shall be used as per
IS:375.
For indoor panels painted colour bands shall be used for the mimic
bus. The mimic diagram shall be on eye level. Equipments shall be
represented by suitable symbols. The colour shall be Red Shade 537 of
IS-5.
14.6 FERRULES:
Sufficient space for receiving the cables inside the switch board at the
bottom of the cubicles and mounting arrangement for the terminal
cable glands shall be provided. Cable gland plates should be above the
ground level for the ease of working.
14.10Routine & acceptance test as per relevant standard shall be carried out on
each equipment covered by this specification in the presence of Department's
representative. If so desired by the Department all test reports shall be submitted
and got approved from the Department before dispatch of the equipment.
TECHNICAL PARTICULARS :
17 INTERCHANGEABILITY:
The testing of all electrical equipment as well as the system as a whole shall
be carried out to ensure that the equipment and its components are in
satisfactory condition and will successfully perform its functional
operations. The inspection of the equipment shall be carried out to ensure
that all materials, workmanship and installations conform to the accepted
design, engineering and construction standards, as well as accepted code of
practices and stipulations made in the relevant general specifications.
The contractor in the presence of CPWD shall carry out all tests/
Consultant using his own calibrated instruments, testing equipment as well
as qualified testing personnel.
The results of all tests shall conform to the specification requirements as
well as any specific performance data, guaranteed during finalization of the
contract.
Preparation of the Equipment for Commissioning;
After completion of the installation at site and for the preparation of
plant commissioning, the contractor shall check all the equipment and
installation in accordance with the agreed standards, latest relevant
code of practices of Indian Standards and specific instructions
furnished by the particular equipment manufacturer as well as the
department.
Checking required to be made on all equipment and installations at site
shall comprise, but not limited to, the following:
Physical inspection for removal of any foreign bodies, external defects,
such
as damaged insulators, loose connecting bolts, loose foundation
bolts etc.
Check for grease, insulating / lubricating oil leakage and its proper
quantity.
Check for the free movement of rotating parts of the rotating machines
and devices.
Check for tightness of all cable joints and bus bar termination ends as
well as earth connections in the main earthing network.
Check for clearance of live bus bars and connectors from the metal
enclosure.
Check for proper alignment of all draw out devices, if any.
Continuity checks in case of power and control cables.
Check for proper connection to earth network of all non-current
carrying parts of the equipment and installation.
25.1 The SPV Power Plant should be provided with Lightning and over
voltage protection connected to proper earth mats. The main aim of
over voltage protection is to reduce the over voltage to a tolerable
level before it reaches the PV or other sub-system components. The
source of over voltage can be lightning or other atmospheric
disturbance.
25.2.1 The lightning masts / conductor shall be earthed through flats and
connected to the Earth mats as per applicable Indian Standards with
earth pits. Each Lightning Conductor shall be fitted with individual
earth pit as per required Standards including accessories, and
providing masonry enclosure with cast iron cover plate having
locking arrangement, watering pipe using charcoal or coke and salt
as per required provisions of IS.
The Contractor shall ensure adequate lightning protection to provide and
acceptable degree of protection as per IS for the array yard. If
necessary more numbers of Lightning conductors may be provided.
Design calculations and detailed explanations (in 4 sets) shall be
provided for approval of CPWD within 15 days of order.
Lightning Conductor shall be as per requirements of IS Standards.
All building earth conductor shall be interconnected through the concept of
Earth Mats for interconnection with separate earth pits. For each earth pit,
necessary Test Point shall have to be provided.
Earthing System
30.1 The earthing for LT side (Solar Power Plant side) array and LT power
system shall be as required as per provisions of Indian
Standard/International Standard. Necessary provision shall be made for
bolted isolating joints of each earthing pit for periodic checking of earth
resistance.
55
30.2.1 Each array structure of the SPV Yard/shed shall be grounded properly.
The array structure are to be connected to earth pits as per IS standards.
30.3 The earthing for the power plant equipment shall be made as per
provisions of IS. Necessary provisions shall be made for bolted isolating
joints of each earthing pit for periodic checking of earth resistance.
30.4 The complete earthing system shall be mechanically & electrically connected
to provide independent return to earth. All three phase equipment shall
have two distinct earth connections.
30.6 For each earth pit, necessary Test Point shall have to be provided.
LT cables:
1.1kV Grade, Al. Conductor XLPE insulated Armoured Cables shall be used for
all LT Power
Cables between Power & Motor Control Cubicles, MCC, Respective feeders, etc.
These cables
shall be laid in trents or and using Galvanized Cable trays of adequate
strength. The cable
shall be terminated using Al. Lugs of adequate cross section area. The PMCC‘s
and the
MCC‘s shall be located in the Basement with cable entry on top cables on DC
side shall be
XLPO and DC Grade.
Control Cables:
The wiring for module inters connection shall be with hard PVC
conduit of approved make. All Tees, Bends etc., shall be approved
make. Before procurement, approval for materials should be
obtained from RSMML Only terminal cable joints shall be accepted.
No cable joints to join two cable ends shall be accepted.
56
Cables inside the control room shall be laid in suitable Cable Trays
of approved type.
All wires used on the LT side shall conform to IS and should be of
appropriate voltage grade. Only copper conductor wires of reputed
make shall be used.
Cable terminations shall be made with suitable cable lugs & sockets
etc., crimped properly and passed through brass compression type
cable glands at the entry and exit point of the cubicles. The panels‘
bottoms should be properly sealed to prevent entry of snakes/lizard
etc. inside the panel.
All cable/wires shall be marked with good quality letter and number
ferrules of proper sizes so that the cables can be identified easily.
The terminal end of cables and number ferrules of proper sizes so
that the cables can be identified easily.
Load Trials & Reliability test at site for Grid Connect Solar Power
Plant
Performance Guarantee Test at Site for Grid Connect Solar Power Plant
etc. These tests will be conducted at site as per site conditions at
available load and after performing all pre-commissioning check and
trials and after readiness of the entire Solar Power Plant system which
are required to carry out the load trials.
All the tests which are mentioned in the load test of Solar Power Plant
will be carried out in presence of CPWD Representative at Plant site at
site conditions and the parameters checked in accordance with the
data sheet and guaranteed parameters given by the Contractor.
All the equipments supplied by the vendor will be tested as per relevant
standard/
Quality assurance plan at site conditions and the performance
monitored.
34 Quality Issues
34.1 Contractor will submit and get finalized detailed comprehensive Standard
Field Quality Plan (SFQP) within 30 days from date of issue of the order for
bought out items and items manufactured by them. The Standard Field
Quality Plan shall relate to the specific and objective erection practices right
from storage of equipment till final inspection and testing to be followed for
bought out items and items manufactured by Contractor. Accordingly, the
Manufacturing Quality Plan shall be submitted broadly under following
sub-heads:-
Contractors must verify the grid behavior, solar insulation levelsand general
site conditions on their own before bidding. The Contractor shall
accordingly ensure that the equipment and the design submitted shall be
able to perform as per guaranteed performance levels in the available site
conditions. The design of the plant and the equipment offered by the
Contractors shall be evaluated for its quality and adaptability to the site
conditions based on the Departments past experience, projects earlier
executed by the Contractors and from other sources. Contractors must
submit detailed technical operational parameters and latest plant
performance indicators and status complete with the clients address and
contact nos. with regard to projects of similar nature already executed.
Protection Criteria
(V rms) (V rms)
120 150
240 320
350 440
480 600
Listing
The surge protective device and associated hardware must comply
with IEC 61643-11.
240 V 1500 V
61
Of 8/20 µs Impulse)
Authorised
Signatory
No.-------------------------dated
To
Dear Sir:
__________________
_
who are established and
reputable
We manufacturers of
We hereby extend our full guarantee and warranty as per Clause 15 of the
Commercial Conditions of Contract for the goods and services offered for supply by the
above firm against this IFB.
Yours faithfully,
(Name)
(Name of manufacturers)
Note: This letter of authority should be on the letterhead of the manufacturer and
should be signed by a person competent and having the power of attorney to
legally bind the manufacturer.
(The list of items for which this is required should be indicated by Department).
64
ANNEXURE-A
LIST OF APPROVED MAKE OF MATERIALS FOR USE
Solar PV Plant
A: SOLAR EQUIPMENT
insulated armoured UG
Cables
CABLE/Polycab
Note: In case make of any equipment or material is not specified in the NIT, the decision
of the Engineer-in-Charge in this regard will be final.
Name of work : Providing Roof Top Solar System at GPOA Office Building Sri VijayaPuram (Port Blair).
Schedule of Work
Name of Contractor
Registration No.
( Enlistment in CPWD )
Validity - Period
Rate in
S.No Description of Item Qty Unit Amount
Figures
Solar Photovoltaic Power Plant
1 Supply, Installation, Testing and
Commissioning of on grid Solar Photovoltaic
Power Plant conforming to MNRE
specifications as amended, consisting of
Mono Crystalline or Mono-Perc silicon solar
cells, net metering facility, necessary
protections, earthing, mounted on
Aluminium/GI structure of suitable strength
with following components complete as
required: -
a) Solar Photovoltaic Module of capacity
330Wp or above, manufactured in India,
conforming to IS 14286/IEC 61215, IS/IEC
61730 - Part-1, IS/IEC 61730 - Part-2 Solar
Photovoltaic Module conversion efficiency
shall not be less than 16.5%. PV modules
used in solar power plants/systems must be
warranted for their output peak watt
capacity, which should not be less than 90%
at the end of 10 years and 80% at the end of
25 years.
b) Power Conditioning Unit (PCU) of 350-
800 V DC Input voltage range and 400 V AC,
three phase, 4wire, 50 Hz +/- 2.5 Hz, output
voltage suitable to generate AC Power with
efficiency not less than 97%, total harmonic
distortion less than 3% and suitable for
ambient temperature from 0 to 50-degree C.
The PCU shall adjust the voltage and
frequency level to suit the Grid Voltage
Frequency.
c) Data Monitoring System complete with
accessories.
68
Say Rs. 26,99,800/- (Rupees Twenty Six Lakhs Ninety Nine Thousand Eight Hundred Only).