0% found this document useful (0 votes)
2 views61 pages

NITFORM38

The Government of India is inviting e-tenders for the installation of a 150 kWp solar photovoltaic power generation system at the National Institute of Fashion Technology in Chennai, with an estimated cost of Rs. 81,42,000. Eligible contractors must meet specific experience and financial criteria, with bids due by September 3, 2025. The project completion period is set for six months from the start date.

Uploaded by

solaxoinfra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
2 views61 pages

NITFORM38

The Government of India is inviting e-tenders for the installation of a 150 kWp solar photovoltaic power generation system at the National Institute of Fashion Technology in Chennai, with an estimated cost of Rs. 81,42,000. Eligible contractors must meet specific experience and financial criteria, with bids due by September 3, 2025. The project completion period is set for six months from the start date.

Uploaded by

solaxoinfra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 61

1

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE EXECUTIVE ENGINEER (E)-CHENNAI-II
CENTRAL P.W.D, CHENNAI-600 040

NOTICE INVITING e-TENDER

NIT No: 38/EE(E)-CHENNAI-II /2025-26/CPWD/CHN

Name of work :- Providing 150 kWp grid interactive roof top solar photo
voltaic power generation system on Boys Hostel, Annex Building and Main
Building at National Institute of Fashion Technology at Taramani Chennai-600
113.

Estimated cost: - Rs. 81,42,000/-

1 Front cover and Index 1

2 Information and Instructions to Contractors for e- 2 to 6


tendering

3 CPWD- 6 for e- Tendering 7 to 11

4 CPWD – 7/8 & Schedule A to F 12 to 20

5 Bank Guarantee Bond Format 21 to 22

6 Affidavit – I. 23
7 Format of Receipt of Deposition of Original EMD 24

9 Commercial and Additional Condition 25 to 35


10 Special Condition & Technical Specification 36 to 50
11 Technical Particulars 51 to 53
12 List of Approved Makes of Materials 54 to 59
13 Schedule of Quantities 60 to 61

Certified that this e - NIT contains 1 to 61 Pages only.

Assistant Engineer(E )(P) Executive Engineer (E)


O/o The EE(E )-Chennai-II, O/o The EE(E )-Chennai-II,
Central P.W.D., Chennai-600 040. Central P.W.D., Chennai-600040.
2

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING


PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
(Applicable for inviting open bids)

The Executive Engineer (E)-CHENNAI-II, CPWD, Thirumanglam,Chennai-40 on behalf


of President of India invites online percentage rate tender from approved and
eligible contractors of CPWD Enlisted in Composite Category having work
experience as stipulated / specialized agencies in Two bid system (Eligibility &
Cost Bids) for execution of the following works:

1 NIT No. 38/EE(E)-CHENNAI-II/2025-26 / CPWD /


CHN
2 Name of work & Location Providing 150 kWp grid interactive roof
top solar photo voltaic power generation
system on Boys Hostel, Annex Building
and Main Building at National Institute of
Fashion Technology at Taramani
Chennai-600 113.
3 Estimated cost put to bid (in Rs.) Rs. 81,42,000/-

4 Earnest Money (in Rs.) Rs. 1,62,840/-


5 Period of Completion 06 (SIX) MONTHS
6 Last date and time of online
submission of bid, Original EMD,
copy of receipt for deposition of
Original EMD, should be
deposited either in the office of
Executive Engineer inviting bids 03.09.2025 up to 11.00 AM
or Division office of any Executive
Engineer, CPWD with in the
period of bid submission.
(Format of receipt of deposition
of Original EMD is enclosed
herewith for contractor use)
7 Time & date of opening of bid. 03.09.2025 11.30 AM

I. ELIGIBILITY CRITERIA: For Specialized firms

To become eligible for participating in the bid process the bidders shall
satisfy the following Eligibility Criteria. (Applicable both for Enlisted
Composite Category Contractor & Specialized Agencies)

a) Joint ventures / Consortium and Special Purpose Vehicles are not


accepted.

b) Experience of having successfully completed works (with in India) during


last 7 years up to previous day of last date of submission of tender, as
given below
(i) One similar work of value not less than Rs.65,13,600/-.
(80% of ECPT)
OR
(ii) Two similar works each of value not less than Rs. 48,85,200/-
(60% of ECPT)

OR
3

(iii) Three similar works each of value not less than Rs. 32,56,800/-.
(40% of ECPT)

(Attach Purchase Order and Completion certificate)

C) Should have a solvency of Rs. 33,00,000/- (Scanned copy of original solvency


to be uploaded).
OR
Should have a Net worth certificate of amount not less than Rs. 8,15,000/-
issued by Charted Accountant (Scanned copy of original Net worth to be
uploaded) (Not required for CPWD Contractor)

Solvency/networth certificate should have been issued in the current financial


year i.e., 2025-26 (Not required for CPWD Contractor)

Note: Experience of Joint ventures / Consortium and Special purpose vehicles


are not accepted. Experience of subsidiary Companies is also not accepted.
Experience (Both purchase order and completion certificate) in the name of the
company applying for tender alone will be accepted (Except name changes).

“Similar work shall mean Supply, installation, testing and commissioning of


Roof top Solar plants with or without allied works and capacity not less
than 120 kWp.”

Components of work executed other than those included in definition of similar


work shall be deducted while calculating cost of similar work. The values of
executed work shall be brought to current costing level by enhancing the actual
value of work at simple rate of interest of 7% per annum, calculated from the
date of completion to the last date of submission of Bid.

The value of executed works shall be brought to current costing level by


enhancing the actual value of work at simple interest rate of 7% per annum,
calculated from the date of completion to the last date of submission of bid. For
the purpose, “value of work” shall mean gross value of the completed work
including the cost of materials supplied by the Government/Client, but
excluding those supplied free of cost. This should be certified by an officer not
below the rank of Executive Engineer or equivalent.

Bidders are required to submit TDS Certificates in Form 16-A & Form 26A
in case the similar works are executed for a private body which shall form
basis for establishing the completion cost of similar work executed by the
bidder.

1. 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”.
2. Information and Instructions for bidders posted on website shall form part of
bid document.
3. The bid document consisting of specifications, the schedule of quantities of
various types of items to be executed and the set of terms and conditions of the
4

contract to be complied with and other necessary documents can be seen and
downloaded from website https://etender.cpwd.gov.in or www.cpwd.gov.in
or www.eprocure.gov.in. Free of cost.
4. 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.
5. The intending bidder must have valid class-III digital signature to submit the
bid.
6. Contractor can upload documents in the form of JPG format and PDF Format.
7. 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).
8. 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.
9. When bids are invited in two 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.
10. 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.

11. A. List of documents to be scanned and uploaded within the period of bid
submission:-

a) Documents in support of eligibility criteria mentioned (Work experience


Certificate issued by an officer not below the rank Executive Engineer or
equivalent and copy of schedule).

b) Scanned copies of EMD documents and receipt for deposition of Original


EMD

c) GST registration Certificate if already obtained by the bidder. If the bidder


has not obtained GST registration as applicable, then heshall scan and
upload following undertaking along with bid documents.

“If work is awarded to me, I/we shall obtain GST registration certificate
as applicable, 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. (Undertaking, if any
submitted, shall be work specific and the name of work shall be indicated).

d) Notarized Affidavit of ‘Non-black listing’ by CPWD/State/ Central


Department/PSU/Autonomous bodies as per Affidavit-I on Rs 100/- Stamp
paper (Not earlier than six months from the date of opening of Notice
Inviting Tender)(Refer Page No:- 22).

e) Bank solvency certificate OR Networth Certificate (Not required for CPWD


Contractor)

B. Documents to be submitted by the successful tender on issue of LOI.


(These documents can be uploaded with the tender also)
5

a) Certificates of Registration with EPFO, ESIC or proof of applying for the


same.
b) Undertaking from original equipment manufacturer (OEM) in respect of
warranty conditions mentioned under special condition for E&M works.
c) Undertaking for OEM in respect of technical support/AMC for items as
mentioned under special conditions for E&M works.

12. The bid submitted shall become invalid if:


i) The bidders is found ineligible.
ii) The bidders does not deposit original EMD with Division office of any
Executive Engineer, CPWD.
iii) The bidders does not upload all the documents (as per Sl.No: 11a to
11e) as stipulated in the bid document.
6

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

No. 24(2)/EE(E )-CHENNAI-II/2025/664(H) Dated:-23/08/2025

To:-https://etender.cpwd.gov.in (Uploaded Schedule-A & relevant files on-line)

Assistant Engineer(E )(P) Executive Engineer (E)


O/o The EE(E )-Chennai-II, O/o The EE(E )-Chennai-II,
Central P.W.D., Chennai-600 040. Central P.W.D., Chennai-600
040.

Copies to:-
1. Notice Board.
2. All EEs, CPWD, Chennai
2. https://etender.cpwd.gov.in

Assistant Engineer(E )(P) Executive Engineer (E)


O/o The EE(E )-Chennai-II, O/o The EE(E )-Chennai-II,
Central P.W.D., Chennai-600 040. Central P.W.D., Chennai-600
040.
7

CPWD-6 FOR e-Tendering

Percentage rate bids are invited on behalf of President of India from approved and
eligible contractors of CPWD Enlisted in Composite Category having work
experience as stipulated / specialized agencies in Two bids system for execution
of the following works:

Name of work :- As per page No:- 02

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. 81,42,000/- 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:

Criteria of eligibility for submission of bid documents

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
8

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 06 (SIX) 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.
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, CCD-IV, CPWD, Chennai 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, EE(E )-CHENNAI-II, Sub Division office of EE(E)-Chennai-II or
division office of any Executive Engineer, CPWD signed by EE/AAO with in
the period of bid submission.

The EMD receiving office 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 lac, 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 with in a week of the opening of financial bid
9

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.

9. The bid submitted shall become invalid if:


i) The bidders is found ineligible.
ii) The bidders does not deposit original EMD with Division office of any
Executive Engineer, CPWD
iii) The bidders does not upload all the documents (as per Sl.No:11a to
11e) as stipulated in the bid document.
iv) If any discrepancy is noticed between the documents as uploaded at the
time of submission of bid and hard copies as submitted physically by the
lowest tenderer in the office of tender opening authority.

10. List of documents to be scanned and uploaded with in the period of


bid submission:-

AS IN SL.NO 11A @ PAGE NO:- 03

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.
10

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.
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.
11

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 rebiding
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
12

CPWD-7/8 CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works

Tender for the work of:-

Name of work As per page No:- 02

Estimated cost: - Rs. 81,42,000/-


i) To be submitted online by the Contractor as per page no 02 forming part of bid
document and to be posted on website to the Executive Engineer (Elect)-
CHENNAI-II, CPWD, Chennai-40

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-II CPWD, Chennai

Issued to ………………………………………………………………………..
Signature of officer issuing the documents …………………………………………
Designation: Executive Engineer (Elect)-CHENNAI-II, CPWD, Chennai-40
Date of Issue 23-08-2025

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 (75) Seventy Five 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.1,62,840/- 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
13

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.

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.

Dated: Signature of Contractor

Witness: Postal Address:

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…………………….
14

PROFORMA OF SCHEDULES CPWD

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 of quantities (as per PWD-3) (attached separately)

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.


S.No. Description of Quantity Rates in figures & words Place of
item at which the material will issue
be charged to the
contractor
1 2 3 4 5

--- ----NIL---- --NIL-- -------------- -----

SCHEDULE 'C'

Tools and plants to be hired to the contractor

S.No. Description Hire charges per day Place of issue


1 2 3 4

--- ----NIL---- --NIL-- -----

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any.


COMMERCIAL AND ADDITIONAL CONDITIONS & TECHNICAL SPECIFICATIONS as
per NIT

SCHEDULE ‘E’
Reference to General Conditions of contract.

Name of work:- As per page No:- 02

Estimated cost of work : Rs. 81,42,000/-


i) Earnest Money : Rs. 1,62,840/-
ii) Performance Guarantee : 5% of tendered value
iii) Security Deposit : 2.5% of tendered Value
15

SCHEDULE 'F'

GENERAL RULES & DIRECTIONS: Officer inviting tender : The Executive Engineer
(Elect)-CHENNAI-II, CPWD, Chennai -40

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

Definitions:

2(v) Engineer-in-Charge: The Executive Engineer(Elect)-CHENNAI-II, CPWD, Chennai.


2(viii) Accepting Authority: The Executive Engineer(Elect)-CHENNAI-II, CPWD,
Chennai.
2(x) % on cost of materials and Labour to cover all overheads and profits: 15%
2(xi) Standard Schedule of Rates: DSR (Electrical Part-1 – Internal & External) -2022
2(xii) Department : CPWD
9(ii) Standard CPWD Contract Form GCC 2023 Construction, CPWD Form 7/8
modified & Corrected up to the previous day of last date of online submission of
tender.

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

Mile stone(s) as per table given below:

S.No. Description of Time allowed in Amount to be with-held


Milestone (Physical) days(from date of in case of non
start) achievement of mile
stone
NIL

Time allowed for execution of work: 06 (SIX) Months


16

Authority to decide:
(i) Extension of time : The Executive Engineer(E)-CHENNAI-II, CPWD, Chennai-40
(ii) Rescheduling of mile stones : The Executive Engineer(E)-CHENNAI-II, 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:

Clause 7A: Whether clause 7A shall be applicable : Yes.

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

Clause 10C:
Component of labour expressed as percent of value of work = Not applicable

Clause 10CA : Not Applicable

S.No. Material Nearest Materials (other than Base Price of all


covered cement, reinforcement bars Materials covered
under this and the structural steel) for under clause 10
clause which All India Wholesale CA
Price Index to be followed

* Base price of all the materials covered under clause 10 CA is to be mentioned at the
time of approval of NIT.

Clause 10CC: Not Applicable

Clause 11
Specifications to be followed : for execution of work:
(i) CPWD General Specifications for Electrical works Part I Internal - 2023, as
amended upto date.
(ii) CPWD General Specifications for Electrical works Part II External - 2023, as
amended upto 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.
17

(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 : 100%
12.5 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation
work : Not applicable

Type of work: Construction Work

Clause 16
Competent Authority for deciding reduced rates : CE (Chennai Region)

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

Clause 19C Rs. 200/- Per day each day of default


Clause 19D Rs. 200/- Per day each day of default

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 19G Not Applicable


Clause 19K Not Applicable
Clause 25(i)
Constitution of Dispute Redressal Committee:

(i) For all claims in dispute:


(a) Conciliator: (Special Director General or the Additional
Director General concerned with the work, as applicable).
18

(b) Arbitrator Appointing Authority: Chief Engineer(Chennai),


CPWD, Chennai or his successor or thereof.
(c) Place of Arbitration: Chennai, Tamil Nadu.

Notice for appointment of Arbitrator

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,

(Signature of the applicant)


(only the person/authority who signed the contract should sign here)

Copy to:

1. The Executive Engineer(‘E)-CHENNAI-II, Central PWD, Thirumangalam,


Chennai-40.
19

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).

Clause 36 (I) Requirement of Technical Representative (S) and recovery Rate


Requirement of Designation of Minimum Nos. (of Rate at which
Technical Technical Staff Experience Major+Mino recovery shall
Sl Staff- (Years) r be made from
No Qualification. component) the contractor
in the event of
not fulfilling
provisions of
Clause 36(i)
Figures Words
1 Graduate Project Manager 2 or 5 1 of major Rs Fifetee
Engineer or cum respectively comp 15000/ n
Diploma planning/quality - per thous
Engineer /site/billing month and
Engineer per only
person

Clause 42 : Not applicable


(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen
on the basis of Delhi Schedule of Rates .................. printed by C.P.W.D.
(ii) Variations permissible on theoretical quantities:
a) Cement
• For works with estimated cost put to tender not more than Rs. 5 lakh.
3% plus/minus.
20

• For works with estimated cost put to tender more than Rs.5 lakh.
2% plus/minus.
b) Bitumen All Works 2.5% plus & only & nil on minus side.
c) Steel Reinforcement and structural steel sections for each diameter, section and
category 2% plus/minus All other materials. Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


: Not applicable

S.No. Description of Item Rates in figures and words at which


recovery shall be
made from the Contractor
Excess beyond Less use beyond
permissible permissible
variation variation
1 Cement
2 Steel Reinforcement
3 Structural Sections
4 Bitumen issued free
5 Bitumen issued at stipulated
fixed price
21

Form of Performance Security (Guarantee)


Bank Guarantee Bond
In consideration of the President of India (hereinafter called “The Government”) having
offered to accept the terms and conditions of the proposed agreement between
Executive Engineer, CCD-IV, CPWD, Chennai and
…………….....................……(hereinafter called “the said Contractor(s)”) for the
work…………………………………………………… (hereinafter called “the said agreement”)
agreed to production of an irrevocable Bank Guarantee for Rs. ………….
(Rupees………………………………… only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and
conditions in the said agreement.

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.
22

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.
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)
23

AFFIDAVIT-I

We undertake and confirm that our firm has not been blacklisted by any
State/Central Departments/PSUs/ Autonomous bodies during the last 7 years of its
operations. Further that, if such an information comes to the notice of the
Department, then we shall be debarred for bidding in CPWD in future forever. Also, if
such an information comes to the notice of department on any day before date of start
of work the Engineer in charge shall be free to cancel the agreement and to forfeit the
entire amount of Earnest Money Deposit/Performance Guarantee.

Signature of Notary with Seal Signature of Bidder(s) or and


With Stamp and date authorized Officer of the Firm.
24

Receipt of deposition of Original EMD

Receipt No. ……………………………………………………….. Dt. ………………….

1. Name of Work* Providing 150 kWp grid interactive roof top solar
photo voltaic power generation system on Boys
Hostel, Annex Building and Main Building at
National Institute of Fashion Technology at
Taramani Chennai-600 113.
2. NIT No.* 38/EE(E)-CHENNAI-II/2025-26/CPWD/
CHENNAI
3. Estimated Cost* Rs. 81,42,000/-
4. Amount of Earnest Money
Deposit* Rs. 1,62,840/-
5. Last date of submission of
Bid* Upto 11.00 hrs on 03.09.2025
(* To be filled by NIT approving authority / EE at the time of issue of NIT
and uploaded along with NIT)

1. Name of Contractor#

2. Form of EMD#

3. Amount of Earnest Money


Deposit#

4. Date of Submission of EMD#

Signature, Name and Designation of EMD


receiving Officer (EE/AE(P)/AE/AAO)

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 (https://etender.cpwd.gov.in >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 Executive Engineer, CCD-IV, CPWD, Chennai.
25

ADDITIONAL CONDITIONS

Name of work:- Providing 150 kWp grid interactive roof top solar photo voltaic
power generation system on Boys Hostel, Annex Building and
Main Building at National Institute of Fashion Technology at
Taramani Chennai-600 113.

GENERAL, COMMERCIAL AND ADDITIONAL CONDITIONS


1.1 General
1.1 This specification covers manufacture, testing as may be necessary before
dispatch, delivery at site, all preparatory work, assembly and installation,
commissioning putting into operation of E & M installations.
1.2 Location: Work shall be carried out at Providing 150 kWp grid
interactive roof top solar photo voltaic power generation system on
Boys Hostel, Annex Building and Main Building at National Institute
of Fashion Technology at Taramani Chennai-600 113.
1.3 The work shall be executed as per CPWD General Specifications for
Electrical Works Part-I (internal) 2013, Part-II (external) 1994, and Part-IV
(sub-station) 2013 as amended upto date, relevant I.E. Rules, BIS/IES and
as per directions of Engineer- in-charge. These additional
specifications/conditions are to be read in conjunction with above and in
case of variations; specifications given in these additional conditions shall
apply. However, nothing extra shall be paid on account of these additional
specifications and conditions, as the same are to be read along with
schedule of quantities for the work.

1.4 The tenderer should in his own interest visit the site and get familiarize with the
site conditions be for e-tendering.

1.5 No T&P shall be issued by the Department and nothing extra shall be paid on
account of this.

1.6 The makes/models and Cat. No. etc. mentioned in NIT are indicative only. The
firms shall be responsible for providing the system fulfilling the specifications,
capacity and all other related requirement of system ensuring compatibility
between different items of work.

1.7 The firm shall be required to supply all the items of same make (among the list
of approved makes) wherever available to ensure compatibility, proper
matching and ease of maintenance.
26

1.8 Department reserves the right to accept the upgraded version of various items,
if there is technological advancement with reference to these makes/models.
The decision of department in this reference shall be final and binding on the
firms.
1.9 Solar photo voltaic power generation system installed at Providing
150 kWp grid interactive roof top solar photo voltaic power generation
system on Boys Hostel, Annex Building and Main Building at National
Institute of Fashion Technology at Taramani Chennai-600 113.
1.10 The contractor shall discuss with EE(E) or his authorized representative
/ visit the site before placing the supply order / delivery of materials at site
as per actual requirement as the actual Quantity of materials required
may deviate (+/-) from the quantity taken in the schedule of
Work/inventory of the agreement.
2.0 Commercial conditions
2.1 Type of contract

The work to be awarded by this tender shall be treated as


indivisible works contract.

2.2 Submission of Tenders:-

2.2.1 Percentage rate tender in Two bid system.

2.2.2 Submission and opening of e-tender will be as per details given in the
information and instructions for contractors for e-tendering posted in the
website and CPWD-form 6 for e-tendering forming part of the NIT.

2.2.3 The tenderers are advised not to deviate from the technical specification/
items, commercial terms & Conditions of NIT like terms of payment,
guarantee, arbitration clause, escalation etc.

2.2.4 In the price bid, there shall be no conditions whatsoever. In case any
tenderer mentions any condition i/c conditional rebates in their price part,
tender shall be rejected forthwith.

2.2.5 The department reserves the right to reject any or all the price bids and call
for fresh prices/ tenders as the case may be without assigning any reason.

2.2.6 First the eligibility documents will be opened and evaluated and successful
bidders shall be approved and price bids of only eligible bidders qualified in
eligibility bid will be opened on the specified date.
27

3.1 Scrutiny/ evaluation of the Tenders (Price Bid) shall be done by the
department. In case it is found that the Tenders (Price Bid) of a tenderer is not
in line with NIT specifications/requirements, the department reserves the right
to reject the price bid of such firm(s)

Terms of payment

3.2 Payment shall be made on the basis of running account bill as per progress of
execution of work. Stages of payment shall be as per followingg on prorata
basis:-

i) Against supply of material received at site in good condition-70%

ii) On completion of pro-rata installation-15%

iii) On commissioning and completion ofwork-10%

iv) After handing over along with Net Metering arrangement-5%

4.0 Security Deposit

i) The security deposit shall be collected by deductions from the running


bills of the contractor at the rate mentioned below.

ii) A sum @ 2.5% of the gross amount of the each running & final bill
shall be deducted till the sum deducted will amount to security
deposit of 2.5% of the tendered value of the work. Such deductions
shall be made and held by government by way of Security Deposit
unless the contractor has deposited the amount of security at the rate
mentioned in cash or in the form of Government securities or Fixed
Deposit Receipts. This is in addition to the performance guarantee that
the contractor is required to deposit.

iii) The security deposit will be released @ 5% each year after


guarantee period of 5 years for 10 years.

5.0 Performance Guarantee

5.1 The tender shall guarantee among other things, the following: -

a) Quality, strength and performance of the materials used.


b) Safe mechanical and electrical stress on all parts under all specified
conditions of operation.
c) Satisfactory operation during the maintenance period.
28

5.2 The contractor whose bid is accepted, will be required to furnish


performance guarantee of 5% (Five 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 the aforesaid performance guarantee.

5.3 Refund of Performance Guarantee:

Performance Guarantee along with the security deposit shall be


refunded after successful completion of each year of DLP for a period of
10 years as stipulated under clause 4(iii) of this section.

5.4 Income Tax, GST, labour cess& other statutory deductions etc. shall be made
at source as per the prevalent laws. The deductions of Security Deposit,
Income-Tax, GST etc. shall be done after calculation of the above due
payments and net payment shall be arrived at accordingly.

6.0 Rates

6.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes
including, GST, labour cess, duties, levies, octroi etc. and all charges for
packing forwarding, insurance, freight and delivery, installation, testing,
commissioning etc at site including temporary construction of storage, risks,
overhead charges, general liabilities/obligations and clearance from Local
Bodies. However, the fee for the Local Body inspections shall be borne by the
department.

6.1 No payment will be made to the contractor for any damage caused by rain,
snow fall, floods, dampness, fire, sun or any other natural cause whatsoever
during execution of work. The damage to the work due to above reasons, if any
29

shall be made good by the contractor at own cost and no claim on this account
shall be entertained.

6.2 Some restrictions may be imposed by the Client on the working and/ or
movement of labour, materials etc. on account of security reasons. The
contractor shall be bound to follow such restrictions/ instructions and
nothing extra shall be payable on this account. No claim for idle labour shall
be entertained.

6.3 The department will not issue Octroi exemption certificate.

6.4 The contractor has to carry out Operation & Routine maintenance of the Solar
Photovoltaic power generation system by deputing man power for cleaning of
solar PV module, checking & routine maintenance the system for satisfactorily
operation as per manufacturer’s standards, recording the various electrical
parameters in log book, watch & ward for the system for a period of 60
months from the date of handing over i/c fortnightly visit by Engineer for
checking the healthiness of the system i/c repair/replacement of the defective
part or to attend the major complaint whenever informed by the Department
as per terms & condition attached. (Supply of spare parts shall be included in
the scope of the work under guarantee period) from the date of handing over.

7.0 Completeness of Tender


All sundry equipment, fittings, unit assemblies, accessories, hardware
items, foundation bolts, termination lugs for electrical connections and
all other items which are useful and necessary for efficient assembly
and installation of the system shall be deemed to have been included in
the tender irrespective of such items are specifically mentioned in the
tender documents or not.

8.0 Storage and Custody of Materials


For storage of sundry materials and erection of equipments, the agency
has to make his own arrangements. No separate storage
accommodation shall be provided by the department. Watch and ward
of the stores and their safe custody shall be the responsibility of the
contractor till the final taking over of the installation by the department.

9.0 Care of the Building


Care shall be taken by the contractor while handling and installing the
various equipments and components of the work to avoid damage to the
30

building. He shall be responsible for repairing all damages and restoring


the same to their original finish at his cost. He shall also remove at his
cost all unwanted and waste materials arising out of the installation
from the site of work.

10.0 Completion Period

10.1 The completion period of Six months indicated in the tender documents
is for the entire work of planning, designing, approval of drawings etc. i/c
arrangement of materials & equipments, delivery at site including
transportation, installation, testing, commissioning and handing over the
entire system to the satisfaction of the Engineer-in-charge.

10.2 The Contractor shall be responsible for handing over the Inventory of
entire system in operational to the Client/Department to the satisfaction of the
Engineer-in-Charge before recording of completion Certificate & making the
final payment.

11.0 Guarantee

11.1 All equipment shall be guaranteed for a period of 60 months, from the date of
taking over the installation by the department, against unsatisfactory
performance and /or break down due to defective design, workmanship or
material. The contractor shall stand performance guarantee of solar PV system
supplied and installed by them for a period of 60 months from the date of the
handing over of the installation. Hence, the performance guarantee deposited
at the time of award of work will be released after successful completion of
performance guarantee period of 60 months. The equipment or components,
or any part thereof, so found defective during guarantee period shall be
forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-
in-charge. In case it is felt by the department that undue delay is being caused
by the contractor in doing this, the same will be got done by the department at
the risk and cost of the contractor. If the performance of Solar PV system
found unsatisfactory during the guarantee period or contractor repeatedly fails
to replace/repair the defective solar PV system within 15 days time after
written complaint in this regard, the amount of performance guarantee shall
be forfeited absolutely. The decision of the Engineer-in-charge in this regard
shall be final & binding on the contractor.

11.2 The tenderer shall guarantee among other things the following:
31

a) Quality, strength and performance of the materials used as per


manufacturers standards.
b) Safe mechanical and electrical stress on all parts under all specified
conditions of operation.

12.0 Power Supply

Arrangement of electric power supply (Three Phase/Single Phase) at a single


point as required to carry out the work for successful installation, testing and
commissioning of the system will be provided by the department. However,
distribution of electric supply to carry out the work at different locations
shall lie in the scope of the contractor.

13.0 Acceptable Makes of Various Equipments

13.1 The acceptable makes of various equipments/components/accessories have


been indicated in “List of Preferred Makes”. The tenderer shall work out the
cost of the offer on this basis. Alternate makes are not acceptable.

13.2 The firm will be required to procure material directly from the
manufacturer/authorized dealers to ensure genuineness & quality and as per
the approved makes only. Proof in this regard shall be submitted by the
contractor.

14.0 The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufacturers for all items of equipments
regarding installation, adjustments operation and maintenance including
preventive maintenance trouble shooting together with all the relevant data
sheets, spare parts catalogue etc. all in triplicate.

15.0 Extent of work

15.1 The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments
and commissioning, as may be required by the department. The term complete
installation shall not only mean major items of the plant and equipments
covered by specifications but all incidental sundry components necessary for
complete execution and satisfactory performance of installation with all layout
charts whether or not those have been mentioned in details in the tender
documents in connection with this contract as this is a turnkey job.

15.2 In addition to supply, installation, testing and commissioning of complete


installation, following works shall be deemed to be included within the scope
of work to be executed by the tenderer as this is a turnkey job.
32

a) Minor building works necessary for installation of equipments,


foundation, making of opening in walls or in floors and restoring them
to their original condition / finish and necessary grouting etc as
required.

b) The contractor shall not damage the existing water proofing while
working on the terrace floor. Any damage caused to the water
proofing/terrace flooring shall be made good at no extra cost.

c) All supports for cables and MS channels for erection of panels etc as
are necessary.

d) Getting Local Body inspection done & obtaining approval for energizing
the installation if required. However, necessary fees for inspection shall
be borne by the Department.

e) Small wiring, inter-connection etc. inclusive of all materials and


accessories, necessary to comply with the regulations as well as proper
and trouble free operation of the equipment.

f) Closing of the cable entry points in sub-station/D.G Set


room/buildings to arrest seepage of water, rodents etc.

g) Tools and tackles required for handling and installation.

h) Necessary testing equipments for commissioning.

i) Watch and Ward of materials and/or installation and equipments till


their handling over to the department.

j) Provision of supports/clamps for equipments, cables etc. wherever


required.

k) Arrangement of networking on requirement.

16.0 Inspection and Testing

16.1 All the tests certificate of the equipments are required to submit along with
delivery of material.

16.2 Copies of all documents of routine and type test certificates of the equipment, /
cable carried out at the manufacturers premises shall be furnished to the
Engineer-in- charge and consignee.

16.3 After completion of the work in all respects the contractor shall offer the
installation for testing and operation.

17.0 Compliance with Regulations and Indian Standards


33

17.1 All works shall be carried out in accordance with relevant regulation, both
statutory and those specified by the Indian standards related to the works
covered by this specification. In particular, the equipment and installation will
comply with the following:

i) Factories Act

ii) Indian Electricity Rules

iii) BIS & other standards as applicable

iv) Workmen’s compensation Act

v) Statutory norms prescribed by local bodies, Power supply co., etc

17.2 Nothing in this specification shall be construed to relieve the successful


tenderer of his responsibility for the design, manufacture and installation of
the equipment with all accessories in accordance with currently applicable
statutory regulations and safety codes.

17.3 Successful tenderer shall arrange for compliance with statutory provisions of
safety regulations and departmental requirements of safety codes in respect of
labour employed on the work by the tenderer. Failure to provide such safety
requirement would make the tenderer liable for penalty of Rs. 500/- for each
default. In addition, the department will be at liberty to make arrangement for
the safety requirements at the cost of tenderer and recover the cost thereof
from him.

18.0 Indemnity

The successful tenderer shall at all times indemnify the department,


consequent on this works contract. The successful tenderer shall be liable, in
accordance with the Indian Law and Regulations for any accident occurring
due to any cause and the contractor shall be responsible for any accident or
damage incurred or claims arising there from during the period of erection,
construction and putting into operation the equipments and ancillary
equipment under the supervision of the successful tenderer in so far as the
latter is responsible. The successful tenderer shall also provide all insurance
including their party insurance as may be necessary to cover the risk. No extra
payment would be made to the successful tenderer on account of the above.

19.0 Erection Tools


34

No tools and tackles either for unloading or for shifting the equipments for
erection purposes would be made available by the department. The successful
tenderer shall make his own arrangement for all these facilities.

20.0 Cooperation with Client/Occupants

The successful tenderer shall coordinate with occupants and client to carry
out the work with least disturbance and shut down shall be taken after
consultation with client department.

21.0 Painting

This shall include cost of painting of the entire installation, wherever required.

22.0 Maintenance

22.1 Sufficient trained and experienced staff shall be deputed to meet any exigencies
of work during the guarantee period of Five year from the handing over of the
installation.

23.0 Interpreting specifications

In interpreting the specifications, the following order of decreasing importance


shall be followed in case of contradictions:

a) Schedule of quantities
b) Technical specifications
c) General, Commercial and Additional Conditions
d) Drawing (if any)
e) MNRE Guidelines
f) CPWD General specifications
g) Relevant BIS codes or other international code in case BIS code is not
available.

24.0 Warranty:

25 Years performance warranty shall be provided by manufacturer on SPV


modules with degradation in performance maximum 10% after 10 years and
20% after 25 years as per industrial standard warranty conditions on
complete system from the date of commissioning of the system. If SPV
modules do not perform satisfactorily as above then the manufacturer of the
solar PV modules shall make proper check of the quality of material and
should replace the unsatisfactorily solar PV modules with free of cost.
Otherwise department may take action to debar the manufacturer for CPWD
35

works and may intimate to MNRE to take suitable action against such
defaulting manufacturer.

25.0 The scope of work for the bidder include obtaining No Objection Certificate
(NOC) from Distribution Company (TANGEDCO) for grid connectivity, complete
design, engineering, manufacture, supply, storage, civil work, erection, testing
and commissioning of the grid connected rooftop Solar PV project

26.0 The support mounting structure / elevated structure & foundation of solar PV
modules shall be so designed to withstand a wind speed 150 km/hr. The
contractor shall arrange vetting/approval of the Structural drawing of
mounting Structure/elevated structure for solar PV modules from Qualified
structural Consultant/ IIT / NIT of so required by the Engineer – in – Charge,
the agency shall also arrange the visit of structural Engineer to ascertain that
existing R.C.C slab is strong enough to take this additional load of mounting
structure along with solar PV modules. All co-ordination and necessary fees
for approval of drawings shall be paid by the Firm. Nothing extra shall be paid
on this account.

27. The required CEIG approval to be obtained by the L1 bidders. CPWD will bear the
fees to be paid to any other department on account of obtaining the above. However
liaisoning work has to be made by the L1 bidder.

28. Providing lighting conductor for surge production alongwith two earth sets each
and providing TNEB Netmeter for induvial connection is the responsibility of the L1
Bidder.

29. Monitoring:- The Performance of the system can be monitored either through
inverter display and / or through online monitoring system. L1 Bidder should make
arrangement for online monitoring.
36

SPECIAL CONDITIONS

1. The Contractor shall guarantee minimum generation of 1400 kWh per annum
per kWp of commissioned generation capacity of Solar Power Plant. This shall
be subject to the annual de-gradation acceptable as per norms / Schedule of
work failing which the recovery at Rs. 15/- per kWH of less generation shall be
effected from the bills payable / Performance Guarantee / Security Deposit of
the agency.

2. The trial run of electrical work / equipments shall be carried out by the firm in
the presence of Engineer-in-charge or his representative at the site as per
requirement of department.

3. The Power Purchase Agreement shall be taken up by Client / Engineer-in-


charge or his representative (As per case may be) separately with TANGEDCO.
The Contractor shall liaison with the TANGEDC for the approval and
finalization of the PPA. The necessary documentation shall be done by the
contractor.

4. The application for Net Metering / bidirectional meters shall be furnished by the
client / department and necessary fees also shall also be paid by the
Department. The Contractor shall liaison with the TANGEDCO for the necessary
documentation and obtaining the Net metering arrangement. The agency has to
liaison for obtaining the Net metering .

5. All equipments and materials to be used in work shall be manufactured in


factories of good repute having excellent track record of quality
manufacturing, performance and proper after sales service. The
Department reserves right to inspect Solar PV Panels at
factory/Manufacturers premises during the course of manufacturing at
any stage and the department shall be provided with the proof of using the
approved make of PV Cells in the manufacturing of solar PV Modules. The
Contractor shall intimate the schedule of manufacturing of modules at
factory prior to taking up in the production.
37

TECHNICAL SPECIFICATIONS

SCOPE OF WORK

1. The scope of work involves design, supply, installation, testing and


commissioning of complete Solar PV system as per BOQ and these
specifications. The drawings along with detailed design and equipment
datasheet shall be submitted for approval before starting the work. The work
shall be carried out as per designs approved by the Department. The contactor
shall submit the design of SOLAR PV system for each building immediately after
the award of work.

2. The tentative capacity of Solar PV system is given below for guidance. The
power generated is intended to be used in the same building or nearby
building or for the entire campus. The LT Power Cabling shall be laid
accordingly with suitable size for all the three sets of plant.

Proposed Approx. Solar Power


S. No. Name of Building
plant Capacity

1 Main Building 100 kWp

2 Boys Hostel Block 40 kWp

3 Annexe Building 10 kWp

Total proposed
150 kWp
Capacity

NOTE: The Quantities given might increase or decrease as per the


actual layout and design. The Capacity of each building may
vary and shall be on actual basis. The inverter capacity and
other accessories shall be decided upon final approval of the
layout and capacities by the Engineer in charge.

3. The Solar PV module shall be installed on the existing roof / and elevated
structure as per the site conditions and as per the drawing approved by
the Engineer-in-charge.

4. The agency shall connect the output of the SPV module with 6 sq.mm
SLPO copper cable to the inverter through the junction boxes. From the
inverter, 4 x 16 sq.mm copper cable shall be connected to the AC DB /
38

Panel as approved by the Engineer-in-charge. From the AC DB / Panel,


the required size of LT cabling shall be provided as per the requirement
and approval of Engineer-in-charge.

5. The required LT cubicle Panel at Substation shall have to be provided by


the agency with suitable capacity of incomers and outgoings shall be
planned and provided. The agency shall include the cost of the panel in
the item itself and nothing extra shall be paid on this account. From the
LT panel, Solar power will be fed to the main LT Panel of the Substation.

6. The agency shall provide 2 Nos. GI plate earthing for each installations
and to be connected to the Solar PV Panel, using GI strips / copper cable
duly laid as per the CPWD Specifications and drawings. This shall be got
approved from the department prior to execution.

TECHNICAL SPECIFICATIONS: -

1. AMBIENT CONDITION & SOLAR INSOLATION


LOCATION / SITE DETAILS FOR THE SPV POWER PROJECT

• Address of site : Providing 150 kWp grid interactive roof top


solar photo voltaic power generation system on Boys Hostel, Annex
Building and Main Building at National Institute of Fashion Technology at
Taramani Chennai-600 113.
• Location : Tamilnadu
• Ambient temperature : 450C max., 120C min, 75% Humidity

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.
Bidders shall seek from relevant database / source, all the data pertaining to
the ambient conditions like temperature, humidity, wind load, rain, weather
condition and historical solar radiation etc., pertaining to the site location and
optimize the design accordingly. All design calculations and installation details
shall be submitted after the award of work.

2. EQUIPMENT SPECIFICATION
2.1 Solar PV Module (Electrical Features)
39

Solar PV module array will be made by utilizing mono Crystalline high


efficiency Silicon Solar PV cells. Minimum power output guarantee offered for
the SPV Module shall not be less than 25 years. Individual solar module rating
will not be less than 330 Wp at Standard test conditions. Each Solar PV
module offered shall meet following min. requirement.

Efficiency of cell, Ef,c - >18%


Efficiency of module, Ef,m - >16.5%

SPV module conversion efficiency should be equal to or greater than 18.0%


(cell) under STC of 1000w/m2 and cell operating temp of 250 C and AM 1.5
radiation. Modules must qualify to relevant IEC standards Part I and II for
safety qualification testing.

Note: I-V curve of each PV module with Sl. Nos. should be submitted along
with modules. Solar PV modules shall conform to IEC-61215 standards.
Documentary evidence towards IEC- 61215 certification shall be submitted
after award of work. Minimum following parameters should be provided:

Maximum Power, Pmax


Minimum Power, Pmin
Open Circuit Voltage, Voc
Short Circuit Current, Isc
Voltage at Max Power Vmp
Current at Max power lmp
Fill Factor, FF
Efficiency of cell, Ef,c
Efficiency of module, Ef,m

Necessary I-V curves at 25c, 45c, 60c and at NOCT are required to
be furnished after award of work. Offers to provide PV module warranty of
25 years with no more than 10% degradation in performance/output over
10 years.

The rated output power of any supplied module shall not have
negative tolerance.

2.2 Solar PV Module (Mechanical Features)


Solar PV Module design will conform to following Mechanical requirement
40

• Toughened, anti reflective, low iron content, high transmissivity front


glass.
• Anodized Aluminium Frame
• Ethyl Vinyl Acetate (EVA)encapsulate
• Silicon edge sealant around laminate
• Tedlar / Polyester trilaminate back surface
• ABS plastic terminal box for the module output
termination with gasket to prevent water moisture.
• Resistant to water, abrasion, hail impact, humidity
&other environment factor for the worst situation at site.

• By pass diode.
• 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
2.3 Module mounting structure
Wherever required, suitable number of PV panel structures shall be
provided. Structures shall be of flat-plate design either I or L sections.
Structural material shall be corrosion resistant and electrolytic ally
compatible with the materials used in the module frame, its fasteners,
nuts and bolts. Galvanizing should meet ASTM A-123 hot dipped
galvanizing or equivalent which provides at least spraying thickness of
80-100 microns on steel as per IS5905, if steel frame is used. Aluminum
frame structures with adequate strength and in accordance with relevant
BIS/international standards can also be used.
Structures shall be supplied complete with all members to be
compatible for allowing easy installation at the ground site.
41

The 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.
Each structure shall have a provision to adjust its angle of
inclination to the horizontal as per the site conditions by way of Manual
operation.
Each panel frame structure be so fabricated as to be fixed on the
ground. The structure should be capable of withstanding a wind load of
Min. 150 km/hr after grouting & installation. The front end of the solar
array must be one meter above the ground. Grouting material for SPV
structure shall be as per M 15(1:2:4) concrete specification.
The structures shall be designed for simple mechanical and
electrical installation. There shall be no requirement of welding or
complex machinery at the installation site. If prior civil work or support
platform is absolutely essential to install the structures, the Contractor
shall clearly and unambiguously communicate such requirements along
with their specifications in the bid. Detailed engineering drawings and
instructions for such prior civil work shall be carried out prior to the
supply of Goods.
The Contractor shall specify installation details of the PV modules
and the support structures with appropriate diagrams and drawings.
Such details shall include, but not limited to, the following;
a) Determination of true south at the site;
b) Array tilt angle to the horizontal, with permitted tolerance;
c) Details with drawings for fixing the modules;
d) Details with drawings of fixing the junction/terminal boxes;
e) Interconnection details inside the junction/terminal boxes;
f) Structure installation details and drawings;
g) electrical grounding (earthing);
h) Inter-panel/Inter-row distances with allowed tolerances; and
i) Safety precautions to be taken.
The array structure shall support SPV modules at a given
orientation and absorb and transfer the mechanical loads to the ground
columns properly. All nuts and bolts shall be of very good quality
42

stainless steel. Detailed design and Drawing shall have to be submitted


to CPWD for acceptance and approval before execution of work.

NOTE: The structural design of the complete system should be


compatible with the structural strength and load bearing capacity of
the site/ ground, design calculations and certificate to this effect
shall be provided by a qualified chartered structural engineer.

The array structure shall be made of hot dip galvanized MS angles of size
not less than 50mm x 50mm x 6mm size. The minimum thickness of
galvanization shall be at least 70 microns. All nuts & bolts shall be made of
good quality steel.

The work should be completed with supply, fitting fixing of clamps,


saddles, nut & bolts etc. While quoting the rate, the bidder may mention the
design & type of structure offered. All nuts & bolts shall be made of very good
quality steel.

The structure shall be designed to allow easy replacement of any module


and shall be in line with site requirements.

The structure shall be designed for simple mechanical and electrical


installation. It shall support SPV modules at a given orientation, absorb and
transfer the mechanical loads to the ground properly. There shall be no
requirement of welding or complex machinery at site.

The array structure shall be so designed that it will occupy minimum


space without sacrificing the output from SPV panels & shall withstand heavy
winds.

The supplier / manufacturer shall specify installation details of the PV


modules and the support structures with appropriate diagrams and drawings.

The agency shall provide an elevated structure, wherever required as per


site conditions, with G.I. pipe as per the drawing duly approved by the
department. The agency shall also obtain the certification from the structural
Engineer for withstanding a wind speed of 150 KMPH.

2.4 Junction Boxes

The junction boxes shall be dust, vermin and waterproof and made of FRP /
Thermo Plastic. The terminals shall be connected to copper bus bar
arrangement of proper size. The junction boxes shall have suitable cable entry
43

points fitted with cable glands of appropriate sizes for both incoming and
outgoing cables. Suitable marking shall be provided on the bus bar for easy
identification and cable ferrules shall be fitted at the cable termination points
for identification. The junction boxes shall have suitable arrangement for the
following:

• Combine groups of modules into independent charging sub-


arrays that shall be wired to the controller.
• Provide arrangement for disconnection for each of the groups.
• Provide a test point for each sub-group for quick fault location.
• To provide group array isolation.
• The rating of the JB’s shall be suitable with adequate safety factor to
inter connect the Solar PV array.
• Metal oxide varistors shall be provided inside the Array Junction Boxes.
2.5 Power Conditioning Unit(PCU):

The PCU is a combination of Inverter, AC Charger and data logger all housed in
a single unit. Maximum power point tracker (MPPT) shall be integrated into the
PCU to maximize energy drawn from the solar PV array. MPPT shall be
microprocessor/micro controller based to minimize power losses and maximize
energy utilization. The efficiency of MPPT shall not be less than93%.

PCU shall include self-protective and self-diagnostic features to protect


itself and the PV array from damage in the event of PCU component failure.

Power conditioning unit will comply the following requirements.

• 415V AC + 5% 50Hz, 3Phase


• Overload capacity – 150% for60sec.
• Output wave shape: sine wave with <3% total harmonic distortion (THD).
• Adjust the Voltage and Frequency Levels to suit the MAIN LT
panel/feeder pillar BUS near the individual building.

2.6 MODES OF PCU


2.6.1 STAND BY MODE:

The control system shall continuously monitor the output of the solar power
plant until pre-set value is exceeded and that value to be indicated.

2.6.2 BASIC SYSTEM OPERATION (FULL AUTOMODE):


44

The system shall automatically 'wake up' in the morning and begin to export
power provided there is sufficient solar energy and the grid voltage and
frequency is in range.

2.6.3 SLEEP MODE:

Automatic 'sleep' mode shall be provided so that unnecessary losses are


minimized at night. The power conditioner must also automatically re-enter
standby mode when threshold of standby mode reached.

2.6.4 INVERTER

The inverter output shall always follow the grid in terms of voltage and
frequency. This shall be achieved by sensing the grid voltage and phase and
feeding this information to the feedback loop of the inverter. This control
variable then controls the output voltage and frequency of the inverter, so that
inverter is always synchronized with the grid. The grid islanding shall be
ensured.

The typical specification of PCU is listed below:

a. AC side As per Tender design

Nominal AC Power 100 kWp as per item


i 40 kWp as per item
10 kWp as per item

ii Output AC Voltage (as per manufacturer 415 V+/- 10%


practice
iii Frequency 50 Hz
iv Total harmonic distortion < 3% at nominal power

AC over / under voltage over voltage / Yes


v
under frequency protection.
vi Phase Shift (COS Phi) 1
b. DC Side
i PV Power Min 240 WP
ii Maximum DC Voltage 800 V
iii MPPT Voltage range 350 V - 800 V
iv Maximum DC Current *
v DC voltage ripple <3%
vi DC over voltage protection Yes
c. Other Parameters
i Minimum efficiency (CE) >97%
ii Ambient temperature 0-50º C
iii Humidity (Non Condensing) 95%
45

iv Degree of protection for enclosure IP 54


v Dimension / Weight As per Manufacture
design.
vi Noise level < 65 dBA
vii Cooling Natural Air
viii Input Range 420-850 V DC
ix Power Factor 0.99
x Input / Output cable Termination Top

Other important Features/Protections required in the INVERTER


• Automatic morning wake-up and night shutdown
• PCU must have the feature to work in tandem with other similar PCUs
and be able to be successively switched ON and OFF automatically based
on solar radiation variations during the day.
• Mains (Grid) over-under voltage and frequency protection
• Fool proof protection against ISLANDING.
• Included authentic tracking of the solar array‘s maximum power
operation voltage (MPPT).
• Array ground fault detection.
• LCD and piezoelectric keypad operator interface Menu driven Automatic
fault conditions reset for all parameters like voltage, frequency and/or
black out.
• MOV type surge arresters on AC and DC terminals for over voltage
protection from lightning-induced surges.
• INVERTER should be rated to operate at 0–55 deg. Centigrade unless
provision for air conditioning is included in INVERTER
• All parameters should be accessible through an industry standard
communication link.

Protection against lightning


Surge voltage induced at output due to external source Set point pre-selection
for VAR control Remote control via telephone modem or mini web server
Integrated protection in the DC and three phase system Insulation monitoring
of the PV array Ground fault detector – which is essential for large PV
generators in view of appreciable discharge current with respect to ground.

Over voltage protection against atmospheric lightning discharge to the PV


array is required.
46

The power conditioner must be entirely self-managing and stable in


operation. A self-diagnostic system check should occur on startup. Functions
should include test of key parameters on startup.

2.6.5 DC distribution board/Array Junction Box

DC distribution board shall be provided in between solar array and PCU. The
junction boxes shall be made of FRP / Thermo Plastic with impact resistant
transparent cover, waterproof, dust free, vermin with IP65 protection. The
terminals shall be connected to copper bus bar arrangement of proper sizes.
The junction boxes shall have suitable cable entry points fitted with cable
glands of appropriate sizes for both incoming and outgoing cables. Suitable
markings shall be provided on the bus bar for easy identification and cable
ferrules shall be fitted at the cable termination points for identification. Array
junction box shall have suitable reverse blocking diodes of minimum DC
blocking voltage of 800 V with suitable arrangement for its connecting. The
array box shall also have suitable surge protection.
The junction boxes shall have suitable arrangement for the following: Combine
groups of modules into independent charging sub-arrays that shall be wired to
the controller. Provide arrangement for disconnection for each of the groups.
Provide a test point for each sub-group for quick fault location. To
provide group array isolation. The rating of the JB’s shall be suitable with
adequate safety factor to inter connect the Solar PV array.

By pass Diode

Fuses of suitable rating for Overloading protection of array section.

2.6.6 Surge protection system


The DIN channel mountable pluggable surge protection shall be installed in a
network configuration, consisting of a single block MOV (Metal Oxide Varistor)
based surge arrester having nominal surge handling capacity of 15 KA 8/20 µs
&maximum surge handling capacity of 30 KA 8/20 µs to provide protection
between (L+, L-, earth). All surge arresters in these network configurations
shall be of same manufacturer. The Protection unit shall be based on Single
block High Capacity Metal Oxide Varistors (MOV), capable of handling 15 KA
8/20 μs surges and shall be able to give an indication in the event module
failure and shall be pluggable to facilitate the on-site replacement without
disturbing the lines. One extra set of replacement protective device shall be
47

furnished to the job site. Protection shall be manufactured to withstand a


maximum continuous operating voltage of not less than 115% of normal RMS
system voltage

2.6.7 AC Distribution Board (ACDB)


AC DB shall be provided in between PCU and loads.
3. APPROVAL &CLEARANCE
All associated activities required for necessary clearances / permissions /
approvals / licenses from concerned Electrical authorities so their govt /
strategy / Local bodies are in the scope of contractor.

4. EARTHING AND PROTECTION


The array structure of the PV plant at roof top shall be grounded properly
using adequate number of earthing kits. All metal casing / shielding of the
plant shall be thoroughly grounded to ensure safety of the power plant.
Earthing shall be in line with IE rules. The earthing & grounding shall also
meet the requirement of PV module/cell manufacturer. Detailed specifications
have been provided in the Earthing section.
5. Cable and accessories
All the cables shall be supplied conforming to IS 694 & shall be of 650 V/ 1.1
kV grade as per requirement. Only FRLS PVC copper cables shall be used. The
size of the cables between array interconnections, array to junction boxes,
junction boxes to DCDB, DCDB to PCU and PCU to main grid (TANGEDCO) etc.
shall be so selected to keep the voltage drop and losses to the minimum and all
cables are included in the scope of work. For DC connections, the cable shall
be of XLPO type Solar cables.
Bidders are required to mention each size of cables used and should
consider their resistance / impedance in the design optimization. Such
calculation should be submitted along with the bid. The contractor shall supply
all cables, installation accessories, which are required to install and
successfully commission the power plant.
6. Space for Solar Array and Control room
The bidder shall give the details of array layout before execution for approval.
Bidders are advised to visit the site and conduct a survey for deciding
the most suitable layout from the installation & maintenance point of view.
7. Type tests
Type test reports of all major equipment (Solar modules& PCU) shall be
submitted to the Engineer in Charge. The type test report shall be within 5
48

years from bid opening date, in absence of which fresh type test shall be done
without any extra cost.
8. Installation and commissioning
Detailed project execution program shall be submitted along with the offer. The
contractor will be responsible for arranging all tools & plants for installation
and commissioning the complete system.
The contractor shall also submit the erection, testing & commissioning
procedure for approval to the owner. These procedures will form integral part
of the acceptance report for successful erection and commissioning the system.
These reports will be prepared and signed by contractor’s representative
&representative of Client/CPWD.
9. Packing, shipping and marking
The bidder shall be responsible for assuring that all commodities shipped are
properly packed and protected to prevent damage or deterioration during
shipment, packaging and shipping costs shall be borne by the supplier.
10. Insurance
The bidder shall provide insurance coverage ex-factory until commissioning
and acceptance for replacement of repair of any part of the consignment due to
damage or loss.
11. Inspection
All major equipment like solar PV modules shall be inspected by the Engineer-
In- Charge or his representative before their dispatch. For other items, the
contractor shall obtain the prior approval before dispatch.
The contractor shallobtain approval for all equipment drawings & data
sheets from the Engineer- In- Charge before commencement of the
manufacturing / procuring / outsourcing.
12. Training & after sales service
Training and after sales service is an important component of supply and is
included the scope of work. An explanation of preventative maintenance
schedule, plan of operation, scope and implementation of the after sales service
shall be imparted to the Operating personnel of the Client/ CPWD.

13. Documentation
Three sets of installation manual / user manual shall be supplied along with
the each power plant. The manual shall include complete system details such
as array layout, schematic of the system, inverter details, working principle etc.
Step by step maintenance and troubleshooting procedures shall be given in the
manuals. The contractor shall supply three sets of soft copies (in CD form) of
49

all documents including drawings and user manual and three sets in hard
copy.

14. Standard to be followed:

PV Modules IEC 61215/ IEC61730

Power Conditioners IEC 61683/ IEC60068-2

Charge Controller/MPPT Units: IEC 62093/ IEC 60068-2

Cables IEC 60189/ IS 694/ IS7 0 9 8

15. SPECIFICATIONS FOR PV PANEL SUPPORT/MODULE


MOUNTINGSTRUCTURE

Sl. Description Specification Requirement


No
1 Material Hot dip galvanized steel with min. 70 micron galvanizing
Or as per manufacturer Standard Capable of with stand
wind pressure as stipulated.
2 Thickness of Suitable wind Speed of 150 kmph. STAAD analysis to be
member submitted.
3 Over all dimensions As per manufacturer standard
4 Wind rating 150 Km / hour

5 Tilt angle and Tilt angle shall be calculated to provide the maximum annual
adjustment energy output to take maximum insulation. This shall be
decided based on the location of array installation.

6 Pitch of structure Max. 7 Mtr or as per manufacturer standard


7 Hardwares& fastener SS 304

8 Foundation The foundation of the array mounting structure / elevated


structure shall be provided with 1:2:4 CC design as certified
by the Structural consultant and approved by the department.
The minimum clearance between roof slab and panel shall be
600 mm

16. PLANT METERING / DATA LOGGING

a) PV array energy production: Digital Meters to log the actual value of


AC/ DC Voltage, Current One-way LT energy meter (Export
metering) Class 0.2S ABT Compliant shall be incorporated in
50

the system on the main AC Grid supply complete with electrical


switchgear in the main plant.

17. DANGER NOTICE BOARDS


Danger notice boards should be provided as and where necessary as per
IE Act / IE rules as amended up to date.
51

SCHEDULE - A

TECHNICAL PARTICULARS
(TO BE SUBMITTED AT THE TIME OF APPROVAL OF SOLAR PV
EQUIPMENT/MATERIAL)

Name of work: Providing 150 kWp grid interactive roof top solar
photo voltaic power generation system on Boys
Hostel, Annex Building and Main Building at
National Institute of Fashion Technology at
Taramani Chennai-600 113.

NIT No.: 36/EE (E) -Chennai-II/CPWD/2025-26


Name of Contractor:

S.No. Details of Particulars To be filled by tenderer


(A) Solar PV Module
1 Rated power range output at STC
2 No. of solar cells in each solar PV
module
3 Voc/Isc
4 MPP Voltage (Vmpp) V
5 MPP current (imp) A
6 Normal operating cell temperature
7 Operating Temperature range
8 Module dimensions (LxWxH) Appx.
9 PV Module type
10. Min. efficiency of solar cell
11. Solar module frame material
12. Weather resistant junction
13. Front Glass
14. Glass iron content
15. glass transmissivity
16. Frame
17. Encapsulation
18. Trilaminate back surface
19. By-pass diode
52

20. Standard
(B) Solar Inverter
1 Type
2 Max. DC Array Input Voltage
3 DC voltage tolerance
4 Type of solar charge controller
5 Switching Device
6 Continuous inverter output rating
7 Output wave form
8 total harmonic distortion
9 Nominal AC output voltage and
frequency
10. Output frequency
11. Grid frequency tolerance
12. Grid frequency synchronization
range
13. No-Load losses
14. Power factor
15. PCU efficiency
16. Noise level
17. Certifications
18. Idle current
19. Regulation
20. Over load features
21. Cooling
22. Operating Temperature
23. Relative Humidity
24. LED/LCD display
25. Data Monitor and display controls
26. Protections
27. Enclosure Protection Safety
28. Warranty
(C) Array Junction Box (DCDB)
1 No. of module in series
2 No. of module in parallel
3 Switch gears
53

4 Connectors
5 Wiring
6 Enclosure Protection
7 Enclosure
8 Size
9 Capacity of each SPV panel and
nos.
(D) PANEL SUPPORT/MODULE MOUNTING STRUCTURE

1 Material
2 Thickness of member
3 Over all dimensions
4 Wind rating
5 Tilt angle and adjustment
6 Peach of structure
7 Hard wears & fastener
8 Foundation

(Signature of the Contractor)


54

ANNEXURE-A
LIST OF APPROVED MAKE OF MATERIALS FOR USE

a) Materials shall satisfy the revised preference to make in India order issued
vide Order No. P45021/2/2017-PP (BE-II) dated 04.06.2020 of the Ministry
of Commerce and Industry, Government of India.

b) Makes of Special Items in respect of this work

S. No. ITEM Acceptable Make

1. Accessories/Connecters MC/ Tyco/ Solarlok

Indicating Lamps LED type


2. Schneider / L&T/Siemens/Vaishno
and Push Buttons

3. Digital Meters Conzerv / L&T / AE / MECO

4. LT Jointing Kit / Termination Raychem /Mahindra/ M – Seal /3M


Cable Glands Double
5. compression with earthing COMET/DOWELLS / JAINSONS
links
Siemens/ Legrand / Schneider / Hager /
6. MCB DBs/ MCB.s / MCCBs
ABB / L & T
7. UTP Data Cable Legrand / Systimax/Commscope

8. GI pipes SAIL / Jindal-Hissar/ TATA

9 Phenolic laminated sheet Hylam/ Greenlam

Universal / Finolex/ CCI/


XLPE aluminum / copper
10. Gloster/Havells/KEI /RR KABEL /
conductor cables
Polycab
SICHEM / Havells / KEI / Finolex /
11 Solar Cables( XLPO )
Polycab
12 1.1 KV Grade XLPE Power Cable Polycab / CCI/KEI/Havells/LAPP
OBO/Legrand / MK/Schneider
13 GI Race Way
Electric/Profab
14 Surge Protection Device Schneider Electric/OBO/L&T/Legrand
Manufactures of Solar PV Approved As per prevailing OM / Almm
15
Cells and Modules List of MNRE Approved by Engineer In
55

charge as per Tender Specifications


Kaco/Delta /ABB/Emerson
16 String Inverter / PCU /Techser/SMA(America)/Ingeteam/Sieme
ns/Canadian Solar/Solis/Hitachi/Thea/
Goodwe
Combiner Boxes DC Junction Hensel / Eltso / VNT / Techser / OBO/
17
Board and Sub Junction Box OEM of SPV Modules
Energy Meter / Net Meter /
18 As Approved Makes of TANGEDCO
Bidirectional Meter

Note:-

1. The Mentioning of particular make under preferred makes does not fulfill
automatically for acceptance. The Make shall comply all the particulars
specifications, item of work and other conditions of the contract.
2. Either the model shall be got approved or sample shall be submitted for
approval by Engineer – in – Charge before confirming any order to supplier
by the contractor.
3. For any item not covered in the above list, the contractor shall submit the
makes and sample seeking approval from the Engineer – in - Charge before
supply of the materials.
4. In case of Solar PV Panels, it shall satisfy the performance and
warranty conditions stipulated in the agreement. Necessary
undertaking / Certificate from the OEM shall be obtained and
submitted to the Engineer – in – Charge before making any payments.
Willingness / confirmity of specifications and performance from the
OEM shall be submitted along with the proposal for product approval.

Preference to PPP-M – II Policy (Make in India):

i. The Government has issued public procurement policy (Preference to Make in


India) vide Ministry of Commerce and Industry Development of industrial
policy and promotion (PPS) vide order No. P-45021/2/2017-PP BE-II dated
28.05.2018, to “Encourage Make in India” and to promote manufacturing and
production of Goods and services in India with a view to enhancing income
56

and employment. CPWD has decided to implement this policy with up-to-date
amendments.
ii. The agency shall submit list of makes of materials proposed to be used on the
work from local suppliers (as defined in the above order dated 28.05.2018)
along with minimum local content as specified below for approval of the
department out of the approved makes kept in the tender.
iii. The department will be approving only makes of the materials having a
minimum local content of 50% for use on this work, out of the preferred
makes list.
iv. The minimum local content of 50% is considered for the complete item
including labour component.
v. The agency shall obtain the certificate for all items except for sundry items.

Central Public Works Department


Standard Operating Procedures (SOPs) and
Guidelines for Construction Sites for
COVID-19 Outbreak

The following standard operating procedures and guidelines shall be


followed:
A. General Guidelines:
1. Thermal Scanning of everyone entering and exiting a construction site will be done
for fever with thermal scanners. lf anyone leaves and re-enters the site during the
shift, re-screening of the individual will be done prior to re-entry into the work
site.
2. PPE and Other material requirement shall be provided as per requirement.
3. Provision for hand wash & sanitizer (touch free recommended) will be made at all
entry and exit points and common areas (including at distant locations like higher
floors). Everyone will be required to wash & sanitize his/her hands before entering
the site and using PPEs. Same procedure to be followed after removing PPEs and
exiting the premise. Sufficient quantities of all the items should be available at the
site.
4. All Protocol including Emergency Response will be laid out. Periodic tailgate
sessions will be arranged to review site protocols in view of highly dynamic
scenario ensuring social distancing norms. During these sessions, everyone
57

including workers will be informed about the safety guidelines and important
updates. Necessary arrangements for announcements shall be made at every site.
5. Mandatory use of PPEs (face mask, hand gloves and other as applicable) by
everyone entering the premise. Re-usable PPEs should be thoroughly cleaned and
should not be shared with others.
6. Entire construction site including site office, labour camp, canteens, pathways,
toilets, and entry / exit gates will be disinfected on daily basis. Housekeeping team
should be provided with necessary PPEs.
7. There will be total Ban on non-essential visitors at sites (including from Head
office staff, consultants etc.).
8. There will be strict ban on Gutka, Tambaku, Paan etc. on site and spitting shall be
strictly prohibited.
9. Food should be consumed at designated areas only ensuring social distancing.
10. Common sitting arrangements should be removed.
11. Post lunch, waste should be disposed by individual in designated bins and area
should remain clean.
12. Areas with a probability of bigger gathering, for eg. cleaning area, toilets etc.
should be identified and all arrangements should be made to ensure social
distancing.
13. A doctor will be present periodically (at least once a week) at site on allotted time
for any medical assistance.
14. Appropriate signage at construction site spelling out safety practices in the
language which is understood by all.
15. Hospital/clinics in the nearby area, which are authorized to treat COVID- '19
patients, should be identified and list should be available at Site all the time.
16. For any confusion, clarification and update, everyone should approach designated
authority or rely on authentic source.
17. Rumours shall be discouraged and offenders be warned.
18. An isolation room shall be created at site.

B. Guidelines for Workers:


1. On day 0, before resuming the work on site post lockdown period, mandatory
medical check-up will be arranged for all workers. The workers coming from
outside will be quarantined for a period of at least 15 days. Only medically fit
workers will be deployed at site and medical assistance will be arranged for unfit
workers. Medical check-up camp should be arranged every month.
58

2. The labours staying at site will not be allowed to go outside. All the essential items
will be made available to labours at site only. If necessary, the workers can go out
wearing PPEs, after informing supervisor. Similarly, no outside labour will be
allowed at site without following proper procedure and instructions.
3. Start time on site will be staggered to avoid congestion at the entry gates. Number
of workers working at a particular time / place will be reduced by making
arrangements for different shifts / areas. Accordingly, additional staff such as
security guards, supervisors etc. will be deployed.

4. As in most cases, workers reside at the Sites, hence there is no need for any
travel. For Workers staying outside, (which are always nearby) special
transportation facility will be arranged without any dependency on the public
transport system.
5. During attendance, training and other sessions, social distancing guidelines will
be followed along with provision of no{ouch attendance.
6. Workers should not shake hands when greeting others and while working on the
site.
7. Workers shall avoid contact with sick people and avoid going to site if they are
feeling sick, have fever, cough or shortness of breath. ln such case, supervisor
should be informed immediately.
8. Workers with such symptoms should not come to site and should be placed in
isolation and medical assistance will be provided on immediate basis.
9. Mandatorily wear face masks while working on site. While not wearing masks,
worker shall cover his mouth and nose with tissues.
10. Cough/sneeze should be done in the crook of one's arm and your elbow.
11. Avoid large gatherings or meetings of 10 people or more. Stay at least 6 feet away
from others on job sites and in gatherings, meetings, and training sessions.
12. Not more than 2 persons (depending on size) will be allowed to travel in lifts or
hoists. Use of staircase for climbing should be encouraged.
13. Workers should clean hands frequently by washing them with soap and water for
at least 20 seconds. When hand washing isn't possible, alcohol based hand
sanitizer with greater than 60% ethanol or 70% is opropanol should be used.
14. Workers should not share their belongings like food, water bottles, utensils,
mobile phones etc. with others.
15. The utensils should be washed properly post use at designated place.
59

16. Post work, workers should change their clothes before leaving the site and
clothing should not be shook out.
17. Avoid touching eyes, nose, or mouth with unwashed hands.
C. Guidelines for Material, Tools, Machinery, Vehicles etc:-
1. Wipe down interiors and door handle of machines or construction vehicles, the
handles of equipment and tools that are shared, with disinfectant prior to using.
2. Non-touch waste bin with disposable garbage bag should be installed for waste
collection at all common access areas.
3. Proper disposal of garbage should be ensured.
4. At all point of time, easy access to parking should be ensured since public transit
is limited.
5. All construction material arriving at site should be left idle for 3 days before use to
ensure safe usage.
6. All vehicles and machinery entering the premise should be disinfected by spray
mandatorily.
D. Emergency protocol in case of detection of symptoms of COVID 19 to be
observed by Project Manager of Contractor:-
1. Immediate shifting of worker to isolation room, inform the Engineer-in- charge
CPWD or his Nodal officer.
2. Call for a doctor.
3. Keep worker under observation for a few days in isolation room, in case of doubt
act per advice of local doctor.
4. COVID testing shall be arranged as per instruction of Doctor and if so advised by
Doctor, move worker to Hospital.
5. Prevent rumours and take strict action against those who spread it.

Assistant Engineer(E )(P) Executive Engineer (E)


O/o The EE(E )-Chennai-II, O/o The EE(E )-Chennai-II,
Central P.W.D., Chennai-600 040. Central P.W.D., Chennai-600 040.
60

CENTRAL PUBLIC WORKS DEPARTMENT


CHENNAI ELECTRICAL DIVISION - II

NIT No: 38/EE (E ) - CHENNAI-II/ 2024-25/ CPWD / CHENNAI -40

Name of work: Providing 150 kWp grid interactive roof top solar photo voltaic
power generation system on Boys Hostel, Annex Building and Main Building at
National Institute of Fashion Technology at Taramani Chennai-600 113.

Schedule of Work

Name of Contractor
Registration No.
( Enlistment in CPWD )
Validity - Period

Rate in
S.No Description of Item Qty Unit Amount
Figures
1 Supply, Installation, Testing and
Commissioning of on grid Solar
Photovoltaic Power Plant conforming
to MNRE specifications as amended,
consisting of Mono 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.
61

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.
d) Fixing of Array junction box & Main
junction box with IP 65 protection and
termination arrangement for incoming
and outgoing cable along with glands,
lugs and other accessories etc. as
required.
e) Lightning and surge voltage
protection.
f) Connections & Interconnections by
supplying & fixing required size XLPE
insulated copper conductor 1.1 kV
grade armoured power and control
cables between solar modules, main
power cable to grid supply PCU unit
along with supplying & fixing of
necessary channel / conduit lugs and
other accessories etc. as required.
1.1 Main Building 100 kWp 54280.00 5428000.00

1.2 Boys Hostel Block 40 kWp 54280.00 2171200.00

1.3 Annexe Building 10 kWp 54280.00 542800.00

Total Rs. 8142000.00

Grand Total Rs 8142000.00


Say Rs. 81,42,000/- (Rupees Eighty One Lakh Forty Two Thousand Only).

Assistant Engineer(E )(P) Executive Engineer (E)


O/o The EE(E )-Chennai-II, O/o The EE(E )-Chennai-II,
Central P.W.D., Chennai-600 040. Central P.W.D., Chennai-600 040.

You might also like