NITFORM38
NITFORM38
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE EXECUTIVE ENGINEER (E)-CHENNAI-II
CENTRAL P.W.D, CHENNAI-600 040
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.
6 Affidavit – I. 23
7 Format of Receipt of Deposition of Original EMD 24
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)
OR
3
(iii) Three similar works each of value not less than Rs. 32,56,800/-.
(40% of ECPT)
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:-
“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).
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Copies to:-
1. Notice Board.
2. All EEs, CPWD, Chennai
2. https://etender.cpwd.gov.in
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:
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
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.
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.
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
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.
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.
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
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE ‘A’
SCHEDULE 'B'
SCHEDULE 'C'
SCHEDULE ‘D’
SCHEDULE ‘E’
Reference to General Conditions of contract.
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS: Officer inviting tender : The Executive Engineer
(Elect)-CHENNAI-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:
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
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 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
* Base price of all the materials covered under clause 10 CA is to be mentioned at the
time of approval of NIT.
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
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
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
To
The Chief Engineer, Chennai.
............
Subject: Notice for appointment of Arbitrator for adjudication of disputes relating to
agreement Number…………...
Dear Sir,
In terms of clause 25 (Arbitration Clause) of the aforesaid agreement, particulars of
which are given below, I/we hereby give you notice to appoint an arbitrator for
adjudication of disputes mentioned below:
1. Name of applicant
2. Whether applicant is Individual/Prop. Firm/Partnership Firm/Ltd. Co.
3. Full address of the applicant
4. Name of the work and contract number in which arbitration sought
5. Name of the Division which entered into contract
6. Contract amount
7. Date of contract
8. Stipulated date of start of work
9. Stipulated date of completion of work
10. Actual date of completion of work (if completed)
11. Total number of claims made
12. Total amount claimed
13. Date of intimation of final bill (if work is completed)
14. Date of payment of final bill (if work is completed)
15. Amount of final bill (if work is completed)
16. Date of reference made to SDG/ADG for conciliation, if applicable:
17. Date of termination of conciliation proceedings:
18. I/We hereby give consent for appointment of Arbitrator of MoHUA Waiver
agreement as per Appendix –XIX is enclosed
Or
I/We do not give consent for appointment of Arbitrator of MoHUA.
I/We certify that the information given above is true to the best of my/our
knowledge. I/We enclose following documents.
1. Statement of claims with amount of claims.
2. * Agreement of Waiver of Section 12(5) of the Arbitration and Conciliation
Act. 1996 in Appendix-XIX
(Strikeout if not applicable)
Yours faithfully,
Copy to:
APPENDIX-XIX
Agreement towards waiver of Section 12(5) of Arbitration &
Conciliation Act 1996
(Signature)
(Only the person/authority who signed the contract should sign here)
Name ……………………………..
Date …………
• 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
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.
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#
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.
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
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:-
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.
5.1 The tender shall guarantee among other things, the following: -
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.
6.4 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.
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
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.
15.1 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.
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.
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.
17.1 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
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
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.
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.
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:
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.
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 .
TECHNICAL SPECIFICATIONS
SCOPE 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.
Total proposed
150 kWp
Capacity
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
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: -
2. EQUIPMENT SPECIFICATION
2.1 Solar PV Module (Electrical Features)
39
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:
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.
• 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 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 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:
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%.
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.
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.
2.6.4 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.
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
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.
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.
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.
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
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.
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.
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.
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.
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.
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