Top Banner
1 GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT O/o the Executive Engineer (E) I st Floor, ‘C’ Wing, Kendriya Sadan, Koramangala, Bangalore – 560034 Fax No.: 080-25500930, Tel. Office: 080-25521181, E-mail: [email protected] NOTICE INVITING E-tender NIT. No. : 104/EE(E)/Bangalore/2019-2020 Name of work: Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System. Estimated cost: Rs 15,26,500 /- INDEX 1 Front Cover 1 2 Information and Instructions to Contractors for e-tendering 2 to 6 3 List of Documents to be Submitted by Bidder 7 to 13 4 CPWD-6 for e- Tendering & Proforma of receipt of original EMD 14 to 19 5 CPWD - 7/8 & Schedule A to F 20 to 27 6 Special condition 28 to 31 7 Integrity Pact 32 to 38 8 Section I (General Conditions) 39 to 41 9 Section II (Commercial and additional conditions) 42 to 64 10 UNDERTAKING TO BE FURNISHED BY CONTRACTORS 65 11 MANUFACTURERS' AUTHORIZATION FORM 66 12 LIST OF PREFERRED MAKES OF MATERIALS 67 to 68 13 Annexure III (Location and site, addresses of officers and scheme concept) 69 14 Schedule of Quantities 70 Certified that this NIT contains 1 to 70 Pages including index page Executive Engineer (E), Central P W D, Bangalore
70

government of india - EQMagPro

Feb 04, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: government of india - EQMagPro

1

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

O/o the Executive Engineer (E) I st Floor, ‘C’ Wing, Kendriya Sadan, Koramangala, Bangalore – 560034

Fax No.: 080-25500930, Tel. Office: 080-25521181, E-mail: [email protected]

NOTICE INVITING E-tender

NIT. No. : 104/EE(E)/Bangalore/2019-2020

Name of work: Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System. Estimated cost: Rs 15,26,500 /-

INDEX 1 Front Cover 1

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

3 List of Documents to be Submitted by Bidder 7 to 13

4 CPWD-6 for e- Tendering & Proforma of receipt of original EMD 14 to 19

5 CPWD - 7/8 & Schedule A to F 20 to 27

6 Special condition 28 to 31

7 Integrity Pact 32 to 38

8 Section I (General Conditions) 39 to 41

9 Section II (Commercial and additional conditions) 42 to 64

10 UNDERTAKING TO BE FURNISHED BY CONTRACTORS 65

11 MANUFACTURERS' AUTHORIZATION FORM 66

12 LIST OF PREFERRED MAKES OF MATERIALS 67 to 68

13 Annexure III (Location and site, addresses of officers and scheme

concept)

69

14 Schedule of Quantities 70

Certified that this NIT contains 1 to 70 Pages including index page

Executive Engineer (E), Central P W D, Bangalore

Page 2: government of india - EQMagPro

2

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR TENDERING FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

(Applicable for inviting tenders in Two bid system)

The Executive Engineer (E), Central PWD, Bangalore for and on behalf of the

President of India invites online Percentage Rate bids from specialized firms in Two Bid System for the following work.

TABLE - 1.0 Particulars Particulars

1 Draft NIT No. 104/EE(E)/Bangalore/2019-2020

2 Name of work & Location Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System.

3 Estimated cost put to tender (In Rs.)

Rs. 15,26,500/-

4 Earnest money (In Rs.) Rs. 30,530/-

5 e-Tender processing fee (In Rs.)

NIL

6 Cost of Tender document (In Rs.)

Free

7 Period of Completion 03 (Three ) months

8 Last date & time of upload of all bids.

12.02. 2020 upto 15.00Hrs.

9 Date & time of opening of first bid.

12.02. 2020 on 15.30 Hrs.

10 Time & date of opening of Price bids

To be intimated to all eligible tenderers after finalization of Eligibility Bids

1. (a) Eligibility Criteria for work experience:

Contractors who fulfill the following requirements shall be eligible to apply. Joint Ventures are not accepted. (a) Should have satisfactorily completed the works as mentioned below during the last Seven years ending previous day of last date of submission of bids

I.Three similar works each costing not less than Rs 6.11 Lakhs OR

II. Two similar works each costing not less than Rs 9.15 Lakhs OR

III. One Similar work costing not less than Rs. 12.21 Lakhs.

Page 3: government of india - EQMagPro

3

Similar work shall mean works of “Supply, installation, testing commissioning of Solar PV System.”

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion up to the date of receipt of application for tenders. Completion certificates issued by the officer of the client department of the rank of Executive Engineer or equivalent shall be scanned and uploaded to the website and a copy of same duly attested by a Gazetted officer will have to be furnished to the Executive Engineer (E). The completion certificate must clearly indicate the following:-

i. The date of completion of work. ii. Nature of work iii. That the work has been completed satisfactorily. iv. Completed value of work.

(b) Financial Eligibility Criteria:

To become eligible for participating in the bid process the bidders shall satisfy the following Financial Eligibility Criteria. However, CPWD contractors enlisted in eligible Composite category need not to submit financial eligibility documents.

(i) Should have a solvency certificate issued from any Nationalized/ Scheduled

Bank for not less than Rs. 6.11 Lakhs issued not earlier than 31-07-2019 (Attested photocopy of original solvency to be submitted to the Executive Engineer (E).

(ii) The bidder should have had average Annual Financial Turn Over of at least Rs. 15.27/- lakhs on similar or associated works during immediate last three financial years ending 31st March 2019. This should be duly audited by Chartered Accountants. Year in which no turnover is shown would also be considered for working out the average

The multiplication factor of 7% per annum simple rate is not applicable on the Annual Financial Turnover figures.

(iii) The bidder should not have incurred any loss (profit after tax should be

positive) in more than two years during available last five consecutive balance sheets ending 31st March 2019, duly certified and audited by the Chartered Accountants.

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required.

3. Information and instructions for bidders posted on website shall form part of bid document.

4. 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

Page 4: government of india - EQMagPro

4

conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

5. The tenderers shall be required to submit the tenders in Two bid system.

Bid - 1:- Eligibility cum Technical bid

Bid - 2:- Financial bid

6. Eligibility bids of eligible tenderers shall be opened first at notified time, date and place in presence of tenderers or their representative. If required, a conference in respect of technical bids shall be held on notified date, time and place. The department may modify the technical & commercial conditions/ specifications if required based on the above consultaions/technical bid meeting.

7. After finalisation of financial bid the financial bids shall be opened. The validity of the tenders shall be reckoned from the date of opening of the financial bids. The financial bids shall be opened within 30 days of the date of receipt of tenders.

8. 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.

9. 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 tenders are received satisfying the laid down criterion.

10. Those contractors/ bidders 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.

11. GST on all materials as well as GST on work contract and Labour Welfare Cess etc., or any other tax applicable in respect of this contract shall be payable by the contractor. Percentage rate quoted by him shall be inclusive of such taxes, levies etc and Government will not entertain any claim for reimbursement whatsoever in respect of the same. The percentage rates of the contract shall be inclusive of all taxes and levies’ and nothing extra shall be paid.

12. The intending bidder must have valid class-III digital signature to submit the bid.

13. On opening date, the contractor/bidders can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

14. Contractor/bidder can upload documents in the form of JPG format and PDF format.

14a Contractor/bidder must ensure to quote his tender percentage for each of the schedule of quantities. The column meant for quoting percentage in figures appears in pink colour and the moment percentage is entered, it turns sky blue.

14b Contractor/ bidder should quote the percentage above or below to two places of decimal only.

Page 5: government of india - EQMagPro

5

14c The Contractor/ bidder should indicate the name of his firm in the schedule of quantities in the column specified for the same.

15. In case a manufacturer tenders for the work, then none of the authorized dealers shall tender for the same work. In case a authorized dealer for a product tenders alongwith the manufacturer of the product, then the tender of the manufacturer alone shall be considered and the tenders’ of the authorized dealers shall not be opened / evaluated.

16. List of Documents to be uploaded within the period of tender submission:

i. Certificates of Work Experience as per NIT.

ii. Bank Solvency Certificate and annual financial turnover as per NIT.

iii. Affidavit in stamp paper worth not less than Rs 200/- (Rupees Two Hundred only) as per provisions of Clause 1.2.3 of CPWD 6 that “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 contracts in future forever. Also, if such a violation comes to the notice of Department before date start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee”

iv. Copy of Receipt for deposition of original EMD issued from any Division office of CPWD where bidder deposited EMD. (Format of deposition receipt should be as per Annexure-1 of this section)

v. Scanned copy of Treasury Challan / Demand Draft / Pay Order or Banker’s Cheque / Deposit at Call Receipt / Fixed Deposit Receipt /Bank Guarantee of any scheduled Bank against EMD.

vi. GST registration Certificate of the State in which the work is to be taken up, if already obtained by the bidder. If the bidder has not obtained GST registration in the State in which the work is to be taken up, or as required by GST authorities then in such a case the bidder shall scan and upload following undertaking along with other bid documents.

“If work is awarded to me, I/We shall obtain GST registration Certificate of the State, in which work is to be taken up 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 a/c of the work executed and/or for any action taken by CPWD or GST department in this regard.

vii. Letter of Transmittal in format as per Annexure-II of this section

viii. Financial Bid: Schedule of quantity to be uploaded online.

17. Intending tenderers shall in their own interest read all the items and bring omissions and errors / to the notice of the NIT inviting authority and no

Page 6: government of india - EQMagPro

6

claim what so ever shall be entertained after opening of the tender. The decision of the said authority shall be final and binding in all such cases.

18. The lowest tenderer shall submit along with performance guarantee following documents after the acceptance of tender

Authorization certificate from OEM of approved makes.

The letter of authorization from OEM indicate clearly the unconditional support of OEM to the lowest bidder w.r.t. final integration and commissioning of system and providing spares and components for at least 5 years for the said work from the date of commissioning of system and also support in comprehensive maintenance work till the end of life of product.

19. Signing of the integrity pact at the time of signing the agreement is mandatory.

20. The Original EMD should be deposited either in the office of Executive

Engineer inviting bids or division office of any Executive Engineer, CPWD, within the period of bid submission.(Drawn in favour of Executive Engineer (E), BCED-II, Bangalore) The receipt of deposition of EMD, in the following format shall also be uploaded to the e-tendering website by the intending bidder upto the specified bid submission date and time.

Documents to be submitted after acceptance:

1) Licenses/ Registrations or proof of applying for labour licenses, registration EPFO, ESIC & BOCW Welfare Board.

2) Copy of Authorization of OEM/ Manufacturer Certificate

Executive Engineer (E) Central P W D, Bangalore

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

No. 69(1)/2019/EE(E)/ Bangalore/322(H) Dated:- 03 -02-2020 Copy to:-

1. The Chief Engineer, CPWD, Bangalore For information please. 2. The Executive Engineer, BCD-I, BCD-II, BCD-III, CPWD, Bangalore 3. All Assistant Engineer’s under EE(E)/ CPWD/ Bangalore. 4. AAO/ OS/ Cashier/ Auditor of EE(E)/Bangalore, CPWD, Bangalore 5. Notice Board/ Planning Board.

Executive Engineer (E)

Page 7: government of india - EQMagPro

7

List of Documents to be filled in by the bidders in various forms as indicated in Section III, to be scanned and uploaded in JPG format or PDF format within the period of bid submission:

1. Treasury challan / Demand draft/ Pay order or Banker’s Cheque / Deposit at Call Receipt / Fixed Deposit Receipt of a Scheduled Bank/ Bank Guarantee of any Scheduled Bank against EMD

2. Letter of transmittal (Form “F”)

3. Certificate of Financial Turnover from Charted Accountant (Form ‘A’).

4. Bank Solvency Certificate (Form ‘B’).

5. Certificates of Works Experience (Form ‘C’).

6. Copy of receipt for deposition of original EMD issued from division office of any Executive Engineer, (including NIT issuing EE / AE) CPWD.

7. Scanned copy of GST registration document

8. Certificate of Profit loss statement for the last five years ending 31st march 2018 certified by CA. (Form ‘A’).

Executive Engineer (E) Central P W D, Bangalore

Page 8: government of india - EQMagPro

8

(Annexure-I)

Proforma of receipt of original EMD to be issued by an Executive Engineer (E) of CPWD (in case of deposition of original EMD in his office by the bidder) other than the Executive Engineer (Electrical), CPWD, Bangalore to the bidder

Receipt of deposition of original EMD

(Receipt No. …………………………..….. / date …………….)

1. Name of work:- Providing interior works including modular furniture

and allied electrical works for newly constructed

office building for EPFO (Annex) at Rajaram Mohan

Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV

System.

2. NIT No – 104/EE(E)/Bangalore/2019-2020

3. Estimated cost : Rs 15,26,500 /-

4. Amount of Earnest Money Deposit: Rs. 30,530-

5. Last date of submission of bid: 12/02/2020

[To be filled by The EXECUTIVE ENGINEER receiving the EMD]

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) along with

Office stamp

(# To be filled by EMD receiving EE or NIT issuing EE/AE as the case maybe)

Page 9: government of india - EQMagPro

9

NOTE:-

1. The Executive Engineer of all divisions including NIT issuing division of CPWD should receive the original EMD for tender of other division.

2. The NIT approving authority/EE at the time of issue of NIT shall also fill and upload the following prescribed format of receipt of deposition of original EMD along with NIT.

3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by the bidder and shall issue receipt of deposition of earnest money to the agency in a given format uploaded by tender inviting EE. The receipt may be issued by the AE(P)/AE/AAO.

4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive Engineer about deposition of EMD by the agency by email/fax/telephonically.

5. The original EMD receiving Executive Engineer shall release the EMD after verification from the e-tendering portal website (www.tenderwizard.com>tender free view> advance search>awarded tenders) that the particular contractor is not L-1 tenderer and work is awarded.

6. The tender inviting Executive Engineer will call for original EMD of the L1 tenderer from EMD receiving Executive Engineer immediately.

Page 10: government of india - EQMagPro

10

Annexure-II LETTER OF TRANSMITTAL

From: To, The Executive Engineer (E), CPWD, Bangalore-

Sub: Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System..

Sir,

Having examined the details given in Press – Notice and Bid document for the above work, I / we hereby submit the relevant information. 1. I/We hereby certify that all the statements made and information supplied by

me/us are true and correct.

2. I / we have furnished all information and details necessary for bid and have no

further pertinent information to supply.

3. I/We also authorize Executive Engineer(E), CPWD, Bangalore, to approach

individuals, employers, firms and corporation to verify our details, if required.

4. Certificate: It is certified that the information given by me/us in the bid are

correct. It is also certified that I/We shall be liable to be debarred, disqualified/

cancellation of enlistment in case any information furnished by me/us is found

to be incorrect.

5. Contact Details of our authorized representative are as under:

Name Mobile Number: Email id: Contact Address: Name of Bidder : Contact Address : Email Id of Bidder : Mobile Number of Bidder(s):

Signature(s) of Bidder(s) Seal of bidder

Page 11: government of india - EQMagPro

11

FORM ‘A’ FINANCIAL INFORMATION

Name of the firm / contractor……………………………….: I. Financial Analysis-Details to be furnished duly supported by figures in balance

sheet / profit & loss account for the last five years duly certified and audited by the Chartered Accountants, as submitted by the applicant to the Income Tax Department (Copies to be attached).

Fig in Lakhs Rs. Sl. No. Particulars Financial Year

i) Gross Annual turnover on construction works

ii) Profit / Loss

II. Financial arrangements for carrying out the proposed work. III. Solvency Certificate from Bankers of bidder in the prescribed Form “B” SIGNATURE OF BIDDER(S) Signature of Chartered Accountant with Seal

Page 12: government of india - EQMagPro

12

FORM ‘B’ FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK This is to certify that to the best of our knowledge and information that M/s./Shri……………………………………… having marginally noted address, a customer of our bank are / is respectable and can be treated as good for any engagement up to a limit of Rs……………(Rupees……………………………………………………………………………………………..…). This certificate is issued without any guarantee or responsibility on the bank or any of the officers. (Signature) For the Bank NOTE: Banker’s certificate should be on letter head of the Bank, addressed to Executive, CPWD, Bangalore, the tendering authority. In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

Page 13: government of india - EQMagPro

13

FORM ‘C’ DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF BIDS Name of the firm / contractor……………………………. Sl. No.

Name of work / project and location

Owner or sponsoring organization

Cost of work in Crores

Date of commencement as per contract

Stipulated Date of completion

Actual date of completion

Litigation/ arbitration cases pending / in progress with

Name and Address (Postal & E- mail) / telephone number of officer to

Whether the work was done on back to back basis

1 2 3 4 5 6 7 8 9 10

Certified that the above list of works is complete and no work has been left out and that the information given is correct to my / our knowledge and belief. SIGNATURE OF BIDDER(S) WITH STAMP *indicate gross amount claimed and amount awarded by the Arbitrator.

Page 14: government of india - EQMagPro

14

CPWD-6 GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER

Percentage rate bids are invited on behalf of President of India from Specialised agencies in two bid system (Technical cum eligibility & Financial Bid) for the work of “ Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System.”

1. The work is estimated to cost Rs. 15,26,500 /-. The estimated cost is based on SR/MARKET RATES. This estimate, however, is given merely as a rough guide.

2. Technical Eligibility Criteria

i) Joint ventures/Consortium and Special Purpose Vehicles are not accepted.

ii) Eligibility Criteria for Work Experience.

To become eligible for participating in the bid process the bidders including shall satisfy the following Work experience Criteria.

The Bidder should have satisfactorily completed the works as mentioned below during the last 7 (seven) years ending previous day of last date of submission of bids.

Three similar completed works each costing not less than Rs. 6.11/- lakhs

Or

Two similar completed works each costing not less than Rs. 9.15/- lakhs

Or

One similar completed work costing not less than Rs. 12.21/- lakhs.

Similar work shall mean “ SITC of solar PV System.”

Note:- (i) “For the purpose of similar works, works executed in India shall only be considered”.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of submission of bid

3) Eligibility Criteria for Financial Eligibility

To become eligible for participating in the bid process the bidders shall satisfy the following Financial Eligibility Criteria. However, CPWD contractors enlisted in eligible Composite category need not to submit financial eligibility documents.

i. The bidder should have had average Annual Financial Turn Over of at least Rs. 15.27/- lakhs on construction works during immediate last three financial years ending 31st March 2018. This should be duly audited by Chartered Accountants. Year in which no turnover is shown would also be considered for working out the average.

Page 15: government of india - EQMagPro

15

The multiplication factor of 7% per annum simple rate is not applicable on the Annual Financial Turnover figures.

ii. The bidder should not have incurred any loss (profit after tax should be positive) in more than two years during available last five consecutive balance sheets ending 31st March 2018, duly certified and audited by the Chartered Accountants.

ii. The bidder should have a solvency of Rs. 6.11/- lakhs duly certified by his Bankers.

4) Additional technical and commercial requirements.

The agency/Vendor is expected to take the entire responsibility of Comprehensive design, Supply, Installation, Commissioning of the system as required on a turnkey Basis.

5) For the purpose, “Cost 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 / Project Manager or equivalent.

6) Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7/8 as amended up to the last date of submission of tender, 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.

7) The time allowed for carrying out the work will be 03(Three) 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.

8) The site for the work is available.

9) The bid document consisting of plans, specifications, schedule of quantities of various types of items to be executed and the set of terms & conditions of the contract to be complied with and other necessary documents can be seen free of cost from website www.tenderwizard.com/CPWD or www.cpwd.gov.in. or www.eprocure.gov.in. Plans can also be seen in the office of EE(E), CPWD, Bangalore. The standard publications like General Conditions of Contract 2014, Delhi schedule of rates 2018 (for electrical), Specifications for Electrical and Civil works and Delhi schedule of rates 2016 (for civil) with amendments / correction slips up to the last date of submission can be seen free of cost from website www.cpwd.gov.in.

10) Those contractors not registered on the website mentioned above, are required to get registered themselves beforehand. If needed they can be imparted training on online tendering process as per details available on the website. The intending bidder must have valid class digital signature to submit the bid.

11) After submission of the bid, the bidder can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

Page 16: government of india - EQMagPro

16

12) While submitting the revised bid, tenderer can revise the quoted rates / percentage rates any number of times but before last time and date of submission of bid as notified. When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

13) 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, CPWD, Bangalore shall be scanned and uploaded to the e-tendering website within the period of bid submission. The original EMD should be deposited either in the office of Executive Engineer inviting bids or Division office of any Executive Engineer, CPWD within the period of bid submission. The EMD receiving Executive Engineer (including NIT issuing EE / AE) shall issue a receipt of deposition of Earnest Money deposit to the bidder in a prescribed format (enclosed Annexure ‘A’) uploaded by tender inviting EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 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 120 days from the last date of receipt of bids which is to be scanned and uploaded by the intending bidders.

14) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall

have to deposit tender processing fee at existing rates, or they have option to switch over to the new registration system without tender processing fee any time.

15) Copy of Enlistment Order or certificate of work experience and other documents as specified in the “Information and instructions for contractors for e-tendering” shall be scanned and uploaded to the e-tendering website within the period of bid submission. However, certified copy of all the scanned and uploaded documents as specified in Information and instructions for contractors for e-tendering shall have to be submitted by all bidders within a week physically in the office of tender opening authority.

16) Online bid documents submitted by intending bidders shall be opened only of those bidders, whose original Earnest money deposit with any division of CPWD and other documents scanned and uploaded are found in order.

The technical bid submitted shall be opened at 15.30 Hrs on 12/02/2020. The time and date of opening of financial bid shall be communicated at a later date.

The bid submitted shall be come invalid if:

(i) The bidder is found ineligible.

(ii) The bidder does not deposit original EMD with Division office of any Executive Engineer, CPWD.

(iii) The bidder does not upload all the documents as stipulated in the bid document including the copy of receipt for deposition of original EMD.

Page 17: government of india - EQMagPro

17

(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 bidder in the office of tender opening authority.

(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage above/below on the total amount of the tender or any section/sub head in percentage tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

(vi) It is mandatory to upload scanned copies of all the documents including GST registration. If these documents are not uploaded, then bid will become invalid and shall summarily be rejected.

17.2) In case any discrepancy is noticed between the documents as uploaded at the time of submission of the bid online and hard copies as submitted physically in the office of Executive Engineer, the bid submitted shall be come invalid and the Government shall, without prejudice to any other right or remedy, beat liberty to forfeit 50% of the said earnest money as afore said. Further, the tenderer shall not be allowed to participate in there tendering process of the work.

18. The tenderer whose bid is finally 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 (in case guarantee amount is less than Rs.100000) or Government Securities or Fixed Deposit Receipts of a Scheduled bank or an irrevocable bank 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. 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 licenses, registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. if applicable and also to ensure the complaint of aforesaid provisions by the sub-contractors, if any engaged by the contractor for the said work and programme Chart (Time & Progress) within the period specified in schedule F.

19. The Description of the work is as follows:

Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System.

20. Intending Bidders are advised to inspect and examine the site and its surroundings

and satisfy themselves before submitting their bids, 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

Page 18: government of india - EQMagPro

18

deemed to have full knowledge of the site whether he inspects it or not and no extra claims/payments consequent on any misunderstanding or otherwise shall be allowed. The bidder 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 mentioned if any, in this tender document and local conditions and other factors having a bearing on the execution of the work.

21. 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 assigning any reason. All bids in which any of the prescribed conditions are not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

22. Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the bids submitted by the tenderers who resort to canvassing will be liable to rejection.

23. 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.

24. The tenderer 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 as 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 tenderer would render him liable to be removed from the approved list of contractors of this Department.

25. 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 has not obtained the permission of the Government of India as aforesaid before submission of the bid or engagement in the contractor’s service.

26. The bid for the works shall remain open for acceptance for a period of Sixty (60) days from the date of opening of Price bid. In case the tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable

Page 19: government of india - EQMagPro

19

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 tenderer shall not be allowed to participate in the re-bidding process of the work.

27. This notice inviting bid shall form a part of the contract document. The successful bidders/tenderer, on acceptance of his bid by the Accepting Authority shall within 15days from the stipulated date of start of work, sign the agreement consisting of:-

i) The Notice Inviting Bid, all the documents including special conditions, additional conditions, particular specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the percentage quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading there to.

ii) Standard C.P.W.D.Form7/8 (GCC for CPWD works 2014) amendments upto last date of submission of tender.

Executive Engineer (E) Central P W D, Bangalore

Page 20: government of india - EQMagPro

20

CPWD 7 GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT Percentage Rate Tender & Contract for Works

Tender for the work of:- Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System.

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.

I/We agree to keep the tender open for sixty (60) days from the due date of its opening and not to make any modification in its terms and conditions.

A sum of Rs. 30,530/- is hereby forwarded in 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./ A copy of earnest money in 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 is scanned and uploaded. 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 performance guarantee absolutely. The said Performance Guarantee shall be guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained are referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

Page 21: government of india - EQMagPro

21

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

Dated: Signature …*……………

Designation *…………….

* To be filled by EE

Page 22: government of india - EQMagPro

22

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 Schedule attached

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sl. No. Description of

item Quantity Rates in figures &

words at which the material will be charged to the

contractor

Place of issue

1 2 3 4 5 ---Nil---

SCHEDULE ‘C'

Tools and plants to be hired to the contractor

SCHEDULE ‘D'

Extra schedule for specific requirements / documents --- Nil for the work, if any.

SCHEDULE ‘E'

Reference to General Conditions of contract.

Name of work: Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System.

Estimated cost of work: Rs. 15,26,500./-

(i) Earnest money : Rs. 30,530/- (to be returned after receiving the Performance Guarantee)

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

Sl. No. Description Hire charges per day Place of issue 1 2 3 4 ----Nil---

Page 23: government of india - EQMagPro

23

PROFORMA OF SCHEDULES CPWD SCHEDULE 'F'

3) GENERAL RULES & DIRECTIONS Officer inviting tender

Executive Engineer(E) Central P.W.D, Bangalore

OR Successor Thereof

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

4) Definitions: 2(i) Engineer-in-Charge

Executive Engineer Central P.W.D, Bangalore

OR Successor Thereof

2(ii) Accepting Authority . Executive Engineer

Central P.W.D, Bangalore OR

Successor Thereof. 2(iii) Percentage on cost of materials and

Labour to cover all overheads and profits: 15%

2(iv) Standard Schedule of Rates DSR 2018 with amendments upto last date of submission of bid.

2(v) Department Central Public Works Department

2(vi) Standard CPWD Contract Form

CPWD Form 7 & GCC 2014 modified & Corrected upto the last date of submission of bid

Clause 1

(i) Time allowed for submission of Performance Guarantee, Programme Chart (Time and Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from the date of issue of letter of acceptance

7 (Seven) day

(ii) Maximum allowable extension with late fee @ 0.1% per day of performance Guarantee amount beyond the period provided in (i) above 7(seven) days be filled

Page 24: government of india - EQMagPro

24

Clause 2

Authority for fixing compensation under clause 2 Chief Engineer, CPWD, Bangalore OR

Successor Thereof 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 15 (Fifteen) day

Mile stone(s) as per table given below:-

Sl. No

Description of Milestone (Physical) ( All floor levels are with reference to lower most Ground level)

Time allowed in months (from date of start)

Amount to be with-held in case of non achievement of each of the mile stone (% of tendered amount)

1 Submission of Drawing 30 days 1% 2. Supply of materials 60 days 1% 3. Installation of Solar PV system 75 days 2% 4. Testing and commission 90 days 1%

Time allowed for execution of work. 3 (Three) months.

Authority to decide:

(i) Extension of time :- Executive Engineer (E)/CPWD/Bangalore (Engineer in

Charge or Engineer in Charge of Major component in case of composite contracts, as the case may be)

(ii) Rescheduling of mile stones : Chief Engineer , CPWD, Bangalore (iii) Shifting of date of start in case. Executive Engineer (E)/CPWD/Bangalore

of delay in handing over of site:-

Clause 6,6A

Clause applicable - (6 or 6A) 6A

Clause 7

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

NA

Clause 7A

Whether Clause 7A shall be applicable Yes

Clause 10A As applicable as per site and NIT. Nil

Page 25: government of india - EQMagPro

25

Clause 10B(ii) Whether Clause 10 B (ii) shall be applicable NO Clause 10C:

Component of labour expressed as percentage value of the work = NIL Clause 10CA : Not Applicable

Sl. No.

Material covered under this clause

Nearest Materials (other than cement, reinforcement bars and structural steel) for which all India Wholesale Price Index to be followed.

Base Price and its corresponding period of all the materials covered under clause 10 CA

Base Price Corresponding Period

1 Nil Nil Nil Nil

Clause 10CC :- Not Applicable.

Clause 11 Specifications to be followed : CPWD General Specification for electrical work Part-I Internal –

2013, Part-II External-1995, as amended up to last date of submission of bid.

Clause 12

Type of work:- Original work

12.2&12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building work

30%

12.5 (i) Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work(except items mentioned in earth work sub head in DSR and related items)

NA

Clause 16

Competent Authority for deciding Chief Engineer , CPWD, Reduced rates Bangalore . Clause 18 List of mandatory machinery, tools & plants to be deployed by the contractor at

site:-

As per site requirement and NIT

Page 26: government of india - EQMagPro

26

Clause 25

Constitution of Dispute Redressal Committee

Claim amount

Upto Rs.25 lakhs More than Rs.25 lakhs

Chairman Director (Works cum TLQA) (SR)II. CPWD, Bangalore.

Chief Engineer (SZ) V, CPWD Trivandrum.

Member Executive Engineer , CPWD Bangalore

Director (Works CumTLQA) (SR)II. CPWD, Bangalore.

Member Executive Engineer (P), O/O Chief Engineer South Zone III, CPWD, Bangalore.

Superintending Engineer Bangalore Central electrical Circle, CPWD Bangalore.

Clause 36(i)

Requirement of Technical Representative(s) and recovery Rate

Sl. No

.

Minimum Qualificati

on of Technical Represent

ative

Discipline

Designation (Principal Technical/ Technical

Representative)

Minimum

Experience

No.

Rate at which recovery

shall be made from the

contractor in the event of not fulfilling provision of clause 36((i)

1 Graduate Engineer or Diploma Engineer

E&M

Project / Site Engineer /

Project planning/

quality/ billing Engineer

2 years 1 no

Rs.15000/- per month per

person. (Rupees fifteen

thousand per month per

person)

5 years

Assistant Engineer retired from Government services that are holding Diploma will be treated at par with Graduate Engineers. Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated at par with Graduate Engineers for the purpose of such deployment subject to the condition that such diploma holders should not exceed 50% of requirement of degree .

Page 27: government of india - EQMagPro

27

Clause 42 (i) (a) Schedule/statement for determining theoretical quantity of cement &

bitumen on the basis of Delhi Schedule of Rates .2018 (E&M) 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. 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 (d) All other materials. Nil RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No Description of Item R a t e s i n figures and words at which recovery shall be made from the Contractor

--Nil--

Page 28: government of india - EQMagPro

28

Special Conditions 1. Before tendering, the contractor shall inspect the site of work and shall fully acquaint

himself about the conditions prevailing at site, availability of materials, availability of land and suitable locations for construction of godowns, stores and camp, transport facilities, the extent of leads and lifts involved in achieving the completion of work.

2. The contractor shall at his own expense and risk arrange land for accommodation of labour, setting up of office, the storage of materials, erection of temporary workshops, construction of approach roads to the site of the work including land required for carrying out of all jobs connected with the completion of the work. However, the departmental land, to the extent available may be allowed to be used for the purpose free of rent without accepting any responsibility for the delay, if any, on this account. The contractor shall have to abide by the regulations of the authorities concerned and the directions of the Engineer-in-charge for the use of the land available at the site of work. If during construction, it becomes necessary to remove or shift the stored materials shed workshop, access roads, etc, to facilitate execution of any other work by any other agency, the contractor shall carry out the removal of shifting as directed by the Engineer – in – charge and no claim whatsoever, shall be entertained on this account.

3. It shall be deemed that the contractor has satisfied himself as to the nature and location of the work, transport facilities, availability of land for setting up of camp, etc. the department will bear no responsibility for lack of such knowledge & the consequences thereof.

4. The contractor shall have to make approaches to site, if so required and keep them in good condition for transportation of labour and materials as well as inspection of works by the Engineer – in – charge. Nothing extra shall be paid on this account.

5. The Contractor shall at his own cost submit samples of all materials sufficiently in advance and obtain approval of Engineer – in – charge. Subsequently the materials to be used in the actual execution of the work shall strictly conform to the quality of samples approved by the Engineer – in – charge and nothing extra shall be paid on this account. The acceptance of any sample or material on inspection shall not be a bar to its subsequent rejection, if found defective.

6. The contractor shall at his cost, make all arrangements and shall provide necessary facilities as the Engineer – in – charge may require for collecting, preparing, packing, forwarding and transportation of the required number of samples for tests & for analysis at such time and to such places as directed by the Engineer – in - charge. Nothing extra shall be paid for the above operations including the cost of materials required for tests & analysis. Testing charges, if any, will be borne by the department if the tests passes. In case it fails, the same shall be borne by the contractor.

7. The necessary tests shall be conducted in the laboratory approval by the Engineer – in – charge. The samples for carrying out all or any of the tests shall be collected by Engineer –in – charge or on his behalf by any other officer of CPWD. The contractor or his authorized representative shall associate himself in collection, preparation, packing and forwarding of such samples for the prescribed tests and analysis. In case the contractor or his authorized representative is not present or does not associate himself in the aforesaid operation the results of such tests and consequences thereon shall be binding on the contractor.

Page 29: government of india - EQMagPro

29

8. Materials used on work without prior approval and testing (where testing is necessary) by the Engineer – in – charge are liable to be considered unauthorized, and not acceptable. The Engineer – in – charge shall have full powers for removal of any or all of the materials brought to site by contractor which are not in accordance with the contract specifications or do not conform, in character or quality to the samples approved by the Engineer – in – charge. In case of default on the part of the contractor in removing rejected materials, the Engineer – in – charge shall be at liberty to have them removed at the risk and cost of the contractor.

9. The contractor shall make his own arrangement of water required for execution of work and get the water tested with regard to its suitability for use in the works and get written approval from the Engineer – in – charge before he proceeds with the use of same for execution of work.

10. The work shall be carried out in such a manner so as not to interfere / or adversely / or disturb other works being executed by other agencies, if any.

11. Any damage done by the contractor to any existing work or work being executed by other agencies shall be made good by him at his own cost.

12. The work shall be carried out in the manner complying in all respect with the requirement of relevant rules and regulations of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid on this account.

13. The contractor will have to make his own arrangement for obtaining electric connection from the State Electricity Board/Client Depart. and make necessary payment directly to the department concerned and / or install generators at the site of work, if required and nothing extra whatsoever will be payable on this account.

14. The drawings for the work that will be issued by the Engineer – in – charge during execution of work shall at all times be properly correlated before executing any work and no claim whatsoever shall be entertained for discrepancies in the drawings.

15. The contractor shall maintain in good condition all work executed till the completion of entire work entrusted to the contract under this contract.

16. No payment shall be made to the contractor for damage caused by rain, flood and other natural calamities whatsoever during the execution of works and any damage to the work on this account shall have to be made good by the contractor at his own cost.

17. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour materials, de – watering required, if any, and other inputs involved in the execution of the items.

18. Unless otherwise provided in the schedule of quantities, the rates tendered by the

contractor shall be all inclusive.

19. No claim whatsoever for idle labour, additional establishments, costs of hire and labour charges for tools and plants etc., would be entertained under any circumstances.

20. For the safety of all labour directly or indirectly employed in the work for the performance of the contractor’s part of this agreement, the contractors shall, in addition to the provision of CPWD safety code and directions of the Engineer – in –

Page 30: government of india - EQMagPro

30

charge, make all arrangements to provide facility as per the provision of Indian Standard Specifications (Codes) listed below & nothing extra shall be paid on this account.

1. 2.

IS 3696 Part I Safety Code for scaffolds & ladders 2. IS 3696 Part II Safety Code for scaffolds and ladders Part II

3. IS 764 Safety Code for excavation work. 4. IS 4138 Safety Code for working in compressed air. 5. IS7293 Safety Code for working with construction machinery. 6. IS 7969 Safety Code for storage and handling of building

materials. 7. IS 4130 Safety code for demolition of buildings. 21. The contractor shall take all precautions to avoid all accidents by exhibiting necessary

caution boards and by providing red flags, red lights and barriers. The contractor shall be responsible for any accident at the site of work and consequences thereof.

22. Other agencies working at site will also simultaneously execute the works entrusted to them and to facilitate their working, the contractor shall make necessary provisions e.g. holes, openings, etc. for laying / burying pipes, cables, conduits, clamps, hooks, operation for the execution of other agencies smoothly. The final finishing of the work is to be executed in co – ordination with other agencies as directed by the Engineer – in – charge.

23. On account of security considerations, there could be some restrictions on the working

hours, movement of vehicles for transportation of materials and location of labour camp. The contractor shall be bound to follow all such restrictions and adjust the programme for execution of work accordingly.

24. In case of any difference in the Hindi version and English version in any of the condition of contract, English version shall prevail.

25. Contractor shall be responsible for the watch and ward of the materials lying at

site/building in all respect till the handing over of building.

26. 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 third 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

27. INSURANCE POLICIES

Before commencing the execution of work, the Contractor shall, without in any way limiting his obligations and liabilities, insure at his own cost and expense against any damage or loss or injury, which may be caused to any person or property, at site of work. The Contractor shall obtain and submit to the Engineer-in-Charge “Contractors All Risk Insurance Policy” for an amount 1.10 times the contract amount for this work, with Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be second beneficiary). Also,

Page 31: government of india - EQMagPro

31

he shall indemnify the Department from any liability during the execution of the work. Further, he shall obtain and submit to the Engineer-in-Charge, a third party insurance policy for maximum Rs.10 lakh for each accident, with the Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be second beneficiary).The Contractor shall, from time to time, provide documentary evidence as regards payment of premium for all the Insurance Policies for keeping them valid till the completion of the work. The Contractor shall ensure that Insurance Policies are also taken for the workers of his Sub-Contractors / specialized agencies also. Without prejudice to any of its obligations and responsibilities specified above, the Contractor shall within 10 days from the date of letter of acceptance of the tender and thereafter at the end of each quarter submit a report to the Department giving details of the Insurance Policies along with Certificate of these insurance policies being valid, along with documentary evidences as required by the Engineer-in-Charge. No work shall be commenced by the Contractor unless he obtains the Insurance Policies as mentioned above. Also, no payment shall be made to the Contractor on expiry of insurance policies unless renewed by the Contractor. Nothing extra shall be payable on this account. No claim for hindrance (or any other claim) shall be entertained from the contractor on these accounts.

28. Any dispute arising out of this bid including dispute related to encashment of

any Bank Guarantee/ FDR etc, shall be subject to the jurisdiction of courts of Karnataka State only

Page 32: government of india - EQMagPro

32

INTEGRITY AGREEMENT PACT To ………………………….

………………………….

………………………….

Sub: NIT No. 104/EE(E)/Bangalore/2019-2020 for the work of Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System.

Dear Sir, It is here by declared that CPWD is committed to follow the principle of transparency, equity and competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected. This declaration shall from part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD. Yours faithfully

Executive Engineer (Elect.) Central P W D,Bangalore

Page 33: government of india - EQMagPro

33

INTEGRITY AGREEMENT PACT TO BE SIGNED BY THE BIDDER To The Executive Engineer (Elect.), Central P.W.D, 1st floor, C Wing, Kendriyasadan, Koramangala, Bangalore-560034. .

Sub: Submission of Tender for the work of Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System..

Dear Sir, I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document. I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign the enclosed integrity Agreement, which is and integral part of tender documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT. I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article I of the enclosed Integrity Agreement. I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid in accordance with terms and conditions of the tender/bid. Yours faithfully (Duly authorized signatory of the Bidder)

Page 34: government of india - EQMagPro

34

To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ………. on this ………….. day of ………… 2017.

BETWEEN

President of India represented through Executive Engineer (Elect.), CPWD, Bangalore (Hereinafter referred as the ‘Principal / Owner’, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

AND

………………………………………………………………………………………… through …………..……………………………………………

(Name and Address of the Individual/firm/Company) (Details of duly authorized signatory) (Hereinafter referred to as the “Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

PREAMBLE WHEREAS the Principal / Owner has floated the Tender (NIT No. 104/EE(E)/Bangalore/ 2019-2020) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for work Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System..

Here-in-after referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender / Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal / Owner

1) The Principal / Owner commits itself to take all measures necessary to prevent corruption and to observe the following principles :

(a) No employee of the Principal / Owner, personally or through any of his/her family members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal / Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal / Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any

Page 35: government of india - EQMagPro

35

Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal / Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

2) If the Principal / Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal Code (IPC) / Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal / Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s) / Contractor(s)

1) It is required that each Bidder/Contractor (including their respective Officers, employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of Fraud or Corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s) / Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

a) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal / Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s) / Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s) / Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s) / Contractor(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal / Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s) / Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India, if any. Similarly Bidder(s) / Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent / parallel tender for the same item.

Page 36: government of india - EQMagPro

36

e) The Bidder(s) / Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

3) The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

4) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake / forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and / or to influence the procurement process to the detriment of the Government interests.

5) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his / her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal / Owner under law or the Contract or its established policies and laid down procedures, the Principal / Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s) / Contractor(s) and the Bidder / Contractor accepts and undertakes to respect and uphold the Principal / Owner’s absolute right:

1) If the Bidder(s) / Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal / Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s) / Contractor(s) from the Tender process or terminate / determine the Contract, if already executed or exclude the Bidder / Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal / Owner. Such exclusion may be forever or for a limited period as decided by the Principal / Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit : If the Principal / Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated / determined the Contract or terminated / determined the Contract or has accrued the right to terminate / determine the Contract according to Article 3(1), the Principal / Owner apart from exercising any legal rights that may have accrued to the Principal / Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder / Contract.

3) Criminal Liability: If the Principal / Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of Indian Penal Code (IPC) / Prevention

Page 37: government of india - EQMagPro

37

of Corruption Act, or if the Principal / Owner has substantive suspicion in this regard, the Principal / Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central / State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can be taken for banning of business dealings / holiday listing of the Bidder / Contractor as deemed fit by the Principal / Owner.

3) If the Bidder / Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal / Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders / Contractors / Subcontractors

1) The Bidder(s) / Contractor(s) undertake (s) to demand from all subcontractors a commitment in conformity with this Integrity Pact. The Bidder / Contractor shall be responsible for any violation (s) of the Principles laid down in this agreement / Pact by any of its Subcontractors / Sub vendors.

2) The Principal / Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.

3) The Principal / Owner will disqualify Bidders, who do not submit, the duly signed Pact between the Principal / Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Article 6: Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor / Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made / lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pact as specified above, unless it is discharged / determined by the Competent Authority, CPWD.

Article 7: Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head Quarters of the Division of the Principal / Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

Page 38: government of india - EQMagPro

38

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner / Principal in accordance with this Integrity Agreement / Pact or interpretation thereof shall not be subject to arbitration.

Article 8 - LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contractor and / or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender / Contract documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witness: ……………………………………………………… (For and on behalf of Principal / Owner) ………………………………………………………. (For and on behalf of Bidder / Contractor) WITNESS: 1. ………………………………………. (Signature, name and address) 2. ………………………………………. (Signature, name and address) Place: Date:

Page 39: government of india - EQMagPro

39

SECTION - I

GENERAL CONDITIONS

Name of work: Providing interior works including modular furniture and allied electrical works for newly constructed office building for EPFO (Annex) at Rajaram Mohan Roy Road, Bangalore, Karnataka. SH: SITC of Solar PV System..

1.0 Scope The general scope covers the design, details of equipment to be supplied, inspection as may be necessary before dispatch, delivery at site, installation, testing commissioning etc of the Solar PV System.

1.1 Related documents: These technical specifications shall be read in conjunction with the General conditions of

contract with all correction slips, as well as schedules and drawings. In the event of any discrepancy between those specifications and inter-connected contract documents, the technical requirements as per the tender specifications shall be followed and deem to be having over-riding value.

2.0 Definition of terms: The definition of terms used in these general specifications are given in the NIT.

3.0 Conformity with statutory Acts, Rules, Regulations, Standards and Safety Codes: The installation shall be carried out as per the technical specifications mentioned in the NIT

4.0 Indian Electricity Act Rules: All electrical works in connection with installation of electric climatic and comfort chambers shall be carried out in accordance with the provisions of Indian Electricity Act 1910 and the Indian Electricity Rules 1956 amended upto date. The electrical works shall also conform to CPWD General Specifications for Electrical works Part-I(Internal) 2005 and Part-II (External) 1994 amended up to date wherever relevant.

5.0 Safety Codes and Labour Regulations:

The contractor shall at his own expenses arrange for the safety provisions as per the statutory regulations, IS recommendations, regulations under factory Act etc., where applicable and instructions issued from time to time in respect of all labour employed by him directly or indirectly for the installation of the System.

The contractor shall provide necessary barriers, warning signs and other safety measures etc., wherever necessary so as to avoid accident. In addition all safety procedures as outlined in Appendix ‘VI’ shall be complied with.

In case of default the department shall be at liberty to make arrangements and provide facilities as aforesaid and recover the cost from the contractor.

He shall also indemnify CPWD against claims for compensation arising out of his negligence in this regard.

6.0 Fire Regulations: The installation shall be carried out in conformity with the local fire regulations and rules there under wherever they are in force.

Page 40: government of india - EQMagPro

40

7.0 Works to be done by the Department: The department shall be responsible for the following works only and these are excluded from the scope of the successful tenderer:

7.1 Provision of 3 phase, 4 wire, 50 Hz, 415 Volts A.C. Power supply.

7.2 Free water and power supply during installation, testing and commissioning periods.

8.0 Works to be done by the contractor:

8.1 In addition to the manufacture, supply, installation, testing and commissioning of the Rooftop solar PV system including all auxiliary equipment, following woks shall be deemed to be included within the scope of the work to be done by the contractor.

8.2 All minor building work necessary for installation of equipment such as making of openings in walls/floors, either of RCC or brick masonry etc. and restoring them to original condition and finish. The scope of minor building work includes all grouting of foundation concrete pad to be formed or made as base for supporting R.S. joist etc., grouting and anchoring of all boards clamps, supports foundation bolts, Such works shall exclude cutting of partition wall wherever involved.

8.3 All electrical works except bringing in main connection.

8.4 Responsibility to ensure safety of the entire materials against pilferage damage till the installation is handed over to the consignee.

8.5 All scaffolding as may be necessary during erection work and subsequently removed.

8.6 Temporary barricades with caution boards at each landing to prevent accident during execution of work.

8.7 It is the responsibility of the contractor to validate the design parameters specified in actual operating conditions.

9 Coordination with other agencies: The successful contractor shall coordinate with other contractor/agencies engaged in construction of building if any and exchange freely all technical information so as to make the execution of works contract smooth.

10 Completeness of tender: All fittings, equipment, unit assemblies and accessories, hardware, foundation bolts, terminal lugs for electrical connections, cable glands, junction box and items which are useful and necessary for efficient assembly in operation and installation shall be deemed to have been included in the scope of work. The installation shall be complete in all details whether such details have been mentioned in the specifications or not.

11 Information to be supplied by contractor after award of work

Within a period of 15 days from the date of receipt of letter of acceptance the contractor shall provide the department his programme bar chart for submission of preliminary drawing, manufacturing of equipment, installation, testing, commissioning and handing over. The contractor shall be required to submit in triplicate the following drawings and information within the above 15 days period for approval of the department before commencing the work.

11.2 Design of the installation and all general arrangement drawings:

11.3 Details of foundation for equipment, load data location etc., of various assembled equipment as may be needed generally by other agencies for purpose of their work.

11.4 Complete layout dimensions for every unit/group of units with dimensions required for erection purposes.

Page 41: government of india - EQMagPro

41

11.5 Any other drawing/information not specifically mentioned above but deemed to be necessary for the job by the contractor.

11.6 List of items to be carried out by the department in accordance with the tender accepted.

12 Commencement of work

As soon as the preliminary drawings are approved, the contractor should commence work. The contractor shall also send three sets of final drawings to the department who shall return one copy.

EXECUTIVE ENGINEER (E) Central P W D, Bengaluru-34

Page 42: government of india - EQMagPro

42

SECTION - II CONDITIONS AND SPECIFICATIONS FOR ROOF TOP SOLAR POWER PLANT

TECHNICAL SPECIFICATIONS

CONTRACTORS ARE ADVISED TO VISIT THE SITE BEFORE QUOTING THE RATES.

OTHERWISE IT WILL BE ASSUMED THAT THE PARTY HAS ALREADY VISITED THE

SITE BEFORE QUOTING THE TENDER. General Description The SPV power plant shall have a total capacity of 25kWp. The power plant shall provide a reliable and independent power supply to the 415 V electrical supply network. The power plant shall export surplus power to grid and shall have a provision to import power from grid for localized use in case of load exceeding the PV generation in night/shut down conditions. The Inverter shall be designed to convert DC power produced by SPV modules in to AC power and adjust the voltage & frequency levels to suit the grid voltage & frequency. The Solar PV panels should be placed in such a way to extract maximum Solar gain and avoid shadding areas. Also while preparing the Layout drawing sufficient space shall be left for services and for placement of AC Outdoor Units on terrace. 1. Solar Photovoltaic Modules

1.1 The total Solar PV minimum array capacity should not be less than 25 kWp and should comprise of solar mono crystalline / multicrystalline modules of minimum 315 Wp and above wattage in 72 cell configuration. Module capacity less than 315 Wp should not be supplied. The Photovoltaic modules must be tested and certified by an independent testing laboratory that is accredited in accordance with ISO Guide 25. The module type must be qualified as per IEC 61215 IS 14286 latest edition. 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 IEC 61730 Part I and II for safety qualification testing. Certificate for module qualification from IEC or equivalent is to be submitted. Self undertaking from manufacturer / Contractor that the modules being supplied are as per above, shall also be submitted.

1.2 The PV module shall perform satisfactorily in humidity up to 100% with

temperature between – 40C to + 85C. 1.3 The predicted electrical degradation at the end of the period of 10 years shall be less

than ten (10) per cent of the full rated original output. 1.4. Manufacturers / Contractors should confirm whether they are supplying PV module

using a RF identification tag (RFID), which must contain the following information. The RFID can be inside or outside the module laminate, but must be able to withstand harsh environmental conditions. Name of the manufacturer of PV Module ,Name of the Manufacturer of Solar cells Month and year of the manufacture (separately for solar cells and module) Country of origin (separately for solar cells and module)I-V curve for the module Peak Wattage, Im, Vm and FF for the module Unique Serial No and Model No of the moduleDate and year of obtaining IEC PV module qualification certificate Name of the test lab issuing IEC certificate, Other relevant information on traceability of solar cells and module asper ISO 9000 series.

Page 43: government of india - EQMagPro

43

1.5. Other general requirement for the PV modules and subsystems shall be the following : Raw materials (solar Cells) and technology employed in the module production

processes shall have to be certified and a certificate giving details of major materials i.e. cells, Glass, back sheet, their makes and data sheets to be submitted for the modules being supplied by the Contractor.

The rated output power of any supplied module shall not have negative tolerance. The peak-power point voltage and the peak-power point current of any supplied

module and/or any module string (series connected modules) shall not vary more than 3 (three) per cent from the respective arithmetic means for all modules and/or for all module strings, as the case may be.

Except where specified, the front module surface shall consist of impact resistant, low-iron and high-transmission toughened glass. The module frame, if any, shall be made of a corrosion-resistant material which shall be electrolytically compatible with the structural material used for mounting the modules. The module shall be provided with a junction box with either provision of external screw terminal connection or sealed type and with arrangement for provision of by-pass diode. The box shall have hinged, weather proof lid with captive screws and cable gland entry points or may be of sealed type and IP65 rated. Necessary I-V curves at 25c, 45c, 60c and at Nominal Operating Cell Temperature (NOCT) are required to be furnished. Offers to provide PV module warranty of 20 years with not more than 10% degradation in performance/output over 20 years (0.5% every year).

2. ARRAY STRUCTURE 2.1 Wherever required, suitable number of PV panel structures shall be provided.

Structures shall be of flat-plate design either I or L sections. 2.2 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.

2.3 Structures shall be supplied complete with all members to be compatible for allowing

easy installation at the ground site. 2.4 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.

2.5 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. 2.6 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. 196 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.

Page 44: government of india - EQMagPro

44

2.7 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.

2.8 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; Determination of true south at the site; Array tilt angle to the horizontal, with permitted tolerance; Details with drawings for fixing the modules; Details with drawings of fixing the junction/terminal boxes; Interconnection details inside the junction/terminal boxes; Structure installation details and drawings; electrical grounding (earthing); Inter-panel/Inter-row distances with allowed tolerances; and 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 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.

Power Conditioning Unit (PCU) PCU of minimum 50 KVA (+/- 5%) Central and modular type, should convert DC power produced by SPV modules, in to AC power and adjust the voltage & frequency levels to suit the local grid conditions. Inverter shall interconnect and feed power to the grid at 415V. Mandatory Technical Specification is as below:

Page 45: government of india - EQMagPro

45

The typical specification of PCU is listed below:

a. AC side As per Tender design I Nominal AC Power 25 kWp Ii Output AC Voltage (as per manufacturer 415V+/- 10% Practice

iii Frequency 50 Hz iv Total harmonic distortion < 3% at nominal power V AC over / under voltage over voltage / Yes under frequency protection.

vi Phase Shift (COS Phi) 1 b. DC Side I PV Power Min 315 Wp Ii Maximum DC Voltage 850V iii MPPT Voltage range 420-850V iv Maximum DC Current * V DC voltage ripple <3% vi DC over voltage protection Yes c. Other Parameters I Minimum efficiency (CE) >98% Ii Ambient temperature 0-40º C Iii Humidity (Non Condensing) 95% Iv Degree of protection for enclosure IP 65 Vi Dimension / Weight As per Manufactured

design.

Vii Noise level < 65 dBA viii Cooling Natural Air Ix Input Range 420-850 V DC X Power Factor 0.99 Xi 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.

Page 46: government of india - EQMagPro

46

3.1 The INVERTER shall be self commuted and shall utilize a circuit topology and

components suitable for meeting the specifications listed above at high conversion efficiency and with high reliability.

3.2 Since the INVERTER is to be used in solar photo voltaic energy system, it should have

high operational efficiency. The DC to AC conversion efficiency shall at least be 98 percent for output ranging from 20 percent of full load to full load. The idling current at no load must not exceed 2 percent of the full-load current.

3.3 In INVERTER there shall be a direct current isolation provided at the output by means of a suitable isolating transformer.

3.4 The INVERTER output shall be 415 V AC, 50 Hz 3 phase supply. 3.5 The INVERTER shall be capable of operating in parallel with the grid utility service and

shall be capable of interrupting line-to-line fault currents and line-to-ground fault currents.

3.6 The INVERTER shall include appropriate self protective and self diagnostic features to protect itself and the PV array from damage in the event of INVERTER component failure or from parameters beyond the INVERTER‘s safe operating range due to internal or external causes. The self-protective features shall not allow signals from the INVERTER front panel to cause the INVERTER to be operated in a manner which may be unsafe or damaging. Faults due to malfunctioning within the INVERTER, including commutation failure, shall be cleared by the INVERTER protective devices and not by the existing site utility grid service circuit breaker.

3.7 The INVERTER shall go to shut down/standby mode, with its contacts open, under the

following conditions before attempting an automatic restart after an appropriate time delay; in sufficient solar power output.

Insufficient Solar Power Input. When the power available from the PV array is insufficient to supply the losses of the

INVERTER, the INVERTER shall go to a standby/shutdown mode. The INVERTER control shall prevent excessive cycling during rightly shut down or extended periods of insufficient solar radiation.

Utility-Grid Over or Under Voltage The INVERTER shall restart after an over or under voltage shutdown when the utility grid

voltage has returned to within limits for a minimum of two minutes. Utility-Grid Over or Under Frequency The INVERTER shall restart after an over or under frequency shutdown when the utility

grid voltage has returned to the within limits for minimum of two minutes.

3.9 The INVERTER generated harmonics measures at the point of connection to the utility services when operating at the rated power shall not exceed a total harmonic current distortion of 3 percent, a single frequency current distortion of 4 percent and single frequency voltage distortion of 1 percent, when the first through the fiftieth integer harmonics of 50 Hz are considered.

3.10 The INVERTER Power factor at the point of utility service connection shall be >0.99

lagging or leading when operating at above 25 percent of the rated output, but may be less than 0.99 lagging below 25 percent of the rated output.

3.11 The high voltage and power circuits of the INVERTER shall be separated from the low-

voltage and control circuits. The internal copper wiring of the INVERTER shall have flame resistant insulation. Use of PVC is not acceptable. All conductors shall be made of standard copper.

Page 47: government of india - EQMagPro

47

3.12 The INVERTER shall withstand a high voltage test of 2000 V rms, between either

the input or the output terminals and the cabinet (chassis). 3.13 Full protection against accidental open circuit and reverse polarity at the input shall be

provided. 3.14 The INVERTER shall not produce Electromagnetic Interference (EMI) which may cause

malfunctioning of electronic and electrical instruments including communication equipment, which are located within the facility in which the INVERTER is housed.

3.15 The INVERTER shall have an appropriate display on the front panel to display the instantaneous AC power output and the DC voltage, current and power input. Each of these measurement displays shall have an accuracy of 1 percent of full scale or better. The display shall be visible from outside the INVERTER enclosure. Operational status of the INVERTER, alarms, trouble indicators and ac and the dc disconnect switch positions shall also be communicated by appropriate messages or indicator lights on the front cover of the INVERTER enclosure.

3.16 Communication Modbus protocol with LAN/WAN options along with remote access

facility and SCADA package with latest monitoring systems including individual string monitoring with Web/IP data monitoring shall be provided.

3.17 Electrical safety, earthing and protection

Internal Faults: In built protection for internal faults including excess temperature, commutation failure, overload and cooling fan failure (if fitted) is obligatory. Galvanic Isolation: Galvanic Isolation is required to avoid any DC component being injected into the grid and the potential for AC components appearing at the array. Over Voltage Protection: Over Voltage Protection against atmospheric lightning discharge to the PV array is required. Protection is to be provided against voltage fluctuations in the grid itself and internal faults in the power conditioner, operational errors and switching transients. Earth fault supervision: An integrated earth fault device shall have to be provided to detect eventual earth fault on DC side and shall send message to the supervisory system. Cabling practice: Cable connections must be made using PVC Cu cables, as per BIS standards. All cable connections must be made using suitable terminations for effective contact. The XLPO DC Grade Cu cables must be run in GI trays with covers for protection. Fast acting semiconductor type current limiting fuses at the main bus-bar to protect from the grid short circuit contribution.

3.18 The INVERTER shall include an easily accessible emergency OFF button located at an

appropriate position on the unit. 3.19 The INVERTER shall include ground lugs for equipment and PV array grounding. The

DC circuit ground shall be a solid single point ground connection in accordance with WEC 69042.

3.20 All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and painted

or otherwise suitably protected to survive a nominal 30 years design life of the unit. 3.21 The INVERTER enclosure shall be weatherproof and capable of surviving climatic changes and should keep the INVERTER intact under all conditions in the room

where it will be housed. The INVERTER shall be located indoor and should be either wall/ pad mounted. Moisture condensation and entry of rodents and insects shall be prevented in the INVERTER enclosure. The enclosure for housing the inverter

Page 48: government of india - EQMagPro

48

shall be minimum IP54 protection level. The inverter itself shall be minimum IP20 protection level.

3.22 Components and circuit boards mounted inside the enclosures shall be clearly

identified with appropriate permanent designations, which shall also serve to identify the items on the supplied drawings.

3.23 All doors, covers, panels and cable exists shall be gasketed or otherwise designed to

limit the entry of dust and moisture. All doors shall be equipped with locks. All openings shall be provided with grills or screens with openings no larger than 0.95 cm. (about 3x8 inch).

3.24 In the design and fabrication of the INVERTER the site temperature ( 5O to 55O C), incident sunlight and the effect of ambient temperature on component life shall be considered carefully and derating shall be applied. Similar consideration shall be given to the heat sinking and thermal for blocking diodes and similar components.

3.25 Factory Testing:

The INVERTER shall be tested to demonstrate operation of its control system and the ability to be automatically synchronized and connected in parallel with a utility service, prior to its shipment. Operation of all controls, protective and instrumentation circuits shall be demonstrated by direct test if feasible or by simulation operation conditions for all parameters that cannot be directly tested. Special attention shall be given to demonstration of utility service interface protection circuits and functions, including calibration and functional trip tests of faults and isolation protection equipment. Operation of start up, disconnect and shutdown controls shall also be tested and demonstrated. Stable operation of the INVERTER and response to control signals shall also be tested and demonstrated. Factory testing shall not only be limited to measurement of Phase currents, efficiencies, harmonic content and power factor, but shall also include all other necessary tests/simulation required and requested by the Departments Engineers. Tests may be performed at 25,50,75 and 100 percent of the rated nominal power. A Factory Test Report (FTR) shall be supplied with the unit after all tests. The FTR shall include detailed description of all parameters tested qualified and warranted. Factory testing of the INVERTER should be carried out and witnessed by the Department‘s Engineers at the manufacturers premises.

3.26 Operating Modes: The following operating modes are to be made available: Night or Sleep mode: Where the inverter is almost completely turned off, with just the timer and control system still in operation, losses should not exceed 1 watt per 5 kilowatt.

Standby mode : Where the control system continuously monitors the output of the solar generator until pre-set value is exceeded (typically 10 watts)

Page 49: government of india - EQMagPro

49

Operational or MPPT tracking mode: The control system continuously adjust the voltage of the generator to optimize the power available. The power conditioner must automatically re-enter stand-by mode when input power reduces below the standby mode threshold. Front Panel display should prove the status of the INVERTER, including AC Voltage, Current, Power output & DC Current, Voltage and Power input, pf and fault Indication (if any)

3.27 Codes and Standards The quality of equipment supplied shall be controlled to meet the guidelines for engineering design included in the standards and codes listed in the relevant ISI and other standards, such as:

IEEE 928 Recommended Criteria for Terrestrial PV Power Systems. IEEE 929

Recommended Practice for Utility Interface of Residential and Intermediate PV Systems.

IEEE 519 Guide for Harmonic Control and Reactive Compensation of Static Power Controllers.

National Electrical NEPA 70-(USA) or equivalent national standard. National Electrical Safety Code ANSI C2- (USA) or equivalent national standard.

JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard for PV modules.

The inverter manufacturer should attach efficiency certificate from Independent Third party Testing laboratory i.e. IEC,TUV,SNL/ERTL & STQC. PCU should confirm to IEC 61683 IS 61683 for efficiency measurements and IEC 60068 (1,2,14,30)/Eqvt BIS Std. for environmental testing. MPPT unit should confirm to design qualification IEC 62093.

3.28 PLANT METERING / DATA LOGGING

PV array energy production: Digital Meters to log the actual value of AC/ DC Voltage, Current One way LT energy meter (Exportmetering) Class 0.2S ABT

Compliant shall be incorporated in the system on the main AC Grid supply complete with electrical switchgear in the main plant.

Solar Irradiance: An integrating Pyranometer (Class I) should be provided, with the sensor mounted in the plane of the array. Readout should be integrated with data logging system.

Wind Speed: An integrated wind speed measurement unit to be provided.

Temperature Sensor: Integrated temperature sensors for measuring the module surface temperature, inverter inside enclosure temperature and ambient temperature to be provided complete with readouts integrated with the data logging system.

A data logging system (Hardware and software) for plant control and monitoring shall be provided with the following features :

Page 50: government of india - EQMagPro

50

Remote Supervisory Control and data acquisition through SCADA software at the Departments location through Handheld device / GSM cellular device with latest software/hardware configuration and service connectivity for online / real time data monitoring/control complete to be supplied and operation and maintenance/control to be ensured by the Contractor. All major parameters should be available on the digital bus and logging facility for energy auditing through the internal microprocessor and can be read on the digital front panel at any time the current values, previous values for up to a month and the average values. The following parameters should be accessible via the operating interface display. AC Voltage AC Output current Output Power DC Input Voltage DC Input Current Time Active Time Disabled Time Idle Temperatures Inverter Status

Protective function limits (Viz-AC Over voltage, AC Under voltage, Over frequency, Under frequency ground fault, PV starting voltage, PV stopping voltage, Over voltage relay, Under voltage relay over frequency, ground fault relay, PV starting relay, PV stopping relay).

3.29 INVERTER/ARRAY SIZE RATIO

The Inverter continuous power rating shall be above 98% at full load. 3.30 Inverter

Technical data sheet:- The inverter shall work continuously and control the utility interface within the stipulated range:- On three Phase side:-

Output voltage 415(+12.5-20%) VAC

Frequency 50HZ (+3 HZ, -3 HZ)

Maximum current ripple

Reactive Power : 0.99 inductive to 0.99 capacitive

3% PP

Page 51: government of india - EQMagPro

51

3.31 Maximum Power Point Tracker (MPPT)

Maximum power point tracker shall be integrated in the Inverter to maximize energy drawn from the array. The MPPT should be micro processor based to minimize power losses. The details of working mechanism of MPPT shall be mentioned. The MPPT must have provision (manual setting) for constant voltage operation.

3.32 Disconnection and Islanding

Disconnection of the PV generator in the event of loss of the main grid supply is to be achieved by in built protection within the power conditioner. This may be achieved through rate of change of current, Phase angle, unbalanced voltage or reactive load variants.

Operation outside the limits of power quality as described in the technical data sheet should cause the power conditioner to disconnect the grid. Additional parameters requiring automatic disconnection are:

Neutral voltage displacement over current Earth fault And reverse power

In case of the above, cases, tripping time should be less than 0.5 seconds. Response time in case of grid failure due to switch off or failure based shut down should be well within 5 seconds. In case of use of two or more than two Inverters capacity, suitable equipment for synchronizing the AC output of both the Inverters to the ACDB / Grid should be provided.

3.33 Automatic reconnection after the grid failure is restored

INVERTER shall have facility to reconnect the inverter automatically to the grid following restoration of grid, subsequent to grid failure condition. The system should have integrated SCADA and software for plant control and remote communication with web monitoring to monitor individual strings and complete power plant.

4 & 5. ARRAY JUNCTION BOX WITH STRING MONITORING FEATURE TO THE

INVERTER

The junction boxes are to be provided in the PV yard for termination of connecting cables. The Junction Boxes (JB) shall be made of FRP/Powder Coated Aluminum with full dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs. The JBs shall be such that input & output termination can be made through suitable cable glands.

Made of FRP or cast aluminium Copper bus bars/terminal blocks housed in the junction box with suitable termination threadsConforming to IP65 standards and IEC 62208Hinged door with EPDM rubber gasket to prevent water entry. Single compression cable glands.Provision of earthing Suitable capacity MOVs provided within the box to protect against lightning

Page 52: government of india - EQMagPro

52

Plant Control, data logger & plant monitoring unit Basically, this unit should perform the following:

Individual Array monitoring via string monitoring system Measurement and/or recording of energy parameters. Simple data logger or energy meter to record the energy data on a pre-determined interval basis. Measurement & continuous acquisition of ambient air temperature, wind speed, solar radiation, PV module temperature, individual string current, inverter output voltage and current, output frequency Operating state monitoring and failure indication. Representation of monitored datas in graphics mode or in tabulation mode. Controlling & monitoring the entire power system through remote terminal as well as from a local terminal. Necessary hardwares&softwares shall have to be supplied by the contractor. Both the softwares and hardwares required for interfacing the plant with SPS office including CPUs, modems, Printers, UPS, Cellular device are to be supplied and installed by the contractor as per Clause 3.27. Remote control/ Instrumentation: The microprocessor control unit should have the provision for installation of RS – 232/485 communication link, should remote control and monitoring capability (by personal computer) be desired. All parameters, status and indicators and targets accessible throughthe local operator interface may be accessed remotely through these ports. Optional analog outputs (0-5VDC) for AC powers, DC current, DC Voltage can be supplied to interface with external data acquisition systems. Optional contacts inputs from an external SCAD/RTU or other remote control device can be provided within the inverter enclosure for remotely disabling or resetting the unit.

AC DISTRIBUTION PANEL BOARD 7.1 AC Distribution Panel Board (DPB) shall control the AC power from inverter, and

should have necessary surge arrestors. Interconnection from ACDB to LT bus be carried out and complete equipment along with metering to be installed in the ACDB. Requirement/specifications of DCDB and ACDB may be changed as per site conditions. The AC panel shall be provided with adequate safety features to prevent transmission of fault.

7.2 All switches at the circuit breakers, connectors should conform to IEC 60947

Part I, II and III. CABLES & WIRES

8.1 Cabling in the yard and control room: Cabling in the yard shall be carried out as per IE Rules. All other cabling above ground should be suitably mounted on cable trays with proper covers. Only LSHZ XLPO cables must be used for DC side, DC grade cables shall be used.

8.2 Wires: Only FRLS copper wires of appropriate size and of reputed make shall be used.

8.3 Cable Ends: All connections are to be made through suitable cable / lug / terminals, crimped properly & with use of Cable Glands.

8.4 Cable Marking: All cable/wires are to be marked in proper manner by good quality ferule or by other means so that the cable can be easily identified.

Page 53: government of india - EQMagPro

53

Any change in cabling schedule/sizes if desired by the Contractor/Contractor be got approved after citing appropriate reasons. All cable schedules/layout drawings have to be got approved from the Department prior to installation. All cable tests and measurement methods should confirm to IEC 60189.

8.5 Multi Strand, Annealed high conductivity copper conductor XLPO type ‘A‘ pressure extruded insulation Overall PVC insulation for UV protection and confirm to IEC 69947 Armoured cable for underground laying All cables shall conform to BIS standards (IS 694) and (IS 1554) The size of each type of cable selected shall be based on minimum voltage drop,

however, the maximum drop shall be limited to 2% Selected cable should carry a current density of minimum 1.2Amp/Sq.mm 8.6 All electrical control / power cables / wires inside the uilding to be fixed in accordance with CPWD specifications for electrical works Part-I internal only Rigid Steel Conduit should be used for wiring inside the building Proper laying of cables have to be ensured in appropriate cable trays, pipes /

trenches as per site requirement. For laying / termination of cables, latest BIS / IEC codes / standards be followed.

FIRE EXTINGUISHERS : The fire fighting system for the proposed power plant for fire protection shall be consisting of : Portable fire extinguishers in the control room for fire caused by electrical short circuits. Sand buckets in the control room The installation of Fire Extinguishers should confirm to TAC regulations and BIS standards. The fire extinguishers shall be provided in the control room housing the batteries and PCUs.

LIGHTNING AND OVER VOLTAGE PROTECTION

There shall be the required number of suitable lightning arrestors installed in the array field. Lightning protection shall be provided by the use of early seamer (Piezo electric) and suitable earthing such that induced transients find an alternate route to earth. Protection shall meet the safety rules as per Indian Electricity Act. Lighting protection for array yard and control room building has to be provided. All building earth conductors shall be interconnected through the concept of earth mats for interconnection with separate earth pits. For each earth pits necessary test points shall have to be provided.

EARTHING PROTECTION

Each array structure of the PV yard should be grounded properly. In addition the lightning arrester / masts should also be provided inside the array field. Provision should be kept be provided inside the array field. Provision should be kept for shorting and grounding of the PV array at the time of maintenance work. All metal casing/shielding of the plant should be thoroughly grounded in accordance with Indian Electricity Act 2003 / Indian Electricity Rules 1956. Earth Resistance should be tested in presence of the representative of CPWD after earthing by calibrated earth tester. INVERTERS, ACDB and DCDB should also be earthed

Page 54: government of india - EQMagPro

54

properly. The MV equipments and parts shall be earthed in compliance to Indian Electricity Rules 1956.

Rules 1956, all non current carrying metal parts shall be earthed with two separate and distinct earth continuity conductors to an efficient earth electrode.

13 TOOLS & TACKLES AND SPARES:

After completion of installation & commissioning of the power plant, necessary tools & tackles are to be provided free of cost by the contractor for maintenance purpose. List of tools and tackles to be supplied by the contractor for approval of specifications and make from CPWD.

A list of requisite spares in case of INVERTER comprising of a set of control logic cards,

IGBT driver cards etc, Junction Boxes, Fuses, MCCBs etc. along with spare set of PV modules and batteries be indicated, which shall be supplied along with the equipment. A minimum set of spares shall be maintained in the plant itself for the entire period of warranty and Operation & Maintenance which upon its use shall be replenished. A minimum spare parts list is enclosed at Annexure 1 in Section IX.

14 Plant Electricals 14.1 Solar Photovoltaic Power Plant Electrical System

The technical requirements of design, manufacture, testing at works supply installation testing & commissioning of all electrical equipment's required for the Solar Photovoltaic Power Plant starting from the local control panel of Plant and up to the Grid tie up with the State grid including all control protection, metering equipment, and balance of equipments complete in all respect shall be of high standard and quality meeting the requirement of respective Indian Standards. The brief particulars and requirement of equipment is as under-

14.1.1 Electricity Rules Act & Rules:

All work shall be carried out in accordance with the latest edition of the Indian Electricity Act and rules formed there under and as amended from time to time

14.2 Indicating and Integrating Meters / Instruments:

All indicating instruments shall be of switchboard type, back connected, suitable for flush mounting and provided with dust and vermin proof cases for tropical use and finished in suitable colour. All instruments shall have practical laboratory means for adjustment of accuracy. The limits of errors for ammeters/voltmeters shall be those permissible for Class 1.5 instruments as per IS:1248. The ammeters and voltmeters shall be suitably scaled to indicate the current / voltage levels in the system. A phase selector switch with four/six position shall be used to measure the current / voltage of each phase / line. The meters shall be located at eye level to facilitate observation of readings correctly.

14.3 Wiring: All wiring shall be of switch board type consisting of copper conductor of 1.5 Sq. mm. for alarm / annunciation / control circuits and 2.5 Sq.mm. for CT and all other Circuits insulated with polyvinyl chloride insulation suitable for 660 Volt service and in accordance with relevant IS:732. Polyvinyl Chloride used shall have excellent resistance against

Page 55: government of india - EQMagPro

55

burning, moisture, oil and vermin and shall be finished with clear colour. Rubber insulated wiring shall not be acceptable. Tenderers shall furnish the details of method being adopted by them for Joint / Connections. All instruments and Panel wiring shall be of heat resisting and self extinguishing type in compliance with IS. Plastic or porcelain cleats of the limited compression type shall be used for holding wiring runs. All wires shall be suitable for bending to meet the terminal studs at right angles. Metal cases of all apparatus mounted on panels shall be separately earthed by means of copper wire or strips. The following colour scheme of the wiring shall be used as per IS:375. AC three phase circuits : No.1 Phase: Red. No.2 Phase: Yellow. No.3 Phase : Blue Neutral Conductor : Black Connection to Earth : Green D.C. circuits : Grey

14.4 MIMIC DIAGRAM :

For indoor panels painted colour bands shall be used for the mimic bus. The mimic diagram shall be on eye level. Equipments shall be represented by suitable symbols. The colour shall be Red Shade 537 of IS-5.

14.5 INDICATING LEDs / LAMPS:

Indicating LEDs shall be provided on the control board to indicate the following:

Visual indication of ON and OFF position of each circuit breaker. Trip circuit healthy indication. Auto trip indication for each circuit breaker panel. VT supply indication.

14.6 FERRULES:

Ferrules engraved/printed with the same number, letters or symbols as indicated in the connection and wiring diagram shall be provided on the terminal ends of all wires for identification of circuits for inspection and maintenance. Ferrules shall be of strong and flexible insulating material with glossy finish to prevent adhesion. They shall be engraved / printed and clearly marked and shall not be effected by dampness. Ferrule numbering shall be in accordance with IS:375. The same ferrule number shall not be used on wires in different circuits on a panel.

14.7 SPACE FOR CABLES AND CABLE GLANDS:

Sufficient space for receiving the cables inside the switch board at the bottom of the cubicles and mounting arrangement for the terminal cable glands shall be provided. Cable gland plates should be above the ground level for the ease of working.

All equipments shall be complete in all respect. All fittings, accessories or apparatus which may not have been mentioned above but which are usual/necessary for the equipments shall be included for each circuit breaker panel.

Page 56: government of india - EQMagPro

56

14.8 TEMPERATURE RISE: The maximum temperature rise of various parts of the system when tested under rated conditions shall not exceed the specified values at a peak ambient temperature of 40 deg. C.

14.9 INSPECTION AND TESTING:

Each equipment shall comply with and shall be subjected to all routine and acceptance tests prescribed in the relevant Indian Standard Specification/IEC.

The type test reports of switchgear shall be complete in all respect along withoscillographic records, photographs etc. in respect of all type tests as per relevant ISS / IEC. The type test certificates should be in respect of specific make and type / rating of the instruments etc. intended to be supplied and not in respect of the breakers etc. manufactured by their foreign collaborators if any. Complete literature of switchgear proposed to be provided must be sent with the tender.

14.10 Routine & acceptance test as per relevant standard shall be carried out on each

equipment covered by this specification in the presence of Department's representative. If so desired by the Department all test reports shall be submitted and got approved from the Department before dispatch of the equipment.

TECHNICAL PARTICULARS :

The Contractors shall furnish the guaranteed technical & other particulars of the equipments offered. Make of various equipments should be clearly stated. Words like reputed, equivalent etc. shall not be accepted. Alternative makes of equipments should not be more than two in the order of preference.

17 INTERCHANGEABILITY:

All similar materials and removable parts of similar equipments shall be interchangeable with each other.

18 FAULT / TROUBLE ALARM SCHEME:

All non-trip alarms shall be indicated by an alarm bell. Make / type of each relay, indicating instruments, integrating instruments,

controlswitches, selector switches, indicating lamps, semaphore indicators, enunciator scheme, bell, hooter etc. shall be clearly and invariably indicated in the GTP (Guaranteed Technical Particulars), bill of material and unit price list. Only specific make accessories shall be indicated. The word "EQUIVALENT/REPUTED MAKE" will not be given for consideration.

20 Guaranteed Technical Particulars, Drawings And Quality Assurance Plan:

Guaranteed Technical Particulars in the Technical Particulars Data Sheet- with this specification shall be furnished alongwith the detailed general arrangement dimensional drawings mounting arrangements, connection diagrams and quality assurance plan etc.

Particulars which are subject to guarantee shall be clearly marked in GTP.

Name Plate and Marking: The equipment shall have a non detachable type name plate which should be

clearly visible and effectively secured against removal having markings as

Page 57: government of india - EQMagPro

57

per requirement of IS. A sticker reading as under must be provided in the MV neutral ompartment.

CAUTION: ― DO NOT REMOVE EARTH LINK WHEN MV TERMINAL IS LIVE.

EarthingEarthing system installation shall be in strict accordance with the latest editions of Indian Electricity Rules, relevant Indian Standards and code of practices and the local statutory authority regulations. Neutral points of system metallic enclosures and frame works, not forming part of

electric supply shall be connected to main earthing system. Earthing Layout: The contractor shall submit to CPWD earthing drawings showing the location of

earthing conductors, for their approval. Earthing conductors in outdoor areas shall be buried 600 mm below finished graded level and these buried conductors shall be brought 500 mm above ground level for making tap connections to the equipments.

23 Specification For Testing & Commissioning

The testing and commissioning for all electrical equipment at site shall be according to the procedures listed below: All electrical equipment shall be tested, installed and commissioned in accordance with the latest relevant standards and code of practices published by Indian Standards Institution wherever applicable and stipulations made in relevant general specifications. The testing of all electrical equipment as well as the system as a whole shall be carried out to ensure that the equipment and its components are in satisfactory condition and will successfully perform its functional operations. The inspection of the equipment shall be carried out to ensure that all materials, workmanship and installations conform to the accepted design, engineering and construction standards, as well as accepted code of practices and stipulations made in the relevant general specifications. The contractor in the presence of CPWD shall carry out all tests/ Consultant using his own calibrated instruments, testing equipment as well as qualified testing personnel. The results of all tests shall conform to the specification requirements as well as any specific performance data, guaranteed during finalization of the contract.

Preparation of the Equipment for Commissioning; After completion of the installation at site and for the preparation of plant

commissioning, the contractor shall check all the equipment and installation in accordance with the agreed standards, latest relevant code of practices of Indian Standards and specific instructions furnished by the particular equipment manufacturer as well as the department.

Checking required to be made on all equipment and installations at site shall comprise, but not limited to, the following:

Physical inspection for removal of any foreign bodies, external defects, such as damaged insulators, loose connecting bolts, loose foundation bolts etc. Check for grease, insulating / lubricating oil leakage and its proper quantity. Check for the free movement of rotating parts of the rotating machines and

devices. Check for tightness of all cable joints and bus bar termination ends as well as

earth connections in the main earthing network. Check for clearance of live bus bars and connectors from the metal enclosure. Check for proper alignment of all draw out devices, if any.

Page 58: government of india - EQMagPro

58

Continuity checks in case of power and control cables. Check for proper connection to earth network of all non-current carrying parts

of the equipment and installation. The relevant tests shall be carried out in accordance with relevant IS of latest

issue. The tests which are to be carried out on the equipment shall include, but not be limited to, the following:

Check for completeness of installation. each pole to earth insulation resistance

test. Cables

Insulation resistance test with 1,000 V megger for cables rated up to 1.1kV grade.

All 1.1 kV cables shall be subjected to high voltage test after joining and terminating but before commissioning as per relevant standards.

In each test, the metallic sheath / screen / armour should be connected to earth.

Continuity of all the cores, correctness of all connections as per wiring diagram, correctness of polarity and phasing of power cables and proper earth connection of cable glands, cable boxes, armour and metallic sheath, shall be checked.

Earthing System

Tests to ensure continuity of all earth connections. Tests to obtain earth resistance of the complete network by using earth

tester. The test values obtained shall be within the limits.

25 Lightning & Over Voltage Protection

25.1 The SPV Power Plant should be provided with Lightning and over voltage protection connected to proper earth mats. The main aim of over voltage protection is to reduce the over voltage to a tolerable level before it reaches the PV or other sub-system components. The source of over voltage can be lightning or other atmospheric disturbance.

25.2 The lightning Masts /Conductors shall be made as per applicable Indian

standard / International Standard in order to protect the entire Array Yard/Shed from Lightning stroke. Necessary concrete foundation for holding the lightning conductor, in position, to be made after giving due consideration to maximum wind speed and maintenance requirement at site in future.

25.2.1 The lightning masts / conductor shall be earthed through flats and

connected to the Earth mats as per applicable Indian Standards with earth pits. Each Lightning Conductor shall be fitted with individual earth pit as per required Standards including accessories, and providing masonry enclosure with cast iron cover plate having locking arrangement, watering pipe using charcoal or coke and salt as per required provisions of IS.

The Contractor shall ensure adequate lightning protection to provide and acceptable degree of protection as per IS for the array yard. If necessary more numbers of Lightning conductors may be provided. Design calculations and detailed explanations (in 4 sets) shall be provided for approval of CPWD within 15 days of order.

Page 59: government of india - EQMagPro

59

Lightning Conductor shall be as per requirements of IS Standards.

All building earth conductor shall be interconnected through the concept of Earth Mats for interconnection with separate earth pits.

For each earth pit, necessary Test Point shall have to be provided. Earthing System 30.1 The earthing for LT side (Solar Power Plant side) array and LT power system shall

be as required as per provisions of Indian Standard/International Standard. Necessary provision shall be made for bolted isolating joints of each earthing pit for periodic checking of earth resistance.

30.2.1 Each array structure of the SPV Yard/shed shall be grounded properly. The array

structure are to be connected to earth pits as per IS standards. 30.3 The earthing for the power plant equipment shall be made as per provisions of IS.

Necessary provisions shall be made for bolted isolating joints of each earthing pit for periodic checking of earth resistance.

30.4 The complete earthing system shall be mechanically & electrically connected to provide

independent return to earth. All three phase equipment shall have two distinct earth connections.

30.5 An Earth Bus shall be provided inside the control room. 30.6 For each earth pit, necessary Test Point shall have to be provided. 30.6.1 In compliance to Rule 33 and 61 of Indian Electricity Rules, 1956 (as amended up to

date) all noncurrent carrying metal parts shall be earthed with two separate and distinct earth continuity conductors to an efficient earth electrode.

30.6.2 Earth resistance of the earth pits shall be tested in presence of the representative of CPWD

Cables & Installation accessories LT cables:

1.1kV Grade, Al. Conductor XLPE insulated Armoured Cables shall be used for all LT Power Cables between Power & Motor Control Cubicles, MCC, Respective feeders, etc. These cables shall be laid in trents or and using Galvanized Cable trays of adequate strength. The cable shall be terminated using Al. Lugs of adequate cross section area. The PMCC‘s and the MCC‘s shall be located in the Basement with cable entry on top cables on DC side shall be XLPO and DC Grade.

Control Cables:

1.1kV Grade, Cu. Conductor, XLPE insulated Armoured Cables shall be used for all control cables required for the Solar Power Plant. These cables shall be laid on structural supports and using Galvanized Cable trays of adequate strength. The cable shall be terminated using Cu. Lugs of adequate cross section area.

Cu. Conductor, XLPE insulated Armoured with miller insulation between each pair and tinned copper screening. All cables shall be PVC insulated with appropriate grade conforming to IS. The wiring for module inters connection shall be with hard PVC conduit of approved make. All Tees, Bends etc., shall be approved make. Before procurement, approval for materials should be obtained from RSMML

Page 60: government of india - EQMagPro

60

Only terminal cable joints shall be accepted. No cable joints to join two cable ends shall be accepted. Cables inside the control room shall be laid in suitable Cable Trays of approved type. All wires used on the LT side shall conform to IS and should be of appropriate voltage grade. Only copper conductor wires of reputed make shall be used. Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly and passed through brass compression type cable glands at the entry and exit point of the cubicles. The panels‘ bottoms should be properly sealed to prevent entry of snakes/lizard etc. inside the panel. All cable/wires shall be marked with good quality letter and number ferrules of proper sizes so that the cables can be identified easily. The terminal end of cables and number ferrules of proper sizes so that the cables can be identified easily.

Painting & Finish:

All metal surfaces shall be thoroughly cleaned of rust, scale, oil, grease, dirt etc. Fabricated structures shall be pickled and then rinsed to remove any trace of acid. The under surface shall be made free from all imperfections before undertaking the finishing coat.

After Phosphate treatment, two (2) coats of yellow zinc chromate primer shall be applied followed by two (2) coats of epoxy based synthetic enameled paint. Shade shall be Siemens Grey Ral- 7032. Thickness of paint shall be not less than 75 micron.

All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust formation. If these parts are moving elements then they shall be greased.

Inspection & Testing

CPWD shall have free access to Contractor’s/ manufacturer’s works toinspect,expedite and witness shop tests. Any materials or work found to be defective or which does not meet the requirements of the specification will be rejected and shall be replaced at Contractor‘s cost. Department reserves the right to carry out stage wise inspection of fabrication and components. The Contractor shall furnish a detailed quality assurance plan for CPWD review.

The test & inspection shall be carried out at manufacturer‘s work and at

Plant site with the Contractors obligation. The test and Inspectionshallbedone in accordance with the relevant standards and the Manufacturer's23standard before the delivery to site as well as after the erection and commission at site. The Contractors shall give the list of tests that they will carry out at site to show the performance of plant.

The data of each test and inspection shall be recorded and submitted as soon as the test/ trials are conducted and will also be a part of final documentation.

The shop test shall be carried out to prove the performance parameters of the offered model. The testing shall be done in the presence of the representatives of the department.

The department shall be sending its 2 representatives for inspection of stage manufacturing and testing at works & 7 days training at manufacturer’s works of SPV module and PCU manufacturer. Expenses on account of to &fro journey during stay shall be borne by department. The notice of such inspection shall be given 15 days in advance.

Page 61: government of india - EQMagPro

61

Manufacturer has to submit procedure for tests carried out at their factory premises. a. Start Up Trials Load Test b. Records & Measurements Safety Device List

Setting values for all sensors for Pressure and Temperature a. Dimensional Check-up, Overall Inspection, Completeness of Scope of Supply

Shop Test/Load Test for Solar Power Plant

Load Trials & Reliability test at site for Grid Connect Solar Power Plant

Performance Guarantee Test at Site for Grid Connect Solar Power Plant etc. These tests will be conducted at site as per site conditions at available load and after performing all pre-commissioning check and trials and after readiness of the entire Solar Power Plant system which are required to carry out the load trials.

All the tests which are mentioned in the load test of Solar Power Plant will be

carried out in presence of CPWD Representative at Plant site at site conditions and the parameters checked in accordance with the data sheet and guaranteed parameters given by the Contractor.

All the equipments supplied by the vendor will be tested as per relevant standard/

Quality assurance plan at site conditions and the performance monitored. 34 Quality Issues 34.1 Contractor will submit and get finalized detailed comprehensive Standard Field Quality

Plan (SFQP) within 30 days from date of issue of the order for bought out items and items manufactured by them. The Standard Field Quality Plan shall relate to the specific and objective erection practices right from storage of equipment till final inspection and testing to be followed for bought out items and items manufactured by Contractor. Accordingly, the Manufacturing Quality Plan shall be submitted broadly under following sub-heads:-

34.2 Raw material/Bought Out items and Components. 34.3 In process inspection and test/checks to establish successful

completion/accomplishment of the process. Final tests/checks in accordance with relevant national / international standards /

specifications. The quantum of check for each and every inspection/test items shall be based on an

established sampling method and the quantum of check indicated in the SFQP should be designed adequate quality protection.

In case reference documents/acceptance norms are indicated as per plant standards then the same shall be duly substantiated/properly explained by well established and proven engineering practices. All submissions will be in English language only.

Contractor will allow CPWD to carry out Quality/Audit/Quality surveillance on Contractors and our sub vendor‘s work with reference to contractual obligations to ensure that the quality management practices/norms as detailed out in the Quality Manual are adhered to. To facilitate this activity, bidder shall keep CPWD informed all progress of work in this contract on monthly basis.

Contractor will associate/fully witness in each inspection being carried out at their/their sub-vendor‘s works by our authorized inspection engineer(s).

CPWD shall also carry out quality audit and quality surveillance of your systems, procedures and quality control activities. However, this shall not relive you of any of your contractual responsibilities under the contract.

OTHER CIVIL STRUCTURES

Page 62: government of india - EQMagPro

62

All Civil shall be executed as per General Specification of Civil Works. Scope: The scope of work includes: Array structures Embedment of structures suitable for mounting of PV modules on terrace/ on elevated array

mounting structure/ on the roof of semi-permanent shed and laying of earthing equipment/structures and connecting to the main ground mat as per statutory requirements.

Providing foundation for lightning arrestors etc. co-ordinating with BESCOM for getting approval for Solar Power Plant and net metering. Providing of pedestals required for mounting of the inverters and control panels. All structural drawings to be got approved from CPWD. Tests :All material to be used for construction and fabrication should betested before

use.All laboratory/Field tests should be conducted as per relevant Indian standards and CPWD specifications by taking minimum required samples.

DANGER NOTICE BOARDS

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

44 DRAWINGS & MANUALS

5 copies of Engineering, electrical drawings and installation and O&M manuals are to be supplied to the department.

Contractors shall provide complete technical data sheets for each equipment giving details of the specifications along with make/makes in their bid along with basic design of the power plant and power evacuation, synchronization and distribution along with protection equipment. Approved ISI and reputed makes for equipment be used.

For complete electro-mechanical works, contractors shall supply complete design, details and drawings for approval to CPWD before progressing with the installation work.

QUALITY AND ADAPTABILITY OF THE EQUIPMENT

Contractors must verify the grid behavior, solar insulation levelsand general site conditions on their own before bidding. The Contractor shall accordingly ensure that the equipment and the design submitted shall be able to perform as per guaranteed performance levels in the available site conditions. The design of the plant and the equipment offered by the Contractors shall be evaluated for its quality and adaptability to the site conditions based on the Departments past experience, projects earlier executed by the Contractors and from other sources. Contractors must submit detailed technical operational parameters and latest plant performance indicators and status complete with the clients address and contact nos. with regard to projects of similar nature already executed.

SURGE PROTECTOR AT STAGE II / CLASS C

The surge Protection manufacturer shall offer a complete line of surge Protection product to support the requirements for the Distribution. The surge protector at

Page 63: government of india - EQMagPro

63

this stage shall be provided to protect the downstream electrical and electronics against any induced switching surges that may be passed on to the downstream electrical & electronic system.

The Protection unit shall be based on Single High Capacity Metal Oxide Varistors (MOV), capable of handling 8/20 µs surges and shall be able to give an indication in the event module failure and be pluggable to facilitate the in-service replacement without distributing the lines. One extra set of replacement module shall be furnished to the job site. Protection Network Configuration. The work required under this section consistsof furnishing, installing and connecting SPD device as specified and as shown in the drawings. The SPD device shall be installed in a NETWORK configuration, consist of one set of SPD panel device at the service entrance of switchboard. All SPD devices in this network configuration shall be of same manufacturer. All SPD devices shall be modular, mountable on 35 mm DIN rail and be field replaceable without interruption of electrical distribution circuit.

Unit status indicator shall be provided to indicate the status of complete Protection

unit on the product as well as provision for remote indication must be provided.

Protection shall be manufactured for the specific type and voltage of the electrical Service and shall provide clamping for both normal (L-N) and common (N-G) mode operation.

Protection shall be manufactured to withstand a maximum continuous operating

voltage of not less than 115% of normal RMS Line voltage of 240 VAC.

The Protection shall be provided with internal safety fusing if required, to be connected in parallel between Line/s to neutral & neutral to earth as per the TNS configuration of wiring. It shall be testable on line for routine maintenance, module failure and in order to prevent catastrophic failure modes.

Protection shall be a fail-safe type device, shall have no follow through current

shall have repeated surge capability, shall be solid state, shall be self restoring and be fully automatic in all mode of operation. It shall have thermal disconnection and indication against overloading of the device.

Protection shall comply with IEC 61643 standards.

Protection shall have an operating temperature ranges from -20oC to + 60oC.

Protection Criteria

The maximum continuous operating voltage (Rated voltage) for SPD devices connected to phase-neutral shall not be less than the values as shown in table below:

Nominal Voltage Rating per Maximum Continuous Operating phase Voltage

(V rms) (V rms)

120 150

240 320

350 440

480 600

Page 64: government of india - EQMagPro

64

Listing The surge protective device and associated hardware must comply with IEC 61643-11.

The Protection voltage of the complete rail mount surge protective device shall be type test to the figures as indicated in table below, which must not exceed the values shown.

Service Voltage / per phase Protection Voltage @ In (Nominal discharge current) / Protection Level

240 V 1500 V

Nominal Withstand Surge Current. Surge Protective device (including all fusing and over current protection) for application at sub-Distribution Panels shall have a Nominal surge current withstand capacity as shown in table below. The failure or operation of any fuse / over – current device during the test is not permissible.

Application Panel Location Max. Single Withstand Surge Current

Of 8/20 µs Impulse) Sub-Distribution Panel 10KA for 8 / 20 µs (between Line to

Final Distribution Board Neutral)

25 KA for 10/350 µs (between Neutral to earth

Compliance to this specification must be provided in the form of a certificate from an independent testing laboratory. Response time of Class C arrestor should not be <25 ns.

Page 65: government of india - EQMagPro

65

UNDERTAKING TO BE FURNISHED BY CONTRACTORS

(To be submitted at the time of association of agency)

We, M/s ………………………………………………………………………………having reg office at ………………………………………………………………… undertake to ensure generation of electrical energy from the Solar Power Plant

of 25 kWp to be installed by us at Training cum Hostel building for EPFO,

Bangalore, Karnataka as per the details / technical specifications given in

tender document. We have calculated the quantum of electricity likely to be

generated with the Solar plant for EPFO Campus site as per the attached yield

report. We also confirm that we have inspected the project site also.

Authorised Signatory

Name of the Company with stamp

Page 66: government of india - EQMagPro

66

MANUFACTURERS' AUTHORIZATION FORM

(To be submitted at the time of association of agency)

No.-------------------------dated

To Dear Sir:

__________________

_

who are established and reputableWe manufacturers of

________________________

(name & descriptions of goods offered) having factories at (address of factory) do hereby authorize M/s ___________________ (Name and address of Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against the above IFB.

We hereby extend our full guarantee and warranty as per Clause 15 of the Commercial Conditions of Contract for the goods and services offered for supply by the above firm against this IFB.

Yours faithfully,

(Name)

(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be

signed by a person competent and having the power of attorney to legally bind the manufacturer.

(The list of items for which this is required should be indicated by Department).

Page 67: government of india - EQMagPro

67

LIST OF PREFERRED MAKES OF MATERIALS

Solar PV Plant

S. No. Details of Materials / Equipment

Manufacturer’s Name

A: SOLAR EQUIPMENT

1. SPV Modules (subject to compliance with tender conditions)

HHV/ REC/ Canadian Solar/ TATA / BHEL /Panasonic/ Emvee/Shan

2. SOLAR CELLS Solar Tech/ Motec/ Q Cell/ Eton

3. Power Conditioning Unit (PCU) SMA / Schneider/ Refusol/ Kaco/ Siemens/ ABB

4. Data logger/System performance

Kaco / SMA / ABB/ Energy Recommerce/ Equ/ Electro industries/ Energy Tracking IIc/ Schlumberger

5. Junction Box Hensel/ Spelsberg/ ABB/ Cooper busman/ Equ

6. ACDB panel Local fabrication approved Engineer-in- charge

7. Energy meter L&T/ Siemens/ Schneider/ Secure/ HPL

8 Surge protection OBO Betterman/ ABB/ Legrand/ Equ

9. PV module interconnecting Connector

Tyco/ Cooper busman/ MC

10. AC cables and wires RR Kabel/ Havells / Finolex/ Asmon/ Anchor/ KEI

11. DC cables and wires Siechem/ LAPP/ TopSolar/ Nexans/ Equ

12. PVC Conduits and accessories (ISI marked)

Avon Plast/ Precision/ AKG/ Bajaj plast/ GM

13. GI Pipes TATA/ JINDAL (HISSAR)/ ZENITH

14. Ligtning arrestor INdelec/ Star/ Erico

15

Indicating Lamps LED type , Push Button

Schneider Electric (MG)/ Larsen & Toubro

(ESBEE)/ Siemens/ Vaishno Conzerv/ Larsen & Toubro/ Secure

16. Electronic Digital Meters

Networking type)

Page 68: government of india - EQMagPro

68

Note:-The Engineer-in-Charge, CPWD reserves the right to add or delete anymaterials and makes/brands in the list of preferred makes of materials/brands.

EXECUTIVE ENGINEER (E) Central P W D, Bengaluru-34

S. No. Details of Materials / Equipment

Manufacturer’s Name

17. PVC insulated XLPE aluminium/ copper conductor armoured MV Cables upto 3300V grade

CCI/ Havells/ Gloster/ Universal

18. Selector Switch, Toggle switch Salzer (Larsen & Toubro)/ Siemens/ Kaycee

19. Timer Siemens/ L&T/ Schneider Electric – TE/ GE/ Siemens

20. Welding Rod Advani / Esab

21. Fire Sealant Promat/ Hilti/ Birla – 3 M

22. Cat-6 LAN cable D-link/Finolex/ Systimax/ D-G Link

23. 1.1KV grade aluminium & copper conductor, XLPE insulated armoured UG Cables

FINOLEX/ GLOSTER / HAVELLS / RR CABLE/Polycab

24. MCCB Schneider Electri/L & T/Legrans/ABB

Page 69: government of india - EQMagPro

69

Annexure III

LOCATION OF SITE, ADDRESSES OF OFFICERS AND SCHEME CONCEPT

Location: The work shall be carried out at the premises of EPFO , Rajaram Mohan Roy Road, Bangalore

Addresses: The Address of the Officers of the CPWD connected with this work is given below:-

The Executive Engineer (E) Central PWD, KendriyaSadan Bengaluru-34 Tel.(O) No: 080-25521181, Fax No: 080-25500930.

The Assistant Engineer (E), Bangalore Central Electrical Sub Division - III, Central Public Works Department, Bangalore – 560001.

Page 70: government of india - EQMagPro

70