0% found this document useful (0 votes)
24 views96 pages

Nit 800kwp Solar

The document is a tender notice for the supply, installation, testing, and commissioning of an 800 KWP Solar Photo Voltaic Generation System at MNIT, Jaipur, with an estimated cost of Rs. 6,59,81,582 and an earnest money deposit of Rs. 13,19,632. Bids are to be submitted by April 25, 2025, with a pre-bid meeting scheduled for April 11, 2025. Eligibility criteria and detailed instructions for bidders are provided, including requirements for CPWD enlisted contractors and specialized agencies.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
24 views96 pages

Nit 800kwp Solar

The document is a tender notice for the supply, installation, testing, and commissioning of an 800 KWP Solar Photo Voltaic Generation System at MNIT, Jaipur, with an estimated cost of Rs. 6,59,81,582 and an earnest money deposit of Rs. 13,19,632. Bids are to be submitted by April 25, 2025, with a pre-bid meeting scheduled for April 11, 2025. Eligibility criteria and detailed instructions for bidders are provided, including requirements for CPWD enlisted contractors and specialized agencies.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 96

अधी ण अिभय ता सह प रयोजना िनदेशक

Superintending Engineer cum Project Director


एम.एन.आई.टी. प रयोजना प रमंडल, के .लो.िन.िव.,
MNIT Project Circle, CPWD
जयपुर(राज.)
Jaipur (Raj.)

NIT No. 10/2025/SEcumPD/MNITPC/Jaipur

NAME OF WORK : Supply, installation, testing and commissioning of


800 KWP Solar Photo Voltaic Generation System
at MNIT, Jaipur.

ESTIMATED COST : Rs. 6,59,81,582/-

EARNEST MONEY : Rs. 13,19,632/-

TIME ALLOWED : 4 (Four) Months

DATE & TIME OF PRE – BID : 11.04.2025 at 11:00 AM

DATE & TIME OF : 25.04.2025 at 03:00 PM


SUBMISSION OF BID

DATE & TIME OF OPENING : 25.04.2025 at 03:30 PM


OF TECHNICAL BID

DATE & TIME OF OPENING : Shall be communicated later


OF FINANCIAL BID

C.P.W.D.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


INDEX
Name of Work: Supply, installation, testing and commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.

S. No. DESCRIPTION Page


1. Index 1
2. Part - A 2
3. Tender Notice 3
4. Invitation and instruction for Bidders for “e-tendering” 4-8
(Invitation of Bid)
5. Receipt of Deposition of Original EMD 9
6. Annexure-I - Information Regarding Bidder, Letter Of 10-23
Transmittal/Submission Of Bid, Form ‘A’, Form ‘B’, Form ‘B1”,
Form ‘C’, Form C1’, Form ‘C3’, Form ‘D’, Form ‘D1’, Form ‘E’,
Proforma – 1, Form ‘F’ & form ‘G’
7. CPWD - 6 for e-Tendering 24-32
8. CPWD – 7 33-35
9. Performa of Schedules (A to F) 36-41
10. Part – B – Electrical & Mechanical Works 42
11. CPWD 6 - Conditions or Engagement of Associated 43-44
Agencies/OEM/Manufacturer
12. Annexure –A, Annexure –B, Annexure –C 45-48
13. General Terms & Conditions for all E&M Works, Scope of work 49-61
14. Technical specification 62-67
15. List of preferred makes 68-69
16. Part-C Schedule of Quantities 70-75
17. Performa of Bid submission 76
18. Part –D Preliminary Drawings 77 - 95

NIT for above work approved for Rs. 6,59,81,582/- (Rupees Six Crore Fifty Nine Lakh Eighty
One Thousand Five Hundred Eighty Two Only) and containing page 01 to 95 excluding cover
page.

Assistant Engineer (E) - II Executive Engineer cum Senior Manager(E)


MNIT Project Electrical Division MNIT Project Electrical Division
CPWD, Jaipur CPWD, Jaipur

Assistant Engineer (P)


MNITPC, CPWD, Jaipur

Superintending Engineer cum Project Director


MNITPC, CPWD, Jaipur
1

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

O/o SE cum PD, MNIT Project Circle, Jaipur

BID DOCUMENT

PART-A

Name of work: Supply, installation, testing and


commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


TENDER NOTICE

CPWD–6 FOR e-TENDERING

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS
DEPARTMENT
स मेवजयते

The Executive Engineer cum Senior Manager (E), MNIT Electrical Project Division, CPWD, Jaipur
on behalf of the President of India invites online Percentage Rate E-Tender in two bid system from
CPWD Enlisted Contractor of appropriate class in Buildings & Roads (erstwhile
composite/Building/Infrastructure) category/ Specialized Agency/ Manufacturer/OEM for
the following work:

N.I.T. No.: 10/2025/SEcumPD/MNITPC/Jaipur

Name of Work: Supply, installation, testing and commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.
Estimated Cost: Rs. 6,59,81,582/-
Earnest Money: Rs. 13,19,632/-
Time Allowed: 04 Months

Date & time of Pre-Bid: 11.04.2025 at 11:00 AM


Last date & time of submission of Bid: 25.04.2025 at 03: 00 PM
Last date & time of opening of Technical Bid: 25.04.2025 at 03:30 PM
Last date & time of opening of Financial Bid: Shall be communicated later

The tender forms and other details can be obtained from the website https://etender.cpwd.gov.in
or www.cpwd.gov.in

Executive Engineer cum SM (E)


MNIT Proj. Elect. Division
CPWD, Jaipur
3

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Annexure ‘A’ CPWD

NOTICE INVITING e-TENDER


INFORMATION AND INSTRUCTIONS FOR BIDDER FOR e-TENDERING FORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
The Executive Engineer cum Senior Manager (E), MNIT Project Electrical Division, CPWD,
MNIT Campus, JLN Marg, Jaipur - 302017 (Phone No.0141-2945387) on behalf of the
President of India invites online Percentage Rate E-Tenders in two bid system from CPWD
Enlisted Contractor of appropriate class in Buildings & Roads (erstwhile
composite/Building/Infrastructure) category/ Specialized Agency/ Manufacturer/OEM
for the following work:

Last date &


time of
submission
of bid,
original
EMD, copy
Date
of receipt Time &
S. Estimated Period of &Time of
Name of work & Earnest for date of
No NIT cost put completi opening of
Location Money deposition opening
. No. to tender on technical
of original of Price
bid
EMD and bid*
other
Document
as specified
in the press
notice
1 2 3 4 5 6 7 8 9

time & date of opening of Price Bid shall


be intimated later to qualified Bidders in
Photo Voltaic Generation System at
10/2025/SEcumPD/MNITPC/Jaipur

commissioning of 800 KWP Solar


Supply, installation, testing and

25.04.2025 at 03: 00 PM

25.04.2025 at 03: 30 PM
Rs. 6,59,81,582/-

Technical bid.
Rs. 13,19,632/-
MNIT, Jaipur.

04 Months
1

1. Eligibility Criteria:

1.1 For CPWD Enlisted Contractor;

1.1.1 Copy of Enlistment order

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


1.1.2 Should have bidding capacity equal to or more than the estimated cost of the work put to tender.
The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B}


Where,
A = Maximum turnover in similar works executed in any one year during the last seven years taking
into account the completed as well as works in progress. The value of completed works shall be
brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work for
which bids have been invited.
1.1.3 after the award of work, CPWD Enlisted Contractor shall either associate specialized agency or
manufacturer/ OEM as per eligibility criteria mentioned at section 1.2 and 1.3 respectively. Approval
of such specialized agency or manufacturer shall be done by Engineer-in-charge.

1.2 For Specialized Agency:

1.2.1 The Specialized Agency, who fulfills the following requirements, shall be eligible to apply.
Joint Ventures are not accepted.
1.2.2 Should have satisfactorily completed the works as mentioned below during the last seven years
ending on last day of previous month of last date of submission of tenders.

Similar work shall mean works of “Supply, installation, testing and commissioning of Solar
Photo Voltaic Generation system.”

Note:- Costing for similar works shall be calculated for component of Solar Photo Voltaic
Generation System only.

The specialized firms shall satisfy the following eligibility criteria: Experience of having successfully
completed works during last seven years ending on last day of previous month of last date of
submission of tenders.

Three similar works each of value not less than 40% of the estimated cost put to tender (Rs.
2,63,92,632/-).
OR
Two similar works each of value not less than 60% of the estimated cost put to tender (Rs.
3,95,88,949/-).
OR
One similar work of value not less than 80% of the estimated cost put to tender (Rs.
5,27,85,265/-).

1.2.3 Following conditions:

(a) Should have had Average Annual Financial Turnover of Rs. 1,97,94,474/-
on similar works during the last three years ending 31st March 2024(Scanned copy of
Certificate from CA with Unique Document Identification Number (UDIN) to be
uploaded).The value of annual turnover figures shall be brought to the current value by
enhancing the actual turnover figures at simple rate of 7% per annum..

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


(b) Should not have incurred any loss (profit after tax should be positive) in more than two
years during the last five years ending 31st March 2024.
(c) Should have a Banker's Certificate from a commercial Bank for Rs. 2,63,92,632/-
or Net Worth certificate from CA with Unique Document Identification Number
(UDIN) of minimum Rs. 65,98,158/- (Scanned copy of original to be uploaded).

1.2.4 Should have bidding capacity equal to or more than the estimated cost of the work put to tender.
The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in similar works executed in any one year during the last seven years taking
into account the completed as well as works in progress. The value of completed works shall be
brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been invited.
B = Value of existing commitments of ongoing works during the period of execution of work for
which bids have been invited.

1.3 For Manufacturer/OEM :

1.3.1 The Manufacturer/OEM shall submit its OEM certificate/ Proof of PV module capacity of
540Wp or above.

Additional Points:

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

2. The intending bidders are required to update their profile in CPWD e-tender portal and to
upload their bids well in advance of last date of submission of tender. Any issue related to
updating profile / uploading tender can be resolved through the concerned Executive
Engineer/ Assistant Engineer (Phone No. 0141-2945387 E-Mail ID [email protected]) or
ERP help line no. 18001803286 or e-mail Id [email protected]. The e-
tendering bidders are also advised not to wait to raise any issues till the last date of submission
of bid in their own interest.

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 conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www.etender.cpwd.gov.in and www.eprocure.gov.in free of cost.

5. But the bid can only be submitted after depositing of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within
the period of bid submission, and uploading the mandatory scanned documents such as
Demand Draft or Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit
Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of Executive
Engineer as mentioned in NIT, receipt for deposition of original EMD to division office of
any Executive Engineer, (including NIT issuing EE) C.P.W.D and other documents NIT
issuing EE) as specified.

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


6. Those Agencies 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.

7. Stamp duty tax applicable as per Govt. of Rajasthan, Finance Department (Tax Division),
Jaipur under GCC Clause 34 & 38.

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

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

10. Bidder can upload documents in the form of JPG format and PDF format.

11. Bidder must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in pink colour and the moment rate is entered, it turns sky blue. In addition to this,
while selecting any of the cells a warning appears that if any cell is left blank the same shall
be treated as “0”.

Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall
be treated as “0” (ZERO).

12. Pre Bid conference shall be held with the intending bidder in the office of SE & PD,
MNITPC, CPWD, Jaipur - 302017 at 11.04.2025 at 11:00 AM to clear doubts of intending
bidders if any. Bidders should send all their queries by email on [email protected] latest by
11.04.2025 at 11:00 AM.

13. The tenderer should not have been blacklisted or penalized by any Central Government
/ State Government Offices/PSUs. A self-certificate / declaration in this effect is required
to be scanned and uploaded while participation in tendering process as per form G.

14. List of Documents to be scanned and uploaded within the period of bid submission:-

(i) Treasury Challan /Demand Draft / Pay order or Banker`s Cheque / Deposit at Call Receipt/
FDR/ Bank Guarantee of any scheduled Bank against EMD in the favour of Executive
Engineer, MNIT Project Division, CPWD, Jaipur and hard copy of the same EMD have to
be deposited physically in Division Office of any Executive Engineer, CPWD, inviting bids
or division office of Executive Engineer, CPWD within the period of Bid submission. The
same should also be Scanned and Uploaded by the intending bidders. (For CPWD enlisted
Contractor/Specialized Agency/Manufacturer/OEM)

(ii) Copy of receipt for deposition of original EMD issued from division office of any Executive
Engineer, CPWD (including NIT issuing EE), CPWD. (For CPWD enlisted Contractor/
Specialized Agency/Manufacturer/OEM)
(iii) Copy of enlistment order in appropriate class and category issued by CPWD. (For
CPWD enlisted Contractor)

Or

Completion Certificates of Work Experience. (For specialized agency)

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Or

OEM Certificate/ Proof. (For Manufacturer/OEM)

(iv) Net worth Certificate as per FORM “B” (For Specialized Agency)
Or

Banker’s Certificate as per FORM ‘B1’ (For Specialized Agency)

(v) Certificate of Financial Turnover from Charted Accountant (Form ‘A’) (For Specialized
Agency)

(vi) Details of Eligible Similar nature of works completed and ongoing during the last 7 years as
mentioned in Form ‘C’ & ‘C-1’ (For Specialized Agency)

(vii) Copy of Completion Certificates/Performance reports of eligible similar nature of works


issued by the Client not below the rank of Executive Engineer / Project Manager or
equivalent. In case of works executed in Private Sector, TDS Certificates in respect of works
executed should also be uploaded as per D. (For Specialized Agency)

(viii) Latest date Affidavit for “Proforma of Affidavit For Non - Black Listing” (Form G). (For
CPWD enlisted Contractor/ Specialized Agency/ Manufacturer/OEM)
(ix) Certificate of Registration for GST and acknowledgement of filled return. (For CPWD
enlisted Contractor/ Specialized Agency/ Manufacturer/OEM)
Or

an undertaking that:
"If work is awarded to me, I/we shall obtain GST registration certificate, as applicable,
within one month from the date of receipt of award letter or before release of any payment by
CPWD, whichever is earlier, failing which I/we shall be responsible for any delay in payments
which will be due towards me/us on account of the work executed and/or for any action taken
by CPWD or GST department in this regard".

(x) Bidder’s Contact Address, Telephone & Email id in form of letter of transmittal /submission of
bid as per Annexure-1. (For CPWD enlisted Contractor/ Specialized Agency/
Manufacturer/OEM)

(xi) Bidding Capacity along with list of works in hand in form ‘C-3’. (For CPWD enlisted
Contractor/ Specialized Agency)
(xii) Details of structure & organization (Form ‘E’) (For specialized Agency)

(xiii) Undertaking on structural stability and soundness as per prescribed format in Form ‘F’. (For
CPWD enlisted Contractor/ Specialized Agency/ Manufacturer/OEM)
(xiv) Any other Documents, if have. (For CPWD enlisted Contractor/ Specialized Agency/
Manufacturer/OEM)

Executive Engineer cum Senior Manager (E)


MNITPED, C.P.W.D., Jaipur

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


RECEIPT OF DEPOSITION OF ORIGINAL EMD

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

1 Name of work : Supply, installation, testing and commissioning of 800 KWP Solar
Photo Voltaic Generation System at MNIT, Jaipur.

2 NIT No : 10/2025/SEcumPD/MNITPC/Jaipur

3 Estimate Cost : Rs. 6,59,81,582/-

4 Amount of Earnest : Rs. 13,19,632/-


Money Deposit

5 Last date of submission : 25.04.2025 at 03:00 PM


of bid

(# To be filled by EMD receiving EE)


1 Name of Bidder :

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

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Annexure-1

INFORMATION REGARDING BIDDER

LETTER OF TRANSMITTAL/SUBMISSION OF BID

From : (Bidders Name)

To
The Executive Engineer cum Senior Manager (Elect.)
MNITPED, CPWD, Jaipur.

Subject : Supply, installation, testing and commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.

Having examined details given in Tender Notice and bid document for the above work, I/we hereby
submit the bid with requisite information & documents.

1. I/We hereby certify that all the information and documents submitted with the bid are true and
correct.
2. I / We have furnished all information and details necessary for eligibility and have no further
pertinent information to supply.
3. I/We also authorize Executive Engineer cum Senior Manager (E), MNIT Project Electrical
Division, CPWD, Jaipur to approach individuals, CPWDs, firms and corporation to verify our
competence and general reputation.
4. Our Current Contact address, email and telephone number details are as under:
Name of Bidder/Authorized Person of Bidder:

Contact Address of Bidder:


Email of Bidder:
Telephone Number of Bidder:

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


Date of submission:

10

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM ‘A’

FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished for the last five years duly certified by the
Chartered Accountant, as submitted by the applicant to the Income Tax Department.

Amount in Lacs
S. Description Financial Year
No.
2019-20 2020-21 2021-22 2022-23 2023-24

(i) SITC of Solar Photo


Voltaic Power generation
system.

(ii) Profit / Loss*

* The figure of loss should be prefixed by (-) sign.

II. Financial arrangements proposed for carrying out the proposed work.

Signature of Chartered Accountant with Seal Signature of Tenderer

11

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM “B”

FORM FOR CERTIFICATE OF NET WORTH


FROM CHARTERED ACCOUNTANT

It is to certify that as per the audited balance sheet and profit & loss account during the financial year
......................, the Net Worth of M/s. ................................................................... (Name & Registered
Address of individual / firms / company), as on ............................. (the relevant date) is Rs.
................................. after considering all liabilities. It is further certified that the Net Worth of the
company has not eroded by more than 30% in the last three years ending on (the relevant date.

Signature of Chartered Accountant


............................................................
Name of Chartered Accountant
.....................................................
Membership No. of ICAI
Date and Seal

NOTE:
Net Worth Certificate should be on letter head of the Chartered Accountant, addressed to tendering
authority. i.e. Executive Engineer cum Senior Manager (E), MNITPED, CPWD, Jaipur

12

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM "B1"

BANKER’S CERTIFICATE FROM A COMMERCIAL BANK

This is to certify that to the best of our knowledge and information that M/s./
Sh…………....................
................................................... having marginally noted address, …….as a Customer of our bank
are/ is respectable and can be treated as good for any engagement upto 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
1. Banker’s Certificates should be on letter head of the Bank, addressed to tendering authority.
2. In case of Partnership firm, certificate should include names of all partners as recorded with
the Bank.

13

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


*
1
S. No.

2
Name of work / Project and Location

3
Owner or sponsoring organization

4
Cost of work in lacs of rupees

Date of Commencement as per

5
contract

6
Stipulated date of completion
LAST DATE OF SUBMISSION OF BIDS.

7
Actual Date of Completion

14

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil


FORM “C”

Litigation / arbitration cases pending /

8
in progress with details *
9 Name and address / telephone

AE(C)/(E)
Number of officer to whom reference
may be made.

Indicate gross amount claimed and amount awarded by the Arbitrator.


Whether the work was done on back
10

to back basis YES/NO


The executing agency under which the
work has been executed Central / State
11

Govt./ Autonomous body / PSU /

EEcumSM(C)/(E)
Private
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE
LAST SEVEN YEARS ENDING LAST DAY OF PREVIOUS MONTH TO THE MONTH OF

Signature of Tenderer (s)


*
1
S. No.

2
Name of work / Project and Location

3
Owner or sponsoring organization

4
Cost of work in lacs of rupees

Date of Commencement as per

5
contract

6
Stipulated date of completion

7 Upto Date percentage progress of


work

15

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil


Slow Progress if any and reasons
8
FORM “C-1”

thereof

information given is correct to my/ our knowledge and belief.


Name and address / telephone
9

AE(C)/(E)
Number of officer to whom reference
may be made.
Whether the work was done on back
DETAILS OF ELIGIBLE SIMILAR NATURE OF ONGOING WORKS

10

to back basis YES/NO


The executing agency under which the
work has been executed - Central /
11

State Govt./ Autonomous body / PSU /

EEcumSM(C)/(E)
Private

Certified that the above list of works is complete and no work has been left out and that the

Signature of Tenderer (s)


FORM “C-3”

DETAILS OF EXISTING COMMITMENTS AND ONGOING WORKS

Number of officer to whom reference


Name of work / Project and Location

Existing Commitments column 4 *


Owner or sponsoring organization

Upto Date percentage progress of

Remaining work in percentage


Date of Commencement as per

Name and address / telephone


Cost of work in lacs of rupees

Stipulated date of completion

Remarks if any
column 8 / 100

may be made.
contract
S. No.

work
1 2 3 4 5 6 7 8 9 10 11

Total (B) =
Maximum turnover in last seven years =
Updated value of turnover (A) =
No. of Years (N) =
Bidding Capacity =

I certify that all the awarded and ongoing works have been included in the above list.

Signature of Tenderer (s)

Seal & Signature of chartered Accountant

16

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM “D”

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "C"


1. Name of Work/Project & Location
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. Completion Cost
6. Date of start
7. Stipulated date of completion
8. Actual date of completion
9. (a) Whether case of levy of compensation for
delay has been decided or not
(b) If decided, amount of compensation
levied for delayed completion, if any
10. Amount of reduced rate items, if any
11. Performance Report
i. Quality of work Outstanding/ Very Good/ Poor
ii. Financial soundness Outstanding/ Very Good/ Poor
iii. Technical Proficiency Outstanding/ Very Good/ Poor
iv. Resourcefulness Outstanding/ Very Good/ Poor
v. General Behavior Outstanding/ Very Good/ Poor
12. Type of structure (RCC framed or load
bearing)
13. No. of storeys
(Note: Mumty, Machine Room shall not be
counted as Storeys)
14. Whether the work executed with basement
(Yes/No)
15. Whether the work executed with Internal &
External sanitary installations (Yes/No)
16. Whether the work executed with Internal &
External electrical installations (Yes/No)
17. Whether the work executed with Fire fighting
Works (Yes/No)
18. Whether the work executed with Fire Alarm
Works (Yes/No)
19. Whether the work executed with Public
address & evacuation system (Yes/No)
20. Whether the work executed with BMS
(Building Management System) (Yes/No)
21. Whether the work executed with HVAC
Works (Yes/No)
22. Whether the work executed with Lift(s) Work
(Yes/No)
23. Remarks (if any)

Dated:
Owner/sponsoring organizations signature with date and seal (Project Manager/ Executive Engineer
or Equivalent)

17

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM 'D-1'
ASSESSMENT OF QUALITY FOR COMPLETED AS WELL AS ONGOING WORKS

Name of
Work:- Date of
Inspection:-
Date of submission of report:-
A. General Observation & Operational Aspects Yes/ No
1. Availability of approval from local bodies in case of Construction
of Private Buildings
2. Availability of approved Structural drawings
3. Observation on seepage/ leakage in the Building
4. Whether Line & level Maintained
5. In case of basement, observation on seepage, if any
6. Any Structural defects / distress observed. If yes give details
7. Whether safety measures adopted at site as per CPWD Safety Code and or
govt. guidelines are adequate or not
8. Whether the Welfare facilities provided to labour as per Clause 19 H of GCC
for CPWD Works/and or govt. guidelines are adequate or not
9. Whether AHU getting automatically switched off and fire damps closed in
case of fire signal?
10. Whether thimbles used for termination of wires in DBs, EBDs & Panels?
B. Quality of Work Marks Assessed
1. Quality of plaster/ finishing
2. Quality of R C C / C C Work
3. Quality of Flooring
4. Quality of Wood Work
5. Quality of Steel Work / Aluminium Work
6. Quality of Plumbing and Sanitary Installation
7. Quality of Workmanship
8. Quality of Waterproofing
9. If cladding done, observation on efficiency/ quality of cladding /
Brick work
10. Quality of internal electrification work
11. Quality of DBs, EBDs & Panels
12. Quality of E&M equipments, panels & feeder pillar
13. Quality of fire alarm system/ fire fighting system

14. Quality of Air Conditioning work

15. Quality of Sub-station based on complete live diagram, capacitor panel, power
factor, insulating Mat, cleanliness, cable termination, earthing pits, earthing of
transformer / DG sets
16. Any Other aspect (To be elaborated )

18

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Average Marks (To be awarded out of 100 Marks based on average of marks assessed on each
attribute mentioned at B above).

Note:-
1. All the above parameters may be considered for assessing the overall quality of work executed
by the contractor. Each attribute shall be assessed on maximum marks of 10 under B above.
2. In case, any attribute is not applicable, the same may not be included in assessment and
mentioned are not applicable (N/A)
3. The works as assessed above shall be converted on a scale of 25/15 marks for
completed/ongoing works respectively.

19

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM ‘E’

STRUCTURE & ORGINAZATION

1. Name & address of the bidder:


2. Telephone no./Telex no. /Fax no.:
3. Legal status of the bidder (Scan & upload copies of original document defining the legal
status)
(a) An individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited Company or Corporation
4. Particular of registration with various Government bodies (San & upload attested photocopy)

Organization/Place of registration Registration No.


1.
2.
3.

5. Names and titles of Directors & Officers with designation to be concerned with this work.
6. Designation of individuals authorized to act for the organization
7. Has the bidder, or any constituent partner in case of partnership firm, limited company/Joint
Venture, ever been convicted by the court of Law? If so, give details
8. In which field of Civil Engineering construction the bidder has specialization and interest?
9. Any other information considered necessary but not included above.

Signature of Bidder(s)

20

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


PROFORMA – 1
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR
PRE-ELIGIBILITY

Attributes Evaluation
(a) Financial strength (20 marks)
(i) Average annual turnover - 16 marks (i) 60% marks for minimum eligibility
(ii) Banker’s Certificate - 4 marks criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis
(b) Experience in similar class of works - (20 (i) 60% marks for minimum eligibility
marks) criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii) – on pro-rata basis
(c) Performance on works (20 marks)
(time over run)
Parameter Calculation For Score Maximum Marks
points
If TOR = 1.00 2.00 3.00 >3.50 20
(i) Without levy of compensation 20 15 10 10
(ii) With levy of compensation 20 5 0 -5
(iii) Levy of compensation not decided 20 10 0 0
TOR = AT/ST, where AT= Actual Time; ST= Stipulated Time in the Agreement plus (+)
justified period of Extension of Time
Note: Marks for value in between the stages indicated above is to be determined by straight line
variation basis.
(d) Performance of works (Quality) as per Assessment In Form D-1. (40 marks)
Completed works Ongoing works (Total marks assessed)
(max. 25 marks) (max. 15 marks)

21

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM "F"
UNDERTAKING ON STRUCTURAL STABILITY AND SOUNDNESS OF ALREADY
COMPLETED BUILDINGS AND INFRASTRUCTURE PROJECTS.

I/we undertake and confirm that any building / infrastructure constructed by our firm /partnership
firm/ company has not suffered any failure, making it unfit for intended use, either due to structural
design and defects or due to use of sub-standard materials or execution of sub-standard work, poor
workmanship or any other reason during the last 25 (twenty five) years.
I/we, further, undertake that if such information comes to the notice of CPWD, then Engineer-
in- Charge shall be free to terminate the bid/agreement and to forfeit the entire amount of earnest
money deposit, performance guarantee and security deposits.
I/we, also undertake that in addition to above, the Engineer-in-Charge shall be free to debar us
forever from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and binding.

Signature of notary Signature of bidder or an authorized


person with seal of the firm with
stamp

Note: Affidavit to be furnished on a ‘Non-judicial’ stamp paper of Rs. 200/-(scanned copy of the
notarized affidavit to be uploaded at the time of submission of bid).

22

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM-G
PROFORMA OF AFFIDAVIT FOR NON - BLACK LISTING

I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any
state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations.
Further that, if such information comes to the notice of the department, then I/we shall be debarred
for bidding in CPWD in future forever. Also, if such information comes to the notice of department
on any day before date of start of work, the Engineer-in-charge shall be free to cancel the
agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee
(Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-

Signature of Bidder(s) or an authorized


Officer of the firm with stamp
Signature of Notary with seal

23

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


CPWD-6 CPWD

CPWD-6 FOR e-TENDERING


GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER

The Executive Engineer cum Senior Manager (E), MNIT Electrical Project Division, CPWD, Jaipur
on behalf of the President of India invites online Percentage Rate E-Tenders in two bid system for
the following work: “Supply, installation, testing and commissioning of 800 KWP Solar Photo
Voltaic Generation System at MNIT, Jaipur.”

1. The enlistment of the Contractor should be valid on the last date of submission of tenders. In
case the last date of submission of tender is extended, the enlistment of Contractor should be
valid on the original date of submission of tenders. The work is estimated to cost Rs.
6,59,81,582/-. This estimate, however, is given merely as a rough guide.

2. The time allowed for carrying out the work will be 04 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.

3. The site for the work is available. (Site available)

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 conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen from website www.etender.cpwd.gov.in free of cost.

5. 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.

6. White submitting the revised bid, Bidder can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.

7. 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.

8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive
Engineer, MNIT Project Division, CPWD, Jaipur 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 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) uploaded by tender inviting Executive Engineer in the NIT.
24

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


This receipt shall also be uploaded to the e-tendering website by the intending bidder up to the
specified bid submission date and time

9. 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 lacs, whichever is less, shall have to be deposited
in shape prescribed above, and balance may be deposited in shape of Bank Guarantee of any
scheduled bank having validity for six months or more from the last date of receipt of bids
which is to be scanned and uploaded by the intending bidders.

Copy of documents as specified in the press notice 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 press notice shall have to be submitted by the
lowest bidder only within a week Physical EMD of the scanned copy of EMD uploaded shall
must have to be deposited in Division Office.

Online bids documents submitted by intending bidders shall be opened only of those bidders,
whose original EMD deposited with any division of CPWD and other Documents scanned and
uploaded are found in order.

The Technical bid submitted shall be opened at 25.04.2025 at 03: 30 PM

The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:

(i) The bidders is found ineligible.

(ii) The bidders do not upload all the documents (including GST registration) as stipulated
in the bid documents including declaration of EMD.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer in the
office of tender opening authority.

The Bidder whose bid is accepted, will be required to furnish performance guarantee
of 5% (Five Percent) of the bidded 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 or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any
Scheduled Bank or the State Bank of India in accordance with the prescribed form. In
case the Bidder 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 Bidder shall be forfeited automatically without any notice to the
Bidder. The earnest money deposited along with bid shall be returned after receiving
the aforesaid performance guarantee.

10. Intending bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
25

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
their bid. A bidders shall be deemed to have full knowledge of the site whether he inspects it
or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed.
The bidders shall be responsible for arranging and maintaining at his own cost all materials,
tools & plants, water, electricity access, facilities for workers and all other services required
for executing the work unless otherwise specifically provided for in the contract documents.
Submission of a bid by a bidders implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the
work.

11. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received
without the assignment of any reason. All bids in which any of the prescribed condition is not
fulfilled or any condition including that of conditional rebate is put forth by the bidders shall
be summarily rejected.

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

13. 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.

14. The Bidder shall not be permitted to bid for works in the CPWD Circle (Division in case of
Bidders of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity
between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall
also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any gazette officer in the Central
Public Works Department or in the Ministry of Urban Development. Any breach of this
condition by the Bidder would render him liable to be removed from the approved list of
Bidders of this Department.

15. No Engineer of Gazette rank or other Gazette Officer employed in Engineering or


Administrative duties in an Engineering Department of the Government of India is allowed to
work as a Bidder 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 Bidder or any of his employees is found any time to be such a person
who had not obtained the permission of the Government of India as aforesaid before
submission of the bid or engagement in the Bidder’s service.

26

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


16. The bid for the works shall remain open for acceptance for a period of 75 (seventy five) days
from the date of opening of technical bid in case bids are invited on 2 or 3 bid system. Further
(i) If any tenderer with draws his tenders or makes any modifications in the terms &
conditions of the tender which is not acceptable to the department within 7 days after opening
of tender (excluding date of opening of tender (excluding date of opening of tender) then the
Government shall without prejudice to any other right or remedy, be at liberty to forfeit 50%
of the earnest money absolutely. (ii) After 7 days of opening of tender the Government shall
without prejudice to any other right or remedy, be at liberty to forfeit 100% of the earnest
money absolutely. (iii) The bidders shall not be allowed to participate in the rebidding process
of the work.

17. Forfeiture of Earnest Money – (i) If any tenderer withdraws his tenders or makes any
modifications in the terms & condition of the tender which is not acceptable to the department
within 7 days after opening of tender (excluding date of opening of tender) then the
Government shall without prejudice to any other right or remedy, be at liberty to forfeit 50%
of the earnest money absolutely. (ii) After 7 days of opening of tender the Government shall
without prejudice to any other right or remedy, be at liberty to forfeit 100% of the earnest
money absolutely.

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

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

b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as mentioned.

Executive Engineer cum Senior Manager (E)


MNITPED, CPWD, Jaipur

27

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


No. 12(52)/EE(E)/MNITPED/CPWD/2025/156 Dated:- 04.04.2025

Copy to: -
1. SE cum PD, MNITPC, CPWD, Jaipur for information.
2. EE cum SM (C), MNITPD, CPWD, Jaipur for information.
3. Assistant Engineer (E)-II, MNITPED, CPWD, Jaipur..
4. Notice Board.
5. Cashier.
6. File No. Concern File

Executive Engineer cum Senior Manager (E)


MNITPED, CPWD, Jaipur

28

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM OF EARNEST MONEY DEPOSIT (BANK GUARANTEE BOND)

WHEREAS, Bidder.................. (Name of Bidder) (hereinafter called "the Bidder") has submitted his
tender dated ............. (date) for the construction of ................................................ (name of work)
(here in after called “the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (Name of bank) having
our registered office at ................................... (here in after called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (here in after called "the
Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................)
for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ................. day of ................. 20......

THE CONDITIONS of this obligation are:

(1) If after tender opening the Bidder withdraws, his tender during the period of validity of tender
(including extended validity of tender) specified in the Form of Tender;

(2) If the Bidder having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidder, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to Bidder,

We undertake to pay to the Engineer-in-Charge up either to the above amount or part thereof
upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates his
demand, provided that in his demand the Engineering-Charge will note that the amount claimed by
his is due to him owing to the occurrence of one or any of the above conditions, specifying the
occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline
for submission of tender as such deadline is stated in the Instructions to Bidder or as it may be
extended by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE .............
SIGNATURE OF THE BANK
WITNESS .................. SEAL
(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of
tender.

29

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


FORM OF PERFORMANCE SECURITY (GUARANTEE)
BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called “The Government”) having offered to
accept the terms and conditions of the proposed agreement between…………………………….and
……………………… (hereinafter called “the said Bidder(s)”) for the
work…………………………………………………… (hereinafter called “the said agreement”)
having agreed to production of an irrevocable Bank Guarantee for Rs. …………. (Rupees
………………………………… only) as a security/guarantee from the Bidder(s) for compliance of
his obligations in accordance with the terms and conditions in the said agreement.
1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby undertake to
pay to the Government an amount not exceeding Rs. ………………………..
(Rupees………………. Only) on demand by the Government.
2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay
the amounts due and payable under this guarantee without any demure, merely on a demand
from the Government stating that the amount claimed as required to meet the recoveries due
or likely to be due from the said Bidder(s). Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this Guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding
Rs.………………….. (Rupees ………………………….only)
3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the Bidder(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment thereunder and the Bidder(s) shall have no claim against us for making such
payment.
4. We, ……………………………. (indicate the name of the Bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continue to be enforceable
till all the dues of the Government under or by virtue of the said agreement have been fully
paid and its claims satisfied or discharged or till Engineering-Charge on behalf of the
Government certified that the terms and conditions of the said agreement have been fully and
properly carried out by the said Bidder(s) and accordingly discharges this guarantee.
5. We, ……………………………. (indicate the name of the Bank) further agree with the
Government that the Government shall have the fullest liberty without our consent and
without affecting in any manner our obligation hereunder to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said Bidder(s) from
time to time or to postpone for any time or from time to time any of the powers exercisable by
the Government against the said Bidder(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said Bidder(s) or for any
forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said Bidder(s) or by any such matter or thing whatsoever which under the
law relating to sureties would, but for this provision, have effect of so relieving us.

30

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Bidder(s).
7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to
revoke this guarantee except with the previous consent of the Government in writing.
8. This guarantee shall be valid up to …………………………unless extended on demand by the
Government. Notwithstanding anything mentioned above, our liability against this guarantee
is restricted to Rs.…………………… (Rupees ………………..) and unless a claim in writing
is lodged with us within six months of the date of expiry or the extended date of expiry of this
guarantee all our liabilities under this guarantee shall stand discharged.

Dated the ………………..day of ……………………for………………….(indicate the name of the


Bank)

31

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


AFFIDAVIT

I / We have submitted a bank guarantee for the work


___________________________________________________________________________
(Name of work)
Agreement No. ____________________________________________________________
Dated ____________________from _____________________________________________
(Name of the Bank with full address)
to the Executive Engineer ________________________________________________with a view
(Name of the Division)
to seek exemption from payment of performance guarantee in cash. This Bank guarantee expires on
______________________________________________. I / We undertake to keep the validity of the
bank guarantee intact by getting it extended from time to time at my / our own initiative upto a period
of _______________________ months after the recorded date of completion of the work or as
directed by the Engineer in charge.

I / We also indemnify the Government against any losses arising out of non-encashment of the
bank guarantee if any.

(Deponent)
Signature of Bidder

Note: The affidavit is to be given by the Executants before a first-class Magistrate.

32

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


C.P.W.D.-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE : Rajasthan CIRCLE: MNITPC
DIVISION : MNITPED

Percentage Rate Tender & Contract for Works

Tender for the work of: Supply, installation, testing and commissioning of 800 KWP Solar Photo
Voltaic Generation System at MNIT, Jaipur.

(i) To be uploaded by 03:00 PM on 25.04.2025 to Executive Engineer cum Senior Manager


(E), MNIT Project Electrical Division, CPWD, Jaipur / upload at website
www.etender.cpwd.gov.in and www.eprocure.gov.in

(ii) Technical bid will be opened in presence of tenderers who may be present at 03:30 PM on
25.04.2025 in the office of Executive Engineer cum Senior Manager (E), MNIT Project
Electrical Division, CPWD, Jaipur.
(iii) The Price Bid opening date and time shall be intimated later to qualified Bidders in
Technical bid.

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 respects
with the specifications, designs, drawings 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 respects in accordance with, such conditions so far as
applicable.

We agree to keep the tender open Seventy-Five (75) days from the date of opening of
technical bid in case tenders are invited on 2 bid / envelop system and not to make any
modifications in its terms and conditions.
A sum of Rs. 13,19,632/- is hereby forwarded in cash/receipt treasury challan/deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money. If I/We, fail to furnish the
prescribed performance guarantee within prescribed period. I/We agree that the said President of
India or his successors in office shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We
agree that President of India or the successors in office shall without prejudice to any other right or
33

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said
Performance Guarantee shall be a guarantee to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to those in excess of that limit at the
rate 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 or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another Bidder 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.
………………(yyy)
Dated : …………………(yyy) Signature of Bidder
Postal Address
Witness: ………………(yyy)

Address : …………..…(yyy)

Occupation : ………….(yyy)

34

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


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. __________(xxx) (Rupees
______________________________________________________________ (xxx))
The letters referred to below shall form part of this contract Agreement: -
a)
b)
c)
For & on behalf of the President of
India Signature ______________________ (xxx)
Dated …………….(xxx) Designation ______________________ (xxx)

(xxx) : to be filled in by AAO & (yyy) : to be filled in by Bidder

35

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


SCHEDULES (A to F)

SCHEDULE ‘A’
Schedule of quantities As per part –C of the NIT

SCHEDULE ‘B’
Schedule of materials to be issued to the Bidder

S.No. Description of item Quantity Rates in figures & words Place


at which the material will of
be charged to the Bidder issue

1 2 3 4 5

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

SCHEDULE ‘C’

Tools and plants to be hired to the Bidder

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


1
2 3 4

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


SCHEDULE ‘D’
Extra schedule for specific requirement/documents for the work, if any

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

SCHEDULE ‘E’

Reference to General Conditions of contract: As per CPWD Works Manual 2024 and its
SOP & General conditions of contract
Construction works 2023 amendments up to
date.

36

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Name of Work : Supply, installation, testing and commissioning of 800 KWP Solar Photo
Voltaic Generation System at MNIT, Jaipur.

Estimated cost of work : Rs. 6,59,81,582/-


Earnest Money Deposit : Rs. 13,19,632/-
Performance Guarantee : 5% of Tendered Value.
Security Deposit : 2.5% of Tendered Value.
SCHEDULE ‘F’
General Rules & Directions:
Officer inviting tender

Maximum percentage for quantity of items of work see under Clause 12


to be executed beyond which rates are to be
determined in accordance with Clauses 12.2 & 12.3
Definitions:

2(i) Engineer-in-charge EEcumSM (E), MNITPED, CPWD, Jaipur.

2(ii) Accepting Authority SE & PD, MNITPC, CPWD, Jaipur

2(iii) Percentage on cost of materials 15%


and labour to cover all overhead and profits

2(iv) Standard schedule of Rates DSR 2022 (E&M) DSR 2023 (Civil), DSR
2019 (Solar PV) & Market rates.
2(v) Department
Central Public Works Department
2(vi) Standard CPWD contract Form
GCC construction works 2023 &
CPWD form 7 as modified &
corrected upto date

Clause 1 Time allowed for Submission of


i) performance guarantee from the
date of issue of letter of acceptance 7 Days

ii) Maximum allowable extension


beyond the period as provided
in above at (i) 3 Days with late fee @ 0.1% per day
of PG amount

Clause 2 Authority for fixing compensation


under clause 2. SE cum PD, MNITPC, CPWD, Jaipur.

Clause 5 Number of days from the date of


issue of letter of acceptance for 10 days
reckoning date of start
37

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Mile stone (s) as per table given below:-
TABLE OF MILE STONE(S)

S. No. Financial Progress Time allowed (form Amount to be withheld


date of start) in case of non
achievement of
milestone
1 Submission of drawing and design in 01 Month 1%
line with the drawings given in Part D
and scope of work in Part – B.
2 Supply of all material (Except PV 02 Months 1%
modules)
3 Supply of all material and completion of 03 Months 2%
structural work.
4 Completion of work, Solar metering and 04 Months 1%
handing over.

Time allowed for execution of work : 04 Months

Authority to Decide:
i. Authority to convey the decision of EE cum SM (E), MNITPED,
Shifting of milestone and extension of time CPWD, Jaipur

ii. Authority to decide reschedule of milestone and SE cum PD, MNITPC, CPWD,
And extension of time. Jaipur

iii. Shifting of date of start in case of delays in SE cum PD, MNITPC, CPWD,
handing over of site Jaipur

Clause 6 CMB/EMB

Clause 7 Gross work to be done


together with net payment/ 02 crore or 01 month whichever
adjustment of advances for comes earlier or as per
material collected, if any, discretion of Engineer-in-charge
since the last such payment
for being eligible to interim payment.

No running account bill shall be paid for the work


Clause 7A till the applicable labour licenses, registration
with EPFO, ESIC and BOCW Welfare Board,
whatever applicable are submitted by the Bidder Applicable
to the Engineer- In-Charge.
Clause 10A List of testing equipment to be provided by the
Bidder at site lab (for electrical work) – NIL

38

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


S.No. Equipments Quantity
1. Earthing Tester 1 no.
2. Insulation Tester (LT / HT) 1 no.
3. Tong Tester 1 no.
4. Multimeter 1 no.
5. Lux Meter 1 no.
6. Vernier Caliper 1 no.
7. Wire Gauge 1 no.
8. Hand Blower / Vacuum Cleaner 1 no.
9. Drill Machine 1 no.
10. Chase Cutting Machine 1 no.
11. Crimping Tool Kit 1 no.
12. Self Supporting Ladder - 4 feet 2 nos.
13. Ladder – 20 feet 1 no.

Clause 10C Component of labour expressed as percent of


N.A.
value of work

Clause N.A.
10CA Whether clause 10CA shall be Applicable.
Materials covered under this Nearest material for which All Base price of all material covered
clause India under Clause 10 CA
Wholesale Price Index is to be
followed
--------Nil------------ -----------------Nil-------------------- ----------------Nil-----------------
--------Nil------------ ---------------------Nil---------------- -----------------Nil-----------------
--------Nil------------ ------------------Nil------------------- -----------------Nil-----------------

Clause Clause 10CC to be applicable in contracts with


10CC stipulated period of completion exceeding the N.A.
period shown in next column :

Schedule of component of cement, steel, other materials, Labour etc. for price escalation:

CLAUSE 10 CC Not admissible. ‘Xc’ Nil %


Component of cement-expressed as percent of total value of work.
Component of steel-expressed as percent of total value of work.
‘Xs’ Nil %
Component of civil (except cement & steel) / Electrical
construction materials-expressed as percent of total value of work. ‘Xm’ Nil %
Component of labour-expressed as percent of total value of work. ‘Y’ Nil %
Component of P.O.L.-expressed as percent of total value of work. ‘Z’ Nil %

CPWD General specifications for


Clause 11 Electrical Works Part I & II 2023
amended upto date.

Clause 12 Original Work


Deviation limit beyond which
12.2 & 12.3 clauses 12.2 & 12.3 shall apply
100%
for electrical work.
39

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Deviation limit beyond which
12.5 clauses 12.2 and 12.3 shall apply
for foundation work.
100%

SE cum PD, MNITPC, CPWD,


Clause 16 Competent Authority for deciding Jaipur
reduced rates.

Clause 18 List of mandatory machinery, tools & plants to be As required for timely execution
deployed by the Bidder at site. of work

Clause-25: Settlement of Disputes by Conciliation and Arbitration

(a) Conciliator for conciliation Special Director General- Region Chandigarh, CPWD,
of disputes or Successor thereof.

(b) Arbitrator Appointing SE cum PD, MNITPC, CPWD, Jaipur


Authority
(c) Place of arbitration: Jaipur

Clause 32 : Requirement of Technical Representative(s) and recovery Rate :


S. Requirement of Technical Minimum Designation of Rate at which recovery
No. Staff experience (Years) Technical staff shall be made in the
event of not fulfilling
Qualification Number
1 Graduate Project Manager Rs. 25,000/-
Engineer 1 (E&M) 5 per month

2 Graduate 2 or 5 Project Planning


Engineer 1 (E&M) respectively /Quality/ Billing Rs. 15,000/- per month
Engineer
or

Diploma 1+1 (E&M)


Engineer

Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.

40

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


Clause 42
i) (a) Schedule/statement for determining theoretical quantity of cement &
bitumen on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D.

ii) Variations permissible on theoretical quantities.


a) Cement for works with estimated cost put to NIL.
tender not more than Rs.5 lakhs
for works with estimated cost put to 2% plus/minus.
tender more than Rs.5 Lakhs.
b) Bitumen for all works. 2.5% plus only & nil
on minus side.
c) Steel Reinforcement and structural steel
sections for each diameter, section and 2% plus/minus.
category.

d) All other materials. Nil.

EE cum SM (E)
MNITPED, CPWD, Jaipur

41

Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)


(Electrical & Mechanical Works)

PART-B

Name of work: Supply, installation, testing and


commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.

42
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
CPWD-6 CPWD

CONDITIONS FOR ENGAGEMENT OF ASSOCIATED AGENCIES/OEM/Manufacturer

After the award of work, in case the CPWD contractor himself meets the required eligibility
criteria, he shall be allowed to execute the same after due verification etc., otherwise he shall either
associate specialized agency or manufacturer/ OEM as per eligibility criteria.

In case CPWD Contractor associates specialized agency following needs to be submitted:

1. The main contractor shall submit the details of specialized agency to be associated in Annexure
– A within two weeks of awarded of work. Following documents for association shall be submitted to
the Executive Engineer cum Senior Manager (E), MNITPED, CPWD, Jaipur in charge for deciding
the eligibility

A. Willingness from eligible specialized agency to get associated with the applicant for execution
of the work as per the conditions set out in the MOU as per the proforma given in Annexure-B to be
signed between the CPWD contractor and the associated eligible specialized agency.

B. For association of agency for specialized E&M works: -


(i) Copy of Completion Certificate as per eligibility criteria mentioned in Schedule-F issued by
competent authority.
(ii) Copy of Goods and Service Tax (GST) Registration
(iii) Copy of ESIC and EPF Registration.
(Copy of all above documents will be self-attested by the main agency and associated agency)

C. MOU signed on Rs. 100/- with eligible specialized agency meeting the eligibility criteria and
same as specified for specialized works. The MOU in the enclosed form as per Annexure-C shall be
signed by both the parties i.e. contractor as 1st party and associated agency as 2nd party.

In addition to this the associated agency has to submit an Affidavit as under: -

“I/We undertake and confirm that eligible similar works(s) has/have not been 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 associated agency in CPWD in future forever.”

In case CWPD Contractor associates Manufacturer/OEM needs to be submit


Authorization/willingness certificate as per Annexure – B

43
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
2. In the event of the concerned associated agency not performing satisfactorily or failure of
associate to complete the work, the contractor on the written direction of the department, shall remove
the Associate deployed on the work and shall submit name of new associate who fulfill the conditions
mentioned in NIT to execute the leftover work without any loss of time or variation in cost to the
department in this regard. Contractor shall meet all the guarantee for the equipment already supplied
for which payment has been released by the Deptt. in part. If any equipment supplied for the work,
during the currency of the earlier Associate and paid partly by the Deptt., becomes redundant /not in a
position to be installed and commissioned and put to beneficial use due to change in agency for
execution of E&M work, the contractor shall be liable for replacement of the equipment(s) at no cost
to Department. No change of Associated Specialized Agency or Manufacturer/OEM will be allowed
without prior approval of the Engineer-in-charge.

3. Successful bidder/The specialized agency and Manufacturer/OEM shall be responsible and


liable for proper and complete execution of the work and ensure coordination and completion of work.
The specialized agency or Manufacturer/OEM along with contractor shall attend the inspection of the
work by the Engineer-in-Charge of E&M works as and when required. The associate specialized
agency or Manufacturer/OEM shall sign a tripartite Agreement/Contract along with the main tenderer
and the departmental officer, for technical compliance of specification, guarantee etc. The associate or
contractor/ specialized agency shall attend the inspection of the work by the Engineer-in-Charge of
E&M works as and when required.

4. Successful Bidder shall submit the certificate/undertaking from manufacturer /OEM


regarding.
(i) The manufacturer /OEM shall unconditionally support the lowest tendered technically
throughout the execution of contract.
(ii) The Manufacturer /OEM shall provide all the spares required for healthy functioning of the
equipment for at least 10 (ten) years from date of supply of equipment.

44
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
ANNEXURE-A

PROPOSAL FOR ASSOCIATING ELECTRICAL AGENCIES for ELECTRICAL


INSTALLATION

We hereby propose the following electrical agencies as per details mentioned against each. Their
Willingness Certificates are also attached as per Annexure-B.

S Name of Category and Registration Electrical Validity of Consent


No electrical class of No. License registration letter
contractor/ Firm registration in attached
CPWD (yes/No)
1.

2.

3.

Note :- A copy of registration order shall be attached for each agency.

Contractor’s signature

45
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
ANNEXURE-B

WILLINGNESS CERTIFICATE

Name of work: ………………………….

I hereby give my willingness to work as Associated Specialized Agency /Manufacturer /OEM


for specialized work of ………………………………………………… of the above-mentioned work.

I will execute the work as per specifications and conditions for the agreement and as per
direction of the Engineer-in-Charge. Also I will engage full time technically qualified
supervisor/engineer for the work. I will attend inspection of officers of the department as and when
required.

Dated:

Signature of the Associated Specialized Agency / Manufacturer /OEM

46
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
ANNEXURE-C

MEMORANDUM OF UNDERSTANDING (ON RS. 100/- NON-JUDICIAL STAMP)

This Memorandum of Understanding (MOU) is made on the _________ at __________


Between

M/s _____________________________ (Main Contractor) having his registered office at


_____________________ which expression shall unless repugnant to the subject or context include its
administrators, successors and assigns.

And

M/s ____________________ (Associate contractor) registered in CPWD as class : _______


Electrical contractor and having his registered office at _____________________ which expression
shall unless repugnant to the subject or context include its administrators, successors and assign.
Whereas, the Central Public Work Department, have issued tender papers to quote for the
following work to M/s __________________(Main Contractor).

Name of work: ……………………………………………………………

Whereas, This Memorandum of Understanding has been entered into to execute the above
work by the Main Contractor and Associate Contractor.

Whereas, both the parties have gone through and understood the various conditions and clauses
of the tender and willingly agree to abide by them.

This MOU shall be valid till the duration of completion of above work and shall be extended if
so required by the CPWD.

Now, therefore it is agreed between the parties here to as follows :-

1 The associated agency shall completely execute, perform and do all the works mentioned and
described in the main agreement for its electrical components according to the specifications,
terms and conditions etc. of the main agreement.
2 The associated agency shall execute and complete the works in all respect up to full
satisfaction of the CPWD officers and attend to them during their inspection at site, meetings
etc., whenever required by the CPWD officers.
3 The cost of electrical works executed by the associated electrical contractor will include the
cost of all the materials, accessories, equipments, tools & plants, laborers technical persons
required etc. in all respect.
4 The associated agency is responsible for getting recorded measurements and preparation,
submissions & pursuance of payment of the bills of the work done for electrical portion of the
main agreement.
5 The rate will be as per the schedule enclosed.
6 The Quantity will be as per actual measurement as received from CPWD to main contractor
and the rate will be as per the mutually agreed.

47
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
7 The payment to associate contractor will be released after the payment to main contractor is
made by the CPWD.
8 The technical staff required for the associate discipline shall be of associate/main contractor.
9 The guarantee of the installation after the completion of the work shall be responsibility of the
associate contractor and main contractor both as required by the CPWD.
10 There is Service Tax (GST) liability; work being related to the construction of the Central
Govt. Deptt. However, if any liability of the Service Tax (GST) is imposed on the associated
electrical contractor then it will be paid by main contractor.
11 Either party shall not repudiate the contract in mid-way without the consent of each other.
Otherwise, it will be treated as breach of agreement for any reason whatsoever.
12 The main agency shall be solely responsible for deferment & rescheduling of each milestone
fixed as per contract documents and in such eventuality, the consequences arising out of the
same rests on main agency.
13 The main contractor only shall be responsible for getting extension of delay regularized and
liability what so ever flowing out shall lies with them. There shall be no direct or indirect
impact on associate contractor.
14 TDS shall be deducted by the main contractor as per Income Tax law from associated agency.
In case liability of tax other than Income Tax (Such as GST, or any other mechanism formed)
is levied on associated contractor then the main agency will reimburse it in full to associated
agency.
15 The associated contractor shall be bound to execute work up to a deviation limit prescribed in
schedule-Fin quantities of items of work at the agreement rate. Beyond deviation limit the
rates will be decided by main & Associated contractor on mutually agreed basis.
16 For the items such as extra items, substitute items and new items other than the items of main
agreement, if any incorporated in the work, then the main contractor shall pay the full amount
so approved to the associate contractor.
17 The validity of rates shall be ______ months after finalization & acceptance of MOU by the
competent authority.
18 In case main contractor delays the payment to associated contractor after the payment is
released by department to the main contractor then on receipt of delay in payment from
associate contractor the CPWD shall directly make the payment to associated contractor.
19 The main contractor shall at their cost provide necessary requisite arrangement for storage of
material.
20 Sand& cement used in the electrical work shall be provide by main contractor.
21 Security Deposit as deducted by the CPWD will be reimbursed by main contractor to associate
contractor. However associated contractor will deposit 2 ½ % of Agreement amount of Rs.
______________ in shape of FDR towards S/D to be retained by main contractor which will
refunded to electrical contractor after completion of electrical work.
22 The Income tax, Commercial tax and labour cess tax deducted by the CPWD from the bills of
electrical work shall be reimbursed by the main contractor in favour of the associated electrical
contractor accordingly.

In witness whereof we have put our hand seal on date _________________.

Signature Signature
(Associated Contractor) (Major Contractor)
Address : _________________ Address : __________________
48
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
GENERAL TERMS AND CONDITIONS

General Commercial & Technical Conditions:


All the works shall be carried out as per CPWD General specification for Electrical Works, Part-I
(Internal)-2023; Part-II (External) 2023, Part-III (Lifts & Escalators) 2003, Part-IV (Substation) 2013,
Part-V (Wet Riser & Sprinkler System) 2020, Part-VI (Fire Detection & Alarm System) 2018, Part-
VII (DG Set) 2013, Part-VIII (Gas Based Fire Extinguishing System) 2013 & General Specifications
for HVAC 2024 amended up to date and should also comply with relevant provisions of the Indian
Electricity Rules and Acts as applicable, amended up to date. The contractor is advised to visit the site
of work to have an idea of the execution of the work; failure to do so shall not absolve their
responsibility to do the work as specified in agreement.

Rates:
The work shall be treated as on works contract basis and the rates tendered shall be for complete items
of work inclusive of all taxes including GST, duties, and levies etc. and all charges for items
contingent to the work, such as packing, forwarding, insurance, freight and delivery at site for the
materials to be supplied by the contractor, watch and ward of all materials for the work at site etc.

Mobilization Advance:
No mobilization advance shall be paid for the work, unless otherwise stipulated in tender papers for
any individual works/ composite work.

Completeness of Tender:
All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections as required, and all other sundry items which are useful and necessary for proper
assembly and efficient working of the various components of the work shall be deemed to have been
included in the tender, whether such items are specifically mentioned in the tender documents or not.

Works to be done by the contractor:


Unless and otherwise mentioned in the tender documents, the following works shall be done by the
contractor, and therefore their cost shall be deemed to be included in their tendered cost: -
Cutting and making good all damages caused during installation and restoring the same to their
original finish.
Sealing of all floor openings provided by him for pipes and cables, from fire safety point of view, after
laying of the same.
Painting at site of all exposed metal surfaces of the installation other than pre-painted items like
fittings, fans, switchgear/distribution gear items, cubicle switchboard etc. Damages to finished
surfaces of these items while handling and erection, shall however be rectified to the satisfaction of the
Engineer-in-Charge.
Testing and commissioning of completed installation.
Storage space for all equipment, components and materials for the work.

Storage and Custody of Materials:


The contractor has to make his own arrangement for the storage of the material at site & necessary
watch and ward of the electrical installation during the execution of work till the same is handed over
to the department. No extra payment will be made on this account. The storage space shall however
be arranged by the department at site, if available. The main contractor shall arrange for proper storage
of the electrical fans and fittings at site and that double lock system shall be arranged for the fans and
fittings after receipt at site until the time they are taken for installation. The contractor shall however
be responsible for proper storage and safe custody of the same till their installation and handing over
to the department.

49
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
Electric Power Supply and Water Supply:
Power and water supply will be arranged by the contractor at the site for installation and testing
purposes. The contractor will take due care to ensure safety of electrical installation during execution
of work.

Tools for handling and Erecting:


All tools and tackles required for handling of equipment and materials at site of work as well as for
their assembly and erection and also necessary test instruments shall be the responsibility of the
contractor.

Payment Terms:
Payment shall be made as per the relevant clauses of form PWD 7/8 forming part of the tender
documents.

Co-ordination with other agencies:


The contractor shall co-ordinate with all other agencies involved in the building work so that the
building work is not hampered due to delay in his work. Recessed conduit and other works, which
directly affect the progress of building work, should be given priority.

Care of buildings:
Care shall be taken by the contractor to avoid damage to the building during execution of his part of
the work. He shall be responsible for repairing all damages and restoring the same to their original
finish at his cost. He shall also remove, at his costs, all unwanted and waste materials arising out of
his work, from the site.

Structural Alterations to Buildings:


No structural member in the building shall be damaged/altered, without prior approval from the
competent authority through the Engineer-n-charge. Structural provisions like openings, cutouts, if
any, provided by the department for the work, shall be used. Where these required modifications, or
fresh provisions are required to be made, such contingent works shall be carried out by the contractor
at his cost. All such openings in floors provided by the department shall be closed by the contractor
after installing the cables/conduits/rising mains etc. as the case may be, by any suitable means as
approved by the Engineer-in-charge without any extra payment. All chases required in connection
with the electrical works shall be provided and filled by the contractor at his own cost to the original
architectural finish of the buildings.

Addition to an installation:
Any addition, temporary or permanent, to the existing electrical installation shall not be made without
a properly worked out scheme/design by a qualified Electrical Engineer to ensure that such addition
does not lead to overloading, safety violation of the existing system.

Work in Occupied Buildings: No

Drawings:
After award of the work, the firm will be required to prepare &submit the drawings of Electrical
Installation in accordance to inventory of the proposed work in addition to layout plan, conduit routes,
cable routes etc. in both AutoCAD & PDF format for approval of Engineer-in-charge. The work shall
be carried out in accordance with the drawings and the tender documents and also in accordance with
modification thereto from time to time as approved by the Engineer-in-charge. All wiring diagrams
shall be deemed to be ‘Drawings’ within the meaning of the term as used in Clause 11 of the
conditions of contract (PWD 7). They shall indicate the main switchboard, the distribution boards
(with circuit numbers controlled by them), the runs of various mains and sub mains and the position of

50
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
all points with their controls. All circuits shall be indicated and numbered in the wiring diagram and
the points shall be given the same number as the circuit to which they are electrically connected.

Conformity to IE act, IE Rules, and standards:


All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act,
2003 and Indian Electricity Rules, 1956 amended up to date (Date of call of tender unless specified
otherwise). List of rules of particular importance to electrical installations under these General
Specifications is given in Appendix C for reference.

Tolerances:
Tolerance of +- 5% is allowed in Schedule of Quantities

Quality of material:
All materials and equipment supplied by the contractor shall be new and must be in original seal-pack.
They shall be of such design, size and materials as to satisfactorily function under the rated conditions
of operation and to withstand the environmental conditions at site.

Inspection of materials and equipment:


Materials and equipment to be used in the work shall be inspected by the departmental officers. Such
inspection will be of following categories: Inspection of materials / equipments may be witnessed at
the Manufacturer’s premises in accordance with relevant BIS /Agreement Inspection Procedure. To
receive materials at site with Manufacturer’s Test Certificate(s). To inspect materials at the authorized
dealer’s go downs to ensure delivery of genuine materials at site. To receive materials after physical
inspection at site.

Adequate care to ensure that only tested and genuine materials of proper quality are used in work shall
be ensured by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the department to
ensure timely delivery.
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, rising
main, other main items etc., its copy shall be endorsed to the CPWD Engineer-in-charge.
(iii) The firm will be required to procure material like exhaust fans, MCB’s & DB’s, switches &
sockets, wires & cables, conduits and switchgears etc. directly from the manufacturer/ authorized
dealers to ensure genuineness & quality and as per the approved makes only. Proof in this regard shall
be submitted by the contractor if required by the department.
(iv) Inspection at factory or at go down of the manufacturer, as required, shall be arranged by the
firm for a mutually agreed date.
(v) Delivery of material shall be taken up only with the consent of department, after clearance of
the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its
discretion.

Similarly, for fabricated equipment, the contractor will first submit dimensional detailed drawings for
approval before fabrication is taken up in the factory. Suitable stage inspection at factory also will be
made to ensure proper use of materials, workmanship and quality control.

Ratings of components:
All components in a wiring installation shall be of appropriate ratings of voltage, current and
frequency, as required at the respective sections of the electrical installations in which they are used.
All conductors, switches and accessories shall be of such size as to be capable of carrying the
maximum current, which will normally flow through them, without their respective ratings being
exceeded.

51
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
Conformity to standards:
All components shall conform to relevant Indian Standard Specifications wherever existing. Materials
with ISI certification mark shall be preferred. Relevant Indian Standards including amendments or
revisions thereof up to the date of tender acceptance shall be applicable in the respective contracts for
respective items, firm to ensure its compliance.

Interchangeability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears, ceiling roses,
brackets, pendants, fans and all other fittings of the same type shall be interchangeable in each
installation.

Workmanship:
Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall conform to sound engineering practice.

Proper supervision/skilled workmen:


The contractor shall be a licensed electrical contractor of appropriate class suitable for execution of the
electrical work. He shall engage suitably skilled/licensed workmen of various categories for execution
of work supervised by supervisors / Engineer of appropriate qualification and experience to ensure
proper execution of work. They will carry out instruction of Engineer-in-charge and other senior
officers of the Department during the progress of work.

Use of quality materials:


Only quality materials of reputed make as specified in the tender will be used in work.

Fabrication in reputed workshop:


Enclosure panel and LT panels shall be fabricated in a factory/workshop having modern facilities like
quality fabrication, seven tank process, powder/epoxy paint plant, proper testing facilities, manned by
qualified technical personnel. These shall be as per make / item approved.

Testing:
All testes prescribed in this General Specification, to be done before, during and after installation,
shall be carried out, and the test results shall be submitted to the Engineer-in-charge in prescribed
Performa, forming part of the Completion Certificate.

Commissioning on completion:
After the work is completed, it shall be ensured that the installation is tested and commissioned.

Completion plan and completion certificate:


Completion plan drawing indicating the following, along with three copies of the same shall also be
submitted.
(i) General layout of the building.
(ii) Locations of Solar PV Panels, PCUs indicating the circuit numbers controlled by them.
(iii) Position of all points and their controls.
Name of work, job number, tender reference, actual date of completion, names of Division/ Sub-
division and name of the firm who executed the work with their signature.

Interpreting Specifications and Order of Precedence:


In interpreting the specifications, the following order of decreasing importance shall be followed in
case of contradictions:
(a) Schedule of quantities
(b) Technical specifications
(c) Drawing (If any)
(d) General CPWD Specifications
52
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
(e) Relevant BIS or other international code in case BIS code is not available.

CPWD Quality Assurance Policy & Check List of E&M Services


Samples of materials required for testing as per “CPWD Quality Assurance Policy & Check List of
E&M Services (available on CPWD website)” shall be provided free of charge by the contractor. The
tests are to be carried out in the laboratories approved by ADG/SDG or as per direction of Engineer-
in-charge. All expenditure to be incurred for testing of samples i.e taking samples, packaging, sealing,
transportation, loading, unloading etc. including testing charges shall be borne by the contractor.

53
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
SCOPE OF WORK

The following are the tentative location and capacity of solar PV systems:

S. Location & Tentative Tentative Type of Preliminary


No Available Area Capacity Installation Design/
Scheme/
Drawings
1. MIIC (MNIT Innovation 243KWp Rooftop on Part of the NIT
and Incubation Centre)& Building Terrace
1632 Sqm
2. VLTC (Vivekananda 135KWp Over Parking Part of the NIT
Lecture Theatre Shed
Complex) Parking Shed
& 726 Sqm
3. Prabha Bhawan Parking 103KWp Over Parking Part of the NIT
Shed & 528 Sqm Shed
4. Multiple Pathways 216KWp Over Parking Part of the NIT
Parking Shed& 956 Sqm Shed
5. Electronics Department 103KWp Over Parking Part of the NIT
Parking Shed & 528 Sqm Shed

Bidders are requested to visit the site before quoting their rates and familiarize themselves with site
conditions. Scope of work is not limited to only listed structures/ buildings mentioned in above table
and successful bidder may explore other possibilities / buildings/ structures to install solar PV
system(s) in case 800 KWp is not achieved in these listed structures/ buildings

Scope of work includes the following:

1. Design, planning, SITC (supply, installation, testing & commissioning), solar metering and
handing over to client department (MNIT Jaipur) of PV systems as per above table is the broad
scope of work.
2. Preliminary designs, PV schemes, drawings, structural detailing etc are given in the NIT for
reference. Contractor based on these preliminary details shall submit detailed designs, PV
schemes, electrical drawings, proof checked/ vetted structural drawings, PV module
specifications, etc (separately for each individual building/structure) to the department for
approval.
3. Contractor shall get the structural drawings proof checked/ vet from any of the IITs/ NITs/
Govt. engineering institute. Successful bidder may get preliminary Staad Pro software
structural analysis from the office of EE&SM(E), MNITPED, CPWD Jaipur for reference.
4. On successful commissioning of solar PV systems, contractor shall contact JVVNL for solar
metering. SITC of metering systems is in the scope of work. Any statutory payment to local
bodies (like JVVNL) shall be made/ reimbursed by department however liaison with local
bodies is in the scope of work.
5. Other than the above structures/ buildings, solar metering from JVNNL shall also be installed
and commissioned for 100 KWp rooftop solar PV system in Aravali hostel and for 10 KWp
rooftop solar PV system in Chandrashekhar hostel. In this regard nothing extra shall be
payable.

54
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
6. Any additional electrical panels and accessories required for solar metering from JVVNL shall
be inclusive in the rates of SOQ. Nothing extra shall be payable.
7. Roofs in Roof top installations shall be painted with solar reflective paints without any
additional cost.
8. Tree/ bush pruning &trimming if required shall be carried out without any additional cost.
9. Inverters shall be placed in outdoor (Minimum IP54 protection) CRCA enclosures without any
additional cost.
10. Structure i/c existing base structure shall be painted with desired colour shade as per direction
of engineer in charge without any additional cost.
11. Output from all inverters to outdoor panels to the termination panels shall be synchronized.
Any additional accessories/ equipment needed to achieve proper synchronization shall be
provided without any additional cost.
12. Contractor shall have full responsibility of structural stability and functionality of all the PV
systems.
13. All PV systems should be designed for a wind speed of 180 km per hour.
14. All PV systems should be connected on-grid.
15. All PV systems should be provided with surge & lighting protection. All necessary
arrangements including earthing shall be inclusive in rates (only PV modules, structure and
inverters) in schedule of quantities and nothing extra shall be payable. However, earthing of
outdoor panels and terminations panels is payable as per items in schedule of quantities.
16. All inverters/Power conditioning units shall have a warranty/guarantee of 10 years.
Bidders are requested quote accordingly. Security deposit @ 1% of tendered amount
shall be additionally deducted and shall be released after 10 years from date of
Completion of work.
17. Foundations as per final design shall be inclusive of rates in schedule of quantities. Nothing
extra shall be payable.
18. Security deposit @ 1% of tendered amount shall be additionally deducted against
performance of Solar PV system and shall be released after 25 years from date of
Completion of work.

Structure/ Building wise preliminary details are as follows:

1. MIIC (MNIT Innovation and Incubation Centre):

 Google Earth Snap

55
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
 Isometric & Top View Drawings - As per part D of the NIT

 Electrical SLD (Single Line Diagram)

 Structural Drawings - As per part D of the NIT

2. VLTC (Vivekananda Lecture Theatre Complex) Parking Shed:

 Google Earth Snap

56
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
 Isometric & Top View Drawings - As per part D of the NIT

 Electrical SLD (Single Line Diagram)

 Structural Drawings - As per part D of the NIT

3. Prabha Bhawan Parking Shed:

 Google Earth Snap

57
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
 Isometric & Top View Drawings - As per part D of the NIT

 Electrical SLD (Single Line Diagram)

 Structural Drawings - As per part D of the NIT

4. Multiple Pathways Parking Shed:

58
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
 Google Earth Snap

 Isometric & Top View Drawings - As per part D of the NIT

 Electrical SLD (Single Line Diagram)

59
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
 Structural Drawings - As per part D of the NIT

5. Electronics Department Parking Shed:

 Google Earth Snap

 Isometric & Top View Drawings - As per part D of the NIT

 Electrical SLD (Single Line Diagram)

60
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
 Structural Drawings - As per part D of the NIT

61
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
TECHNICAL SPECIFICATION

A Grid Connected Solar Photo Voltaic (SPV) power generation system consists of SPV array, Module
Mounting Structure, Inverter/Power Conditioning Unit (PCU) consisting of Maximum Power Point
Tracker (MPPT), and Controls & Protections, interconnect cables and switches. PV Array is mounted
on a suitable structure. Grid connected SPV generation system is without battery and should be
designed with necessary features to supplement the grid power during day time. Components and parts
used in the SPV power systems including the PV modules, structures, cables, junction boxes, switches,
inverters/PCUs etc., should conform to the BIS or IEC or international specifications, wherever such
specifications are available and applicable. The inverters provide a wide maximum point power
tracking (MPPT) voltage range on EU efficiency of 97%.

MS/ PVC Conduits shall be used as per direction of engineer in charge.

SPV MODULE/ARRAY:
Solar Photo Voltaic Generating Sources: SPV generating sources constituted of following building
blocks:

SPV Module: SPV Module is the basic building block of the SPV power supply, which consists of
Solar cells (a Semiconductor Devices which when exposed to sunlight produces DC electricity)
connected in series. These modules are connected in series and parallel to get the desired power and
voltage. The Rated DC current of One module shall be 540Wp or higher.

SPV Panel: SPV Modules of same rating are connected in series to form a SPV panel to get the desired
voltage.

SPV Array: Panels are connected in parallel to get the desired power. This Whole combination is
called an array. The SPV array is so designed that it provides simultaneously meets the load demand.

Design Features: The mechanical design and construction of SPV modules, panels and mounting
structure shall be inherently robust and rigid under all conditions of operation, adjustment, storage and
transport.

SOLAR PHOTOVOLTAIC MODULES:


The efficiency of the PV modules should be a minimum of 20%. The module type must be qualified as
per IEC 61215 latest edition. Modules must qualify to IEC 61730 Part I and II for construction and
safety qualification testing. The total solar PV array capacity should not be less than allocated capacity
(KWp) and should comprise of solar crystalline modules of minimum 540 Wp and above wattage.

Protective devices against surges at the PV module shall be provided. Low voltage drop bypass diodes
shall be provided. The module frame shall be made of corrosion resistant materials having anodized
aluminum or steel or as per manufacturer standard. The bidder shall carefully design & accommodate
requisite numbers of the modules to achieve the rated power.

Other general requirement for the PV modules and subsystems shall be the following:
 The rated output power of any supplied module shall have tolerance of ± 3%.
 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 by more than 2 (two)
per cent from the respective arithmetic means for all modules and/or for all module strings.
 The module shall be provided with a junction box with weather proof lid of sealed type and
IP-65 rated.
62
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
Warranties: The PV Modules must be warranted for output wattage, which should not be less than
90% at the end of 10 years and not less than 80% at the end of 25 years.

SPV Modules to be supplied should have minimum declared output of 540Wp or higher. Number of
Modules to be supplied shall be worked out accordingly. Test reports of the modules should be
submitted.

Stabilized output of the Solar PV Array for the Power System should not be less than Calculated Kwp
under standard Test Condition. Modules for Power System shall be made of mono-crystalline Silicon
Solar cells. Peak power point voltage and the peak power point current of any supplied module and/or
any module string (series connected module) shall not be more than 3% from the respective arithmetic
means for all modules and/or for all module strings.

The module frame shall be made of aluminum or steel or corrosion resistant material, which shall be
electrically compatible with the structural material used for mounting the modules. Crystalline high-
power cells shall be used in the Solar Photovoltaic module. Solar Module shall be laminated using
laminating technology using established polymer (EVA) and Tedlar /Polyester laminate as per OEM
standards. The solar modules shall have suitable encapsulation and sealing arrangement to protect the
silicon cells from the environment. The arrangement and the material of encapsulation shall be
compatible with thermal expansion properties of the Silicon cells of the module framing arrangement.
The encapsulation arrangement shall ensure complete moisture proofing during the life of solar
modules.

Module rating is considered under standard test conditions, however Solar modules shall be designed
to operated and perform in relative humidity up to 100% with temperature between -10 Deg C and +85
Deg C and with stand guts up to 180Km/h. The Geological data of MNIT, Jaipur can be referred to
meet optimum generation. Sample modules and production processes employed in the manufacture of
the offered module shall be in accordance with the requirement of IEC 61730.

JUNCTION BOXES (JBs):


The junction boxes are to be provided in the PV array for termination of connecting cables. The J.
Boxes (JBs) shall be made of GRP/FRP/Powder Coated Aluminum /cast aluminum alloy/steel with
full dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs.
The JBs should be such that input & output termination can be made through suitable cable glands.
Copper bus bars/terminal blocks should be housed in the junction box with suitable termination
threads Conforming to IP65 standard and IEC 62208. Each Junction Box shall have High quality
Suitable capacity Metal Oxide Varistors (MOVs) / surge arrestors and suitable Reverse Blocking
Diodes etc. The Junction Boxes shall have suitable arrangements for monitoring and disconnection for
each of the groups.

PV ARRAY CONFIGURATION
The Solar array shall be configured in multiple No. of sub- arrays, providing optimum DC power. The
PV modules should be mounted on aluminum structures GI/ MS powder coated of adequate strength
and appropriate design, which can withstand load of modules and high wind velocities up to 180 km
per hour. The array structure shall be so designed that it will occupy minimum space without
sacrificing the output from the SPV panels
63
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
MODULE MOUNTING STRUCTURE
The mounting structure would be designed to sustain wind loading of up to 180Kmph and shall be
protected by using Eco friendly anticorrosion on structure. The entire structure including array will be
earthed to an independent pit with redundant paths. The Hardware shall be made of SS material or as
per manufacturer standard. The structure should be designed to allow easy replacement of any module.
The structure should be designed for simple mechanical and electrical installation. It shall support SPV
module at a given orientation, absorb and transfer the mechanical loads to the roof/base structure
properly. The array structure shall be so designed that it will occupy minimum space without
sacrificing the output from SPV panels at the same time. Nut & bolts supporting structure including
module Mounting Structures shall have to be adequately protected with atmosphere and weather
prevailing in the area; Nut bolts should be especially in SS material or manufacturer recommended.

POWER CONDITIONING UNIT (PCU) / INVERTER


Power Conditioning Unit (PCU) is critical equipment in Grid Connect SPV Power System. This
equipment converts DC power generated by SPV array, into single phase/three phase medium voltage
AC to be connected to Grid. It also provides necessary protections for Grid Synchronization and Data
Logging/Monitoring. The DC energy, thus produced has to be utilized to maximum and supplied to the
DC bus for inverting to AC voltage with the help of Power Conditioning Unit using its MPPT (The
efficiency of MPPT shall not be less than 94% & shall be designed to meet the Solar PV Array
capacity control) to extract maximum energy from solar array and provides 415V AC, 3-ph 50Hz to
synchronize with local grid.

 The PCU shall have protection features such as, over current, short circuit, over temperature to
name a few.
 The PCU shall be of very high quality having high efficiency (>92%) and shall be capable of
running in isolated mode.
 The PCU should be designed to be completely compatible with the SPV array voltage and grid
supply voltage.
 The PCU should be designed for continuous, reliable power supply as per specifications.
 The PCU shall have internal protection arrangement against any sustained fault.
 It should have user friendly LCD display for programming and view online parameters such as
DC power input, DC input voltage, DC current, AC power output, AC voltage and AC current
and Power factor.
 The PCU shall have arrangements for adjusting DC input current and should trip against
sustainable fault downstream and shall not start till the fault is rectified.

The Grid connect PCU shall be sourced from reputed firms, which will incorporate latest
Technological advances to provide highly reliable and efficient energy conversion from DC to AC.
The PCU incorporates a new system design which uses multiple power stacks which work in tandem.
The PCU should be Single/three phase static solid state type power conditioning units/string inverters
suitability connected & synchronized to give three phase supply output. Both AC & DC lines shall
have suitable fuses/MCBs and contactors to allow safe start up and shut down of the system.
Fuses/MCBs used in the DC circuit should be DC rated. The PCU shall have provision for input and
output isolation. Each solid-state electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the inverter.

64
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
AC side:

Nominal AC power As per Manufacturer design


Output AC Voltage 330V/ 415V with a variation + 10% at nominal
voltage
Frequency 50 c/s (Hz) + 5%
Total Harmonic Distortion <3%
Under frequency protection Yes
Under Voltage Protection Yes

DC Side:

PV Power As per Manufacturer design


Maximum DC Voltage As per Manufacturer design
MPPT voltage range As per Manufacturer design
Maximum DC Current As per string rating
DC over voltage protection Yes
DC Voltage ripple <3%
Minimum Efficiency (CE) >95%
Ambient temperature range 0-50°C
Humidity (non-condensing) Up to 90% RH
Degree of protection IP21 for internal units and IP 65 for outdoor
units
Dimensions approx (HXWXD As per Manufacturer design
Weight As per Manufacturer design
Recommended LCD Display on Front Accurate displays on the front panel:
Panel DC input voltage
DC current
AC Voltage (all 3 phases, in case of 3 phase)
AC current (all 3 phases in case of 3 phase)
Ambient temperature
Instantaneous & cumulative output power
Daily DC energy produced
Battery Voltage (in case of Hybrid PCU)
Communication interface RS485/ RS232
PCU shall also house MPPT (Maximum Power
Point Tracker), an interface between Solar PV
array to the power conditioning unit/inverter
should also be DG set interactive
Power Factor > 0.9
Test Certificates The PCU/ inverters should be tested from the
MNRE approved test centres / NABL /BIS /IEC
accredited testing- calibration laboratories. In
case of imported power conditioning units, these
should be approved by international test houses

INTEGRATION OF PV POWER WITH GRID:


In case of Solar Power System without battery bank (i.e. with string inverter), the existing uni-
directional meter from JVVNL shall be installed for gross metering of solar generation while a Bi-
directional meter shall be installed for net-metering purpose. Prevailing CEA guidelines and JVVNL

65
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
guidelines for interconnecting solar power with Grid shall be followed. Certification of Islanding
protection in the inverter/PCU from the manufacturer of the equipment shall be mandatory. This shall
be arranged by the supplier from the manufacturer.

DATA MONITORING:
PCU to log the inverter performance data and transmit the same to the Data logger. Data logger shall
then gather information and monitor the performance of the inverter. It shall also support
measurements from external sensors. The data can be acquired remotely via modem.

LIGHTNING & OVER VOLTAGE PROTECTION:


The SPV Power System should be provided with Lightning and surge voltage protection connected to
proper earth. The Lightning Conductors shall be made as per applicable Standards 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.

The lightning 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 bidder shall ensure adequate lightning protection to provide an acceptable degree of protection for
the array Yard/Shed. If necessary, more numbers of Lightning conductors may be provided.

EARTHING SYSTEM
Earthing Protection: Each array structure of the PV yard should be grounded/ earthed properly as per
IS: 3043-1987. In addition, the lighting arrester/masts should also be earthed inside the array field.
Earth Resistance shall be tested in presence of the representative of Department as and when required
after earthing by calibrated earth tester. PCU, ACDB, Electrical Panels and DCDB should also be
earthed properly. Earth resistance shall not be more than 01 ohms. It shall be ensured that all the
earthing points are bonded together to make them at the same potential.

AC DISTRIBUTION BOX (ACDB)/ELECTRICAL PANELS:


All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II and III/
IS60947 part I, II and III. The change-over switches, cabling work, Manual isolation of Inverters/Grid
should be undertaken by the bidder as part of the project within quoted rates.

GRID ISLANDING:
In the event of a power failure on the electric grid, it is required that any independent power-producing
inverters attached to the grid turn off in a short period of time. This prevents the DC-to-AC inverters
from continuing to feed power into small sections of the grid, known as “islands.”

Powered islands present a risk to workers who may expect the area to be unpowered, and they may
also damage grid-tied equipment. The PV systems should be equipped with islanding protection. In
addition to disconnection from the grid (due to islanding protection) disconnection due to under and
over voltage conditions shall also be provided. A manual disconnect pole isolation switch beside
automatic disconnection to grid would have to be provided at utility end to isolate the grid connection
by the utility personnel to carry out any maintenance. This switch shall be locked, if required, by the
utility personnel.
66
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
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.

67
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
LIST OF PREFERRED MAKES

SR. DETAILS OF MATERIALS MANUFACTURER’S NAME / MAKE


NO. / EQUIPMENTS
1 MCB, ISOLATOR, SCHNEIDER / LEGRAND/ HAGER/ L&T / C&S / ABB/
INDUSTRIAL PLUG SIEMENS/ PANASONIC/ OEM RECOMMENDED
SOCKET,RCCB,RCBO,
MCBDB, LOOSE WIRE
BOX, MCCB
2 FRLS PVC INSULATED KEI /HAVELLS / POLYCAB/ CCI/ UNIVERSAL/ LAPP/
COPPER OEM RECOMMENDED
CONDUCTORCABLE
3 ARMOURED/UNARMOUR KEI /HAVELLS / POLYCAB/ CCI/ UNIVERSAL/ LAPP
EDALL TYPE OF POWER
CABLE OF 1.1 KV (LT)AND
11 KV (HT)GRADE /
TELEPHONE CABLE/
COAXIAL CABLE
4 TELEPHONE CABLE/ DELTON /FINOLEX /BONTON / GRANDLAY /
COAXIAL CABLE/ LAN LEGRAND/ MOLEX/ COMMSCOPE/ KRAMMAR/ D
CAT 6A CABLE/ OPTICAL LINK/ DIGILINK/ COMSCORE
FIBRE CABLE
5 MS CONDUITWITH BEC/ NIC/AKG/ ANY ISI MARKED
ACCESSORIES
6 MODULAR LEGRAND (ARTEOR) /SCHNEIDER ELECTRIC
SWITCH&SOCKET/TELEP (ZENCELO) / HONEYWELL- MK
HONE SOCKET/CABLE TV (ORNA)/PANASONIC (VISION)/ LEGRAND
SOCKET/DATA OUTLET (MYRIUS)
SOCKET / FAN
REGULATOR/ G.I. BOXES
ETC.
7 MS/GI PIPE (ISI MARKED) TATA / JINDAL (HISSAR) / SAIL / VIZAG
8 ELECTRIC PANEL/ TRICOLITE ELECTRICAL INDUSTRIES /
FEEDER PILLAR MILESTONE / ADLEC CONTROL SYSTEM PVT. LTD.
/ ADVANCE PANELS & SWITCHGEAR PVT. LTD.
HARIDWAR / ENGINEERS & ENGINEERS
(ELECTRICALS) PVT. LTD. /ASPL (ASSOCIATED
SWITCHGEARS & PROJECTS LTD.) / NEPTUNE/
/PRECISION SYSTEM CONTROL, GREATER NOIDA/
PRISTINE
9 PVC CONDUITS WITH ATUL/ AVONPLAST/ PRINCE/
ACCESSORIES PRECISION/AKG/SUPREME/ASTRAL/FINOLEX/
ASHIRWAD
10 DWC/ HDPE PIPE REX / DURA-PLAST/ DURALINE/ GEMINI/
MANGALAM/ SUPREME
11 DESKTOP/ HP/ DELL/ LENOVO/ ACER/ SONY/ SAMSUNG/ LG/
COMPUTER/MEDIA TOSHIBHA
PLAYER
12 EQUIPMENT RACK DYNAMIC/ D-LINK/ MTS/ LEGRAND/ DIGILINK/ M-
RACK
13 UPS/ SERVO STABILIZER VERTIV/ NUMERIC/ PEGASUS/ SCHNEIDER/
SOCOMACK/ LEGRAND/ LUMINOUS

68
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
14 NETWORK SWITCH NETGEAR/ CISCO/ ARISTA/ COMMSCOPE/
COMSCORE/ DIGILINK/ HP ENTERPRISES
15 POWER CONDITIONING ABB/ LEGRAND/ HITACHI/ UTL/SIEMENS/
UNIT/INVERTER SCHNEIDER/DELTA/ MITSUBISHI OEM/ OEM
RECOMMENDED
16 SOLAR METER JVVNL RECOMMENDED
17 SOLAR PV MODULE PREVAILING MNRE ALMM LIST
18 UPVC/ CPVC PIPES SUPREME/ASTRAL/FINOLAX/ASHIRWAD/PRINCE

Note - Any other make other than mentioned above conforming BOQ description, item
specificatilons, NIT terms & conditions and public procurement policy of India are also
acceptable.

Executive Engineer cum Senior Manager (E)


MNITPED, CPWD, Jaipur.

69
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
(Schedule of Quantities)

PART-C

Name of work: Supply, installation, testing and


commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.

70
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
SCHEDULE OF QUANTITIES
S.No. Description Unit Qty Rate Amount
1 Designing, Planning, Supply, Installation, Testing,
Commissioning, net metering and handing over to
client department of ongrid Solar Photovoltaic Power
Systems conforming to MNRE specifications as
amended, consisting of Mono Crystaline silicon solar
cells, net metering facility from JVVNL, necessary
protections, earthing, mounted on structure as per scope
of work and terms and conditions of the NIT with
following components complete as required:-
a) Solar Photovoltaic Module of capacity 540 Wp or
above, manufactured in India, conforming to IS
14286/IEC 61215, IS/IEC 61730-Part-1, IS/IEC 61730-
Part-2. Solar Photovoltaic Module conversion
efficiency shall not be less than 20%. PV modules used
in solar power systems must be warranted for their
output peak watt capacity, which should not be less
than 90% at the end of 10 years and 80% at the end of
25 years.
b) Power Conditioning Unit (PCU) of 350-800 V DC
Input voltage range and 400 V AC, three phase, 4 wire,
50Hz +/- 2.5 Hz, output voltage suitable to generate AC
Power with efficiency not less than 97%, total harmonic
distortion less than 3% and suitable for ambient
temperature from 0 to 50 degree C. The PCU shall
adjust the voltage and frequency level to suit the Grid
Voltage Frequency.
c) Data Monitoring System complete with accessories.
d) Fixing of Array junction box & Main junction box
with minimum IP 65 protection and termination
arrangement for incoming and outgoing cable along
with glands, lugs and other accessories etc. as required.
e) Lightning and surge voltage protection.
f) Connections & Interconnections by supplying &
fixing required size copper conductor and control
cables between solar modules, PCU unit along with
supplying & fixing of necessary channel/conduit lugs
and other accessories etc. as required.
g) Outdoor type minimum IP 65 enclosure (floor
mounted) for housing PCU units and accessories of
suitable size made up of CRCA sheet as per scope of
work.
h) Supporting structure as per tender documents.
i) Foundations as per design. KWp 800 75743.00 60594400.00

Supply of XLPE insulated PVC sheathed Aluminium


Conductor armoured cable of 1.1 kV grade
2 Conforming to IS 7098/1988 with upto date
ammendment of following size complete etc. as
required.
2.1 3.5 x 400 sqmm Mtr 255 4815.00 1227825.00
71
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
S.No. Description Unit Qty Rate Amount
2.2 3.5 x 240 sqmm Mtr 215 3064.00 658760.00
2.3 3.5 x 185 sqmm Mtr 315 2440.00 768600.00
2.4 3.5 x 70 sqmm Mtr 480 1040.00 499200.00

Laying of one number PVC insulated and PVC


sheathed / XLPE power cable of 1.1 KV grade of
3 following size direct in ground including excavation,
sand cushioning, protective covering and refilling the
trench etc as required.
3.1 Above 35 sq. mm and upto 95 sq. mm Mtr 25 457.00 11425.00
3.2 Above 95 sq. mm and upto 185 sq. mm Mtr 10 476.00 4760.00
3.3 Above 185 sq. mm and upto 400 sq. mm Mtr 10 535.00 5350.00

Laying of one number PVC insulated and PVC


sheathed / XLPE power cable of 1.1 KV grade of
4
following size in the existing RCC/ HUME/
METAL/DWC pipe as required.
4.1 Above 35 sq. mm and upto 95 sq. mm Mtr 400 64.00 25600.00
4.2 Above 95 sq. mm and upto 185 sq. mm Mtr 165 87.00 14355.00
4.3 Above 185 sq. mm and upto 400 sq. mm Mtr 370 151.00 55870.00

Laying of one number PVC insulated and PVC


sheathed / XLPE power cable of 1.1 KV grade of
5
following size in the existing masonry open duct as
required.
5.1 Above 35 sq. mm and upto 95 sq. mm Mtr 25 51.00 1275.00
5.2 Above 95 sq. mm and upto 185 sq. mm Mtr 20 71.00 1420.00
5.3 Above 185 sq. mm and upto 400 sq. mm Mtr 30 130.00 3900.00

Laying and fixing of one number PVC insulated and


6 PVC sheathed / XLPE power cable of 1.1 KV grade of
following size on wall surface as required.
Above 35 sq. mm and upto 95 sq. mm (clamped with
6.1
25x3mm MS flat clamp) Mtr 30 147.00 4410.00
Above 95 sq. mm and upto 185 sq. mm (clamped with
6.2
25/40x3mm MS flat clamp) Mtr 20 173.00 3460.00
Above 185 sq. mm and upto 400 sq. mm (clamped with
6.3
40x3mm MS flat clamp) Mtr 10 255.00 2550.00

Laying and fixing of one number PVC insulated and


7 PVC sheathed / XLPE power cable of 1.1 KV grade of
following size on cable tray as required.
Above 95 sq. mm and upto 185 sq. mm (clamped with
7.1
25/40x3mm MS flat clamp) Mtr 100 130.00 13000.00
Above 185 sq. mm and upto 400 sq. mm (clamped with
7.2
40x3mm MS flat clamp) Mtr 50 209.00 10450.00

8 Supplying and making end termination with brass


compression gland and aluminium lugs for following
72
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
S.No. Description Unit Qty Rate Amount
size of PVC insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade as
required.
8.1 3.5 x 400 sqmm (82 mm) No 4 1755.00 7020.00
8.2 3.5 x 240 sqmm (62 mm) No 2 1158.00 2316.00
8.3 3.5 x 185 sqmm (57 mm) No 10 987.00 9870.00
8.4 3.5 x 70 sqmm (38 mm) No 20 528.00 10560.00

Earthing with G.I. earth plate 600 mm X 600 mm X 6


mm thick including accessories, and providing masonry
9 enclosure with cover plate having locking arrangement
and watering pipe of 2.7 metre long etc. with charcoal/
coke and salt as required. No 8 8426.00 67408.00

Providing and fixing 25 mm X 5 mm G.I. strip in 40


mm dia G.I. pipe from earth electrode including
10
connection with G.I. nut, bolt, spring, washer
excavation and re-filling etc. as required Mtr 80 796.00 63680.00

Providing and fixing 6 SWG dia G.I. wire on surface or


11 in recess for loop earthing along with existing surface/
recessed conduit/ submain wiring/ cable as required. Mtr 2500 47.00 117500.00

Supplying and laying of following size DWC HDPE


pipe ISI marked along with all accessories like socket,
bend, couplers etc. conforming to IS 16205, Part II
complete with fitting and cutting, jointing etc.direct in
12
ground (75 cm below ground level) including
excavation and refilling the trench but excluding sand
cushioning and protective covering etc., complete as
required.
12.1 90 mm dia (OD- 90mm & ID-76 mm nominal) Mtr 565 327.00 184755.00
12.2 120 mm dia (OD-120 mm & ID-103 mm nominal) Mtr 370 415.00 153550.00

Supplying and installing following size of perforated


painted with powder coating M.S. cable trays with
perforation not more than 17.5%, in convenient
13 sections, joined with connectors, suspended from the
ceiling with M.S. suspenders including bolts & nuts/
fixing on existing wall surface with proper nut, bolt and
accessories i/c painting of suspenders etc as required.
13.1 150 mm width X 50 mm depth X 1.6 mm thickness Mtr 150 681.00 102150.00

Supply, installation, testing and commissioning of


outdoor stand mounted min 2 mm CRCA feeder pillar
having IP-54 protection with Incomers - 5 nos. ( 2 nos
14 125 A, 16 KA, TPMCCB, 3 nos 100 A, 16 KA, TP
MCCB) with thermal magnetic based O/L & S/C
protection release, Outgoing- 1 no. 630 A, 50 KA TP
MCCB with thermal magnetic based O/L & S/C Job 1 89297.00 89297.00
73
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
S.No. Description Unit Qty Rate Amount
protection release, 800 A Aluminium 4 P Busbar
system of suitable size, including providing
multifunction meter and LED indicators for each
MCCB, complete with mounting stand made with 50 X
5 mm MS angle frame in horizontal & vertical
formation & grouting of same in ground 300mm below
the ground & 300mm above ground i/c supplying &
fixing powder painted 2 mm thick MS apron all around
the frame & CC work in 1:3:6 to hold the stand in
ground.

Supply, installation, testing and commissioning of


outdoor stand mounted min 2 mm CRCA feeder pillar
having IP-54 protection with Incomers - 3 nos. ( 1 no
125 A, 16 KA, TPMCCB, 2 nos 100 A, 16 KA, TP
MCCB) with thermal magnetic based O/L & S/C
protection release, Outgoing- 1 no. 315 A, 35 KA TP
MCCB with thermal magnetic based O/L & S/C
protection release, 400 A Aluminium 4 P Busbar
15 system of suitable size, including providing
multifunction meter and LED indicators for each
MCCB, complete with mounting stand made with 50 X
5 mm MS angle frame in horizontal & vertical
formation & grouting of same in ground 300mm below
the ground & 300mm above ground i/c supplying &
fixing powder painted 2 mm thick MS apron all around
the frame & CC work in 1:3:6 to hold the stand in
ground. Job 1 61116.00 61116.00

Supply, installation, testing and commissioning of


outdoor stand mounted min 2 mm CRCA feeder pillar
having IP-54 protection with Incomers - 4 nos. ( 2 nos
125 A, 16 KA, TPMCCB, 2 nos 100 A, 16 KA, TP
MCCB) with thermal magnetic based O/L & S/C
protection release, Outgoing- 1 no. 400 A, 35 KA TP
MCCB with thermal magnetic based O/L & S/C
protection release, 500 A Aluminium 4 P Busbar
16 system of suitable size, including providing
multifunction meter and LED indicators for each
MCCB, complete with mounting stand made with 50 X
5 mm MS angle frame in horizontal & vertical
formation & grouting of same in ground 300mm below
the ground & 300mm above ground i/c supplying &
fixing powder painted 2 mm thick MS apron all around
the frame & CC work in 1:3:6 to hold the stand in
ground. Job 1 77962.00 77962.00

Supply, installation, testing and commissioning of


outdoor stand mounted min 2 mm CRCA feeder pillar
17 having IP-54 protection with Incomers - 2 nos. ( 2 nos
250 A, 25 KA, TPMCCB) with thermal magnetic based
O/L & S/C protection release, Outgoing- 1 no. 500 A, Job 1 83455.00 83455.00
74
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
S.No. Description Unit Qty Rate Amount
35 KA TP MCCB with thermal magnetic based O/L &
S/C protection release, 600 A Aluminium 4 P Busbar
system of suitable size, including providing
multifunction meter and LED indicators for each
MCCB, complete with mounting stand made with 50 X
5 mm MS angle frame in horizontal & vertical
formation on terrace i/c supplying & fixing powder
painted 2 mm thick MS apron all around the frame &
CC work in 1:3:6 to hold the stand.

Supply, installation, testing and commisioning of 1.0


HP Pressure pump designed to maintain constant water
pressure with automatic start/stop, fitted with high
quality hydro-pneumatic tank, operating Voltage 215
18
volt, Head range 15 m - 44 m, Discharge Range 3900 L
/ h - 1380 L / h i/c mounting on suitable size foundation
alongwith mounting accesories complete etc as
required. Nos 6 26075.00 156450.00

Providing and fixing Chlorinated Polyvinyl Chloride


(CPVC) pipes, having thermal stability for hot & cold
water supply including all CPVC plain & brass
19 threaded fittings This includes jointing of pipes &
fittings with one step CPVC solvent cement, i/c
underground trenching, laying of pipe, refilling &
testing of joints, foundations etc complete as required.
External work
19.1 40 mm nominal dia Pipes Mtr 300 635.00 190500.00

Providing and fixing CPVC gate valve with plastic


20 handle quarter turn having nominal bore 40 mm
complete etc as required. no 6 1034.00 6204.00

Wiring for light/ power plug with 2X4 sq. mm FRLS


PVC insulated copper conductor single core cable in
21 surface/ recessed medium class PVC conduit alongwith
1 No. 4 sq. mm FRLS PVC insulated copper conductor
single core cable for loop earthing as required. Mtr 90 377.00 33930.00

Supplying and fixing suitable size GI box with modular


plate and cover in front on surface or in recess,
22 including providing and fixing 6 pin 5/6 & 15/16 A
modular socket outlet and 15/16 A modular switch,
connections etc. as required. No 6 661.00 3966.00
Total 6,53,28,299.00
Add Labour Cess @ 1% 6,53,282.99
Total 6,59,81,582.00
Note: Cost Index @ 109 and correction factor @ 0.973 have been considered on items at S. No.
1,3,4,5,6,7,8,9,10,11,12,13,19,21 & 22.

75
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
PERFORMA FOR QUOTING THE RATES

NIT No. : 10/2025/SEcumPD/MNITPC/Jaipur

Name of work : Supply, installation, testing and commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.
Estimated cost put to Tender:

Name of Bidder:

Sr. Name of component Estimated cost Percentage % in figures Total Cost


No. (Rs.) above/ below (Rs.)
the total
estimated
cost
1 Electrical 6,59,81,582/-
Total 6,59,81,582/-

76
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
(Preliminary Drawings)

PART-D

Name of work: Supply, installation, testing and


commissioning of 800 KWP Solar Photo Voltaic
Generation System at MNIT, Jaipur.

77
Correction. Nil Deletion.. Nil Insertion.. Nil Overwriting..Nil AE(C)/(E) EEcumSM(C)/(E)
24293

4544
5539
64816 25341
4560

5035
2307

63775
1144

PV MODULES

35873

4544

5047
36917

35873
4544

5048

36916

PV MODULES
11555 16187
45662

5101
4544

4544

5140
5079
4544

12083 16142
43979
5761

44590
43618
5748

5761

44590
8224618

PV MODULES
2307

1144
5747
40821
39618

7204
5821

7165
7166
PV MODULES

10226
9302

7425

5821
26429

26429
25626

25626
7134
5821 5821

12182
12201
11634

11634
2307

5821 5821
1144 7165
5585 12879 10068 11856 9263 14981 8732

6343
17345
1144

2307
PV MODULES

8081 5765

4552

4500
4500
9078

17345

13354
23135
1895

4500
40505

26609 38189

4500
15585

11337
5765

4500
4607

4500
4500

8901
8685

5765

5765
4607
4552

4500
4500

31241

13273
12384

31241 33557
4500

9414 15529 19134 15220 8483


88717

PV MODULES

2307
1144
6948

5757
87261
M2
PURLIN (M3)
TYP.WELD 8MM
M2 8mm THK.
PLATE
8mm THK. PLATE M1
DETAIL-1

M3 M2
M1
TYP.WELD 8MM
M1

DETAIL-2
BASE PLATE
BP1
BP1
S/NO. MEMBERS

EXISTING SECTION AT A-A M1 SHS 75x75x4 mm STRUCTURE CONSULTANTS:-


ER .SHERRY RAKHRA
SLAB CHARTERED STRUCTURE ENGG.
M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I

M2 SHS 60x60x4 mm RAKHRA ASSOCIATES


#2500, SECTOR-40-C, chandigarh
@ - [email protected]
099-8880-9055 (M)
099-8820-9055 (M)

M3 RHS 60x40x3.6 mm
SPACING
3000 TO 4000 MAX
PURLIN
MAY VARIES M3

M2 M2 M2

SAG ROD 12 MM

STRUCTURE CONSULTANTS:-
ER .SHERRY RAKHRA
CHARTERED STRUCTURE ENGG.
M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I
RAKHRA ASSOCIATES
#2500, SECTOR-40-C, chandigarh
@ - [email protected]
099-8880-9055 (M)
099-8820-9055 (M)

SOLAR PANEL SHOWING PLAN LAYOUT


M3

PURLIN (M7) TYP.WELD 8MM


10mm THK.
10mm THK. PLATE M6
PLATE
M3 DETAIL-1
M3
M5 M6
M5 M6 M6
M6 M4
M4 PURLIN (M7)
M4
M4 M4
M4 M7
M2 SECTION AT B-B M3
10mm THK. PLATE
TYP.WELD
8MM
M2 S/NO. OLD MEMBERS NEW MEMBERS
DETAIL-2
R4000 R4000 M1 NB 100 x 5.4 mm SAME
M1 M1

M2 NB 100 x 5.4 mm SAME


M2
M3 - RHS 122x61x5.4 mm
STRUCTURE CONSULTANTS:-
ER .SHERRY RAKHRA
CHARTERED STRUCTURE ENGG.
M4 - RHS 122x61x5.4 mm M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I
RAKHRA ASSOCIATES
#2500, SECTOR-40-C, chandigarh
@ - [email protected]
M5 - RHS 122x61x5.4 mm 099-8880-9055 (M)
099-8820-9055 (M)

M6 - RHS 122x61x5.4 mm

M7 - RHS 96x48x4.8 mm
SECTION AT A-A
M3

PURLIN
M7

B B
M3
M4 M4

STRUCTURE CONSULTANTS:-
ER .SHERRY RAKHRA
CHARTERED STRUCTURE ENGG.
M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I
RAKHRA ASSOCIATES
#2500, SECTOR-40-C, chandigarh
@ - [email protected]

A A 099-8880-9055 (M)
099-8820-9055 (M)

M3
PLAN OF VLTC PARKING AREA
SPACING
3000 TO 4000 MAX
MAY VARIES
PURLIN
M4

M3 M3 M3

SAG ROD 12 MM

STRUCTURE CONSULTANTS:-
ER .SHERRY RAKHRA
CHARTERED STRUCTURE ENGG.
M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I
RAKHRA ASSOCIATES
#2500, SECTOR-40-C, chandigarh
@ - [email protected]
099-8880-9055 (M)
099-8820-9055 (M)

SOLAR PANEL SHOWING PLAN LAYOUT


M3
PURLIN (M4)
TYP.WELD 8MM
10mm THK.
M3 PLATE
M1
10mm THK. PLATE
DETAIL-1
M2
M4 M3
27°

M5
M1 TYP.WELD 8MM

R4000
M1 M2
DETAIL-2

M2
S/NO. OLD MEMBERS NEW MEMBERS

M1 NB 100 x 5.4 mm SAME STRUCTURE CONSULTANTS:-


ER .SHERRY RAKHRA
CHARTERED STRUCTURE ENGG.
M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I

M2 NB 100 x 5.4 mm SAME RAKHRA ASSOCIATES


#2500, SECTOR-40-C, chandigarh
@ - [email protected]
099-8880-9055 (M)
099-8820-9055 (M)

M3 RHS 122x61x3.6 mm SAME

M4 RHS 80x40x3.2 mm RHS 122x61x3.6 mm


SECTION AT A-A
M5 - NB 100 x 5.4 mm
M1

PURLIN
M4

A A STRUCTURE CONSULTANTS:-
ER .SHERRY RAKHRA
CHARTERED STRUCTURE ENGG.
M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I
RAKHRA ASSOCIATES
#2500, SECTOR-40-C, chandigarh
@ - [email protected]
M1 099-8880-9055 (M)
099-8820-9055 (M)

PLAN OF PRABHA BHAWAN / ELECTRONIC DEPT.


M1
PURLIN (M4)
TYP.WELD 8MM
10mm THK.
PLATE 10mm THK. PLATE
M1 M3

M3 M3 DETAIL-1
M3
M2
M4 M1
TYP.WELD 8MM
EXISTING MEMBER
AS/ ARCHITECT DESIGN
DETAIL-2

ADDITION OF COLUMN
AS PER EXISTING EXISTING COLUMN
ARCHITECT DESIGN AS/ ARCHITECT DESIGN

BASE PLATE
STRUCTURE CONSULTANTS:-
20mm THK. BASE PLATE ER .SHERRY RAKHRA
CHARTERED STRUCTURE ENGG.
S/NO. MEMBERS M.E (STRUCTURES ) hons.
M.I.S.E, M.I.E, M.I.O.V, M.I.C.I
RAKHRA ASSOCIATES
VERTICAL 12 No. #2500, SECTOR-40-C, chandigarh
@ - [email protected]
16Ø STIRUPS M1 RHS 122x61x5.4 mm 099-8880-9055 (M)
099-8820-9055 (M)
8Ø@150C/C
12Ø@150C/C M2 RHS 122x61x5.4 mm
BOTH WAYS
M3 RHS 122x61x5.4 mm

12Ø@150C/C M4 RHS 96x48x4.8 mm


BOTH WAYS
SECTION AT A-A

You might also like