Download as pdf or txt
Download as pdf or txt
You are on page 1of 42

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT


OFFICE OF EE & SM (E),IITJPE, CPWD,
JODHPUR(RAJASTHAN)

N.I.T.NO. 07/IITJP/EE&SM(E)/2021-22(Revised)

Name of Work Providing Drinking Water Cooler with UV System For New
Boys and Girls Hostel at AIIMS Jodhpur

Estimate Cost 23,35,072/-

Earnest Money 46,701/-

Time Allowed 2 Month

Date of Opening 25.01.2022

Addition- Nil
Deletion-Nil
Correction-Nil Page-1
Overwriting-Nil AE (E) EE&SM (E)
Name of Work: Providing Drinking Water Cooler with UV System for new boys and girls hostel at
AIIMS Jodhpur

INDEX
Sl. No. Description Page No.
1 Index 2
2 Notice Inviting e-Tenders 3
3 Information & Instruction to Contractors / Bidders 4-6
4 CPWD – 6 for e-Tendering 7-10
5 Information & Instruction for bidder 11
6 Performa for Earnest Money deposit (Annexure-I) 12
7 Undertaking certificate from concerned contractor having valid 13
electrical licence of eligible class (Annexure-II)
8 Letter of transmittal, Integrity Pact, Integrity Agreement Form of 14-25
Performance Security, Affidavit, Guarantee Bond, General Power of
attorney
9 CPWD-7/8 & Acceptance 26-27
10 Performa of Schedule 28-32
11 General Commercial & Technical Conditions 33-36
12 Additional Terms & Conditions, Technical Specification 37
13 Additional Conditions for Covid-19, Preference to Make in India 38-39
14 Schedule of Work 40-41
15 Price Bid 42

NIT approved for Rs. 23,35,072/-only (Twenty Three Lacs Thirty Five Thousand Seventy Two Only )
and contains pages 1 to 42

Assistant Engineer (E.) Executive Engineer & Senior Manager ( E)


AIIMS Jodhpur Project Elect. IIT Jodhpur Project Elect.
C.P.W.D., Jodhpur C.P.W.D., Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-2
Overwriting-Nil AE (E) EE&SM (E)
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e-TENDERS
(Not to be published)

The Executive Engineer & Senior Manager (E), IIT Jodhpur Project Electrical, CPWD, Jodhpur invites
on behalf of the President of India online percentage rate tenders from CPWD enlisted contractors in
composite category for the following work:

NIT No : 07/IITJP/EE & SM (E)/2021-22 (Revised)

Name of work:- Providing Drinking Water Cooler with UV System for new boys and girls hostel at
AIIMS Jodhpur

Estimated Cost: Rs.23,35,072/-

Earnest Money:- 46,701/-

Period of completion:-2 Months

Last date and time of submission of tender is 25.01.2022 upto 3:00 PM. The tender forms and other
details can be obtained from the website

www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in

Executive Engineer& Senior Manager (Elect.)


IIT Jodhpur Project Elect. C.P.W.D., Jodhpur

Note :- Matter below not to be published.

Addition- Nil
Deletion-Nil
Correction-Nil Page-3
Overwriting-Nil AE (E) EE&SM (E)
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR
e-TENDERINGFORMING PART OF NIT AND TO BE POSTED ON WEBSITE

The Executive Engineer & Senior Manager (E), IIT Jodhpur Project Electrical, CPWD, Jodhpur invites
on behalf of the President of India online percentage rate tenders from CPWD enlisted contractors of
appropriate class in composite category for the following work:

submission of Tender,
Earnest Money
Name of Work

Last date and time of

and other documents

Eligibility document
Estimate cost

EMD ,Financial Bid


NIT No.

and Financial Bid


opening of EMD,
S. No

Time & date of


completion
Period of

as specified
new boys and girls hostel at
Cooler with UV System for
07/IITJP/EE & SM (E)/2021-22

Providing Drinking Water

Rs. 23,35,072

Up to 03.00 PM on

At 03.30 PM on
25.01.2022
25.01.2022
AIIMS Jodhpur
(Revised)

2 Months
46,701/-

( * Forming Part of NIT/Tender Document and to be posted on website)

1 The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
The bidder shall be required to upload his bid for this tender on www.tenderwizard.com/CPWD
2 Information and Instructions for bidders posted on website shall form part of bid document.
3 The bid document consisting of plans, specifications, 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.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in free of cost.
4 The bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of
Addition- Nil
Deletion-Nil
Correction-Nil Page-4
Overwriting-Nil AE (E) EE&SM (E)
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 Receipt and Bank Guarantee
of any Scheduled Bank towards EMD in favour of Executive Engineer, IIT Jodhpur Project
Division-I, CPWD, Jodhpur, receipt of deposition of original EMD to division office of any
Executive Engineer (including NIT issuing EE/AE), CPWD and other documents as specified.
While submitting the EMD the bidders should ensure that any insertion/addition/deletion in
the FDR/TDR issued by the bank should be properly authenticated/ stamped by the issuing
bank. In the absence of which the EMD shall not be considered in proper from and bid of the
bidder shall be rejected by the Engineer-in-charge.
All the existing contractors of Civil/ Electrical/ APQ of appropriate category shall also be
allowed to participate in the tender provided they have either got enlisted under composite
category or have given the consent letter to the enlisting authority in regard of composite
category.
5 Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed, they can be imparted training on online bidding process as per details
available on the website.
6 The intending bidder must have valid class-III digital signature to submit the bid.
7 On opening date, the contractor can login and see the bid opening process. After opening of bids, he
will receive the competitor bid sheets.
8 Contractor can upload documents in the form of JPG format and PDF format.
9 Contractors must ensure to quote percentage rate (above/below). The column meant for quoting
rate in figures appears in pink colour and the moment rate is entered, it turns skyblue. 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).If a tendererdoes not quote any percentage above / below on the
total amount of the tender or any section / sub head in percentage rate tender, the tender shall be
treated as invalid and willnot be considered as lowest tender.
10 The department reserves the right to reject any prospective application without assigningany reason
and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids
are received satisfying the laid down criterion.
11 The tenderer should also read the General Conditions of Contract 2020 for Construction Works
2020 incorporating amendments upto circular bearing no. `DG/CON/218 dt 17-08-2021 (available
on CPWD above websites), which is available as Govt. of India Publications..
12 GST or any other tax payable on construction materials/contract/any activity related with this
contract shall be paid by the contractor and Government shall not entertain any claim, whatsoever, in
this regard. The contractor shall quote his rates in accordance with Government of India, Ministry
of Finance, Department of Revenue, Central Board of Excise & Customs Notification no.10/2017-
Central Tax dated 28 June, 2017.
13 All needful statutory provisions to be adopted at site to tackle epidemic/ pandemic or similar
situation of COVID-19 shall be done by the agency and expenditure on the same shall be borne by
the contractor unless statutory orders direct for the reimbursement of the same.
14 If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to
Addition- Nil
Deletion-Nil
Correction-Nil Page-5
Overwriting-Nil AE (E) EE&SM (E)
be debarred from tendering/ taking up of works in CPWD. The Department reserves the right to
verify the particulars furnished by the applicant independently.
15 The lowest bidder shall be required to submit above documents to the Executive Engineer & Senior
Manager (E),IIT Jodhpur Project, CPWD, Jodhpur with in 7 days of opening of bid.

List of Documents to be scanned and uploaded within the period of bid submission:
1 Treasury Challan / Demand Draft / Pay order or Banker’s Cheque / Deposit at Call Receipt
/FDR/Bank Guarantee of any Scheduled Bank against EMD.
2 Copy of receipt for deposited of original EMD issued from division office of any Executive
Engineer, CPWD (The EMD document shall only be issued from the place in which the office of
receiving division office is situated). (Annexure attached)
3 Enlistment Order of the Contractor in appropriate class having validity at least till last date
of bid submission. If the contractor has given consent letters to the enlisting authority for his
conversion into composite category and order has not been issued so far, the consent letters shall be
uploaded by the contractor along with enlistment order of contractor in appropriate class in
Civil/Electrical/APQ category.
4 Copy of Electrical license of eligible class of the bidder. In case, bidder doesn’t have electrical
license, he shall submit an undertaking that “I/We will either obtain valid electrical license at the
time of execution of electrical work or associate contractors having valid electrical license of
eligible class.” (Annexure attached)
5 GST registration Certificate of the State in which the work is to be taken up, if already obtained by
the bidder. Proof of filing last GST return, not older more than Six Month from the last date of
submission of bid of the state in which bidder has GST registration.
If the bidder has not obtained GST registration in the State in which the work is to betaken up, or as
required by GST authorities then in such a case the bidder shall scan and upload following
undertaking along with other bid documents.
“If work is awarded to me, I/we shall obtain GST Registration Certificate of the State, in
which work is to be taken up within one month from the date of receipt of award letter or
before release of any payment by CPWD, whichever is earlier, failing which I/we shall be
responsible for any delay in payments which will be due towards me/us on a/c of the work
executed and/or for any action taken by CPWD or GST Department in this regard.”
6 Photo copy of PAN Card.
7 Address with phone No. and email Id of bidder

Executive Engineer & Senior Manager (Elect.)


IIT Jodhpur Project Elect.
Division, CPWD, Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-6
Overwriting-Nil AE (E) EE&SM (E)
CPWD-6 FOR e-TENERING
(Amended as per DG/MAN/303 dt. 28-03-2014)
1. Percentage Rate tenders are invited on behalf of President of India invites online Percentage
Rate tenders from approved and eligible Registered contractors of CPWD in appropriate class
in composite Catagery for the following Providing Drinking Water Cooler with UV System
for new boys and girls hostel at AIIMS Jodhpur
The enlistment of the contractors should be valid on the last date of submission of tenders.

In case the last date of opening of tender is extended, the enlistment of contractor should be
valid on the original date of opening of tenders.

1.1 The work is estimated to cost Rs. 23,35,072/- This estimate, however, is given merely as a
rough guide.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 7/8
which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various
terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 02 Months from the date of start as defined
in Schedule ‗F‘ or from the 1st date of handing over of the site, whichever is later, in
accordance with the phasing, if any, as indicated in the tender documents.

4. The site for the work is available.

5. Tender documents consisting of plans, specifications, the schedule of quantities of the various
types of items to be executed and the set of terms and conditions of contract to be complied
with and other necessary documents except Standard General Conditions of Contract Form can
be seen from website www.tenderwizard.com/cpwd or www.eprocure.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.

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

8. When bids are invited in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.

9. 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, IIT Jodhpur Project Division-I, CPWD, Jodhpur) 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
Addition- Nil
Deletion-Nil
Correction-Nil Page-7
Overwriting-Nil AE (E) EE&SM (E)
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 EE in the NIT.

The receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of
earnest money or Rs. 20 lac, whichever is less, will 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 Enlistment order and certificate of work experience and other documents as specified
in the press notice shall be scanned and upload to the e-tendering website within the period of
bid submission.

Online bid documents submitted by intending bidders shall be opened only of those bidders,
who has deposited e-Tender Processing Fee with M/s ITI Ltd. and earnest money
deposited and other documents scanned and uploaded are found in order.
The bid submitted shall be opened at 3:30 P.M. on 25.01.2022

10. The bid submitted shall become invalid and e-tender processing fee shall not be refundedif:
i) The bidder is found ineligible.
ii) The bidder does not deposit original EMD with division office of any Executive
Engineer, CPWD (The EMD Document shall only be issued from the place in which the
office of receiving division office is situated).
iii)The bidder does not upload all the documents (including GST registration) as stipulated in
the bid documents including the copy of receipt for deposition of Original EMD.
iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer in the
office of tender opening authority.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of
3% (Three Percent) of the bid amount within the period specified in Schedule F. This
guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or
Deposit at Call receipt of any scheduled bank/Banker‘s cheque of any scheduled
bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance
with the prescribed form. In case the contractor fails to deposit the said performance guarantee
within the period as indicated in Schedule ‗F‘, including the extended period if any, the
Earnest Money deposited by the contractor shall be forfeited automatically without any notice
to the contractor.The contractor whose bid is accepted will also be required to furnish
either copy of applicable licenses/ registrations of proof of applying for obtaining labour
licenses, registration with EPFO, ESIC and BOCW welfare Board and Programme chart
(Time and progress) within the period specified Schedule F.
Addition- Nil
Deletion-Nil
Correction-Nil Page-8
Overwriting-Nil AE (E) EE&SM (E)
12. Intending Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil
(so far as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects
it or not and no extra charges consequent on any misunderstanding or otherwise shall be
allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all
materials, tools and 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 tender by a tenderer 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.

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

14. Canvassing whether directly or indirectly, in connection with tenders is strictly


prohibited and the tenders submitted by the contractors who resort to canvassing will be liable
to rejection.

15. The competent authority on behalf of the President of India reserves to himself the right of
accepting the whole or any part of the tender and the tenderer shall be bound to perform the
same at the rate quoted.
15A. GST or any other tax applicable in respect of inputs procured by the contractor for this contract
shall be payable by the contractor and Government will not entertain any claim whatsoever in
respect of the same. However, component of GST time supply of service ( as per provided in
CGST Act 2017) Provided by the contract shall be varied if different from that applicable on
the last date of receipt of tender including extension if any.

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

17. No Engineer of gazetted rank or other gazetted officer employed in Engineering or


Administrative duties in an Engineering Department of the Government of India is allowed to
Addition- Nil
Deletion-Nil
Correction-Nil Page-9
Overwriting-Nil AE (E) EE&SM (E)
work as a contractor for a period of one year after his retirement from Government service,
without the previous permission of the Government of India in writing. This contract is liable
to be cancelled if either the contractor or any of his employees is found any time to be such a
person who had not obtained the permission of the Government of India as aforesaid before
submission of the tender or engagement in the contractor‘sservice.

18. The tender for the works shall remain open for acceptance for a period of Thirty days from
the date of opening of tenders. If any tenderer withdraws his tender before the said period or
issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and
conditions of the tender which are not acceptable to the department, then the Government
shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said
earnest money as aforesaid. Further, the tenderer shall not be allowed to participate in the re-
tendering process of the work.

19. This Notice Inviting Tender shall form a part of the contract document. The successful
tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15
days from the stipulated date of start of the work, sign the contract consisting of: -
i) 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.
ii) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form (GCC for Construction
works 2020) incorporating latest amendments up to day previous to last date of submission
of tender.
20 In case of any discrepancy is noticed between the documents as uploaded at the time of
submission of the bid online and hard copies as submitted physically in the office of
Executive Engineer & Senior Manager (E.) by 1st lowest, without prejudice to any other
right of remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further
the tenders shall notbe allowed to participate in the retendering process of the work.

Executive Engineer & Senior Manager (E.)


IIT, JPE,CPWD, Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-10
Overwriting-Nil AE (E) EE&SM (E)
SECTION I
INFORMATION & INSTRUCTION FOR BIDDERS

GENERAL

1.0 DEFINITIONS
1.1 In this document the following words and expressions have the meaning hereby assigned to
them.

1.2 EMPLOYER: Means the President of India, acting through Executive Engineer& Senior
Manager (E), IIT Jodhpur Project Elect. Division, CPWD, Jodhpur, Rajasthan

1.3 Bidder: Means the individual, proprietary firm, firm in partnership, limited company
private or public or corporation.

1.4 “Year” means “Financial Year” unless stated otherwise.


2.0 METHOD OF APPLICATION
2.1 If the bidder is an individual, the application shall be signed by him above his full type
written name and current address.

2.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his
full typewritten name and the full name of his firm with its current address.

2.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the
firm above their full typewritten name and current addresses or alternatively by a partner
holding power of attorney for the firm. In the later case a certified copy of the power of
attorney should accompany the application. In both cases a certified copy of the partnership
deed and current address of all the partners of the firm should accompany the application.

2.4 If the bidder is limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the application accompanied by a
copy of the power of attorney. The bidder should also furnish a copy of the Memorandum
ofArticles of Association duly attested by a public Notary

3.0 FINAL DECISION MAKING AUTHORITY


The employer reserves the right to accept or reject any bid and to annul the process and
reject all bids at any time, without assigning any reason or incurring any liability to the
bidder.

4.0 PARTICULARS PROVISIONAL


The particulars of the work given in Section I are provisional. They are liable to change and
must be considered only as advance information to assist the bidder.

5.0 SITE VISIT


The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings and himself collect all information that he considers necessary for proper
assessment of the prospective assignment.

Addition- Nil
Deletion-Nil
Correction-Nil Page-11
Overwriting-Nil AE (E) EE&SM (E)
Annexure-I
Receipt of Deposition of Original EMD
Receipt No.: Date :
1. Name of Work :- Providing Drinking Water Cooler with UV System for new boys and girls hostel at
AIIMS Jodhpur

2. NIT No. :- 07/IITJP/EE&SM(E)/2021-22 (Revised)


3. Estimated Cost :- Rs.23,35,072/-

4. Amount of Earnest Money Deposit :- Rs.46,701/-


in favour of “ExecutiveEngineer, IIT Jodhpur Project Division-I, CPWD, Jodhpur”

5. Last date ofsubmission of bid :- 25/01/2022 upto 3:00 PM

1. Name of Contractor : …………………………………………


-
2. Form of EMD …………………………………………
:
-
3. Amount of
:- …………………………………………
Earnest Money
Deposit
4. Date of
:- …………………………………………
submission of EMD

Signature, Name and Designationof EMD


receiving officer (EE / AE(P) / AAO)
Along with Office stamp
………………………………………………………………………………………………..…
Note :-
a. The Executive Engineer of all divisions including NIT issuing division / sub-division of
CPWD should receive the original EMD for tender of other division.
b. The NIT approving authority / EE at the time of issue of NIT shall also fill and upload the above
prescribed format of receipt of deposition of original EMD along with NIT.
c. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by
the bidder and shall issue a receipt of deposition of earnest money to the Contractor in a given
format uploaded by tender inviting EE. The receipt may also be issued by the AE(P)/AE/AAO
of the receiving division.
d. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive
Engineer above deposition of EMD by the Contractor by email/fax/telephonically.

Addition- Nil
Deletion-Nil
Correction-Nil Page-12
Overwriting-Nil AE (E) EE&SM (E)
Annexure-II

UNDEDRTAKING CERTIFICATE FROM CONCERNED CONTRACTOR


HAVING VALID ELECTRICAL LICENSE OF ELEGIBLE CLASS

Name of Work:- Providing Drinking Water Cooler with UV System for new boys
and girls hostel at AIIMS Jodhpur

I hereby give my undertaking that have obtain the Electrical licence before the work or to associate
for the work concerned contractor having valid electrical license of eligible class for the above mentioned
work.

I will execute the work as per specifications and conditions of the agreement and per direction of
the Engineer-in-charge.

Also I will employ full time technically qualified supervisor as required for the work. I will attend
inspection of officers of the department as and when required.

Date. Signature of Main Contractor

Addition- Nil
Deletion-Nil
Correction-Nil Page-13
Overwriting-Nil AE (E) EE&SM (E)
Annexure-III

LETTER OF TRANSMITTAL
From :
---------------------------
---------------------------

To
The Executive Engineer & Senior Manager (E)
IIT Jodhpur Project Electrical,
CPWD, Jodhpur

Subject:. Providing Drinking Water Cooler with UV System for new boys and girls hostel at AIIMS
Jodhpur
Sir,
Having examined details given in tender notice and bid document for the above work, I/we
hereby submit the bid along with all required information and documents.
1. I/We hereby certify that all the statements made and information supplied by me/us are true and
correct.
2. I / we have furnished all information and details necessary for bid and have no further pertinent
information to supply.
3. I/We also authorize Executive Engineer& Senior Manager (E), IIT Jodhpur Project, CPWD, and
Jodhpur to approach individuals, employers, firms and corporation to verify our details, if required.
4 Certificate: It is certified that the information given by me/us in the bid are correct. It is also certified
that I/We shall be liable to be debarred, disqualified/ cancellation of enlistment in case any
information furnished by me/us is found to be incorrect.
5 Contact Details of our authorized representative are as under:
Name
Mobile Number:
Email id:
Contact Address:

Signature(s) of Bidder(s)
Seal of bidder
Name of Bidder :
Contact Address :
Email Id of Bidder :
Mobile Number of Bidder(s):

Addition- Nil
Deletion-Nil
Correction-Nil Page-14
Overwriting-Nil AE (E) EE&SM (E)
INTEGRITY PACT

To,

NIT No: 07/IITJP/EE&SM(E)/2021-22 (Revised)

Sub: “Providing Drinking Water Cooler with UV System for new boys and girls hostel at AIIMS
Jodhpur”

Dear Sir,

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

Yours faithfully,

Executive Engineer& Senior Manager (E)


IIT Jodhpur Project Elect Division,
CPWD Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-15
Overwriting-Nil AE (E) EE&SM (E)
INTEGRITY PACT
To,
Executive Engineer& Senior Manager (E)
IIT Jodhpur Project Elect Division, CPWD, Jodhpur

Sub: Submission of Tender for the Work: Providing Drinking Water Cooler with UV System for new
boys and girls hostel at AIIMS Jodhpur

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity
Agreement enclosed with the tender/ bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We
will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/
We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE
BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this
condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree
that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which
will come into existence when tender/ bid is finally accepted by CPWD. I/We acknowledge and accept the
duration of the Integrity Agreement, which shall be in the line with Article1of the enclosed Integrity
Agreement.

I/We acknowledge that in the event of my/ our failure to sign and accept the Integrity Agreement, while
submitting the tender/ bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the
tenderer/ bidder and reject the tender/ bid in accordance with terms and conditions of the tender /bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Addition- Nil
Deletion-Nil
Correction-Nil Page-16
Overwriting-Nil AE (E) EE&SM (E)
INTEGRITY AGREEMENT

This Integrity Agreement is made at .............................. on this ............... day of .............. 20

BETWEEN

President of India represented through Executive Engineer, ,(Name of Division)


CPWD, ................................................................................... , (Hereinafter referred as the
(Address of Division)
'Principal / Owner', which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
AND
..............................................................................................................................................
(Name and Address of the Individual/firm/Company)
through ................................................................................ (hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or contexthereof
include its successors and permitted assigns)

Preamble
WHEREAS the Principal /Owner has floated the Tender (NIT No........ ) (Here in after referred to
as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for
hereinafter Referred to as the “Contract”.
(Name of work)
AND WHEREAS the Principal / Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with its
Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions
of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract
between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal / Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally entitled to.
Addition- Nil
Deletion-Nil
Correction-Nil Page-17
Overwriting-Nil AE (E) EE&SM (E)
The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the
same information and will not provide to any Bidder(s) confidential / additional information through
which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract
execution.

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

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

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

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

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

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

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

The Bidder(s) / Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s) / Contract(s) will not use improperly, (for the purpose of competition or personal gain), or
pass on to others, any information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
Addition- Nil
Deletion-Nil
Correction-Nil Page-18
Overwriting-Nil AE (E) EE&SM (E)
The Bidder(s)/ Contractor(s) of foreign origin shall disclose the names and addresses of
agents/Representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be
allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

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

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

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

5) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may befall upon a person, his/ her reputation or property to influence their participation in the
tendering process).
Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/ Owner under law or the
Contract or its established policies and laid down procedures, the Principal/ Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/
Contractor accepts and undertakes to respect and uphold the Principal / Owner's absolute right:
1) If the Bidder(s)/ Contractor(s), either before award or during execution of Contract
has committed a transgression through a violation of Article 2 above or in any other form, such as to
put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the
contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/ determine the Contract, if already executed or exclude the Bidder/ Contractor from future
contract award processes. The imposition and duration of the exclusion will be determined by the
severity of transgression and determined by the Principal/ Owner. Such exclusion may be forever or for
a limited period as decided by the Principal/Owner.

Addition- Nil
Deletion-Nil
Correction-Nil Page-19
Overwriting-Nil AE (E) EE&SM (E)
2) Forfeiture of EMD /Performance Guarantee / Security Deposit:
If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the
Contract or terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that
may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and SecurityDeposit of the Bidder/ Contractor

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor,


or of an employee or a representative or an associate of a Bidder or Contractor which constitutes
corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same
to law enforcing agencies for further investigation.

Article 4: Previous Transgression


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

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

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

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


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

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

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

Addition- Nil
Deletion-Nil
Correction-Nil Page-20
Overwriting-Nil AE (E) EE&SM (E)
Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor / Vendor
12 months after the completion of work under the contract or till the continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent
Authority, CPWD.
Article 7- Other Provisions
This Pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters of the
Division of the Principal / Owner, who has floated the Tender.
Changes and supplements need to be made in writing. Side agreements have not been made.
If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by
one or more partner holding power of attorney signed by all partners and consortium members. In
case of a Company, the Pact must be signed by a representative duly authorized byboard resolution.
Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains
valid. In this case, the parties will strive to come to an agreement to their original intentions.
It is agreed term and condition that any dispute or difference arising between the parties with regard to
the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance
with this Integrity Agreement/ Pact or interpretation there of shall not be subject to arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be
cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity,
both the Parties agree that this Integrity Pact will have precedence over the Tender / Contract
documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:
...........................................................
(For and on behalf of Principal/Owner)
..............................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
(Signature, name and address)
(Signature, name and address)
Place: -
Dated: -
Addition- Nil
Deletion-Nil
Correction-Nil Page-21
Overwriting-Nil AE (E) EE&SM (E)
FORM OF PERFORMANCE SECURITY (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
……………………… (Here in after called “the said Contractor(s)”) for the
work…………………………………………………… (Here in after called “the said agreement”) having
agreed to production of an irrevocable Bank Guarantee for Rs. …………. (Rupees
………………………………… only) as a security/guarantee from the contractor(s) for compliance of his
obligations in accordance with the terms and conditions in the said agreement.
1. We, ………………………………. (Here in after referred to as “the Bank”) hereby undertake to pay
to the Government an amount not exceeding Rs. ……………………….. (Rupees……………….
Only) on demand by the Government.
2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demure, merely on a demand from the
Government stating that the amount claimed as required to meet the recoveries due or likely to be
due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards
the amount due and payable by the bank under this Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs.………………….. (Rupees
………………………….only)
3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending
before any court or Tribunal relating thereto, our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
thereunder and the Contractor(s) shall have no claim against us for making such payment.
4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till 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 Contractor(s)
and accordingly discharges this guarantee.
5. We, ……………………………. (indicate the name of the Bank) further agree with the Government
that the Government shall have the fullest liberty without our consent and without affecting in any
manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to
extend time of performance by the said Contractor(s) from time to time or to postpone for any time
or from time to time any of the powers exercisable by the Government against the said contractor(s)
and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall
not be relieved from our liability by reason of any such variation, or extension being granted to the
said Contractor(s) or for any forbearance, act of omission on the part of the Government or any
indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s).
7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to revoke this
guarantee except with the previous consent of the Government in writing.
Addition- Nil
Deletion-Nil
Correction-Nil Page-22
Overwriting-Nil AE (E) EE&SM (E)
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)

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 Contractor

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

Addition- Nil
Deletion-Nil
Correction-Nil Page-23
Overwriting-Nil AE (E) EE&SM (E)
GUARANTEE BONDS/AFFIDAVIT FOR WORK
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER
COMPLETION

The agreement made this ___________________ day of __________ two thousand and __________
between __________ S/o ___________________ (hereinafter called the GUARANTOR of the one part)
and the PRESIDENT OF INDIA (hereinafter called the Government of the other part).
WHEREAS THIS agreement is supplementary to a contract. (Herein after called the Contract) dated
_________ and made between the GUARANTOR OF THE ONE PART AND the Government of the other
part, whereby the contractor interlace, under look to render the work in the said contract recited structurally
stable workmanship and use of sound materials.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said work will
remain structurally stable and guarantee against faulty workmanship, finishing, manufacturing defects of
materials and leakages etc.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable,
after the expiry of maintenance period prescribed in the contract for the minimum life of ten years, to be
reckoned from the date after the expiry of maintenance period prescribed in the contract.
The decision of the Engineer in charge with regard to nature and cause of defects shall be final.
During the period of guarantee the guarantor shall make good all defects to the satisfaction of the Engineer
in charge calling upon him to rectify the defects, failing which the work shall be got done by the Department
by some other contractor at the guarantor’s cost and risk. The decision of the Engineer in charge as to the
cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach thereunder then the guarantor will
indemnify the Principal and his successor against all loss, damage cost expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in performance and observance
of this supplementary agreement. As to the amount of loss and / or damage and / or cost incurred by the
Government the decision of the Engineer in charge will be final and binding on the parties.
IN WITHNES WHERE OF those presents have been executed by the obligator __________________ and
_______________________________ by for and on behalf of the PRESIDENT OF INDIA on the day,
month and year first above written.
Signed sealed and delivered by OBLIGATOR in presence of:.
1. _____________________
2. _____________________
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY____________
________________ in the presence of:
1. _____________________
2. _____________________

Addition- Nil
Deletion-Nil
Correction-Nil Page-24
Overwriting-Nil AE (E) EE&SM (E)
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENT THAT
………………………………………………………………. (Company Name), a Company incorporated
under the Companies Act, 1956 and having its Registered Office at
……………………………………..……………………………………………………………. (herein after
called the Company’).
AND WHEREAS …………………………………………………………… (Name and Designation of
Authorized signatory) has been authorized to prepare, sign, seal and deliver tenders and to attend various
pre and post bid meetings with the clients, agree and sign minutes of meetings execute the projects secured
by the Company and to generally deal with the Company’s clients.
AND WHEREAS to enable the said …………………………………………………………… (Name and
Designation of Authorized signatory) to discharge his duties effectively, the Committee of Directors of
………………………………………………………………. (Company Name) has resolved to nominate,
constitute and appoint …………………………………………………………… (Name and Designation
of Authorized signatory), to be true and lawful attorney to do the following specific acts, deeds and has
concerning the Company’s Business Unit: Construction to sign and execute on behalf of the Company
documents such as tenders such other instruments and Contract Agreements for projects as may be
necessary for the work “Providing Drinking Water Cooler with UV System for new boys and girls
hostel at AIIMS Jodhpur

This Power of Attorney is valid for a period of ………. years from the date of execution of this Power of
Attorney.
…………………………………………………………… (Name and Designation of Authorized
signatory) when signing on behalf of the Company shall sign as under
For and on behalf of ………………………………………………………………. (Company Name) by its
constituted attorney.
_________________
Signature of …………………… (Authorized signatory)

The Company hereby agrees to ratify all acts, deeds and things lawfully done by
…………………………………… (Name and Designation of Authorized signatory) PURSUANT TO
THIS Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by the Company.
IN WITNESS WHERE OF, ………………………………………….. (Company name), has affixed its
Common Seal this on …………………………… (Date) at ……………………. (Place).
The Common Seal of the Company is affixed pursuant to the Resolution passed by the Committee of
Directors in its meeting held on ……………………………… in the presence of witnesses
(1)…………………………………., (2)………………………………. who have signed these presents in
token thereof, in terms of Article of Articles of Association of Company
(2)
Witness Sign……………….. Witness Sign………………..
Witness Name……………… Witness Name………………
Designation………………… Designation………………

Addition- Nil
Deletion-Nil
Correction-Nil Page-25
Overwriting-Nil AE (E) EE&SM (E)
CPWD-7/8
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE Rajasthan CIRCL SE Cum PD Jodhpur, A I I M S CPWDJodhpur
BRANCH E&M DIVISION EE& SM(E) I I T , JPE,CPWD Jodhpur
ZONE Jodhpur SUB-DIVISION AE(E)-V A II M S JPE CPWD Jodhpur

Percentage Rate Tender & Contract for Works

a. Tender for the work of :- Providing Drinking Water Cooler with UV System for new boys
and girls hostel at AIIMS Jodhpur

b. To be submitted on line by 1 5 :00 hours on 25.01.2022 (date) to Executive Engineer &


Senior Manager (E),IIT Jodhpur Project, CPWD Jodhpur
c. To be opened in presence of tenderers who may be present at 15:30 hours on 25.01.2022 (date)in
the office of Executive Engineer & Senior Manager (E),IIT Jodhpur Project, CPWD Jodhpur

Issued to :-
(Contractor)

Signature of officer issuing the documents :

(i) Designation : Executive Engineer & Senior Manager (E),IIT Jodhpur Project, CPWD Jodhpur

Date of Issue :-
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, suchconditions so far as applicable.

We agree to keep the tender open for Thirty (30) days from the due date of its opening
and not to make any modifications in its terms & conditions.

A sum of Rs.46,701/- is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a


scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank
guarantee issued by a scheduled bank as earnest money. If I/We, fail to furnish the prescribed
performance guarantee within prescribed period. I/We agree that the said President of India or his
successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the
said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that
President of India or the successors in office shall without prejudice to any other right or remedy
Addition- Nil
Deletion-Nil
Correction-Nil Page-26
Overwriting-Nil AE (E) EE&SM (E)
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 both Earnest Money and
performance guarantee as aforesaid, I / We shall be debarred for participation in the re- tendering
process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to
the notice of Department, then I/we shall be debarred for tendering in CPWD in future
forever. Also, if such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records
connected with the work as secret/confidential documents and shall not communicate information /
derived there from to any person other than a person to whom I/We, am/are authorized to
communicate the same or use the information in any manner prejudicial to the safety of the state.

Date
Witness : Address : Occupation
Signature of Contractor
Postal Address

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.
(Rupee
)The letters referred to below shall form part of this contract Agreement.
(i)
(ii)
(iii)
For & on behalf of President of India

Signature ..........................................

Dated ..........................

Designation......................................

Addition- Nil
Deletion-Nil
Correction-Nil Page-27
Overwriting-Nil AE (E) EE&SM (E)
dk;®Z dh vuqlwfp;ka PERFORMA OF SCHEDULES
vuqlwph ^d* SCHEDULE ‘A’
ek=kvksa dh vuqlwph ¼layXu½ Attached
Schedule of quantities
vuqlwph ^[k* SCHEDULE ‘B’
Bsdsnkj dh fuxrZ dh tkus okyh lkefxz;ksa dh vuqlwph
Schedule of materials to be issued to the
contractor Schedule
ftl nj ij lkefxz;ka Bsdsnkj dks
izHkkfor gksxh og nj vadksa ,oa “kCnksa esa
Ø- la- en fooj.k ek=k Rates in figures & words at fuxZr LFkku
S. No. Description of item Quantity which the material will be Place of Issue
charged to the contractor
1 2 3 4 5
NIL
( Material required for the work shall be arranged by the Contractor)
vuqlwph ^x* SCHEDULE ‘C’
Bsdsnkj dks HkkM+s ij fn, tkus okys vkStkj ,oa la;=
Tools and plants to be hired to the contractor
Øe- la- fooj.k HkkM+k izHkkj izfrfnu fuxZr LFkku
S.No. Description Hire charges per day Place of Issue
1 2 3 4
NIL
(shall be arranged by the Contractor)
vuqlwph *?k* SCHEDULE ‘D’
dk;Z ds fy, fo”ks’k vis{kk,a@nLrkost] ;fn dksbZ gks]a dh
vfrfjDr vuqlwph NIL
Extra schedule for specific requirements/
documents for the work, if any.
vuqlwph ^M* SCHEDULE ‘E’
Bsds dh lkekU; “krksZ dk lanHkZ
Reference to General Conditions of contract General Conditions of Contract for CPWD 2020
For Construction Work
dk;Z dk uke
Name of Work :
“Providing Drinking Water Cooler with UV System for new boys and girls hostel at AIIMS
Jodhpur.”
dk;Z dh vuqqekfur ykxr Rs 23,35,072/-
Estimated cost of work :
(i) /kjksgj jkf”k 46,701/-
Earnest money
fu"iknu xkjaVh 3% of Tendered Value
(ii) Performance guarantee
(iii) izfrHkwfr fu{ksi 2.5% of Tendered Value
Security Deposit
vuqlwph ^p* SCHEDULE ‘F’
Addition- Nil
Deletion-Nil
Correction-Nil Page-28
Overwriting-Nil AE (E) EE&SM (E)
lkekU; fu;e ,oa fn'kkfunsZ'k%
General Rules & Directions :
fufonk vke=a.k djus okyk izkf/kdkjh Executive Engineer & Senior Manager (E),
Officer inviting tender - IIT Jodhpur Project Elect. Division,
CPWD, Jodhpur
dk;Z dh enksZ dh ek=k ds fy, vf/kdre izfr’kr
ftlls vf/kd fu"ikfnr enksa ds fy, njksa dk fu/kkZj.k See below
[k.M 12-2 ds vuqlkj gksxk
Maximum percentage for quantity of items of
work to be executed beyond which rates are to
be determined in accordance with Clauses 12.2

ifjHkk"kk;s%a &
Definitions:
2 (v) Hkkj lk/kd bathfu;j Executive Engineer& Senior Manager (E),
Engineer-in-Charge IIT Jodhpur Project Elect. Division,
CPWD, Jodhpur
2(viii) LohdkjdrkZ izkf/kdkjh Executive Engineer& Senior Manager (E),
Accepting Authority IIT Jodhpur Project Elect. Division,
CPWD, Jodhpur or equivalent officer in
charge of work
2(x) vfrfjDr vkSj ykHkksa dks iwjk djus ds fy,
lkefxz;ksa dh ykxr ij izfr'krrk
Percentage on cost of materials and labour 15%
to cover all overheads and profits
2(xi) njksa dh ekud vuqlwph DSR 2018 & Market Rate
Standard schedule of Rates
2(xii) foHkkx
Central Public Works Department
Department
9(ii) ekud ds-yks-fu-fo- Bsdk QkeZ ---------------------------------
rd la'kksf/kr vkSj “kksf/kr ds-yks-fu-fo- QkeZ 7 CPWD Form – 7 modified & corrected up
Standard CPWD Contract Form : to date of issue of tender.
[k.M Clause 1
(i)Lohd`fr Ik= tkjh gksus dh rkjh[k ls fu’iknu xkjaVh ds izLrqrhdj.k ds
fy, vuqer le;] fnuksa esa
7 Days
(i) Time allowed for submission of Performance Guarantee,
(ii) le; o`f)] fnuksa esa
(ii) Maximum allowable extension with late fee @ 0.1%
3 Days
per day of Performance Guarantee amount beyond the
period provided in (i) above

[k.M Clause 2 Executive Engineer& Senior Manager (E),


[k.M 2 ds rgr izfrdj fuf'pr djus okyk izkf/kdkjh IIT Jodhpur Project Elect. Division,
Authority for fixing compensation under clause 2 CPWD, Jodhpur or equivalent officer in
charge of work
Clause 2A
Applicable clause/clause 2A --No--
Addition- Nil
Deletion-Nil
Correction-Nil Page-29
Overwriting-Nil AE (E) EE&SM (E)
ykxw [k.M 2@[k.M 2d

[k.M Clause 5
dk;Z vkjEHk djus dh rkjh[k dh x.kuk ds fy,
Lohd`fr Ik= tkjh gksus dh rkjh[k ls fnuksa dh la[;k
7 Days
Number of days from the date of issue of letter
of acceptance for reckoning date of start
y{; ehy&iRFkj lkj.kh y{; uhps nh xbZ lkj.kh vuqlkj
Table of Mile-stones As per Table given below
Time Allowed in Amount to be withheld in
S. Description of Milestone (Financial) days (from date case of non achievement
No. of start ) of Milestone
1. ---NA---
dk;Z fu"ikfnr djus ds fy, vuqeR; le; 2 Month
Time allowed for execution of work
Authority to decide :-
(i) Extension of time Executive Engineer& Senior Manager (E),
IIT Jodhpur Project Elect. Division,
CPWD, Jodhpur or equivalent officer in charge of
work
Rescheduling of mile stones Executive Engineer& Senior Manager (E),
miyfC/k;ksa dk iqu% vuqlwfpdj.k IIT Jodhpur Project Elect. Division,
CPWD, Jodhpur or equivalent officer in charge of
work
Clause 6 Yes
Clause applicable

[k.M Clause 7
varfje Hkqxrku ds fy, ik= gksus ds fy, vafre ,sls
Hkqxrku ds ckn dqy Hkqxrku ,df=r lkefxz;ksa ds vfxzeksa ds
lek;kstu lfgr fd;k tkus okyk dqy dk;Z
Gross work to be done together with net
payment/adjustment of advances for material ---------N.A-------
collected, if any, since the last such payment for
being eligible to interim payment
[k.M Clause 7A
Whether Clause 7A shall be applicable --------N.A---------
[k.M Clause 10 A
List of testing equipment to be provided by the As per requirements of site.
contractor at site lab:

[k.M Clause 10 B
No
Whether Clause 10 B shall be applicable
[k.M Clause 10C
Component of Labour expressed as 15%
percent of total value of work
[k.M Clause 10CA Not Applicable
Addition- Nil
Deletion-Nil
Correction-Nil Page-30
Overwriting-Nil AE (E) EE&SM (E)
Nearest Material (other Base price and its
than cement*, corresponding
S. No. Materials covered under this reinforcement bars and the period of all
clause structural steel) for which materials covered
All India Wholesale Price under clause 10
Index to be followed CA as on June
2019
--N.A--
[k.M 10xx
[k.M 10xx mu lafonkvksa ij ykxw gksxk ftlesa dk;Z
lekiu dh vof/k] vxys dkye esa n'kkZ;h xbZ vof/k ls
vf/kd vuqcaf/kr gSA --N.A--

Clause 10CC Clause 10CC to be applicable in


contracts with stipulated period of completion --N.A--
exceeding the period shown in the next
column
--N.A--
Applicable/ Not Applicable
Schedule of Component of materials, Labour etc. For
price escalation.
Component of Civil:(Except materials covered under --N.A--
clause 10 CA)/Electrical value of work:-
Component of labour:- --N.A--
[k.M Clause 11 dk;Z fu"iknu ds fy, vuqikyu fd, tkus General Specifications for electrical
okys fofunsZ'k
Specifications to be followed for execution of work works part-I (Internal-2013) , Part-II
external 1995 , as amended upto date.
[k.M Clause 12 Original work
Type of Work
12.2 fopyu lhek] ftlds ijs [k.M 12-2 rFkk 12-3 Hkou fuekZ.k
dk;Z ds fy, ykxw gksx
a s
12.2 Deviation limit beyond which clause 100%
12.2 shall apply for building work
12.5 fopyu lhek] ftlds ijs [kaM 12-2 rFkk 12-3 uhao dk;Z
ds fy, ykxw gksxsa
12.5 Deviation limit beyond which clause 12.2 100%

[k.M Clause 16 SE cum PD Project CPWD Jodhpur or


?kVh gqbZ njs fu/kkZfjr djus dh fy, l{ke izkf/kdkjh equivalent officer in charge of work
Competent Authority for deciding reduced Rates
[k.M Clause 18
List of mandatory machinery, tools & plants to As per requirement at site.
be deployed by the contractor at site:

Addition- Nil
Deletion-Nil
Correction-Nil Page-31
Overwriting-Nil AE (E) EE&SM (E)
[k.M Clause 19 :- The Contractor shall obtain a valid license under the Contract Labour
(R&A) Act, 1970 and the Contract Labour (Regulation and Abolition) Central Rules, 1971
before the commencement of the work, and continue to have a valid license valid the completion
of the work. The contractor shall also comply with provisions of the Inter-State Migrant
Workmen (Regulation of Employment and Conditions of Service) Act, 1979.
Clause 19L The E.S.I. and E.P.F. Contribution on the part of employer in respect of
this contract shall be paid by the contractor. These contributions on the part of
employer paid by the contractor shall be reimbursed by the Engineer-in-charge to the
contractor on actual basis. The applicable & eligible amount of E.S.I. and E.P.F. shall
be reimbursed preferably within 07 days but not later than 30 days of submission of
documentary proof of payment provided the same are in order.
[k.M Clause 25: Constitution of To be nominated by ADG/SDG having jurisdiction
Dispute Redressal Committee (DRC) of the work.
:

[k.M& CLAUSE 32: Requirement of Technical Representative(s) and Recovery Rate


Sr. Minimum Discipline Designation Minimum No. Rate at which recovery
No. Qualification (Principal experience shall be made from the
of Technical Technical/ (years) contractor in the event of
Representative Technical not fulfilling
representative) provision of clause 32
Figures Words.
1. - - - - - - -

Clause-42
(i) (a) Schedule/statement for determining theoretical quantity of cement & NA
bitumen on the basis of Delhi Schedule of Rates….. printed by CPWD
(ii) Variations permissible on theoretical quantities: NA
(a) Cement for works with estimated cost put to tender not more than Rs. 5 NA
lakh. 3% plus/minus for works with estimated cost put to tender more
than Rs. 5 lakh. 2% plus/minus.
(b) Bitumen All Works 2.5% plus & only & nil on minus side NA
(c) Steel Reinforcement and structural steel sections for each NA
diameter, section and category
(d) All other materials. Nil
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. Description of Item Rates in figures and words at which recovery shall be made from
No. the Contractor.
Excess beyond Less use beyond the
permissible permissible variation
variation
----NIL----

Executive Engineer& Senior Manager (E),


IIT Jodhpur Project Elect. Division,
CPWD, Jodhpur
Addition- Nil
Deletion-Nil
Correction-Nil Page-32
Overwriting-Nil AE (E) EE&SM (E)
GENERAL COMMERCIAL & TECHNICAL CONDITIONS:

All the works shall be carried out as per CPWD General specification for Electrical Works, Part-I
(Internal) 2013, Part-II (External) 1994 & HVAC 2017, 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 rates tendered shall be for complete items of work (except the materials, if any, stipulated for
supply by the department) inclusive of GST, other taxes, 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 (including those
supplied by the department, if any) for the work at site etc
Prices quoted shall be firm.
Taxes and Duties:
The contractor shall pay all taxes i/c GST, Royalty etc payable on all material, services required
for the work. The GST at source shall be deducted from the bills of the contractor, as applicable and
notified by the Government from time to time, at the time of payments.
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 arranged by the department:
No materials shall be supplied to the contractor for the work by department unless specified
specifically stipulated in the tender documents.
Works to be done by the contractor:
Unless and otherwise mentioned in the tender documents, all the works i/c following works shall be
done by the contractor, and therefore their cost shall be deemed to be included in their tendered cost:-
Foundations for equipment’s and components where required, including foundations bolts. 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, cubical switchboard etc. Damages to finished
surfaces of these items while handling and erection, shall however be rectified to the satisfaction of
Addition- Nil
Deletion-Nil
Correction-Nil Page-33
Overwriting-Nil AE (E) EE&SM (E)
the Engineer-in-Charge.
Testing and commissioning of completed installation.
Storage space for all equipment’s, 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 contractor shall however be responsible for proper storage and safe custody of the same till their
installation and handing over to the department.
Electric Power Supply and Water Supply:
Power and water supply will be arranged by the contractor at the site for installation purpose.
However, for final testing purpose after complete installation of the electrical items, electricity supply
will be made available free of cost to the contractor. 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 given below:-
S. No. Description of items On supply of materials On installation After final testing
and commissioning
1. Water Cooler with 75% 15% 10%
inbuilt UV system
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-in-charge. Structural provisions like openings, cut- outs, if
any, provided by the department for the work, shall be used. Wherever these required modifications,
or fresh provisions are required to be made, such contingent works shall be carried out by the
contractor at his own 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
Addition- Nil
Deletion-Nil
Correction-Nil Page-34
Overwriting-Nil AE (E) EE&SM (E)
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:
When work is executed in occupied buildings, there would be minimum inconvenience to the
occupants. The work shall be programmed in consultation with the Engineer-in-charge and the
occupying department. If so required, the work may have to be done even before and after the office
hours in case of office buildings.
The contractor shall be responsible to abide by the regulations or restrictions set in regard to entry
into, and movement within the premises. The contractor shall not tamper with any of the existing
installations including their switching operations or connections there to without specific approval
from the Engineer-in-charge.
Conformity to IE Act, IE Rules, and standards:
All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act,
1910 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.
General requirements of components:
Quality of material: All materials and equipment supplied by the contractor shall be new. 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:
To receive materials at site with Manufacturer’s Test Certificate(s)
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.
Conformity to standards:
All components shall confirm 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.
Interchange ability:
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.
Addition- Nil
Deletion-Nil
Correction-Nil Page-35
Overwriting-Nil AE (E) EE&SM (E)
Workmanship:
Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall confirm 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.
Testing:
All tests 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.
Guarantee
The installation will be handed over to the department after necessary testing and commissioning.
The installation will be guaranteed against any defective design/workmanship. Similarly, the
materials supplied by the contractor will be guaranteed against any manufacturing defect, inferior
quality. The guarantee period will be for a period of 12 months from the date of handing over to
the department. Installation/ equipment’s or components thereof shall be rectified/ repaired to the
satisfaction of the Engineer-in-charge. The firm will be required to submit guarantee of material
from the manufacturer to the department.
The quantity of material in the BOQ is indicative. Contractor has to assess the actual requirement
of material at site before placing the order, keeping in view the drawing and site requirement from
the shortest route. No claim for payment for unused excess material shall be entertained.

Executive Engineer & Senior Manger (E.)


IIT,JPE,CPWD Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-36
Overwriting-Nil AE (E) EE&SM (E)
Additional Terms & Conditions

1) The work should be carried as per CPWD specification


2) The Manufacturer/supplier should give one Year of Warranty except consumables.
3) The copy of certificate of Guarantee of Water cooler with inbuilt UV system from OEM / OEA in
favour of Engineer-in-Charge to cover defect liabilities.
4) An undertaking that mandatory free service shall be carried out as per OEM/OEA recommendations.
5) Vendor/Bidder shall submit the certificate from OEM mentioning the continued support of spare parts,
repairing of faulty equipment’s over a minimum period of 5 years from the manufacturers of
acceptable-make from the date of supply of the material.
6) The firm should have authorized service center in Jodhpur (Rajasthan)

TECHNICAL SPECIFICATIONS

Water cooler with inbuilt UV system

1 The water cooler should be made of stainless steel body.


2 Storage tank should be stainless steel.
3 Shall be provided with externally mounted thermostat.
4 For speedy drainage, stainless steel water tray shall be provided.
5 Storage capacity - 80 ltr.
6 Nominal cooling capacity- 60 ltr/hour
7 Number of faucets required is- 2( 1no. for cold and 1 no. for normal)
8 Demand - 300 glasses per hr.
9 Refrigerant - R-134 a.
10 Working voltage range: 170-260 Volts, single phase AC, 50Hz.
11 The company should be ISO: 9001 Certified.
12 Power cord should be provided with 3 Pin Plug top up to required length.
13 Product must be ISI certified.
14 At least 3 stage purification process comprising of:
Stage 1: The micro porous, heavy duty sediment filter.
Stage 2: Specially-treated activated-carbon.
Stage 3: Ultraviolet treatment.
15 LCD Indication and touch button activation shall be provided.
16 Electronic monitoring system shall be provided.
17 Water Input pressure (min); 0.4 Kg/Sq.Cm)
18 Water Input pressure (max); 2.0Kg/Sq.Cm)

Executive Engineer & Senior Manger (E.)


IIT,JPE,CPWD Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-37
Overwriting-Nil AE (E) EE&SM (E)
ADDITIONAL CONDITIONS FOR COVID-19

1.1 The contractor has to make all the necessary arrangements for safety of worker sand
supervisory staff and engineers from COVID-19 as prescribed by the Government of India
from time to time.

1.2 Arrangement for daily thermal screening, regular weekly (or as prescribed by Engineer-in-
charge) medical check-up by doctors etc. have to be made at site.

1.3 The contractor has to ensure that SO for construction site issued by CPWD or any other
Government agency shall have to be followed at site.

1.4 In case of lockdown, full pay to workers/engineers etc. along with arrangement for their
stay, fooding, etc. has to arrange b the contractor itself.

NOTE: Nothing extra shall be paid to the contractor on above accounts and any other expenditure to be borne
on account of COVID-19 pandemic and the quoted rates shall deemed to be inclusive of the above provisions

Executive Engineer & Senior Manger (E.)


IIT,JPE,CPWD Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-38
Overwriting-Nil AE (E) EE&SM (E)
Preference to Make in India:
i. The Government has issued public procurement policy (Preference to Make in India) vide Ministry of
Commerce and Industry Development of industrial policy and promotion (PPS) vide order No. P-
45021/2/2017-PP BE-II dated 28.05.2018, to “Encourage Make in India” and to promote manufacturing and
production of Goods and services in India with a view to enhancing income and employment. CPWD has
decided to implement this policy.

ii. The agency shall submit list of makes of materials proposed to be used on the work from local suppliers (as
defined in the above order dated 28.05.2018) along with minimum local content as specified below for approval
of the department.

iii. The department will be approving only makes of the materials having a minimum local content of 50% for use
on this work, out of the preferred makes list.

iv. The agency is required to obtain a self-certification from OEM/ Manufacturer for verification of local content
along with the makes proposed to be used in the work for approval of the department. The self-certification
shall be as mentioned below.

“The item offered meets the minimum local content and shall give details of the location(s) at which the
local value addition is made.”

v. As per the Ministry of Commerce and Industry Development order No. P-45021/2/2017-PP BE- II dated
28.05.2018 the minimum local content is50%.

vi. The minimum local content of 50% is considered for the complete item including labour component.

vii. The agency shall obtain the certificate for all items except for sundry items

Contractor

Executive Engineer & Senior Manger (E.)


IIT,JPE,CPWD Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-39
Overwriting-Nil AE (E) EE&SM (E)
SCHEDULE
OF
QUANTITIES

Addition- Nil
Deletion-Nil
Correction-Nil Page-40
Overwriting-Nil AE (E) EE&SM (E)
Schedule of Work

Name of Work :- Providing Drinking Water Cooler with UV System for new boys and girls hostel at
AIIMS Jodhpur

S.No Description of Item Qty Unit Rate Unit Amount

1.0 SITC of Storage Water Cooler With inbuilt


UV Purifier with last point purification i/c
making suitable foundation for system (1.05
mtr. above FFL), having storage capacity of
80 Liters and cooling capacity with comfort
level 60 LPH having inbuilt three Stage UV
purification System; suitable for operation
on 230+_ 10%VAC ,50 HZ with Power
Consumption 625 Watts+_ 10% providing
water outlet temperature at 17degC at the
flow of 60 LPH and storage tank of 80 Liter
along with UV Protection. Machine should
have 2 Faucets consisting of 1 for cold
water and 1 for Normal Water along with
Purifier fault indicator. Refrigerant should
be R-134 A. The storage tank material of
SS304 & outer body material of SS 304.
The product manufacturer must have their
NABL Accredited Lab Testing facilities.
The Product should be ISO 9001 and Indian
Medical Association Certified.
Stages Details:
1) Pre Filter-20 inch (Outside Machine)
2) Particulate Filter- 20 inch
3) Pre Carbon Filter- 20 inch
4) UV Lamp
Storage Tank & Drain Tray Material: SS
304
Outer Body Material : SS 304
(Acceptable makes:- Eureka forbes
Ltd(model no:- Aqua guard Pure chill 80SS
UV) or equivalent in Ion Exchange/Blue
Star/Kent) 32 Nos. 72,971.00 Nos 23,35,072.00
Total 23,35,072.00

Assistant Engineer (E)-V Executive Engineer & Senior Manager (E.)


AIIMS Jodhpur Project, IIT, Jodhpur Project
CPWD, Jodhpur CPWD, Jodhpur

Addition- Nil
Deletion-Nil
Correction-Nil Page-41
Overwriting-Nil AE (E) EE&SM (E)
Price Bid
Central Public Works Department

NIT No. : 07/IITJP/EE&SM(E)/2021-22 (Revised)

Name of work :- Providing Drinking Water Cooler with UV System for new boys and girls
hostel at AIIMS Jodhpur

SCHEDULE OF QUANTITY
Name of the Contractor :-
S.No Name of Component Estimated Percentage % in Figures Total Cost
Cost above or
below the
estimate cost
1 Electrical Work 23,35,072.00
Total 23,35,072.00

Addition- Nil
Deletion-Nil
Correction-Nil Page-42
Overwriting-Nil AE (E) EE&SM (E)

You might also like