Download as pdf or txt
Download as pdf or txt
You are on page 1of 83

NIT No.

-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

*Name of work : Construction of Homi Bhabha Cancer Hospital & Research Centre
(HBCH & RC) i/c Civil & Electrical Services in Shri Krishna Medical
College & Hospital Campus at Muzaffarpur (Bihar). SH: (SITC of 3 X
1500 KVA DG Sets & 1000 KVA capacity UPS for HBCH & RC,
Muzaffarpur).

INDEX

Sl. No. Description Page No.

Part-A Index 1 to 2

--do-- Information & Instruction for Bidders for 3 to 5


e-tendering

--do-- NIT (Form CPWD-6) 6 to 13

--do-- Form of Bank Guarantee for Earnest Money Deposit /performance Security/Security 14 to 15
Deposit/Mobilization Advance

--do-- Form 'F' –Undertaking on structural stability and soundness of already completed 16
buildings and infrastructure Projects.
--do-- Percentage Rate Composite Bid (Form CPWD-7) 17 to 20

--do-- Proforma of Schedules 21 to 27

Part-B Brief Scope of Work 28

--do-- General Conditions, Particular Specifications & Special Conditions 29 to 68

List of mandatory machinery, tools and plants 69

--do-- List of preferred Make of Materials & Equipments 70 to 71

--do-- Receipt of Earnest Money Proforma 72

--do-- Memorandum of Understanding [M.O.U] Between Main contractor & 73 to 74


Associate Electrical Contractor (To be submitted before start of work)

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 1 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

--do-- Willingness Certificate 75


--do-- Schedule of Quantities 76 to 81

--do-- General Abstract for Quoting Rate (on Percentage basis) 82

This NIT contains 1 to 82 (Eighty Two) pages (Part-A & Part-B) including this
page.

AE (Admin) EE (E)

NIT amounting to Rs. 7,91,14,397/- (Rupees Seven Crores Ninty One Lakhs Fourteen Thousands
Three Hundred and Ninty Seven) only

Approved

SE (Muzaffarpur)

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 2 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

INFORMATION AND INSTRUCTIONS FOR-BIDDERS FOR


E-TENDERING FORMING PART OF BID DOCUMENT

The Executive Engineer (E), CPWD, Muzaffarpur (Email: eeemced@gmail.com) for and on behalf
of President of India invites online Percentage rate bids from approved & eligible
contractors of CPWD under composite Category of approved class for thefollowing work:

Name of Work & Estimated Stipulated Last date of online Date &time

Earnest Money
location cost put to Period of submission of bid, copy of opening
NIT No.

bid (Rs.) Completion of receipt of deposition of bid


Sl. No.

of work (in of original EMD and


months) other documents as
specified in the bid
document
1 2 3 4 5 6 7 8
1.
i/c Civil & Electrical Services in Shri Krishna
05/SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

KVA DG Sets & 1000 KVA capacity UPS for


Muzaffarpur (Bihar). SH: (SITC of 3 X 1500
Hospital & Research Centre (HBCH & RC)

Medical College & Hospital Campus at


Construction of Homi Bhabha Cancer

HBCH & RC, Muzaffarpur).

Rs. 7,91,14,397/-

Rs. 15,82,288/-

10 Months

14/03/2024 14/03/2024
03:00 P.M 03:30 P.M

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

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 3 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

3. 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 https://etender.cpwd.gov.in or
www.cpwd.gov.in free of cost.

4. But 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 bid
submission and uploading the mandatory scanned documents such as Insurance Surety Bonds, Account
Payee Demand draft or Bankers Cheque or Fixed Deposit Receipts or/and Bank Guarantee (for balance
amount as prescribed) from any of the Commercial Bank towards EMD in favor of Executive Engineer
as mentioned in NIT, receipt for deposition of original EMD to division office of any Executive Engineer
(including NIT issuing EE/ AE), CPWD and other documents as specified.

* Blanks to be filled by EE(E).


5. Those contractors who are not registered or have not updated their profile on the website mentioned
above, are required to get registered/update their profile before hand. The necessary training
materials including the videos with step to step process are available on downloaded section of
httpps://etender.cpwd.gov.in.

6. The intending bidder must have valid class-III digital signature certificate with encryption key
(combo type) to perform any operations/transactions on the e-tendering portal/ website and the bidder
should download and install the emsigner on their system as per instructions available on download
section of httpps://etender.cpwd.gov.in.

7. On opening date, the contractor can login and see the bid opening process. After opening of bid she
will receive the competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures
appears in yellow 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,ifanycell is left blank and no rate is quoted by the bidder, rate
of such item shall be treated as “0”(ZERO).

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

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 4 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

List of Documents to be scanned and uploaded within the period of bid submission:
I. Insurance Surety Bond, Demand Draft/Account Payee Banker‟s Cheque/FDR/ Bank Guarantee of any
commercial Bank against EMD.
II. Enlistment Order of the Contractor.
III. EMD Deposition Receipt.
IV. GST registration certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and upload following
undertaking along with bid documents.
“lf 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”.

V. Undertaking on structural stability and soundness as per prescribed format Form 'F'.

VI. (a) Written commitment from OEM /OEA to supply the DG Sets and delivery schedule as per
requirement of department.
(b) Certificate from OEM /OEA or authorized service provider of engine manufacturer for satisfactory
installation and commissioning of DG Set after completion of the work.
(c) Required Guarantee of DG Set from OEM/OEA in favour of Engineer-in-charge to cover defect
liabilities.
(d) An undertaking that mandatory free service is carried out during the guarantee period by the
authorized service provider of engine manufacturer.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 5 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

CPWD-6 CPWD

CPWD-6 FOR E-TENDERING

1. Item rate/Percentage rate bids are invited on behalf of President of India from approved and eligible
contractors of CPWD under composite category and those of appropriatelist of M.E.S., BSNL,
Railwayand Bihar State P.W.D. (B&R)or State Govt.‟s Department …………………... (strike out as the
case may be) dealing with building and roads, if there is no State PWD (B&R) for the work of

“Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH & RC) i/c Civil &
Electrical Services in Shri Krishna Medical College & Hospital Campus at Muzaffarpur
(Bihar). SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity UPS for HBCH & RC,
Muzaffarpur).”
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the
original date of submission of bids.

1.1 The work is estimated to cost Rs. 7,91,14,397/-This estimate, however, is given merely as a
rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which will
deal with all matters relating to the invitation of bids. For composite bid, besides indicating the
combined estimated cost put to bid, should clearly indicate the estimated cost of each
component separately. The eligibility of bidders will correspond to the combined estimated cost
of different components put to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of having
satisfactorily completed similar works of magnitude specified below:-
Criteria of eligibility for submission of bid documents
1.2.1 Conditions for Non-CPWD registered contractors only, if bids are also open to non-CPWD
contractors.

For works estimated cost uptotendering limit of class -1 Buildings & Roads (erstwhile
Composite/Building/Infrastructure) category Contractor
(However,forHorticulturecategory,itmaybemodifiedasperbiddinglimit of CPWD class I
contractors of Horticulture category).

(i) Three similar works each of value not less then Rs. …….. or two similar work each of value not
less than Rs. …….or one similar work of value not less than Rs. …… (all figures rounded to
nearest convenient figure) during the last 7 years ending last day of the months previous to the
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 6 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

one in which tenders are invited.

(ii) For EPC tender under Mode-I/II only (Applicable for CPWD enlisted contractors of appropriate
class also).

One completed work costing not less than Rs. ……….. executed with the structural system
technology as proposed by bidder in the letter of transmittal during the last 7 years ending last
day of the month previous to the one in which tenders are invited. This work can be part of
eligible work at 1.2.1 (i) above or as a separate work.
Note :-
For works costing above tendering limit of class –II Buildings & Roads (erstwhile
Composite/Building/Infrastructure) category contractors but uptotenderinglimitofClause-
IBuilding& Roads (erstwhile
Composite/Building/Infrastructure)categoryContractor(However,forHorticulture category, it
may be modified as per bidding limit of CPWD class II and CPWD Class I contractors
respectively of Horticulture Category) when bids are open to non-CPWD contractors also, then
class II contractors of CPWD
registeredshallalsobeeligibleiftheysatisfytheeligibilitycriteriaspecifiedin1.2.1above.

1.2.2 Criteria of eligibility for CPWD as well as non-CPWDcontractors.


For works estimated to cost above the tendering limit of class -1 (Super) Buildings & Roads
(erstwhile Composite/Building/Infrastructure) category Contractor (However for Horticulture
category, it may be modified as per bidding limit of CPWD class I contractors of Horticulture
Category).

(i) Three similar works each of value not less than Rs.....................or two similar work each of
value not less than Rs..................or one similar work of value not less than Rs.......................(all
figures rounded to nearest convenient figure) during the last 7 years ending last day of the
months previous to the one in which tenders are invited.

(ii) For EPC tender under Mode-I/II only (Applicable for CPWD enlisted contractors of appropriate
class also).

One completed work costing not less than Rs. ……….. executed with the structural system
technology as proposed by bidder in the letter of transmittal during the last 7 years ending last
day of the month previous to the one in which tenders are invited. This work can be part of
eligible work at 1.2.2 (i) above or as a separate work.

The value of executed works shall be brought to current costing level by enhancing the
actualvalueofworkatsimplerateof7%perannum,calculatedfromthedateofcompletion to the last
date of submission of bid. This is applicable for 1.2.1 as well as 1.2.2 (Para 1.2.1 (i) and Para
1.2.2 (i) are not applicableforCPWDenlistedcontractorsofappropriateclass. Para 1.2.1 (ii) and

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 7 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Para 1.2.2 (ii) are also applicable for CPWD enlisted contractors of appropriate class)

Tobecomeeligibleforissueofbid,thebiddersshallhavetofurnishanaffidavitas under:-
I/Weundertakeandconfirmthateligiblesimilarworks(s)has/havenotbeengotexecuted 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 bidding in CPWD in future
forever.Also,ifsuchaviolationcomestothenoticeofDepartmentbeforedateofstartof work, the
Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.(Scannedcopytobeuploadedatthetimeofsubmissionofbid)

1.2.3 When bids are invited from non CPWD contractors and CPWD class II contractors as per
provisions of clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD
class-II contractors to upload the work experience certificate(s) and the affidavit as per the
provisions of clause 1.2.2.

But for such bids, Class-I contractors of CPWD are eligible to submit the bids without
submission of work experience certificate and affidavit. Therefore, CPWD class-I contractors
shall upload two separate letters for experience certificate and affidavit that these documents are
not required to be submitted by them. Uploading of these two letters is mandatory otherwise
system will not clear mandatory fields.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7/8 (or other
Standard From as mentioned) which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidders shall quote their 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 10 Months from the date of start as defined in
schedule „F‟ or from the first date of handing over of the site, whichever is later, in accordance with the
phasing, if any, indicated in the bid documents.

4. (i) The site for the work is available.


OR
The site for the work shall be made available in parts as specified below :-
………………………………………………………………………………………………………
…………
(ii) The architectural and structural drawing for the work is available or

5. The architectural and structural drawings shall be made available in phased manner, as per requirement
of the same as per approved programme of completion submitted by the contractor after award of work.
The bid document consisting of plans, specifications, the schedule of quantities of various types of items
to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen on website
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 8 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

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 Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker‟s Cheque or Bank Guarantee (for balance amount as prescribed) form any of the
Commercial Banks (drawn in favour of Executive Engineer, MCD, CPWD, Muzaffarpur shall be
scanned and uploaded to the e-Tendering website within the period of bid submission. The original
EMD should be deposited either in the office of Executive Engineer inviting bids or division office of
any Executive Engineer, CPWD within the period of bid submission. The EMD receiving Executive
Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of earnest money deposit to
the bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of
earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above, and
balance may be deposited in shape of Bank Guarantee of any Commercial bank having validity for a
period of 90 days for single bid works and 180days for two bid system or more from the last date of
receipt of bids which is to be scanned and uploaded by the intending bidders.

The earnest money given by all the tenderers except the lowest tenderer shall be refunded immediately
after the expiry of stipulated bid validity period or immediately after acceptance of the successful
bidder, whichever is earlier. However, in case of two/ three bid system, earnest money deposit of
bidders unsuccessful during technical bid evaluation etc. should be returned within 30 days of
declaration of result of technical bid evaluation.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the
notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within the period of
bid submission. However, certified copy of all the scanned and uploaded documents as specified in e-
tender notice shall have to be submitted by the lowest bidder within a week physically in the office of
tender opening authority.

Online bid 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 bid submitted shall be opened at 03.30 PM on 14/03/2024.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 9 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

10. The bid submitted shall become invalid and e-Tender processing fee (if applicable) shall not be refunded
if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload scanned copies of all the documents stipulated in the bid document.
(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 bidder in the office of bid opening
authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest
tenderer.

* Blanks to be filled by EE (E)


11. The contractor whose bid is accepted will be required to furnish performance guarantee eat specified
percentage of the tendered amount as mentioned in schedule E and within the period specified in
Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in accordance with
the prescribed form. In case the contractor fails to deposit the said performance guarantee within the
period as indicated in Schedule 'F', including the extended period if any, the Earnest Money deposited
by the contractor shall be forfeited automatically without any notice to the contractor. The earnest
money deposited along with bid shall be returned after receiving the aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/
registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board including Provident Fund Code No. If applicable and also ensure the compliance
of aforesaid provisions by the sub contractors, if any engaged by the contractor for the said work within
the period specified in Schedule F

12. The description of the work is as follows:


“Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH & RC) i/c Civil
& Electrical Services in Shri Krishna Medical College & Hospital Campus at Muzaffarpur
(Bihar). SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity UPS for HBCH & RC,
Muzaffarpur)”.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable),the form and nature of the site, the means of access to the site, the accommodation they may
require and in general shall themselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or affect their bid. A 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.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 10 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

13. 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.

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

15. 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.

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

17. No Engineer of Gazetted Rank or other Gazetted Office reemployed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for a
period of one year after his retirement from Government service, without the prior permission of the
government of India in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractor‟s
service.

18. The bids for the work shall remain open for acceptance for a period of 30(thirty) days from the date of
opening of bids in case of single bid system and75 (seventy five)days from the date of opening of
technical bids in case bids are invited in 2or 3 bid system. Further
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of
bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry 7 days after last date of submission
of bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 100% of the earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall
not be allowed to participate in the rebidding process of the same work.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 11 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

19. This notice inviting Bid shall form apart of the contract document. The successful bidder/contractor, on
acceptance of his bid by the Accepting Authority shall within15days 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 there to.
b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.

20. For Composite Bids


20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed with respect
to the combined estimated cost put to tender for the composite bid.
20.1.2 The bid document will include following three components:
Part A:-CPWD-6, CPWD-7/8 including schedule A to F of the work, Standard General
Conditions of Contract for CPWD 2023 for Construction work as amended/modified up
to last date of submission of bid.
Part B :- General/specific conditions, specifications and schedule of quantities
applicable for the work.

20.1.3 The bidders must associate himself, with agencies as per NIT conditions.
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all
items of minor components of work.
20.1.5 After acceptance of the bid by competent authority, the EE in-charge of major component
of the work shall issue letter of award on behalf of the President of India. After the work
is awarded, the main contractor will have to enter into one agreement with EE in-charge
of major component and has also to sign two or more copies of agreement depending
upon number of EE‟s/DDHin-charge of minor components. One such signed set of
agreement shall be handed over to EE/DDH in-charge of minor component(s). EE of
major component will operate Part A and Part B of the agreement. EE/DDH in-charge of
minor component(s) shall operate Part C along with Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor components
shall be executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works.
20.1.8 The main contractor has to associate agencies for specialized component(s) conforming to
eligibility criteria as defined in the bid document and has to submit detail of such
agency(s) to Engineer-in-charge of relevant component(s). within prescribed time. Name of
the agency(s) to be associated shall be approved by Engineer-in-charge of relevant
component(s).
20.1.9 In case the main contractor intends to change any of the above agency/agencies during
the operation of the contract, he shall obtain prior approval of Engineer-in-charge of
relevant specialized component(s).

The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 12 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

case Engineer-in-charge is not satisfied with the performance of any agency, he can
direct the contractor to change the agency executing such items of work and this shall be
binding on the contractor.

20.1.10 The main contractor has to enter into MoU with agency(s) associated by him. Copy of
such MoU shall be submitted to EE/DDH in-charge of each relevant component as well
as to EE in-charge of major component. In case of change of associate contractor, the
main agency(s) has to enter in to MoU/agreement with the new contractor associated by
him.
20.1.11 Running payment for the work shall be made by EE to the main contractor.. The CMB
shall be maintained independently by Engineer-in-Charge.
20.1.12A The composite work shall be treated as complete when all the components of the work
are complete. The completion certificate of the composite work shall be recorded by
Engineer-in-charge after record of completion certificate of all other components.
20.1.12B Final bill of whole work shall be finalized and paid by the Engineer-In-Charge.

21. Integrity Pact: The contractor shall download the Integrity Pact, which is a part of tender documents,
affix his signature in the presence of a witness, and uploaded the same while submitting online bids for
all works of estimated cost put to tender equal or more than the threshold value given in Schedule-F. In
the event of his failure to sign and upload the Integrity Pact along with other bid documents, his bid
shall be rejected.

22. The intending bidders are required to update their profile in CPWD e-tender portal and to upload their
bid 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 (e-mail id
eeemced@gmail.com) or ERP help line no.18001803286 or e-mail Id.
cpwd.support@techmahindra.com. The e-tendering bidders are also advised not be wait to raise any
issues till the last date of submission of bid in their own interest.

* Blanks to be filled by EE (E).

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 13 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

On non-judicial stamp paper of minimum Rs.100


(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank Guarantee for Earnest Money Deposit /performance Guarantee/Security Deposit /Mobilization
Advance

1. Whereas the Executive Engineer ……………(name of division) ……………………, CPWD on behalf of


the President of India (hereinafter called "The Government”) has invited bids under ………………… (NIT
number) ………………… dated ………………… for …………………………………………… (name of
work) ……………………………………………………………………….. The Government has further
agreed to accept irrevocable Bank Guarantee for Rs. ...................... (Rupees
………………………………….……………... only) valid upto ......... (date)*........ as Earnest Money
Deposit from ......................... (name and address of contractor) .......................... (hereinafter called "the
contractor") for compliance of his obligations in accordance with the terms and conditions of the said NIT.

OR**

Whereas the Executive Engineer ……………………………. (name of division) ……………….. CPWD


on behalf of the President of India (hereinafter called "The Government”) has entered into an agreement
bearing number ……………………… with ...................... (name and address of the contractor)
…………………….. (hereinafter called "the Contractor”) for execution of work
……………………………............ (name of work) …………………………… The Government has
further agreed to accept an irrevocable Bank Guarantee for Rs. ....................... (Rupees ....................... only)
valid upto ........ (date)........ as Performance Guarantee/Security Deposit/Mobilization Advance from the
said Contractor for compliance of his obligations in accordance with the terms and conditions of the
agreement.

2. We, ............... (indicate the name of the bank) ……………………… (herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding Rs. …………… (Rupees
…………………. only) on demand by the Government within 10 days of the demand.

3. We, ........................ (indicate the name of the Bank) …………………………., do here by undertake to pay
the amount due and payable under this guarantee without any demur, merely on a demand from the
Government stating that the amount claimed is required to meet the recoveries due or likely to be due from
the said contractor. 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).

4. We, .................. (indicate the name of the Bank) ............... , further undertake to pay the Government any
money so demanded notwithstanding any dispute or disputes raised by the contractor in any suit or
proceeding pending before any Court or Tribunal, our liability under this Bank Guarantee being absolute
and unequivocal. The payment so made by us under this Bank Guarantee shall be a valid discharge of our
liability for payment there under and the Contractor shall have no claim against us for making such
payment.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 14 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

5. We, ..................... (indicate the name of the Bank) ………………….., further agree that the Government
shall have the fullest liberty without our consent and without affecting in any manner our obligation here
under to vary any of the terms and conditions of the said agreement or to extend time of performance by the
said Contractor 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 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 or for any forbearance, act of omission on
the part of the Government or any indulgence by the Government to the said contractor 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. We, …................ (indicate the name of the Bank) …………………………., further agree that the
Government at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor at
the first instance without proceeding against the Contractor and notwithstanding any security or other
guarantee the Government may have in relation to the Contractor's liabilities.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor.

8. We, ...................... (indicate the name of the Bank) ………………………, undertake not to revoke this
guarantee except with the consent of the Government in writing.

9. This Bank 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 ……………. only) and claim in writing is lodged with us
within the date of expiry or extended date of expiry of this guarantee, all our liabilities under this guarantee
shall stand discharged.

Date. ………………….
Witnesses:
1. Signature ………………… Authorized signatory
Name and address
Name

Designation
2. Signature ………………….
Name and address Staff code no.

Bank seal

*Date to be worked out on the basis of validity period of 90 days where only financial bids are invited and 180 days for
two/three bid system from the date of submission of tender.
**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest money or for
performance security/security deposit/mobilization advance, as the case may be.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 15 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Form'F'

Undertaking on structural stability and soundness of already completed buildings and


infrastructure Projects.

l/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 thelast25(twenty five)years.

l/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.

l/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 Signature of bidder or

an
Notary with seal authorized person 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).

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 16 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

CPWD-7 CPWD

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Tender/Item Rate Tender & Contract for Works


(A) Tender for the work of:- “Construction of Homi Bhabha Cancer Hospital & Research Centre
(HBCH & RC) i/c Civil & Electrical Services in Shri Krishna Medical College & Hospital
Campus at Muzaffarpur (Bihar). SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity
UPS for HBCH & RC, Muzaffarpur).”

(i) To be uploaded by 3.00PM hours on 14/03/2024 to/upload at https://etender.cpwd.gov.in or


www.cpwd.gov.in.

(ii) To be opened in presence of tenderers who may be present at 3.30 PM hours on 14/03/2024 in the
office of Executive Engineer(E), CPWD, Muzaffarpur – 842001. Email ID: eeemced@gmail.com)

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, General Conditions of Contract of 2023 for Construction works with amendments
up to the last date of submission of tenders, clauses of contract, Special conditions, Schedule of Rates & other documents
and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule „F‟
viz., schedule of quantities and in accordance in all respect with the specifications, designs, drawing and instructions in
writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the General Conditions of contract of 2023
for Construction work with amendments up to the last date of submission of tenders and with such materials as are provided
for, by, and in respect of accordance with, such conditions so far as applicable.

I/We agree to keep the tender open for 30 days from the due date of its opening in case of single bid system75 days
from the date of opening of technical bid in case tenders are invited on 2 /3 bid/ system for specialised work and not to
make any modification in its terms and conditions.

I/We have deposited EMD for the prescribed amount in the office of concerned Executive Engineer as per the
bid document.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 17 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance surety
bonds/account payee demand draft, deposit receipt, banker cheque or / bank guarantee issued by a commercial
bank(as prescribed) issued by a commercial bank, is scan and uploaded(strike out as the case may be)

A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance Surety Bonds,
Account Payee Demand Draft, Fixed Deposit Receipt, Banker‟s Cheque or Bank Guarantee (as prescribed)
issued by a Commercial Bank is scanned and uploaded (strike out as the case may be). If I/We, fail to furnish the
prescribed performance security within prescribed period, I/We agree that the said President of India or his successors,
in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
Further, if I/We fail to commence work as specified, I/ We agree that President of India or the successors in office shall
without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance Security
absolutely. The said Performance Security 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 rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Earnest Money or Performance Security 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 contract or 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 Security.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 18 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

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

Dated: …………..**……………. Signature of Contractor **

Witness: **

Address: ** Postal Address **

Occupation: **

*To be filled in by EE

**To be filled in by the contractor

CPWD-7 CPWD

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 19 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

ACCEPTANCE
The above tender(as modified by you as provided in the letters mentioned here under)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:-

(a) *

(b) *

(c) *

For & on behalf of President of India

Signature…………………*……………………

Dated: ……*…….. Designation………………*………………….

* Blanks to be filled by EE (E)

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 20 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

PROFORMA OF SCHEDULES CPWD

PROFORMAOF SCHEDULES

SCHEDULE„A‟
Schedule of quantities(as perPWD-3) : Page no. 76 to 81

SCHEDULE „D‟
Extra schedule for specific requirements/ document for the : NIL
work, if any

SCHEDULE „E‟
Reference to General Conditions of Contract : General Condition of Contract 2023 for
Construction work with amendments up to
the last date of submission of bids.

Name of Work : “Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH
& RC) i/c Civil & Electrical Services in Shri Krishna Medical College &
Hospital Campus at Muzaffarpur (Bihar). SH: (SITC of 3 X 1500 KVA DG
Sets & 1000 KVA capacity UPS for HBCH & RC, Muzaffarpur)”.

(i) Estimated cost of work : Rs. 7,91,14,397/-

(ii) Earnest Money : Rs. 15,82,288/-

(iii) Performance Security : 5%of tendered value

(iv) Security Deposit : 2.5% of tendered value

SCHEDULE'F'
GENERAL RULES& DIRECTIONS :
Officer inviting bid : Executive Engineer (E), CPWD, Muzaffarpur.

Maximum percentage for quantity of items of work to be


executed beyond which rates are to be determined in
accordance with Clauses 12.2 &12.3. Seebelow

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 21 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

PROFORMA OF SCHEDULES CPWD

Definitions :
2(v) Engineer-in-Charge : Executive Engineer (E ), CPWD, Muzaffarpur.

2(viii) Accepting Authority : Superintending Engineer (Muzaffarpur),


CPWD, Muzaffarpur.

2(x) Percentage on cost of materials and labour to :


cover all overheads and profits: 15%

2(xi) Standard Schedule of Rates : DSR‟ 2023 for Civil Items


DSR‟2022 for Electrical Items

2(xii) Department : CPWD

9(ii) Standard CPWD Contract Form GCC 2020, : CPWDForm7 and GCC 2023 for Construction
CPWD Form 7 as modified & corrected up to work modified & Corrected up to the last date
of submission of bids.

Clause1
(i) Time allowed for submission of Performance : 7 days
Security, Programme Chart (Time and
progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof
from the date of issue of letter of acceptance

(ii) Maximum allowable extension with late fee : 3 days


@0.1% per day of Performance Security
amount beyond the period provided in(i)
above

Clause2
Authority for fixing compensationunderclause2 : Superintending Engineer (Muzaffarpur),
CPWD, Muzaffarpur.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 22 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

PROFORMA OF SCHEDULES CPWD

Clause5
Number of days from the date of issue of letter of : 10 days
acceptance or handing over of site whichever is later for
reckoning date of start Mile stone(s) as per table given
below:-

Time allowed for execution of work 10 Months

Sl. Amount to be
Description of Mile stone Time allowed
No. withheld in case
(Physical) in Months of Non-
(From date of achievement of
start) mile stone
1 Submission of the associated agency 1 months
documents & Submission of Layout
Plans, Technical Specifications of the
DG set& UPS with Battery
2 Supply of D.G. sets (2x1500 KVA), 3 months
exhaust pipes, structure material,
Earthing materials, Lightening
arrester and UPS i/c battery for RT
building (400 KVA) i/c batteries. @ 0.83 % of the
3 SITC of D.G. set (2x1500 KVA) with 4 months tendered value will
foundation, fabrication of connected be withheld for each
DG set exhaust pipe with structure and Milestone subject to
its erection, connections & putting in
operations complete. SITC of UPS maximum 5% of
(400KVA) i/c battery for RT building tendered amount.
complete in all respect & putting in
operations..
4. SITC of balance DG Set (1x1500 6 months
KVA) along with fabrication of
balance DG set exhaust pipe with
structure and its erection, connections
and putting in operations.
5. SITC of balance UPS (600 KVA) and 9 months
batteries i/c all connected items for
Main Hospital building

Note:- The content under column "Amount to be withheld in case of Non-achievement of milestone (%
of Tender amount)" will remain unchanged.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 23 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

PROFORMA OF SCHEDULES CPWD

Authority to decide:
(i) Extension of time : Executive Engineer (E ), CPWD, Muzaffarpur

(ii) Rescheduling of mile stones : SE (Muzaffarpur), CPWD, Muzaffarpur

(iii) Shifting of date of start in case of delay in : SE (Muzaffarpur), CPWD, Muzaffarpur


handing over of site
PROFORMA OF SCHEDULES Clause 5 Schedule of handing over of site
Part Portion of site Description Time period for handing over
reckoned from date of issue of
letter of intent
Part A Portion without any hindrance -- Available
Part B Portions with encumbrances -- N. A.
Part C Portions dependent on work of -- N. A.
other agencies

Clause 6
Computerized Measure Book (CMB)/Electronic Measurement Book(EMB)
Mode of Measurement :CMB/EMB

Clause7
Gross work to be done together with net payment /adjustment of advances for Rs.70 lacs
material collected, if any, since the last such payment for being eligible to interim
payment

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

Clause 8A
Authority to decide compensation on account if contractor : SE (Muzaffarpur), CPWD,
fails to submit completion plans Muzaffarpur

Clause 10A

List of testing equipment to be provided by the : List attached as Appendix-I


contractor at site lab

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 24 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Clause10B(ii) Whether Clause 10 B (ii) shall be applicable: Yes/No


Clause10C ---- Applicable/ Not Applicable

(Applicable in only those contracts where clause 10CC is not applicable)

Component of labour expressed as percent of value of work : 25%


Clause10CC ---- Applicable/ Not Applicable
Clause11

Specifications to be followed for execution of All relevant CPWD Specification for Electrical works
work amended up to date.

Clause12
Authority to decide deviation up to 1.5 times of tendered SE (Muzaffarpur), CPWD,
amount Muzaffarpur
12.2.&12.3 Deviation limit beyond which clauses 12.2 & 12.3 shall
apply for building work 100%

12.5 (i) Deviation limit beyond which clauses 12.2 & 12.3
shall apply for foundation work (except items mentioned
in earth work subhead in DSR and related items) 100%

(ii) Deviation limit for items mentioned in earth work


subhead of DSR and related items 100%

Clause16
Competent Authority for deciding reduced rates:- SE (Muzaffarpur), CPWD, Muzaffarpur

Clause18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:-

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 25 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

List as per Annexure-II

Clause 19 C Executive Engineer(E), CPWD, Muzaffarpur authority to decide penalty for each default.
Clause19D Executive Engineer(E), CPWD, Muzaffarpur authority to decide penalty for each default.
Clause 19 G Executive Engineer(E), CPWD, Muzaffarpur authority to decide penalty for each default.
Clause19K Executive Engineer(E), CPWD, Muzaffarpur authority to decide penalty for each default.

Clause25
(i) Conciliator :
Shall be decided by ADG (Patna).
(ii) Arbitrator Appointing Authority :

(iii) Place of Arbitration :

Clause32 Requirement of Technical Representative(s)and Recovery Rates

Minimum Designatio Rate at which recovery shall


n
Experience

Qualification of be made from the contractor


Minimum
Sl. No.

Technical Discipline

Nos.
in the event of not fulfilling
Representative provision of clause 32
Figures(in Words
Rs.)
1 Graduate Graduate Project 5 (and having 1 no 25,000/- ( Rs. Twenty five
Engineer Engineer Manager experience of Per month thousands per
one similar month )
nature of
work)
2 Graduate Electrical Project 2Yrs for
Engineer( Planning/ Degree 15,000/- (Rupees Fifteen
Or) Site holder(or) 1No. Per month Thousand only)
Diploma /Billing 5 Yrs for Diploma per Month
Engineer Engineer holder respectively

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

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated at par with
Graduate Engineers for the purpose of such deployment subject to the condition that such diploma holders should not
exceed 50% of requirement of degree engineers.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 26 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

PROFORMA OF SCHEDULES CPWD

Clause 38

(i) (a) Schedule/statement for determining theoretical : Delhi Schedule of Rates 2023 for Civil
quantity of cement& bitumen on the basis of Delhi with amendments up to date of
Schedule of Rates printed by C.P.W.D. submission of bid
(ii) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put to tender not more : 3%plus/minus.
than Rs.25 lakh.

For work with estimated cost put to tender more than : 2%plus/minus.
Rs.25 lakh.
(b) Bitumen All Works : 2.5 %plus only
&
Nilon minus side

(c) Steel Reinforcement and structural steel sections for : 2% plus/minus


each diameter, section and category

(d) All other materials : Nil

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 27 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

BRIEF SCOPE OF WORK

:
Name Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH & RC) i/c Civil &
of Work Electrical Services in Shri Krishna Medical College &Hospital Campus at Muzaffarpur
(Bihar). SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity UPS for HBCH & RC,
Muzaffarpur).

Electrical provisions:
1. SITC 3nos Diesel Generating set (CPCB IV+) having Prime Power Rating of
1500 KVA, 415 volts at 1500 RPM, 0.8 lagging power factor at 415 V suitable
for 50 Hz, 3 phase system.
2. Fabricating, supplying and erection of D.G. stack for the above mentioned D.G.
sets, single dome Aviation Light, Lightning arrestor on exhaust stack.
3. Making of RCC foundation for above mentioned D.G. Sets. All DG Sets should
be installed on one single pedestal of 750 mm height (minimum) with proper
circulation /working space on the top and sides. The minimum grade of concrete
used shall be M-25.
4. Supplying and laying of XLPE insulated, PVC sheathed armoured power cable
of size 3.5 x 400 sq mm between D.G. sets and existing synchronization panel.
5. Necessary earthing works for body and neutral of D.G. sets.
6. SITC of UPS of various capacity (Total capacity =1000 KVA) with battery.
7. Necessary earthing for UPS.

Executive Engineer(E)
MCED, CPWD,
Muzaffarpur - 842001.
EMailID:eeemced@gmail.com

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 28 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

GENERAL CONDITIONS, ADDITIONAL CONDITIONS, PARTICULAR


SPECIFICATIONS & SPECIAL CONDITIONS

[A] GENERAL CONDITIONS

1. Except for the items, for which particular specifications are given or where it is specifically mentioned
otherwise in the description of the items, the work shall generally be carried out in accordance with the “CPWD
Specifications 2019 Vol-I & II with up to date corrections slips for Civil work, CPWD specification 2013 Part-
I(Internal) Part-II 2013 (External) for electrical works, CPWD General Specification for electrical work Part-VI
fire Alarm System – 2018, specification for horticulture works with upto date correction slips (hereinafter to be
referred to as CPWD specifications). Wherever CPWD Specifications are silent, the latest IS
Codes/Specifications, National Building Code 2016, MoRTH specification or any other specification shall be
followed.

2. ORDER OF PREFERENCE :
Should there be any difference or discrepancy between the description of items as given in the
Schedule of Quantities, technical specifications for individual items of work (including
additional and commercial conditions) and IS Codes etc., the following order of preference
shall be followed:
(i) Schedule of quantities
(ii) Additional and Commercial Conditions
(iii) Technical specifications specified in the tender
(iv) General Conditions of Contract for CPWD Works
(v) CPWD General Specifications
(vi) Relevant IS or any other International code in case IS code is not available.

A reference made to any Indian Standard Specifications in these documents, shall imply to the latest version of
that standard, including such revisions / amendments as issued by the Bureau of Indian Standards up to last date
of receipt of tenders. The Contractor shall keep at his own cost all such publications of relevant Indian Standard
applicable to the work at site.

2. The agency shall construct suitable site office, laboratory & display room for samples to be used at work.
3. The 1st lowest tenderer have to submit the following documents for association of electrical
contractor at least 7 days after to depositing performance guarantee.

4. The applicant should submit the willingness from an eligible electrical contractor to get
associated with the applicant for execution of the electrical component of works in wholesome
manner and as per the conditions set out in the MOU to be entered into, between the one who is
awarded the work and the associated eligible electrical contractor.
5. In support of the eligibility conditions of the proposed associated electrical contractor, copy
of their registration documents, Electrical Contractor‟s License, GST Documents duly attested

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 29 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

by the applicants (Main Contractor) shall be submitted to the EE (E). Each such electrical
contractor will certify that they are not debarred as on the day of application for saleof tender.
6. The main contractor will submit MOU signed on non-judicial paper with eligible registered
electrical contractor of CPWD) only. The MOU in the enclosed form shall be signed by both the
parties i.e. main contractor as 1st party and associated electrical contractor as 2nd party.
7. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate sub-contractor to complete the E&M work, the main contractor on the written
direction of the department, shall remove the Associate/sub-contractor deployed on the workand
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. Such
associates shall also enter into tripartite Agreement/Contract along with the main tenderer and
the departmental officer and shall meet all the guarantee for the equipment‟s 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/sub- contractor 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 main contractor shall be liable for
replacement of the equipment(s) at no cost to Department. No change of Electrical Contractor
will be allowed without prior approval of thedepartment.
8. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are
concerned. Separate tender schedule abbreviated CPWD-8 and Special Conditions for
Electrical Work are appended with this tender It will be obligatory on the part of the
contractor/tenderer to sign the tender documents for all the component parts.
9. The main contractor shall be responsible and liable for proper and complete execution of the
Electrical work and ensure coordination and completion of both civil and electrical work.
10. The associate or sub-contractor shall sign a tripartite Agreement/Contract along with the main
tenderer and the departmental officer, for technical compliance of specification, guarantee etc.
11. The associate or sub-contractor shall attend the inspection of the work by the Engineer-in-
Charge of E&M works as and when required.

B1. ADDITIONAL AND COMMERCIAL CONDITIONS


1.GENERAL AND COMMERCIAL CONDITIONS:
This section covers the various commercial conditions applicable and to be read in connection with the
conditions of contract of the standard form (CPWD-7 / 8) of the department (CPWD) forming part of the
tender papers. In the event of any discrepancy between these two, the requirements of the former will
be followed.

1.1These additional conditions and additional specifications are applicable to all E&M works in
general. For specific tenders some of the E&M services may not be a part of the particular tender. In
such cases the conditions and specifications which are not related to the works or components thereof
mentioned in the schedule of work shall not apply for that particular tender.
All the E & M works shall be carried out as per direction and to the entire satisfaction of the
Engineer-in-charge.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 30 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Unless otherwise specified in the following conditions, the work shall, in general, be carried out as
per following specifications:

a) CPWD General Specifications for Electrical Works – Part-I (Internal), 2023


amended up to date.
b) CPWD General Specifications for Electrical Works – Part-II (External), 2023
amendedup to date.
c) CPWD General Specifications for DG Sets – Part-VII , 2013 amended up to date.
d) CPWD General Specifications for Electrical Works – Part-V (Wet Riser and
Sprinkler System), 2020 amended up to date.
e) CPWD General Specifications for Electrical Works Part VI Fire Detection and Alarm
System – 2018.
f) CPWD General Specifications for Electrical Works (Part-III-LITS &
Escalators) -2003
g) Relevant BIS specifications amended up to date.
h) Indian Electricity Act 2013 and Indian Electricity Rules 1956 amended up to date.
i) Local Fire Regulations applicable at the place of installation.
j) Relevant and applicable foreign standards and specifications amended up to date.
k) Any other relevant act or rules and local byelaws.
l) Commercial and additional conditions and specifications for E & M works
for thistender.

1.2 The work shall be carried out by CPWD enlisted contractor of appropriate Class as per
Composite category with valid Electrical license and supervisor license only and other criteria as
per norms. In case the main contractor is not fulfilled the criteria, he should engage an
suitable agency as associated contractor, for execution of this work. Name of electrical
agency shall be given in consent letter Performa along with enlistment details of the agency.
1.3 Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are
concerned. It will be obligatory on part of the main contractor to sign the tender documents
for all the component. The main contractor has to enter in agreement (MOU) with the
Contractor associated by him for execution of minor component. Copy of such agreement
shall be submitted to EE/DDH of minor component as well as EE in charge of major
component

1.4 Running payment for Electrical/Mechanical components shall be made by the EE (E) directly
to the main Contractor. The main contractor shall make the payment to associated Contractor
within 15 days of receipt of each running account payment. The main contractor shall be
responsible for coordinating the activities of all works and will ensure progress of works as
per laid down program.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 31 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

1.5 Normally, there shall be no change in associated contractor for minor component work
during the execution of the work. If at all, a change is necessitated, the same should be
acceptable to the department and such acceptable contractor shall fulfill the conditions laid
down for the selection of the associated contractor in the tender document.

1.6 If the specifications for any item or its component are not available in the CPWD
specifications cited above, relevant BIS specification as amended up to date shall be
followed, whether or not the specific reference of a particular BIS specification has been made
in this specification / tender document.

1.7 Wherever any reference to any Indian Standard specification occurs in the document
relating to this contract the same shall be inclusive of all amendments issued thereto or
revisions thereof, if any, up to the date of opening of tenders.

1.8 All materials should conform to relevant BIS specifications wherever the same exists in
absence of stipulation in this tender document.

1.9 Where manufacturers furnishes specific instructions / recommendations relating to the


materials used in this job and/or their installation, covering points not specifically
mentioned in these documents, these instructions shall be followed in all cases and shall be
deemed to be included in the schedule of work whether they have been specifically
mentioned or not.

1.10 Manufacturer‟s catalogue / literature on installation, testing, maintenance and


troubleshooting of major equipment‟s shall be submitted to the department while handing
over the installation.

2. MATERIALS TO BE USED IN THE WORK:

2.1 All materials used in the work shall be new and of good quality, conforming to the relevant
specifications as per good engineering practice.

2.2 All the materials proposed to be used in the work should be got approved from Engineer in
Charge before use in work.
2.3 The materials to be supplied / provided by the contractor in execution of the work should be ISI
marked, wherever applicable and of make as specified in the agreement. Where the make of any
particular material is not specified in the contract document, the material shall be supplied as per
makes desired by the engineer-in-charge.

2.4 It will be the responsibility of the contractor / bidder to ensure use of genuine materials in the
work. The department reserves the right to get (any / all materials / components) inspected by the
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 32 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

manufacturer or their authorized representatives at any stage of the execution of work. If any of the
materials, equipments supplied and used in work is found spurious at any stage, then the department
reserves the right to ask the contractor to replace it by genuine one and make suitable recovery and /
or withheld suitable amount till it is done, even if any payment against that material is already
made.

2.5 The department may ask for any valid document like manufacturer‟s test certificate, document
for purchase of the material, document for import / shipment of imported materials etc. as deemed
fit by the engineer-in-charge to ascertain genuinity of material supplied by / used in the work by
the contractor. The contractor shall remain bound to submit all such documents to the department
failing which payment may not be made or if already paid may be recovered / withheld from
subsequent running account payment.

2.6 Copies of all purchase documents for all equipment‟s, accessories, fittings, fixtures etc. which
carry guarantee / warrantee shall be handed over to the department in suitable form so that proper
guarantee of materials are available to the department.

2.7 All the equipment‟s and their components and all the materials to be used in the work shall be
suitable for the environmental conditions at the location of the work.

2.8 The materials to be supplied in this work shall be scheduled in such a way that miles stones are
achieved and no shortfall is there. At the same time materials should be brought at sight in phases in
such a manner so that they are not brought much in advance at site and dumped in work site for
long period before installation and guarantee / warrantee of the materials are available for full
period as per tender conditions. If the materials / equipment‟s are supplied at site much before
actual use in work, the department shall not remain bound to make payment for such items of work
involving the said materials / equipment‟s. The decision of the engineer in charge will be final and
binding on all.

2.9 Dismantle materials, if any, should be returned to the department unless otherwise anything in
contrary has been specifically stated in the tender document / BOQ.

3. RATES:

3.1 Unless otherwise provided in the schedule of quantities of the work the rates tendered by the
contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building
and nothing extra shall be payable to him on this account.

3.2 The rates for all items of work shall, unless clearly specified otherwise, include cost of all
labours, materials and other inputs involved in the execution of the item irrespective of whether
they have been specifically mentioned in the tender document or not.

3.4 This being an indivisible works contract, GST etc. are not payable separately. The rates
tendered shall be firm and inclusive of all taxes, duties, cess and levies as applicable, and all charges
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 33 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

for packing, forwarding, insurance, freight and delivery, installation, testing and commissioning at
site, watch and ward etc. including temporary constructional storage, risks, over head charges,
general liabilities / obligations and clearance from local bodies and State Fire Services, as
applicable. Nothing extra shall be paid. However, fees payable to the local bodies / authorities for
such clearance etc. shall be borne by the department.

3.5 In case the same item (s) appear more than once in the schedule of work / BOQ under the same
sub head or among the different subhead of works, the lowest rate quoted for that item (s) shall be
considered for the particular item (s) wherever appeared in any part of BOQ / Schedule of works for
the purpose of tender evaluation although web generated e-price bid may incorporate different
quoted rate for same item (s) as per the quoting pattern of the tenderer. The tendered amount thus
worked out shall be final & shall be binding on the contractor. (Applicable for item rate tender).

4. ACCIDENT:

The department (CPWD) shall not have any responsibility or liability in case of any accident injury
to the personnel to the contractor at work site or to the general public at the work site due to
mishandling equipments by the personnel of the contractor or any other similar reason. The
responsibilities and liabilities for such accidents and incidents shall be borne in full by the
contractor.

5. AFTER SALES SERVICE:

The contractor shall ensure adequate and prompt after sales service in the form of
maintenance personnel and spares as and when required with a view to minimize the break down
period. Particular attention shall be given to ensure that all spares are easily available during the
normal life of the installation.

6. REMOVAL OF SURPLUS MATERIALS AND TOOLS:


After completion of work the agency shall remove his men, materials and debris etc. from site.

7. QUALITY OF WORK AND WORKMANSHIP:

The contractor shall be entirely responsible and answerable for all the works done by him regarding
quality, adherence to the laid down specifications, terms and conditions, warranty/guarantee etc. and
he shall be liable to bear any compensation that may be levied by the department under any of the
clauses of the agreement.
Clause 1.15 of CPWD General Specifications for Electrical Works, Part – IV, Substation 2013 shall
be applicable
The materials having ISI mark shall have precedence over the one conforming to IS Specifications.
The contractor is advised to visit the site before quoting for his tender to apprise himself about the
site environments and other conditions. Drawings and inventories can be seen in the office of the
Engineer – in – charge.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 34 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

8. SITE ORDER BOOK:

The contractor or his authorized representative shall sign the site order book and comply
with the remarks entered their in by the representative of the department.

9. WATCH AND WARD:

The contractor will make his own storage of his own materials. The watch and ward of the
materials and of the installations would be responsibility of contractor till the work is
completed / handed over to the department. Nothing extra shall be paid to the contractor on
this account.

Making payment to the contractor in any form against supply of materials / equipment‟s /
components or execution thereof shall not absolve the contractor of his responsibility of
watch and ward of the equipment‟s / materials etc. and their satisfactory functioning until
the same is taken over by the department after successful installation, testing,
commissioning and running in period.
No separate storage space will be provided to the contractor for storage of his materials
and equipment‟s to be brought at site and used in execution. The available open site space
may however be used by the contractor for storage purposes in which case he may build up
temporary store at available site space at his own cost.

10. VARIATION IN QUANTITY:


Quantities shown against each item of work or supply are tentative which may vary on
either side (plus or minus). This variation shall, in general, be governed by clause no. 12 of
the clauses of contract of CPWD form 7 / 8. The contractor should ensure from the
Engineer-in-charge and from the site condition the actual quantity required / to be used / to
be supplied before bringing the materials at site. In case the actual quantity of material
required at the site is less than the stipulated quantity, the contractor cannot claim to supply
entire quantity stipulated in the schedule of quantities of work (Schedule – A) as well as
cannot demand for payment thereof. The contractor shall therefore, be very careful about
the quantity of materials to be supplied / brought at site. The decision of the Engineer-in-
charge in this regard shall be final and binding on the part of the contractor. Even if initial
payment for supply of materials is made in any form for bringing material at site and if it is
found at later stage that the actual requirement is less as per site requirement or as per
decision of the Engineer-in-charge, the contractor shall have to take back the additional
quantity brought / supplied at site and necessary adjustment shall be made from his next
bill on this account. No claim in this regard shall be entertained.

11. NATURAL CALAMITY:

No payment will be made to the contractor for any damage caused by rain, snow fall,
floods, dampness, fire, sun or any other natural cause whatsoever during the execution of
work. The damage to the work due to above reason, if any, shall have to be made good by
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 35 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

the contractor at his own cost and no claim on this account shall be entertained.

12. INSPECTION AND TESTING:

The Engineer-in-charge or his authorized representative may inspect any material at


manufacturers‟ works and may witness routine tests as per relevant Indian Standard Specifications
or other relevant specifications at manufacturers‟ works.
The contractor shall give in writing advance notice to the Engineer-in-charge and arrange for such
inspection / presence for testing at manufacturers work. The TA/DA etc. of the departmental
personnel who will be deputed to witness the tests etc. shall be borne by the Department.

The Engineer-in-charge or his authorized representatives shall have, at all the reasonable times,
access to the contractor‟s premises or works or other works where manufacturing / fabrication shall
be done and shall have the power, at all reasonable times, to inspect and examine the materials and
workmanship during its manufacture or fabrication.
Inspection of imported materials at foreign works shall however not be carried out by the
department. These materials shall be inspected and tested at site. Manufacturers‟ original test
certificates and document of import / shipment should be provided to the department along with
the materials without which no payment should be made to the contractor.

The contractor shall arrange for all the materials and labour required in connection with inspection
of equipment or for any testing to be carried out at his works / manufacturers‟ works or at site of
installation. Notice of such inspection / presence for testing shall be given by the contractor to the
Engineer-in-charge at least fifteen days in advance.

Notwithstanding approval for such tests / inspection of equipment‟s / components by the Engineer-
in-charge or his authorized representative, the contractor shall be required to perform site tests as
desired by the Engineer-in-charge and prove the correctness of ratings and performance of
equipment‟s / components and materials supplied and / or installed by him as per contract
specifications and conditions at his own cost.

The Engineer-in-charge reserves the right to reject any equipment / machinery / material should it,
on tests after installation, be found not to comply with contract specifications or its performance is
not satisfactory.

Final inspection and testing will be done by the engineer-in-charge or his representative asper details
to be indicated by the engineer-in-charge.

It shall be the responsibility of the contractor to get the installation inspected and passed by the local
authorities concerned, as may be required by the local bye laws. The contractor will extend all
help including test facilities to the representatives of the local bodies. In case the contractor fails to
make desired facilities available during inspection, the department reserves the right to provide the
same at the risk and cost of the contractor. The observation of the local authorities will be promptly
attended by the contractor. The installation will be accepted by the department only after receiving
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 36 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

clearance from the local bodies / fire authorities. The inspection charges leviable by the local /
statutory authorities for the inspection shall however, be borne by the department.

13. COMPLETION DRAWING AND MANUAL :

In addition to the mode and form of submission of completion drawings and manuals as stipulated
in the relevant CPWD Specifications for various sub-heads of E&M works, the contractor shall
also submit soft copy of the completion drawings in CD / DVD.

14. POWER SUPPLY AND WATER SUPPLY :

No Power & Water Supply shall be provided by the department for the purpose of
execution of the E&M work, except for testing and commissioning of installations. The
contractor shall make his own arrangement in this regards. The power supply for testing and
commissioning will be given at one point inside the premises and the contractor shall have
to make arrangement for required cabling work and switch gears for extension of the power
to the required location for testing. This will be applicable to all sub-heads of E&M works.

15. WORKS TO BE DONE BY THE CONTRACTOR :

Unless 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
– whether specifically indicated in the schedule of quantity / work or not:

a. Foundations for equipments / structures / fuel tank / pumps including vibration


isolation spring / pads.

b. All minor building works necessary for installation of equipments such as making of
openings in walls / floors, either of RCC or brick masonry, foundation trench for fuel
line and cable, making of opening in walls or in floors and restoring them to their
original condition / finish and necessary grouting etc. as required.

c. Dismantling of brick wall, if any, for inserting / positioning / placement of


equipments, Control panel / Diesel Tanks or for taking ducting / cable tray / pipes and
rebuilding / making good the same to its original position / finish.

d. Making good all damages caused to the structure during installation and restoring the
same to their original finish.

e. Supply and installation of all necessary angle / channel / flat iron supports and
brackets etc. for installation of the substation equipments, D.G. Sets / Diesel Tanks /
Exhaust Piping / Water and fuel piping / Cabling / electric Panels / bus-trunking /
pumps / air-conditioning ducts / air-conditioning equipments and their sub assemblies
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 37 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

/ accessories on floor / wall / Shaft / terrace and at other places, as may be necessary
including their installations in position.

f. Responsibility to ensure safety of all materials against pilferage and damage till the
installation is handed over to the department.

g. All scaffolding as may be necessary for installation of Exhaust piping / Cabling /


Electric Panels / exhaust pipe / wet riser and sprinkler pipes / ducts and all other
equipments and their sub assemblies / accessories on floor / wall / Shaft / terrace and
at other places during erection work and subsequent removal.

h. Painting of all exposed metal surfaces of equipments and components with appropriate
/ approved colour as required and as desired by the Engineer – in - charge.

i. All electrical works including cables / wires, earthing etc as specified in Schedule of
work.

j. Small wiring, inter-connection etc. inclusive of all materials and accessories necessary
to comply with the regulations as well as proper and trouble free operation of the
equipment.

k. Closing of the cable entry points in sub-station/electrical panel rooms etc where ever
applicable against seepage of water rodents etc.

l. Approval / clearance of the complete installation shall be obtained by the contractor


from CPCB / State Pollution Control Board / Local Bodies / Central Electricity
Authority (CEA) / other licensing authorities wherever required. However, application
shall be made by the Department and any statutory fee, as applicable, shall be paid by
the department directly to the government authorities concerned.

16. DATE OF TAKING OVER OF THE INSTALLATION & DATE OF ACCEPTANCE :

The date of taking over of the installations under any sub-head of E&M works shall be the
date of taking over the complete building (s) after due completion of the entire composite
work and after complete test and trial run of all the major equipments under all sub-heads of
E&M works to the entire satisfaction of the engineer-in-charge.

Subject to the guarantee clause, date of taking over the installation after stipulated period of
trouble free operation of all the E&M works shall be the date of acceptance.

17. Measurement Book (EMB) through CPWD ERP portal and monthly Bills to be submitted by
the Contractor.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 38 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

All measurements and levels of work done during the period covering latter
half of the preceding calendar month and first half of the calendar month shall be recorded
by the contractor and compiled in the shape of the Electronic Measurement Book (EMB)
through CPWD ERP portal / Computerized Level Book (CLB) respectively having pages of
A-4 size as per the format of the department so that a complete record is obtained of
all the items of works executed under the contract during the said period. The entries in
Electronic Measurement Book and level books in the EPR shall be submitted in by the
contractor for RFI by JE/AE/EE along with intimation to the Engineer-in-charge by 20th day
of every calendar month.
In case of EMB, the contractor shall record measurement online on ERP Portal and
shall raise RFI (Request for Inspection) online for approval by Engineer-in-Charge or
his/her authorised representative. The contractor shall create EMB for the approved
RFIs and take printout of EMB having pages of A-4 size duly bound with its pages
machine numbered. This online printed EMB shall be submitted in triplicate through
letter of transmittal to the Engineer-in-Charge giving details of number of EMB and
there number of pages by 20th day of every calendar month.
All such monthly measurements and levels recorded by the contractor or his authorized
representative from time to time, during the progress of the work, shall be got checked
by the contractor from the Engineer-in-Charge or his/her authorized representative as per
interval or program fixed in consultation with Engineer-in-Charge or his/her authorized
representative.
The contractor shall, without extra charge, provide all assistance with every
appliance, labour and other things necessary for checking of measurements/levels by the
Engineer-in- Charge or his/her representative.
Except where any general or detailed description of the work expressly shows to the
contrary, measurements shall be taken in accordance with the procedure set forth in the
specifications notwithstanding any provision in the relevant Standard Method of
measurement or any general or local custom. In the case of items which are not covered
by specifications, measurements shall be taken in accordance with the relevant standard
method of measurement issued by the Bureau of Indian Standards and if for any item no such
standard is available then a mutually agreed method shall be followed.
18. Mode of Measurements: -
The measurements shall be recorded and entered in Electronic format in ERP the first
instance by the contractor, and a hard copy shall be submitted to the Department. All entries
shall be made exactly as per the existing procedure laid down in ERP portal. Contract shall
register themselves in the ERP portal and get familiarize with it for recording measurements.
These measurements shall then be 100% checked by the Junior Engineer, and test checked by
the Assistant Engineer and the Executive Engineer as per the procedure. If Junior Engineer is
not available, the Assistant Engineer shall perform 100% check of the measurements.
The contractor shall incorporate all such changes or corrections, as may be done during these
checks/test checks, to his draft Electronic measurements, and submit to the department the
final Electronic measurements in the form of a book, duly hard bound in red colour on the
lines of the conventional measurement books now in use, and with its pages machine
numbered.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 39 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

The Junior Engineer, Assistant Engineer and the Executive Engineer shall check these
Electronic measurements to ensure that all the changes or corrections made by them earlier in
the draft measurements are correctly incorporated in the final measurements. This book shall
be treated as a Electronic Measurement Book.
The Junior Engineer, Assistant Engineer and the Executive Engineer shall record the
necessary certificates for their checks and test checks as per the existing procedure in this
Electronic Measurement Book through RFI module in ERP.
The contractor shall give not less than seven days' notice to the Engineer-in- Charge or
his/her authorized representative in Charge of the work before covering up or otherwise
placing beyond the reach of checking and/or test checking the measurement of any work in
order that the same may be checked and/or test checked and correct dimensions thereof be
taken before the same is covered up or placed beyond the reach of checking and/or test
checking measurement and shall not cover up and place beyond reach of measurement any
work without consent in writing of the Engineer-in-Charge or his/her authorized
representative in charge of the work who shall within the aforesaid period of seven days
inspect the work, and if any work shall be covered up or placed beyond the reach of
checking and/or test checking measurements without such notice having been given or the
Engineer-in-Charge's consent being obtained in writing the same shall be uncovered at the
Contractor's expense, or in default thereof no payment or allowance shall be made for such
work or the materials with which the same was executed.
Engineer-in-Charge or his/her authorized representative may cause either themselves
or through another officer of the department to check the measurements/levels
recorded by contractor and all provisions stipulated herein above shall be applicable to such
checking of measurements or levels.
It is also a term of this contract that checking and/or test checking the measurements /
levels of any item of work in the measurement book and/or its payment in the interim, on
account of final bill shall not be considered as conclusive evidence as to the sufficiency of
any work or material to which it relates nor shall it relieve the contractor from liabilities from
any over measurement or defects noticed till completion of the defects liability
period.
The Electronic Measurement Book shall be allotted a serial number as per the Register
of Electronic Measurement Books by Engineer-in-charge.
Cutting or over-writing in the Electronic M.B. not allowed.
19. Computerized Bill to be submitted by the contractor
i) The Electronic Measurement Book is to be initiate by the contractor in ERP and initiate
Request For Inspection (RFI) by JE/AE/EE.
ii) It is the responsibility of the Junior Engineer, Assistant Engineer and the Executive
Engineer to ensure that the checks and test checks done by them in the initial draft
measurements are correctly incorporated in the Electronic Measurement Book before they
record their certificates. In case of any error, the Electronic Measurement Book shall be
cancelled, and the contractor shall resubmit a fresh Electronic Measurement Book.
iii) This should be done before the corresponding Electronic bill is submitted to the Division for

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 40 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

payment.
iv) The contractor shall submit as many copies (minimum of 2 Nos.) of Electronic
Measurement Books as may be required, and as are specified in the NIT/contractor, for the
purpose of reference and record in the various offices of the department.
v) The contractor shall submit his running and final bills in a computerized form in the same
format as the existing conventional bills, with all the pages machine numbered, and hard
bound, and with all the entries made as per the existing procedure.
vi) The contractor shall submit as many copies of the computerized bills as may be required
for the purpose of reference and record in the various offices of the department.
vii) The bill shall be carried forward from the previous running account bill as per the existing
procedure.
viii) These computerized bills shall be processed by the various offices for payment, as perthe
existing procedure.
Progress Reports – Submission by the Contractor

The contractor has to submit monthly progress report of the work in a computerized form.
The progress report shall contain the following, apart from whatever else may be required as
specified:
i) Project information, giving the broad features of the contract.
ii) Introduction, giving a brief scope of the work under the contract, and the broad structural or
other details.
iii) Construction schedule of the various components of the work through a bar chart for the
next 3 quarters (or as may be specified), showing the milestones, targeted tasks and up to date
progress.
iv) Progress chart of the various components of that are planned and achieved, for the month as
well as cumulative up to the month, with reasons for deviations, if any, in a tabular format.
v) Plant and machinery statement, indicating those deployed in the work, and their working
along with their designations.
vi) Manpower statement, indicating individually the names of all the staff deployed in the
work, along with their designations.
vii) Financial statement, indicating the broad details of all the running account payments
received up to date, such as gross value of work done, advances taken, recoveries effected,
amounts withheld, net payments, details of cheque payments received, etc.
viii) A statement showing the extra and substituted items submitted by the contractor, and
the payment received against them, items pending for sanction/decision by the Department,
broad details of the bank guarantees, indicating clearly their validity periods, broad details of
the insurance policies taken by the contractor, if any, the advances received and adjusted from
the department, etc.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 41 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

ix) Progress photographs, in colour, of the various items/components of the work done up to
date, to indicate visually the actual progress of the work.
x) Quality assurance and quality control tests conducted during the month, with the results
thereof.
20. PROGRESS REPORT TO BE SUBMITTED BY CONTRACTOR
The progress report submitted by the contractor has to be checked and certified by the Junior
Engineer or Assistant Engineer, and has to be reviewed by the Executive Engineer and the
Superintending Engineer, over their dated signatures.
A. Physical

Name of Quantity as Quantity Total up to date Anticipated balance


Item per Agreement executed during quantity quantity
the month executed

B. Financial
Total Total amount of
Work done during Anticipated amount of balance
tendered work done up to
the month work
amount date
The contractor has to submit the progress report to the Sub Division office in quadruplicate by
10th day of every month as per the above proforma along with photographs of the work done
during that month. In case 10th day happens to be a closed holiday then the progress report
will be submitted on the next working day relevant IS or any other International code in case
IS code is not available. The responsibility of execution of Specialized E&M works under
scope of NIT shall lie with Main composite Contractor only. He is required to furnish the
documents/certificates in support of his experience to execute the mentioned specialized
E&M works given in Table-1below after award of work.
If the main agency does not have required experience, they must associate Specialized
Agency/Agencies to execute the mentioned E&M components of the work having requisite
experience as per table-1, However, the composite category contractor shall also be eligible
to carry out himself any or all of these works without associating any specialized agency
provided.

(a) He fulfills the prescribed eligibility criteria respectively for these work(s),
Or
(b) He directly procures the equipment of approved make from manufacturer and get it installed from
authorized agency/service provider of the manufacturer or specialized agency as per criteria
mentioned in NIT.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 42 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Eligibility criteria –The agency should have


successfully completed, works as mentioned during
last seven years ending previous day of last date of
Sl. Sub head of submission of Bid. Definition of similar
No. work One similar Two similar Three similar work
works each of works each of work each of
value not less value not less value not less
than (Rs.) than (Rs.) than (Rs.)
Major work (E&M)
1 IEI works NOT APPLICABLE, Only CPWD enlisted agency of
appropriate class with valid Electrical license issued
by competent authority
(i) SITC of DG set
with individual
2 DG Set 42698294.00 32023720.00 21349147.00 capacity of DG set
not less 1200KVA

Note:-
1. All amounts rounded off to a convenient figure. The value of executed works shall be brought to
current costing level by enhancing the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to the ending previous day of last date of the month previous
to the one in which tenders are invited

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 43 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

2. While considering any similar work executed by applicant firm under joint venture, the
experience of the applicant firm in that work shall be restricted to its share/responsibilities
as reflected in the Memorandum of Understanding(MoU), signed between the parties,
while forming joint venture for that work, attested copy of which shall be submitted.
3. Completion Certificate (Duly attested) issued by the client department by an Officer of the
rank not below the Executive Engineer or equivalent giving the list of major equipment
installed are to be furnished along with the application clearly indicating satisfactory
completion, date of completion, scope and value of the work

In this connection, it is mentioned that the composite contractor and the associated specialized
agencies shall give required affidavit to confirm their association to the Engineer-in-charge.
Tender accepting authority may approve change of sub-agency in case it is required during
the currency of the contract.
In case building category contractor does not fulfill the prescribed eligibility criteria
respectively for these work(s), or, He does not directly procure the equipment of approved
make from manufacturer and get it installed from authorized agency/service provider of the
manufacturer or specialized agency as per criteria mentioned in NIT, they must associate
Specialized Agency/Agencies to undertake the specialized component/components of the
work having requisite experience for individual works as mentioned below:

Executive Engineer(E)

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 44 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

B2. ADDITIONAL AND COMMERCIAL CONDITIONS

1.GENERAL COMMERCIAL & TECHNICAL CONDITIONS FOR DG SET WORKS

1.1 Design, Equipment, Selection, Deviations

The tenderer shall submit detailed schematic diagram for the approval of the Engineer-in-
charge. He will make sure that the equipment offered shall fulfill the design conditions. All
the equipments and their installation shall be suitable for the environmental conditions
encountered at the location as indicated in specifications.

The acoustic enclosure (Canopy) shall be manufactured by respective engine OEM/OEA and
should be CPCB norms compliant. Only model Numbers having Type Approval and valid
conformity of production certificate for noise level as per CPCB norms shall be accepted.
Copies of Type approval and COP certificate have to be submitted at the time of submission
of drawings for approval.

The canopies manufactured by OEM/OEA are only acceptable.

The number and size of the MS pipe for exhaust piping shall be as per the recommendation of
the engine manufacturer. Wherever 2 numbers exhaust pipes are recommended by the engine
manufacturer, the number of silencer shall also be 2 numbers.
Conformity to Statutory Acts, Rules, Regulations, Standards and safety Codes.

1.2 CPWD Specifications:

The entire work shall be carried out as per following CPWD General
Specifications for Electrical works wherever applicable and as amended up-to-
date.

a) CPWD General Specification for Electrical works (Part-I) Internal – 2023


b) CPWD General Specification for Electrical works, (Part-II) External – 2023
c) CPWD General Specification for Electrical works (Part-VII) DG Set 2013
The tender specifications wherever they differ from these specifications as indicated
above, shall have overriding value and shall be followed for this work.

Indian Electricity Act and Rules:

All electrical works in connection with installation shall be carried out in accordance with
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 45 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

the provision of Indian Electricity Act 2003 and Indian Electricity Rules 1956, both amended
up-to date.

Indian Standards:

All the components shall confirm to relevant Indian Standard specifications, wherever
existing, amended to date.

Fire Regulation:

The installation shall be carried out in conformity with the local Fire Regulations and Rules
there under wherever they are in force and the provisions in local bye-laws, if any

Safety Code and Labour Regulation:

i) In respect of all labour employed directly or indirectly on the work for the performance
of contractor‟s part of work, the contractor at his own expense, will arrange for the safety
provisions as per the statutory provisions, B.I.S. recommendations, factory act, Workman‟s
compensation act, CPWD Code and instructions issued from time to time. Failure to provide
such safety requirements would make the tenderer liable for penalty for Rs. 2000/- per week
for each violation. In addition the Engineer-in- Charge, shall be at liberty to make
arrangements and provide facilities as aforesaid and recover the cost from the contractor.

ii) The contractor shall provide necessary barriers, warning signals and other safety measures
while executing the work of DG set installation, cables etc. or wherever necessary so as to
avoid accident. He shall also indemnify CPWD against claims for compensation arising out
of negligence in this respect. Contractor shall be liable, in accordance with the Indian Law
and Regulations for any accident occurring due to any cause. The department shall not be
responsible for any accident occurred or damaged incurred or claims arising there from
during the execution of work. The contractor shall also provide all insurance including third
party insurance as may be necessary to cover the risk. No extra payment would be made to
the contractor due to the above provisions thereof.

Central Pollution Control Board (CPCB) NORMS:

The DG Sets shall meet the requirements of environmental (protection) rules 1986 as laid down
by Ministry of Environment & Forests read with GSR 371 (E) dtd. 17-02-02 and GSR 520 (E) dtd.
01-07-
03. The firm need to furnish the certificate of Type approval and certificate of
conformity of production issued by the Central Pollution Control Board (CPCB) or
any authorized agency as prescribed in the above law.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 46 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

2.Scope of work

WORKS TO BE DONE BY THE CONTRACTOR


Unless 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-
whether specifically indicated in the schedule of work or not: -

(i) Foundations for equipments including vibration isolation springs/ pads, making good
all damages caused to the structure during installation and restoring the same to their
original finish.
(ii) Minor building works necessary for installation of equipments, foundation trench for
fuel line & cable, making of opening in walls or in floors and restoring them to their
original condition/finish and necessary grouting etc. as required.
(iii) All supports for exhaust & water pipes, chimney, bus trunking (if included
in scope of contract), cables, anti- vibration pads etc. as are necessary.

(iv) All electrical work and neutral earthing, body earthing, required for engine &
alternator, main board/ control panels, and control wiring including loop earthing, if
specified in Schedule of Work.
(v) All pipes, bus trunking and/ or cable connections.
(vi) POL i.e. HSD oil and lub.oil for diesel engine for testing & commissioning for 12
hours i/c 1hr of 10% overloading at OEA/ OEM works shall be arranged by the
contractor. After successful testing and commissioning of the D.G. Set a trail run at
available load will be carried out for 120 Hrs or 15 days whichever is earlier. The
D.G. Set will be operated and log of all relevant parameters will be maintained during
this period. The arrangement of staff for trail run / running in period will be made by
the successful tenderer. However, diesel shall be provided by the department. The date
of taking over of the D.G . Set after trouble free operation during the trail run /running
in period shall be the date of acceptance / taking over.
(vii) Painting of all exposed metal surfaces of equipments and components with appropriate colour.
(viii) Clearance/ Approval of the complete installation from CPCB/ State Pollution Control
Board, Central Electricity Authority (CEA)/ Local Bodies and other licensing
authorities, wherever required.

3. Acceptable make:
Approved makes of materials to be used in the work have been appended with tender Document.
Only those OEM should be permitted for supply of equipments who give undertaking that any defects
occured shall be attended within 24 hours.

4. Diesel Engine
Engine rating

The engines shall be of standard design of the original manufacturers. It should be 4 stroke
cycles, water cooled, naturally aspirated / turbo charged ( as per manufacturers standards)
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 47 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

diesel engine developing suitable BHP for giving a power rating as per ISO 8528 part- I
in KVA at the load terminals of alternator at 1500 RPM at actual site conditions.

The engines shall be capable for delivering specified prime power rating at variable loads for
PF of 0.8 lag with 10% overload available in excess of specified output for one hour after
every 12 hours. The average load factor of the engine over period of 24 hours shall be 0.85
(85%) for prime power output. The engines shall conform to
BS5514/BS649/IS10000/ISO:3046 amended upto date.

5. Control Panel
Location:
Associated control panel of DG set can be located inside the acoustic enclosure or outside the
acoustic enclosure as per the manufacturer‟s standard. In case the AMF panel is to be installed
outside the acoustic enclosure, it should be closer to the acoustic enclosure in consultation with
the Architect.
Foundation
Scope: This section covers details of foundations for DG set with acoustic
enclosures. Genset with acoustic enclosure:

a) For DG Sets installed inside the DG Set Room - A PCC foundation (1:2:4, M- 20 grade) of
approximate depth 150mm above the finished Genset Room Floor level is required so as to
provide leveled surface for placement of the acoustics enclosure. The length and breadth of
foundation should be at least 250 mm more on all sides than the size of the enclosure.
Genset should be mounted on AVM‟s inside the enclosure.

b) For DG Sets installed outside in open area - A PCC (1:2:4, M-20 grade) foundation of
weight 2.5 times the operating weight of the Genset with enclosure or as recommended by
the Genset manufacturer OEM/OEA, whichever is higher, is required to provided and is
included in scope of work for SITC of Genset. 300 mm of this foundation height should be
above the ground level. The length and breadth of foundation should be at least 250 mm
more on all sides than the size of enclosure. Genset should be mounted on AVM‟s inside
the enclosure. Design of the foundation as recommended by the OEM shall be submitted by
the contractor before execution of work along with the drawings.

6. Acoustic enclosure:
The enclosure shall be made of from OEMs only, who are approved / certified by CPCB.

The acoustic enclosure shall be designed and manufactured confirming to relevant


standards suitable for outdoor installation exposed to weather conditions, and to limit
insertion loss of 25 DB (A) at a distance of 1 metre from the enclosure as per CPCB norms, as
amended up to date, under free field conditions
7. Control Panel
Location:
Associated control panel of DG set can be located inside the acoustic enclosure or outside the
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 48 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

acoustic enclosure as per the manufacturer‟s standard. In case the AMF panel is to be installed
outside the acoustic enclosure, it should be closer to the acoustic enclosure in consultation with
the Architect.
Foundation
Scope: This section covers details of foundations for DG set with acoustic
enclosures. Genset with acoustic enclosure:

a) For DG Sets installed inside the DG Set Room - A PCC foundation (1:2:4,M- 20 grade) of
approximate depth 150mm above the finished Genset Room Floor level is required so as to
provide leveled surface for placement of the acoustics enclosure. The length and breadth of
foundation should be at least 250 mm more on all sides than the size of the enclosure.
Genset should be mounted on AVM‟s inside the enclosure.

b) For DG Sets shall be installed outside in open area - A RCC (Minimum M-25 grade)
foundation is required to be provided and is included in scope of work. For SITC of Genset,
750 mm of this foundation height should be above the ground level. The length and breadth
of foundation should be at least 250 mm more on all sides than the size of enclosure. Genset
should be mounted on AVM‟s inside the enclosure. Design of the foundation as mentioned
above shall be submitted by the contractor after getting approved by OEM before execution
of work along with the drawings.

Acoustic enclosure:
The enclosure shall be made of from OEMs only, who are approved / certified by CPCB.

The acoustic enclosure shall be designed and manufactured confirming to relevant


standards suitable for outdoor installation exposed to weather conditions, and to limit
insertion loss of 25 DB (A) at a distance of 1 metre from the enclosure as per CPCB norms, as
amended up to date, under free field conditions.

The construction should be such that it prevents entry of rain water splashing into the
enclosure and allows free & quick flow of rain water to the ground in the event of heavy
rain. The detained construction shall confirm to the details as under:

The acoustic enclosure will be made on the basis of modular construction i.e made in parts
and can be assembled or disassembled at site. All members will be properly gasketed and
bolted together. The structure should be weather proof.

The enclosure will be totally enclosed type made of high quality CRCA sheet of thickness
at least 16 SWG.(1.6 mm)

The sheet metal components shall be hot dip seven tanks pre-treated before powder
coating. The enclosure shall be powder coated (inside as well outside) with a special pure
polyester based powder. All nut and bolts / external / hardware shall be made of Stainless
Steel.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 49 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Sound proofing of the enclosure shall be done with high quality Fire Retardant insulation
material i.e. Glass wool / mineral wool of appropriate thickness confirming to relevant IS.
The sound proofing materials would be further covered with fine glass fiber cloth and
would be supported by perforated MS sheet duly powder coated.

The doors shall be gasketed with high quality gaskets to prevent leakage of sound and
the door handles shall be lockable type.

There shall be a provision for filling fuel from outside the enclosure with locking
arrangement. Fuel tank should have provision for cleaning.

The provision of external drain plug shall be kept for draining lub oil and diesel.

Especially design attenuators shall be provided to control sound at air entry exit point.

Especially design residential silencer shall be provided within the enclosure to reduce exhaust noise.

Adequate ventilation shall be provided to meet total air requirement. If necessary suitable
numbers of axial flow fan and exhaust fan of suitable dia meter shall be provided as per
manufacturer.

The temperature rise inside the enclosure should not be more than 50 C for maximum
ambient above 40 deg.C and it should be below 100 C for ambient below 40 deg.C.

Temperature Control Relay which continuously indicates the inside temperature of the
canopy with variable setting for tripping the generator.

There shall be a provision of emergency shutdown from outside the enclosure.

Acoustic enclosure will be provided with flexible exhaust pipe connection with adequate
and suitable arrangement of mounting of the residential silencer mounted on the top and
concealed in the body of the enclosure. The exhaust pipe will be provided with asbestos
rope insulation of 10mm thick and covering with aluminium foil. The exhaust pipe inside
the enclosure must be lagged (except below).

The DG set will be provided with special spring mounted vibration damper to eliminate the
vibration when DG set is working on full load.

The front panel should include engine RPM meter electrically operated.

The Fuel gauge shall have electrically operated – fuel gauge shall have to inside the enclosure.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 50 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

There should have a provision of DC Emergency light operated automatically with door opening.

The inside of the enclosure shall be illuminated by the suitable rating LED lamps/Fixtures
controlled by a 5A switch for adequate lighting during servicing etc. of the DG Set. The power
supply to this luminaire should be from the load side of the AMF Panel so that it can remain
energized under all conditions.

8.Inspection and Testing


The successful tenderer will arrange staff / fuel / POL for test run at his cost.
Testing shall necessarily be carried out at factory / manufacturer premises in
presence of representative of the department/as per decision of Engineer-in-Charge.

For testing following procedure will be followed: All major items / equipments i.e. engine
and alternator in assembled condition, associated electrical control panels etc. shall be offered
for inspection and testing at factory / manufacturers works. The successful tenderer shall give a
notice of minimum two weeks for carrying out such tests. The Engineer-in-charge / or his
authorized representative shall witness such inspection & testing at mutually agreed date. The
cost of the Dept‟s representative‟s visit to the factory will be borne by the Department.

The department also reserves the right to inspect the fabrication job at factory and successful
tenderer has to make arrangements for the same.

DG set will be tested on load of unity power factor for the rated KW rating. During testing, the
DG set covered under scope of the work, shall be operated for a period of 12 hours on the rated
KW at DG set‟s KW rating i/c 1 hour of 10% over load after continuous run of the 12 hours.
During testing all controls / operations safeties will be checked and proper record will be
maintained. Any defect / abnormality noticed during testing shall be rectified. The testing will
be declared successful only when no abnormality / failure is noticed during the testing. The DG
set will be cleared for dispatched to site only when the testing is declared successful by
authorized representative / Engineer-in-charge.

Trial Run/ Running-in-Period

After successful testing of the DG Set, a trial run at available load will be carried out for 120
Hours or 15 Days whichever is earlier. The DG Set will be operated and a log of all relevant
parameters will be maintained during this period. The arrangement of staff for trial run/ running
in period will be made by the successful tenderer. However, diesel shall be provided by
Department. The contractor will be free to carry out necessary adjustments. The DG Set will be
said to have successfully completed the trial run, if no break-down or abnormal/ unsatisfactory
operation of any component of the entire installation included in the scope of work of the
contract, occurs during this period. After this the DG Set will be made available for beneficial
use. After the DG Set has operated without any major break- down/ trouble, it shall be taken over
by the department subject to guarantee clause of the contract.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 51 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

This date of taking over of the DG Set, after trouble free operation during the trial run/ running-
in period, shall be the date of acceptance/ taking over.

Safety measures
All equipments shall incorporate suitable safety provisions to ensure safety of the operating
personnel as per manufacturers‟ standard practice.

9.STATUTORY CLEARANCE(S)
Approval/ clearance of the complete installation shall be obtained by the contractor from CPCB/
State pollution Control Boards/ Local Bodies/ Central Electricity Authority (CEA)/ other
licensing authorities wherever required. However, application shall be made by Department
and any statutory fee, as applicable, shall be paid by Department directly to the govt.
authorities concerned.

Training the man power minimum 12 members in 2 batches for operation, testing and
troubleshooting of the DG sets and synchronization etc shall be provided.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 52 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

B3. ADDITIONAL AND COMMERCIAL CONDITIONS FOR UPS WORKS

GENERAL

1.1 SCOPE
The Contractor shall furnish and install a three-phase continuous duty, on-line, double conversion, solid-state
uninterruptible power system, hereafter referred to as the UPS. The UPS shall operate in conjunction with
the existing building electrical system to provide power conditioning, back-up and distribution for critical
electrical loads. The UPS shall consist of, as required by the project, the UPS module, top covered battery
rack (s), and inbuilt input isolation transformer, maintenance bypass, parallel card inbuilt and other features
as described in this specification.

1.2 RELATED SECTIONS

SYSTEM DESCRIPTION
Standard UPS system will include a minimum of (1) rectifier, (1) inverter, (1) static bypass, and (1) battery
system.

Components:
1. Rectifier
2. Inverter
3. Sealed Lead Acid Batteries
4. Battery Charger
5. Automatic Bypass
6. User Interface Panel / Display
7. USB Communication Interface for service use
8. Communication Card Slots (2)
9. Remote Emergency Power Off Contacts
10. Environmental (Building Alarm) Inputs (3)
11. Hardwired Input, Output
12. Internal Maintenance Bypass Isolator
13. Input, Output & Bypass Isolators
14. External Top Covered Battery Racks
15. Inbuilt Isolation transformer before Rectifier
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 53 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

16. Base Frame for UPS


17. Communications - Mandatory
1. SNMP/Web adapter
2. Mod bus RTU interface
3. SNMP & MODBUS Combo Card should be Cyber security Certified (UL & IEC Standards both)
Certificates to be submitted before manufacturing start.
Modes of Operation: The UPS shall operate as an online, double-conversion UPS with the following modes:
18. Normal: During the Normal or Double-conversion Mode the rectifier shall derive power as needed
from the commercial AC utility or generator source and supply filtered and regulated DC power to the
online inverter. The inverter shall convert the DC power to highly regulated and filtered AC power for
the critical loads. The Inverter shall be Three Level latest technology.
19. Battery: Upon failure of the AC input source, the critical load must continue to be supplied by the
inverter without switching. The inverter must obtain its power from the battery. There must be no
interruption in power to the critical load upon failure or restoration of the AC input source.
20. Recharge: Upon restoration of the AC input source, the rectifier/battery charger must recharge the
battery. The inverter shall, without interruption of power, regulate the power to the critical load.
21. High Efficiency or ECO Mode: The static bypass switch will conduct, and the UPS rectifier and
inverter will be operated in a “suspended” mode, unless incoming power conditions require
conventional double conversion operation. In High Efficiency mode the UPS input and output filters
shall remain in-circuit to provide surge suppression. Transfer time from HE mode to Double
Conversion mode, and vice versa, shall be typically less than 4ms.
22. Bypass: The static bypass switch must be used for transferring the critical load to the AC utility supply
without interruption, and shall be rated for continuous operation. Automatic re-transfer to normal
operation must also be accomplished without interruption of power to the critical load. The static
bypass switch must be capable of manual operation via the front panel controls. An optional integrated
bypass back-feed protection contactor, in series with the static switch, shall prevent system voltages
from bleeding backwards through the static switch and rectifier snubber components to the utility
source in the event of a utility failure and shall also open upon detection of a short circuit static bypass
SCR.
23. Internal load testing: The UPS system will be capable of utilising the Internal Capacity Test function,
including internally adjustable load testing at the customer site, without the need for a load bank.
Testing shall only be initiated using the UPS OEM Engineer‟s Software Service Tool. This testing is
not intended to be performed while the UPS is servicing the critical load.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 54 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

REFERENCES
The UPS and all components shall be designed, manufactured and tested in accordance with the latest
applicable standards as follows. Where a conflict arises between these documents and statements made
herein, the statements in this specification shall govern.
Safety
a. IEC 62040-1 or EN 62040-1

Emission and Immunity:


b. IEC62040-2

Markings
CE

SUBMITTALS – FOR APPROVAL BEFORE MANUFACTURING


UPS Technical Datasheet / Brochure
Manufacturer Certificates (ISO 9001, ISO 14001, ISO 45001)
Manufacturing Capabilities of the UPS OEM in India (with proof for minimum 10 years)
Point wise Technical Compliance along-with supporting documents, certificates as described in RFP.
Detailed IEC 62040-3 Type test Report from Third Party NABL Accredited Lab or eqv.
UL & IEC Certificate for Communication cards
Third Party Vulnerability Test Reports for Communication cards
Country of Origin certificate
Battery Bank Calculations
Battery product Catalogue
Battery MCCB Technical datasheet
UPS Room Layout
UPS GA Diagram
Top Covered Battery Rack GA Diagram
UPS SLD with Inbuilt Isolation transformer & Input, Output, Bypass, MBS Isolator Description
Battery MCCB Make & Datasheet
Manufacturers Service Set-up and Toll Free call center number details

OPERATION AND MAINTENANCE MANUALS

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 55 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Equipment operation and maintenance manuals shall be provided with each assembly shipped and shall include
instruction leaflets, instruction bulletins and renewal parts lists where applicable, for the complete assembly
and each major component products.

MANUFACTURERS
UPS: AS PER MAKE LIST
Battery: AS PER MAKE LIST

RATINGS
System Rating
The UPS module(s) shall have an output rating of:
a. 0.9 LOAD P.F @ 40 Degree C ( KVA / KW RATING AS PER BOQ)
b. Isolation Transformer shall be inbuilt at Input side, rating of Transformer should be 10%
higher than UPS Rating.
System Input
24. Input Voltage Operation Range
a. Nominal 400/230 (or 380/220 or 415/240 adjustable) VAC, 4-wire plus ground
b. -15% to +20% from nominal at 100% load or better
-50% to +20% from nominal at 50% load or better

25. Input Frequency


a. 40 to 72 Hz or better
b. auto-sensing
Input Power Factor: 0.99 typical @ 100% loading

26. Input Current Distortion: 5% THD maximum at full rated linear load

27. Inrush Current:


a. ≤130% of rated current for ≤2 cycles

System Output, Normal Mode -Nominal Output Voltage, UPS on Utility


28. 400/230, or 380/230 or 415/240VAC, Selectable through front panel or through serial port connection
with power management software
29. Voltage regulation: +/-1% of selected output voltage in steady state
Transient Voltage Response: Meets Class 1 performance of IEC62040-3 and VFI-SS-111; +/-5% for
100% step load change; recovery in <20ms.
30. Voltage THD:

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 56 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

1. 2% Total Harmonic Distortion (THD) maximum for rated linear load


2. 5% THD maximum for a non-linear load
31. Nominal Frequency: 50 or 60 Hz selectable
32. Frequency Regulation:
1. 50/60 Hz +/- 3Hz, +/-1 to +/- 3 Hz selectable
33. Slew rate:
1. 0.8 Hz per second or better

34. Current Overload Capability without Bypass at nominal Load P.F. 0.9:
1. 111-125% load 10 minutes @ 40 Deg C
2. 126-150% for 1 min @ 40 Deg C
3. >151% for 400 ms @ 40 Deg C for (80 to 500kVA)

35. Bypass:
1. Automatic bypass shall provide an alternate path to power in the case of overload, inverter failure or other
UPS failure
2. Internal Maintenance Bypass to be provided with Each UPS
3. Transfer time to and from any internal bypass shall be no-break, when UPS and Utility are in sync
4. Unit shall be able to detect bypass module failure.

36. Efficiency:
1. In Normal Mode, 25% to 100% linear load range
 20 KVA to 60 KVA : 90% or better (without Transformer losses)
 80 KVA to 500 KVA: 95% or better (without Transformer losses)
2. In High Efficiency mode: upto 98% at 100% linear load (without Transformer losses)

UPS IN PARALLEL CONFIGURATIONS


UPS modules shall be capable of being paralleled to increase system power levels or to provide redundant
power. The UPS shall be field-upgradeable with additional parallel capacity up to 3+0 modules, or for
redundant operation, up to 3+1 modules. The parallel system shall have intelligence to automatically
recognise the need for capacity and/or redundancy. Parallel systems shall utilise autonomous UPS power
modules that do not rely on any control interconnections for synchronized operation. The individual
modules shall operate in a peer-to-peer manner to provide automatic load sharing, synchronization, and
selective tripping capabilities. “Master-slave” configurations are not acceptable.
The parallel system shall utilise a communications network to provide system information and status, such as
operating mode and meter data. This network shall provide individual module information as well as total
system information, and individual module information shall be available from any module‟s front panel
display. The loss of this system information network shall not cause the parallel units to transfer to bypass
or drop the critical load.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 57 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

SYSTEM INPUT & OUTPUT CONNECTIONS


AC Input:
37. All UPS units shall be capable of utilising hardwired input. Input, Bypass, Output, MBS isolators shall
be provided inside the UPS as mandatory
38. The building/Utility input neutral is required for proper UPS operation.
39. The Isolation Transformer Neutral to be separately earthed.
40. UPS Body Earth Should not be same as Isolation Transformer Neutral Earth.
41. All Connections should be done with Copper Flexible Cables.
AC Output:
42. All UPS units shall be capable of utilising hardwired output
Extended Battery Connection: UPS module will include terminations for External battery. UPS Manufacturer
to provide Battery Breaker (MCCB) and Battery terminal caps as Mandatory for additional safety.
Remote Emergency Power Off (REPO) Connection: The UPS shall provide a built-in landing for field
connection of a Remote Emergency Power Off circuit. Upon initiation of the REPO circuit, the UPS shall
open its input relays, and disengage the battery converter, preventing power from being delivered to the
attached loads.
(2) Communication Card Slots: The UPS shall provide (2) communication mini-slots in the front of the UPS
allowing for optional plug-in connectivity options, including SNMP/Web interface, 4x relay contacts &
RS232 port, and Modbus capabilities. Vendor need to supply SNMP+Modbus Card along with UPS as
standard. The Cards should be UL/IEC Certified for cyber security standards. Reports / Certificates should
be submitted.
(3) Programmable Input Connections: The UPS shall provide built-in inputs for field connection
(environmental input). The inputs shall be parameter programmable to suit the needs of the application.

USER INTERFACE
Front Panel Display: The UPS shall include a front panel display consisting of a graphical LCD display with
backlight, four status LED‟s, and a six-key keypad. Touch Screen Display is not advisable due to its prone
to early failure.
43. Graphical LCD display: Includes basic language (English and local selectable language), display of
unit function and operating parameters. It shall be used to signify the operating state of the UPS, for
indicating alarms, for changing operations control parameters and set points.
44. Four status LED‟s, which indicate:
a. Alarms, with a red LED
b. On Battery, with a yellow LED
c. On Bypass, with a yellow LED
d. Power On, with a green LED

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 58 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

45. Six-Key Multifunction Keypad: UPS shall have keypad to allow user to adjust UPS parameters, view
alarm and inverter logs, change UPS operational modes, and turn the UPS on and off. Keys will be
marked as UP, DOWN, LEFT, RIGHT, ESC and ENTER

46. Meters: When selected, the front display shall show individual screens of input parameters, output
parameters or bypass parameters including; voltage, current, frequency, true power, apparent power
and power factor. The display shall also show DC Voltage and current.
Power Management Software Package: The UPS shall offer optional communications interface that provides
the following communication capabilities:
47. Monitor and graphically display input and output voltage and other operating characteristics
48. Notify end-users in the event of a power anomaly via E-mail.

BATTERIES
Battery Type: Valve Regulated Lead Acid (VRLA), minimum two-year warranted float service life at 25
degrees C

Battery Back-up Time (Runtime): As per BOQ, Battery Calculations to be submitted for consultant approval
before start of manufacturing.

Bus Voltage: Nominal bus voltage is 480 VDC, adjustable to 432VDC in case of emergency by service
engineer.

Battery Protection:
49. Short Circuit Protection: Over-current protection shall protect the batteries from all short circuit fault
conditions
50. Battery Module Protection: Internal battery contactor shall be provided
51. Under-voltage Protection:
1. Inverter cut-off voltage: Battery operation shall be terminated when the battery voltage drops to the
1.67 VPC set point
52. Over-voltage Protection: If the UPS system‟s battery bus voltage exceeds the predetermined set point
then the UPS will disable the charger and alarm a “check battery” condition
Advancement in Battery Management / Superior Battery Management:
53. Battery recharge: After recharging batteries to full capacity, the charger will enter the rest mode to
increase the battery lifetime according the A.B.M cycle. Hence, continuous float charging of the battery
shall not be required if the A.B.M feature is selected. The active battery charger states are constant-
current (charge mode), constant-voltage (float mode) and no-charge (rest mode). The A.B.M feature is
user (or service) selectable. If A.B.M is not utilised, the UPS operates as a conventional float charger.
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 59 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

54. Battery Runtime Monitoring: UPS shall monitor batteries and provide status to end user of battery
remaining capacity via front panel icon, remote communications, or both. Runtime calculations to be
based on load demand and analysis of battery health.
55. Battery Health Monitoring: UPS shall periodically test and monitor battery health and provide
warnings visually, audibly and/or remotely when battery capacity falls below 80% of original capacity.
Battery testing may also be user initiated via front panel or serial communications.

ENVIRONMENTAL CONDITIONS
The UPS shall meet IEC 61000-4-6 Level 3, and IEC 62040-2 C3, and FCC A15J for Emissions or better
Ambient Temperature
56. Operating:
1. For all ratings: UPS Shall be able to deliver KW @ 0.9 P.F. also for 40 Degree C Temp.
2. For Higher ratings >=100KVA, UPS Shall be able to deliver KVA = KW for 30 Degree C Temp.
3. For Higher ratings >=100KVA, UPS Shall be able to deliver KW @ 0.8 P.F. also for 45 Degree C
Temp.
4. Preferred temperature for batteries: 25 to 27 deg C.
Relative Humidity
57. Operating: 5 to 95% non-condensing.
58. Storage: 5 to 95% non-condensing.
59. Transportation: 5 to 95% non-condensing
Electrostatic Discharge: The UPS shall be able to withstand a minimum 6 kV or better without damage and
without affecting the critical load

PART 2 EXECUTION

FACTORY TESTING
The following standard factory tests shall be performed on the equipment provided under this section.
1. Standard Computer-automated UPS system test as per OEM.
2. Hipot test

INSTALLATION
The UPS Manufacturer shall install all equipment per the manufacturer‟s recommendations under supervision of
main contractor‟s site In-charge.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 60 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

[C] SPECIAL CONDITIONS

01. The contractor shall follow all the provisions of Construction & Demolition Waste Management Rules
2016 issued by Ministry of Environment & Forest notification dtd. 29.03.2016.

02. The contractor shall not store/dump construction material or debris on metalled road.

03. The contractor shall get prior approval from Engineer-in-Charge for the area where the construction
material or debris can be stored beyond the metalled road. This area shall not cause any obstruction to
the free flow of traffic/inconvenience to the pedestrians. It should be ensured by the contractor that no
accidents occur on account of such permissible storage.

04. The contractor shall take appropriate protection measures like raising wind breaker of appropriate
height on all sides of the plot/area using CGI sheets or plastic and/or other similar material to ensure
that no construction materials dust fly outside the plot area.

05. The contractor shall take appropriate protection measures like raising wind breakers of appropriate
height on all sides of the plot/area using CGI sheets or plastic and/or other similar material to ensure
that no construction material dust fly outside the plot area.

06. The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction
purposes/or are carrying construction material like cement, sand and other allied material are fully
covered. The contractor shall take every necessary precautions that the vehicles are properly cleaned
and dust free to ensure that enroute their destination, the dust, sand or any other particles are not
released in air/contaminate air.

07. The contractor shall provide mask to every worker working on the construction site and involved in
loading, unloading and carriage of construction materials and construction debries to prevent inhalation
of dust particles.

08. The contractor shall provide all medical help, investigation and treatment to the workers involved in the
construction of building and carry of construction material and debris relatable to duct emission.

09. The contractor shall ensure that C&D waste is transported to the C&D waste site only and due record
shall be maintained by the contractor.

10. The contractor shall compulsory use of wet jet in grinding and stone cutting.

11. The contractor shall comply all the preventive and protective environmental steps as stated in the
MoEF guidelines, 2010.

12. The contractor shall carry out on-Road-Inspection for black smoke generating machinery. The
contractor shall use cleaner fuel.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 61 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

13. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.

14. The contractor shall use vehicles having pollution under control certificate. The emissions can be
reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bums shall be used to
ensure speed reduction. In case where speed reduction cannot effectively reduce fugitive dust, the
contractor shall divert traffic to nearby paved areas.

15. The contractor shall ensure that the construction material is covered by tarpaulin. The contractor shall
take all other precaution to ensure that no dust particles are permitted to pollute air quality as a result of
such storage.

16. The paving of the path for plying of vehicles carrying construction material is more permanent solution
to dust control and suitable for longer duration projects. The NIT approving authority shall carry out
cost benefit ratio analysis of the same.

17. Unless otherwise specified in the Schedule of quantities the percentage rates below/above or at par
tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of
the building and nothing extra shall be payable to him on this account. Payment for centering,
shuttering, however, if required to be done for heights greater than 3.5m shall be admissible at rates
arrived at in accordance with clause 12 of the agreement if not already specified.

18. The contractor shall make his own arrangements for water and for obtaining electric connections if
required and make necessary payments directly to the department concerned.

19. Other agencies doing work related with this project will also simultaneously execute the works and the
contractor shall afford necessary facilities for the same. The contractor shall leave such necessary
holes, openings etc. for laying, burying in the work pipes, cables, conduits, clamps, boxes and hooks
for fan clamps, etc. as may be required for other agencies conduits for Electrical wiring/cables will be
laid in a way that they leave enough space for concreting and do not adversely affect the structural
members. Nothing extra over the agreement rates shall be paid for the same.

20. Some restrictions may be imposed by the security staff etc. on the working and for movement of
labour, materials etc. The contractor shall be bound to follow all such restrictions/instructions and
nothing extra shall be payable on this account.

21. (a) The building components will be carried out in the manner complying in all respects with the
requirements of relevant byelaws of the local body under the jurisdiction of which the work is to
be executed or as directed by the Engineer-in-charge and nothing extra will be paid on this
account.

(b) The contractor shall comply with proper and legal orders and directions of the Local or Public
authority or Municipality and abide by their rules and regulations and pay all fees and charges,
which he may be liable.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 62 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

22. The contractor shall give a performance test of the entire installation(s) as per standing specifications
before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for
the test.

23. Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the items and nothing extra shall be payable (or) extra cement considered
in consumption on this account.

24. In all contracts where departmental issue of cement and steel is not stipulated, special conditions shall
be incorporated as below:

25.1 Conditions for Cement (Grey Cement).


i) CEMENT:-
ii)
1.1 Agency shall procure PPC conforming to IS:1489(Part I) as required in the work from
cement manufacturers mentioned in the list of Preferred makes for civil works or from any
other reputed cement manufacturer having a production capacity not less than 1 million
tons per annum as approved by competent authority of CPWD.

1.2 The supply of cement shall be taken in 50 kg. bags bearing manufacturer's name and
ISI marking. Samples of cement arranged by the Contractor shall be taken by the
Engineer- in- charge and got tested in accordance with provisions of relevant BIS
codes. In case the test results indicate that the cement arranged by the Contractor
does not conform to the relevant BIS codes, the same shall stand rejected, and it
shall be removed from the site by the Contractor at his own cost within a week's
time of written order from the Engineer- in-charge to do so. Supply of cement shall
be taken in 50-kg bags bearing manufacturer‟s name, or his registered trademarks if
any and grade and type of cement as well as ISI marking. The packing of the cement
bags shall be as per CPWD specifications 2019.

1.3 The cement shall be brought at site in bulk supply of approximately 50 tons or more as
decided by the Engineer-in-charge. The cement godown of Minimum 5000 bags capacity
or as decided by Engineer-in-Charge to store the cement shall be constructed by the
Contractor at site of work for which no extra payment shall be made.

1.4 Double lock provision shall be made to the door of the cement godowns. The keys of one
lock shall remain with the Engineer-in-Charge or his authorized representative and the
keys of other lock shall remain with the contractor. The contractor shall be responsible for
the watch and ward and safety of cement godown. The con tractor shall facilitate the
inspection of cement godown by the Engineer-in-charge at any time.

1.5 The cement shall be got tested by the Engineer-in-charge and shall be used on the work
only after satisfactory test results have been received. The Contractor shall supply free of

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 63 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

charge the cement required for testing including its transportation cost to testing
laboratories. The cost of tests shall be borne by the contractor.

1.6 The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in relevant clause of the contract. The theoretical
consumption of cement shall be worked out as per procedure general condition of contract
and shall be governed by conditions laid therein. In case the cement consumption is less
than theoretical consumption including permissible variation, recovery at the rate so
prescribed shall be made. In case of excess consumption, no cost adjustment shall be
made.

1.7The cement brought to the site and the cement remaining unused after completion of
the work shall not be removed from site without the written permission of the Engineer-in-
charge.

1.8 The damaged cement shall be removed from the site immediately by the
Contractor on receipt of a notice in writing from the Engineer-in-charge. If he does not do
so within 3 days of receipt of such notice, the Engineer-in-charge shall get it removed at
the cost of the Contractor.

1.9 SE, CPWD, Muzaffarpur may change the brand of Cement depending upon
availability in local market but conforming to grade mentioned in the NIT and only with
ISI mark, if warranted. The name of manufacturers should be finalized after taking into
consideration the availability and cost factor.

1.10 Conditions for cement proposed to be procured in silos may be approved by the
NIT approving authority along with mode of storage, measurement, testing and grade
requirements.

25.2 Special conditions for steel reinforcement bars

B) Steel Reinforcement Bars :-

1. The modified guidelines for use of reinforcement bars in structures are given below.
1.1 For reinforced cement concrete or pre-stressed concrete works, the reinforcement bars
shall consist of the following grades conforming to IS 1786 • 2008 (Indian Standard specification
for high strength deformed steel bars and wires for concrete reinforcement): Fe 415, Fe 4150, Fe
415S, Fe 500D, Fe 500S and Fe 550D.
1.2 The contractor shall obtain manufacturer's certificate stating the process of manufacture,
chemical composition and test sheet giving result of each mechanical test applicable to the material
purchased and submit it to the Engineer-in-Charge. Each test certificate shall indicate the number of
the cast to which it applies, corresponding to the number or identification mark to be found on the
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 64 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

material.

1.3 The Engineer-in-Charge shall get each consignment tested for both chemical composition
and physical properties (including bend and re-bend test) as specified in IS: 1786 from approved
Labs as per OM No. DG/SOP/24 dated 03.09.2021 as amended from time to time.
1.4 Reinforcement bar is one of the most important building materials. Its quality directly affects
the life span, resistance to earthquake and durability of the structure. In order to ensure consistent
quality of rebars, the prescribed reputed brands are SAIL, RINL, Tata, JSW, JSPL in the list of
preferred makes. Only corrosion resistant steel rebars shall be used for which nothing extra is
payable on this account. This prevails over the type of steel reinforcement mentioned in structural
design drawings.

1.5 Additional Director General of Region Patna, CPWD is competent authority to approve the
brands of corrosion resistant steel (CRS) reinforcement bars in addition to the brands of SAIL,
RINL, Tata, JSW, JSPL subject to fulfilment of the criteria of corrosion resistant steel reinforcement
bars laid down therein.

1.6 Regarding availability of specifications etc. for Corrosion Resistant Steel reinforcement bars in
IS: 1786, Note 3 of Para 4.2 of amendment number 3 dated March, 2017 to IS: 1786 specifies as
under:
"Low alloy steel may be produced by adding alloying elements like Cr, Cu, M, MO and P either
individually or in combination, to improve corrosion resistance properties. However, the total
content of these elements shall not be less than 0.40 percent. In such case, the manufacturer shall
supply the purchaser or his authorized representative a test certificate stating the individual contents
of all the elements. In such low alloy steels when phosphorous is used, it shall not exceed 0.12
percent and when used beyond the limit prescribed in 4.2, the carbon shall be restricted to 0.15
percent , and in such case the restriction to maximum content of sulphur and phosphorous as given
in 4.2 and the condition of minimum all content 0.40 shall not apply. "

It is accordingly stated that Corrosion Resistant Steel (CRS) as mentioned in aforesaid earlier Para is
in-fact low alloy steel with improved corrosion resistance, as per above provision in IS:1786

1.7 Therefore, the mechanical properties of such low alloy steel reinforcement bars shall be
conforming to mechanical properties of equivalent grade of normal TMT reinforcement bars as per
IS: 1786. However, its chemical properties shall be complying with guidelines pertaining to low
alloy steel in IS: 1786.

1.8 The contractor shall have to obtain and furnish test certificates to the Engineer-in- Charge in
respect of all supplies of steel brought by him to the site of work.

1.9 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in
this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the
contractor does not conform to the specifications, the same shall be stand rejected, and it shall be
removed from the site of work by the contractor at his cost within a week time or written orders

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 65 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

from the Engineer-in-Charge to do so.

1.10 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more,
or as decided by the Engineer-in-charge.
The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to
prevent their distortion and corrosion, and nothing extra shall be paid on this account. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and checking.
For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of sufficient
length shall be cut from each size of the bar at random, and at frequency not less than that
specified below:

Size of bar For consignment below For consignment above


100ton 100ton
Under 10 mm dia One sample for each 25 One sample for each 40
bars tonnes or part there of tonnes or part there of
10 mm to One sample for each 35 One sample for each 45
16mm diabars tonnes or part there of tonnes or part there of
Over 16mm dia One sample for each 45 One sample for each 50
bars tonnes or part there of tonnes or part there of

1.11 The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of testing of steel reinforcement shall be borne by
the contractor.
1.12 The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in relevant clause of the contract. The theoretical consumption of steel
shall be worked out as per procedure prescribed in the General conditions of contract and shall be
governed by conditions laid therein. In case the consumption is less than theoretical consumption
including permissible variations, recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.
1.13 The Steel brought to site and remaining unused shall not be removed from site without the
written permission of Engineer-in-Charge.
1.14 The standard sectional weights referred to shall be as given in Table 5.4 in para 5.3.4 in
CPWD Specification 2019 Vol.-I and will be considered for conversion of length of various sizes
of TMT Bars in to standard weight. Record of actual sectional weights shall also be kept dia. and
lot wise. The average sectional weight for each diameter shall be arrived at from samples from
each lot of steel received at site. The decision of the Engineer-in-Charge shall be final for the
procedure to be followed for determining the average sectional weight of each lot. Quantity of
each diameter of steel received at site of work each day will constitute one single lot for the
purpose. The weight of steel by conversion of length of various sizes of bars based on the actual
weighted average sectional weight shall be terms as Derived Actual Weight.

a) If the derived weight is less than the standard weight, then the Derived Actual Weight shall
be accepted if it is within the following tolerances specified in IS:1786- 2008, otherwise whole
lot will be rejected. However, deductions shall be made for the difference in derived actual

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 66 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

weight and standard weight at the prevailing market rate for TMT-500Dor more reinforcement
bars , as decided by Engineer-in-charge.
Tolerances on Nominal Mass
Nominal Size in mm Tolerance on Nominal mass Percent
Batch Individual Individual sample
Sample* for coil**
a) Upto and including10 +7 -8 +8
b) Over 10 upto and i/c 16 +5 -6 +6

c) Over 16 +3 -4 +4

* For individual sample plus tolerance is not specified.


**For coils batch tolerance is not specified.

b) If the derived actual weight is found more than the standard weight, then nothing shall be
paid extra for the difference in derived actual weight and standard weight.
The contractor shall submit original vouchers from the manufacturer for the total quantity
of steel supplied under each consignment to be used in the work. All consignment received
at the work site shall be inspected by the Site staff along with the relevant documents before
acceptance. The contractor shall obtain Original Vouchers and copy of Test Certificates and
furnish the same to the Engineer-in-Charge in respect of all the lots of steel brought by him
from approved supplier to the site of work. The original vouchers and copy of test
certificates shall be defaced by the Site staff and kept on record in the site office.
The reinforcing steel brought to site of work shall be stored on brick / timber platform of
30/40-cm height, above proposed plinth level nothing extra shall be paid on this account.
The 1st lowest tenderer have to submit the following documents for association of electrical
contractor at least 7 days after to depositing performance guarantee.
1. The applicant should submit the willingness from an eligible electrical contractor to get
associated with the applicant for execution of the electrical component of works in
wholesome manner and as per the conditions set out in the MOU to be entered into, between
the one who is awarded the work and the associated eligible electrical contractor.
2. In support of the eligibility conditions of the proposed associated electrical contractor, copy
of their registration documents, Electrical Contractor‟s License, GST Documents duly
attested by the applicants (Main Contractor) shall be submitted to the EE (E). Each such
electrical contractor will certify that they are not debarred as on the day of application for sale
of tender.
3. The main contractor will submit MOU signed on non-judicial paper with eligible registered
electrical contractor of CPWD) only. The MOU in the enclosed form shall be signed by both
the parties i.e. main contractor as 1st party and associated electrical contractor as 2nd party.
4. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate sub-contractor to complete the E&M work, the main contractor on the written
direction of the department, shall remove the Associate/sub-contractor deployed on the work
and shall submit name of new associate who fulfill the conditions mentioned in NIT to

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 67 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

execute the leftover work without any loss of time or variation in cost to the department in
this regard. Such associates shall also enter into tripartite Agreement/Contract along with the
main tenderer and the departmental officer and shall meet all the guarantee for the
equipment‟s 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/sub-
contractor 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 main contractor shall be liable for replacement of the equipment(s) at no cost to
Department. No change of Electrical Contractor will be allowed without prior approval of the
department.
5. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are
concerned. Separate tender schedule abbreviated CPWD-8 and Special Conditions for
Electrical Work are appended with this tender It will be obligatory on the part of the
contractor/tenderer to sign the tender documents for all the component parts.
6. The main contractor shall be responsible and liable for proper and complete execution of the
Electrical work and ensure coordination and completion of both civil and electrical work.
7. The associate or sub-contractor shall sign a tripartite Agreement/Contract along with the main
tenderer and the departmental officer, for technical compliance of specification, guarantee etc.
8. The associate or sub-contractor shall attend the inspection of the work by the Engineer-in-
Charge of E&M works as and when required.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 68 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Clause-18
List of mandatory machinery, tools and plants to be deployed by the contractor at site

1. Steel/Aluminum Ladder 1.5m to 8m. 2Nos.

2. Torque wrench for nut/bolt/screws. 2Nos.

3. L.T. Meggar 500/1000 volts. 1No.

4. Tong Tester. 1No.

5. Multimeter. 1No.

6. Hydraulically operated & hand 1 No.


operated crimping machine.
7. Earth tester. 1No.

8. Portable Ordinary drilling machine. 2Nos.

9. Portable Hammer drilling machine. 2Nos.

Executive Engineer(E)

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 69 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

LIST OF PREFERRED MAKE OF MATERIALS


Name of Work: Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH
& RC) i/c Civil & Electrical Services in Shri Krishna Medical College &
Hospital Campus at Muzaffarpur (Bihar). SH: (SITC of 3 X 1500 KVA DG
Sets & 1000 KVA capacity UPS for HBCH & RC, Muzaffarpur).
SL. ITEM MAKES
NO.
1 MS Pipe and MS structural steel Tata/Jindal/SAIL

2 MCB, MCB DB, Isolator, Time switch, L&T/Siemens/Schneider/Legrand


Contractor, Cable end box etc.
3 MCCB Siemens–3VL, ABB- TMax, L&T-DShine,
Schneider-Compact, NSX, Legrand-DPX3,
4 Meters, MF meters As per OEM Standard

5 Indication lamps, push buttons, selector As per OEM Standard


switch
6 G.I Pipe Tata/Jindal/SAIL

7 Cable lugs/ Glands Dowells, Gripwel, Jainsons, Comet


8 D.G. Set
a) Diesel Engine Cummins/Caterpillar /Perkins/Mitsubishi/Kirloskar
Oil Engine Limited
b) Alternator Stamford/LeroySomer/Crompton

9 Single core FRLS PVC insulated copper Polycab /Havells/KEI / RR Kabel (ISI Marked)
conductor cable,
10 Al. Armoured XLPE/ 1100 volt grade RR Kabel / Polycab /Havells /KEI / ISI
Alu. Cables, HT Cable Marked
11. UPS System VERTIV (EMERSON)/EATON / SCHNEIDER
(APC) / ABB
(Only those OEM should be permitted for supply of
equipments who give undertaking that any defects
occurred shall be attended within 24 hours)
12. Batteries Exide/Quanta/Panasonic

13. Contactors Schneider/L&T/Siemens / Eaton or As per Electrical


Make list
14. XLPE insulated PVC sheathed Finolex/Havells/ RRKabel or as per Electrical Make
list
Al. Conductor Armored cable

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 70 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

15. Cable Glands Double Comet/Dowells/Jainsons or as per Electrical Make


list
Compression with earthing links
16. Ammeter/voltmeter/selector Schneider/Siemens/HPL/Conzerve/AE/L&T As per
Electrical Make list
switch/multifunction meter
17. Current Transformer Schneider/Siemens/AEAs per Electrical Make list

18. Indicator/Pushbutton Schneider/L&T/Siemens As per Electrical Make list

19. Cement (PPC/OPC) Ultra Tech / Ambuja / J.K. Cement/ ACC /


Birla/Shree Cement/Jaypee Cement/ Century Cement
20. Structural Steel Tata / SAIL / RINL /JSPL / JSW/Vizag steel

21. Stainless Structural Steel Jindal Hissar / SAIL / Tata Steel

22. Welding Rods Esab / Bohler / Advani Oerilikam / D&H / ADOR

23. Steel Nut & Bolts Hilti / Bosch / Fischer

Note : Equivalent material and finishes of any other specialized make may be used in case it is
established that the brands specified above are not available in the market but only after
approval of the alternate by the Competent Authority/NIT Approving authority. In
Case of non-availability of material in the preferred make list, Prior approval of the Engineer-in-
Charge shall be taken for material of other make.

EXECUTIVE ENGINEER (E)


CPWD, Muzaffarpur

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR)

Page: 71 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Receipt of Earnest Money

Information and instruction for Executive Engineer for e-tendering


1. The Executive Engineer of all Divisions of CPWD should receive the original EMD for tender of other Division.
2. The NIT approving authority/EE at the time of issue of NIT shall also fill and upload the following prescribed format
of receipt of deposition of original EMD along with NIT:-
Receipt of deposition of original EMD (Receipt No.-............................./date:-.......................)

1. Name of work:- Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH & RC) i/c Civil &
Electrical Services in Shri Krishna Medical College & Hospital Campus at Muzaffarpur (Bihar). SH: (SITC of 3
X 1500 KVA DG Sets & 1000 KVA capacity UPS for HBCH & RC, Muzaffarpur).
2. NIT No.- 05/NIT/SE(Muzaffarpur)/CPWD/2023-24(Recall-1).
3. Estimated Cost:- Rs. 7,91,14,397/-
4. Amount of earnest Money Deposit:- Rs. 15,82,288/-
5. Last date of submission of bid:-Upto 3:00 PM on 14/03/2024.
(* To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded along with NIT)

1. Name of Contractor:-.................................................................................................

2. Form of EMD:-...........................................................................................................

3. Amount of earnest Money Deposit:-.............................................................................

4. Date of submission of EMD:-.......................................................................................

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Alongwith Office stamp

(# To be filled by EMD receiving EE)


* 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 agency in a given format uploaded by tender inviting EE. The
receipt may be issued by the AE (P)/AE/AAO.
* The Executive Engineer receiving original EMD shall also intimate tender inviting Executive Engineer about
deposition of EMD by the agency by email/fax/telephonically.

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

* The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD receiving Executive
Engineer immediately.

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 72 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN MAIN CONTRACTOR &


ASSOCIATE ELECTRICAL CONTRACTOR
(TO BE SUBMITTED BEFORESTART OF WORK)

1] M/S[Name of the firm with full

address ) Enlistment Status

Valid Up to:

[Hence for the called the main contractor]

And

2] M/S[Name of the firm with full


address) Enlistment Status
Valid Up to:
[Henceforth, called Associated Electrical Contractor or Electrical Contractor]

Name of Work:- Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH &
RC) i/c Civil & Electrical Services in Shri Krishna Medical College & Hospital Campus at
Muzaffarpur (Bihar). SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity UPS for HBCH
& RC, Muzaffarpur).

We state that M.O.U‟s. between us will be treated as an agreement and has legality as per Indian
Contract Act (amended upto date) and the department (CPWD) can enforce all the terms and
conditions of the agreement for execution

of the above work. Both of us shall be responsible for the execution of work as per the agreement to
the extent of the MOU allows.

We have agreed as under:

1- The associated electrical contractor will execute all electrical works in the wholesome manner
OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 73 of 83
Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

as per terms and conditions of the agreement. Any type of internal transaction between the
electrical contractor and main contractor shall be as per their convenience and mutual
understanding without involving the department. Security deposit shall be deducted as per
agreement.

2- Theelectricalcontractorshallbeliablefordisciplinaryactionandotherlegalactionsasperagreement if
he fails to discharge obligation as per this agreement besides forfeiture of the security deposit.
3- All the machinery and equipments, tools and tackles required for execution of the electrical works.

As per agreement shall be the responsibility of the electrical contractor.


4- The site staff required for the electrical work shall be arranged by the electrical contractor as
per terms and conditions of the agreement.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


ELECTRICALCONTRACTOR

Date Date

Place Place

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 74 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

WILLINGNESS CERTIFICATE

(To be submitted before start of work)

Name of Work : Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH &
RC) i/c Civil & Electrical Services in Shri Krishna Medical College & Hospital Campus at
Muzaffarpur (Bihar). SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity UPS for
HBCH & RC, Muzaffarpur).
I hereby give my willingness to work as electrical contractor for 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 employee full time technically qualified supervision for the works.
I will attend in section of officers of the department as and when required.

Date: Signature of Associate Contractor

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 75 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

SCHEDULE OF QUANTITY

Name of work: - Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH & RC) i/c
Civil & Electrical Services in Shri Krishna Medical College & Hospital Campus at Muzaffarpur (Bihar).
SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity UPS for HBCH & RC, Muzaffarpur).
S.No. Item Description Unit Qty Rate Amount
SH-I (DG Set)
Supply, Transport, Unloading, Installing, Testing
Commissioning of „Silent type‟ Diesel Generating set (With
the latest CPCB norms) along with having Prime Power
1 Rating of 1500 KVA 415 Volts at 1500 RPM, 0.8 lagging
power factor at 415V suitable for 50 Hz, 3 phase system and
consisting of the followings:
Alternator :-Synchronous alternator rated at 1500 KVA, 415
volts at 1500 RPM, 3 phase 50 Hz, AC supply with 0.8 lagging
power factor at 40 Degree C & at 1000 Meter MSL. The
alternator shall be having SPDP enclouser, brushless,
continuous duty, single bearing ,self-excited and self-regulated
through microprocessor based AVR suitable for tropical
conditions and with class- H insulation.
Diesel Engine:-Diesel Engine as per latest CPCB norms, 4
stroke water cooled, electric start, developing suitable BHP for
output of above mentioned alternator at 1500 RPM at 40
Degree C & at 1000 Meter MSL and conforming to ISO 3046,
capable of taking 10 % over loading for one hour after 12
hours of continuous operation. The engine will be fitted
complete with all required accessories.
Engine mounted Instrument Panel as per manufacturer
standard with digital display for indication of following:
Engine parameters :
i) Engine speed (ii} Lubricating oil pressure (iii) coolant
temperature (iv) Engine running hour (v) Engine Battery
voltage (vi) Running status (vii) Fuel level in percentage (viii)
Event log
Electrical parameters :
i) Generator voltage (Ph - Ph)
(ii) Generator voltage(Ph-N)
(iii) Generator current - ( R, Y, B )
(iv) Generator apparent power ( KVA ) (v) Generator active
power ( KW)
(vi) Generator frequency
(vii) Control supply voltage
(viii) Generator power factor
(ix) LED indication lamp
Engine Protections with alarm / shut down :
i) High water temperature (ii) Low lubricating oil pressure (iii)
Low fuel level (iv) Over speed

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 76 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

Genset protections with alarm / shut down :


(i) Over / under voltage (ii) Over / under frequency, (iii) Over
current (iv) Earth fault (v) Reverse power (vi) kW overload
(vi) Starting failure (vii) Phase sequence wrong (viii) short
circuit
Commands and Others
(i) Four operation modes: OFF - MANUAL - AUTOMATIC -
TEST (ii) Pushbutton for forcing Mains contactor or Genset
contactor (iii) Push buttons: start/stop, fault reset,
up/down/page/enter selection (iv) Remote starting availability
(v) Automatic battery charger (vi) USB, RS232 & RS485
Communication port (vii) MODBUS RTU support
Base Frame & foundation
Both the engine and alternator shall be mounted on suitable
base frame made of MS channel with necessary reinforcement
which shall be installed on suitable M-25 grade (Minimum)
cement concrete foundation 750 mm height (minimum) from
finished ground level and vibration isolation arrangement
as per recommendations of manufacturer.
Fuel Tank
Daily service fuel tank of approx 990 ltrs capacity fabricated
out of MS sheet of at least 2 mm thick complete with all
standered accessories and fuel piping between fuel tank and
diesel engine Complete with MS class 'C' pipes of suitable dia.
Complete with valves, level indications & accessories as
required as per specifications.
Exhaust System :
Dry exhaust mainfold with hospital exhaust silencer
Starting System:
12/24V DC starting system comprising of starter motors:
voltage regulator and arrangement for initial excitation
complete with suitable 4 nos. 12V DC, 180AH capacities
Maintenance Free Lead Acid batteries as per manufacture
standard as reqd.
Accoustic and weather proof enclosure with arrangement for
fresh air intake for cooling of the engine & alternator,
extraction, discharging hot air in to the atmosphere as per
specifications.
DG set proposed shall be complete with the latest CPCB/ IS/
CPWD norms as applicable to avoid any future upgradation in
terms of stringent environment rules. (DG Set must be latest
model and OEM should give undertaking for Service Support
for next 10 years) Each 3 13,691,535.00 41,074,605.00
2 Supplying & fixing of MS Exhaust Pipe of dia 400 mm and 6
mm thickness complete with all accessories as required. Mtrs 160 15,407.00 2,465,120.00
3 Supplying & fixing of MS Exhaust Pipe of 250mm dia and
4.85mm thickness complete with all accessories as required. Mtrs 24 5,109.00 122,616.00
4 Supply & fixing of Medium class MS Pipe of 25mm dia
complete with all accessories as required. Mtrs 120 485.00 58,200.00
5 Supplying, laying/ fixing, testing and commissioning of
following thickness resin bonded fiber glass pipe section

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 77 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

insulation having density 80 kg/cum or mineral wool (non


combustible) having density of 144 Kg/ cu m duly covered
with a layer of 120 gm/sqm polythene sheet (vapour barrier) on
existing pipe and finally applying 0.63mm aluminium sheet
cladding complete with type3 , grade 1 roofing felt strip (as per
IS:1322 as amended up to date) at joints etc. as per
specifications and as required.
(i) 75 mm sq mtr 150 2,997.00 449,550.00
6 Supply & fixing of Stainless Steel Ball Valve, class 150
Flanged of 25mm dia complete with all accessories as
required. Nos 6 6,537.00 39,222.00
7 Supply & fixing of resin bonded fibre glass insulation having
density 80 kg /cum - 50 mm thickness on Silencer of 1500
KVA DG set including cutting, fixing of insulation, chicken
mesh and aluminium cladding complete with all accessories as
required. Mtrs 40 955.00 38,200.00
8 Design, supply, fabrication and erection of steel structure from
channel/ angle iron of suitable sizes to support
chimney/exhaust MS pipe duly taking into consideration of the
wind load/ pressure at the site etc. including the cost of civil
foundations as required to support maximum of 3 nos. exhaust
chimney of height approx 30 meter on the overhead platform
complete as required. The structure shall be given primer coat
and two coats of enamel paint. (Design is to be veted from
Institute of repute like IIT or equivalent and also covered in the
scope of the work) Kg 45000 98.00 4,410,000.00
9 Supplying and fixing of SS bellow 400mm including double
extra matching suitable flange with nut complete with all
accessories as required. Nos 8 19,957.00 159,656.00
10 SITC of single dome LED aviation light on exhaust stack i/c
wiring with 1.5 sq mm FRLS wire in weather proof box with
connectors & 6A SP MCB complete with all connections as
required. Nos 3 10,129.00 30,387.00
11 Supplying & Laying of following size Al. conductor XLPE
insulated and PVC sheathed armoured power cable of 1.1 KV
grade in RCC/ HUME/ METAL pipe/Open duct/cable tray/On
surface with suitable thickness of saddle complete as required.
11.1 3.5 x 400 sq mm
Mtrs 1000 4,050.00 4,050,000.00
12 Supplying and making end termination with brass compression
gland and aluminium lugs for following size of PVC insulated
and PVC sheathed / XLPE aluminium conductor cable of 1.1
KV grade as required.
12.1 3½ X 400 sq. mm (82 mm) Nos 18 1,556.00 28,008.00
13 Earthing with copper earth plate 600 mm X 600 mm X 3 mm
thick including accessories, and providing masonry enclosure
with cover plate having locking arrangement and watering pipe
of 2.7 metre long etc. with charcoal/ coke and salt as required.(
Two Each for three DG Set) Sets 6 13,838.00 83,028.00
14 Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm
thick including accessories, and providing masonry enclosure Sets 9 7,472.00 67,248.00

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 78 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

with cover plate having locking arrangement and watering pipe


of 2.7 metres long etc. with charcoal/ coke and salt as
required.( Two Each for three DG Set & one each for three
exhaust)
15 Providing and fixing 25 mm X 5 mm copper strip in 40 mm dia
G.I. pipe from earth electrode including connection with brass
nut bolt, spring, washer excavation and re-filling etc. as
required. Mtrs 90 1,551.00 139,590.00
16 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia
G.I. pipe from earth electrode including connection with G.I.
nut, bolt, spring, washer excavation and re-filling etc. as
required. Mtrs 120 706.00 84,720.00
17 Providing and fixing 25 mm X 5 mm copper strip on surface or
in recess for connections etc. as required. Mtrs 30 1,162.00 34,860.00
18 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in
recess for connections etc. as required. Mtrs 45 244.00 10,980.00
19 Providing and fixing of lightning conductor finial, made of
25mm dia 300 mm long, G.I. tube, having single prong at top,
with 85mm dia 6 mm thick G.I. base plate including holes etc.
complete as required. Nos 3 518.00 1,554.00
20 Jointing copper / G.I. tape (with another copper/ G I tape, base
of the finial or any other metallic object) by riveting / nut
bolting/ sweating and soldering etc as required. Nos 30 113.00 3,390.00
21 Providing and fixing G.I. tape 20 mm X 3 mm thick on parapet
or surface of wall for lightning conductor complete as
required.(For horizontal run) Mtrs 15 126.00 1,890.00
22 Providing and fixing G.I. tape 20 mm X 3 mm thick on parapet
or surface of wall for lightning conductor complete as
required.(For vertical run) Mtr 90 197.00 17,730.00
23 Providing and fixing testing joint, made of 20 mm X 3 mm
thick G.I. strip, 125 mm long, with 4 nos. of G.I. bolts, nuts,
chuck nuts and spring washers etc. complete as required. Nos 3 121.00 363.00
24 Providing and laying G.I. tape 32 mm X 6 mm from earth
electrode directly in ground as required. Mtr 10 195.00 1,950.00
Total of SUB HEAD - I (DG Set) 53,372,867.00
SUB HEAD - II (UPS SYSTEM)
1 Supply, installation, testing & commissioning of following
rating UPS with Inbuilt Input Isolation Transformer, working
in parallel redundant configuration and having the following
specifications in addition to detailed tender requirements:
(UPS must be of latest model and OEM should give
undertaking for Service support for next 10 years).
a) True online double conversion, IGBT Rectifier & IGBT
inverter based UPS. Three phases Input/ three phase output.
Input voltage operations on mains without switch over to
battery: (400-20% to 400+15%)V at 100% load, -50% to +20%
from nominal at 50% load or better.
b) Input power factor 0.99 @ 100% linear load, input THDi≤5%
@ 100% linear load.

c) UPS system shall have an Output Power Factor 0.9

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 79 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

d) UPS shall carry design output at 40 deg. Crest factor 3:1.


e) Output THD is less than 3% for full linear load & Less than 5
% for nonlinear load.
f) Overload 125% for 10 min, 150% for 1 min and should be able
to operate continuously at 115% load on bypass mode.
g) Inbuilt Delta Star Isolation Transformer at Input of UPS
System covering Online as well as bypass path, before rectifier
and not at the inverter output . No deviation in this regard shall
be acceptable. SLD showing Isolation Transformer position,
signed and stamped on OEM's letter head to be submitted by
the vendor as part of TDS submission for getting
manufacturing clearance.
h) Parallel communication port,
RS232, USB, EPO and SNMP interface, BMS interface, Dust
Filter at Air Inlet point are required.
i) LCD Display indicating all important parameters.
j) To improve the UPS Security over LAN/WAN the SNMP
card provided with UPS shall be having Cyber security
enhancements for IEC & UL 2900-2-
2 certification, including stronger encryption, configurable
password policy. The card shall work on GIGABIT Speed and
should support all major protocols.
k) UPS shall be provided with Temperature Humidity Sensors to
monitor Temperature and Humidity over LAN through SNMP
card Software.
l) SMF batteries complete with MS Fabricated battery rack to
accommodate the all battery system, Suitable for 30 Min
backup on Full load at 0.8 Load P.f. with each UPS, Battery
Flexible design shall be available from 32 to 40. Battery type
should be Valve regulated lead-acid (VRLA). Battery
Calculations to be submitted for approvals before supply.
m) Battery open rack with top cover, battery interlinks, battery
breaker (MCCB), Battery breaker enclosure, battery to UPS
cable as required should be provided with UPS
systems.
n) UPS system shall be parallelable upto 4 units. Each UPS
shall be compatible for working in parallel redundant mode
with other and should be able to be used with Lithium Ion
Batteries if required in future. Parallel kit to be supplied
with UPS System.
Main Hospital building
i) 100 KVA UPS Set 3 2,505,998.00 7,517,994.00
ii)
30 KV UPS
Set 2 900,244.00 1,800,488.00
iii)
120 KVA UPS
Set 2 2,828,306.00 5,656,612.00
iv)
80 KVA UPS
Set 2 1,896,764.00 3,793,528.00
RT Block
v) 60 KVA UPS Set 4

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 80 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

1,470,994.00 5,883,976.00
2 Earthing with copper earth plate 600 mm X 600 mm X 3 mm
thick including accessories, and providing masonry enclosure
with cover plate having locking arrangement and watering pipe
of 2.7 metre long etc. with charcoal/ coke and salt as required. Sets 26 13,838.00 359,788.00
3 Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm
thick including accessories, and providing masonry enclosure
with cover plate having locking arrangement and watering pipe
of 2.7 metre long etc. with charcoal/ coke and salt as required. Sets 26 7,472.00 194,272.00
4 Providing and fixing 25 mm X 5 mm copper strip in 40 mm dia
G.I. pipe from earth electrode including connection with brass
nut bolt, spring, washer excavation and re-filling etc. as
required. mtr 156.00 1,551.00 241,956.00
5 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia
G.I. pipe from earth electrode including connection with G.I.
nut, bolt, spring, washer excavation and re-filling etc. as
required. mtr 156.00 706.00 110,136.00
6 Providing and fixing 25 mm X 5 mm copper strip on surface or
in recess for connections etc. as required. mtr 130.00 1,162.00 151,060.00
7 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in
recess for connections etc. as required. mtr 130.00 244.00 31,720.00
Total of SUB HEAD - II (UPS SYSTEM) 25,741,530.00
GRAND TOTAL ( Sub Head - I + II ) 79,114,397.00

Assistant Engineer(E) -I Executive Engineer(E)


CPWD, Muzaffarpur CPWD, Muzaffarpur

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 81 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
NIT No.-05 /SE(MUZAFFARPUR)/CPWD/2023-24(Recall-1)

GENERAL ABSTRACT FOR QUOTING RATE (ON PERCENTAGE BASIS)


Name of work: Construction of Homi Bhabha Cancer Hospital & Research Centre (HBCH &
RC) i/c Civil & Electrical Services in Shri Krishna Medical College & Hospital Campus at
Muzaffarpur (Bihar). SH: (SITC of 3 X 1500 KVA DG Sets & 1000 KVA capacity UPS for
HBCH & RC, Muzaffarpur).
Composite Tender – Schedule of Quantities
Name of contractor:

Percentage
Estimated cost
Sl. NAME OF COMPONENT above or Total Amount (Rs)
(Rs)
No. below or at
Par ECPT
1 2 3 4 5
1 Complete work as per SOQ 79114397.00
TOTAL= 79114397.00

IMPORTANT NOTE:

1. The Column No.4 is mandatory to be filled by the bidders. If this column is left asblank,
then the bid will become invalid.
2. The amount in figure in column No.5 shall appear automatically corresponding tothe
percentage quoted in Column No.4.
3. The bidder needs to quote the percentage either above or below or at par ECPT tocover
the rate of all the items under SOQ against Total Only.
4. The percentage shall be quoted (written) up to 2 (two) places of decimal only.
5. If the percentage selection in column No 4 is" at par", by default the percentage will be
considered as "Zero" only.

Signature of Contractor EXECUTIVE ENGINEER(E),


CPWD, Muzaffarpur

OFFICE OF SE (MUZAFFARPUR), CPWD, MUZAFFARPUR (BIHAR) Page: 82 of 83


Addition – (A) NIL
Deletion - (D) NIL
Correction – (C) NIL
Omission – (O) NIL

AE (Admin) AE(E )P
BLANK

You might also like