Download as pdf or txt
Download as pdf or txt
You are on page 1of 25

1

INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING


PART OF BID DOCUMENT

(Applicable for inviting open tenders)

The Executive Engineer (E), SJHED, CPWD, New Delhi-110029 (Phone No. 01126198771,
E-mail ID: eeesjhed@gmail.com) invites on behalf of the President of India online percentage rate
composite bid From approved and eligible enlisted contractor in Building and Roads category
of CPWD for the following work: -

dk;Z lekiu dh vof/k

vfUre frfFk ,oa le;


fufonk vkea=.k l0-

dk;Z dk uke vkSj

fufonk [kqyus dh
vuqekfur ykxr

fufonk Hkjus dh
fufonk ds fy,

frfFk ,oa le;


/kjksgj jkf’k
dze l0-

LFkku

1 2 3 4 5 6 7 8
1
04@dk-vfHk- ¼oS½@l-t-v-oS-ea-@2022&23

Replacement of existing old AC -19-04-2022-


units by new split AC units 15%00 cts -19-04-2022-
installed at ICMR HQ, Ansari rd 15%30 cts
Nagar, New Delhi.
:0- 3967879@&

:0- 79358@&
1 ekg

* To be filled by EE (E)

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

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

3. The tender 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 from website
www.etender.cpwd.gov.in free of cost.

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


2

4. But the bid can only be submitted after depositing prcessing fee in favour of ITI Ltd. and
uploading the mandatory scanned documents such as Demand Draft or Pay order or
Banker’s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank
Guarantee of any Scheduled Bank towards EMD in favour of EE (E), SJHED and other
documents as specified. (The contractors already registered on the e-tendering portal
will have option to continue by paying tender processing fee upto one year from the
date of registration, or to switch over to (new) registration without tender
processing fee any time. All new registrations from 01-04-2015 will be without tender
processing fee.)

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

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

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

8. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.

9. 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".

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

dk;Zikyd vfHk;ark ¼oS½


l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


3

CPWD-6 FOR e-TENDERING (Amended as per DG/MAN/303 dt. 28-03-2014)


1. Percentage rate tenders are invited on behalf of the President of India From approved
and eligible enlisted contractor in Building and Roads category of CPWD for the work
Replacement of existing old AC units by new split AC units installed at ICMR HQ, Ansari
Nagar, New Delhi.

The enlistment of the contractors should be valid on the last date of submission of tenders.

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

1.1 The work is estimated to cost Rs. 3967879/- 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
descipline will consolidate NITs for calling the tenders. He will also nominate Division
which will deal with all matters relating to the invitation of tenders.
2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD -7
which is available as a Govt. of India Publication. Tenderer shall quote his rates as per
various terms and conditions of the said form which will form part of the agreement.

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

4. The site for the work is available.


OR
The site for the work shall be made available in parts as specifed below :-

5. Tender documents consisting of plans, specifications, the schedule of quantities of the


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

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

7. 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. i) Earnest money in the form of Treasury Challan or Demand Draft of Pay order of
Banker’s Cheque of Deposit at Call Reciept or fix deposit receipt (drawn in favour of
Executive Engineer (E), SJHED, CPWD, New Delhi) shall be scaned and uploaded e-
tendering website with in the period of bid submission. The original EMD should be
deposited either in the office of Eecutive Engineer inviting inviting bids or division
office of any Executive Engineer, CPWD within the period of bid submission. (The
EMD documens shall only be issued from the place in which the office of receiving

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


4

division office is situated). The EMD receiving Executive Engineer (including NIT
issuing EE / AE) shal issue a receipt of deposition of earnest money deposit to the
bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the the
NIT.

This receipt shall also be uploaded to the e-tendering website by the intending
bidder upto the specifed bid bsumission date and time.

iii) 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 lakh, whichever is less, shall have to be
deposite in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for six months or more from the last
date of receipt of tenders wihich to be scaned and uploaded by the intending bidders.

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

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

The bid submitted shall be opned at 03.30 P.M. on ---19-04-2022-----------------------------

9a) The contractors registered prior to 01-04-2015 on e-tendering website portal of


CPWD shall have to deposit tender processing fee of existing rates, or they have to
switch over to the new registration system without tender processing fee any time.
(MAN 333)

10. The bid submitted shall become invalid if:


i) The bidder is found ineleigible.
ii) The bidder does not deposit original EMD with division office of any Executive
Engineer, CPWD (The EMD document shall only be issued from the place in which
the office of receiving division office is situated).
iii) The bidder does not upload all the documents (including service tax registration/VAT
registration/Sales tax registration) as stipulated in the bid documents including the copy
of receipt for deposition of original EMD.
iv) If any discreapancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer in the
office of tender opening authority.

11. The contractor whose bid is accepted will be required to furnish performance guarantee
of 3% (Three Percent) of the bid amount within the period specified in Schedule F. This
guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-)
or Deposit at Call receipt of any scheduled bank/Banker's cheque of any scheduled
bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in
accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule 'F', including the

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


5

extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The contractor whose bid is accepted
will also be required to furnish either copy of applicable licenses / registrations or
proof of applying for obtaining labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board i/c 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 (MAN 342) and Programme chart (Time and progress)
within the period specified Schedule F.

12. Intending Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their tenders as to the nature of the ground and sub-
soil (so far as is practicable), the form and nature of the site, the means of access to the
site, the accommodation they may require and in general shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect their tender. A tenderer shall be deemed to have full knowledge of the
site whether he inspects it or not and no extra charges consequent on any
misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for
arranging and maintaining at his own cost all materials, tools and plants, water, electricity
access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of a tender by a
tenderer implies that he has read this notice and all other contract documents and has
made himself aware of the scope and specifications of the work to be done and of
conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of
the work.
13. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other tender and reserves to itself the authority to reject any or all the
tenders received without the assignment of any reason. All tenders in which any of the
prescribed condition is not fulfilled or any condition including that of conditional rebate is
put forth by the tenderer shall be summarily rejected.

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


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

15. The competent authority on behalf of the President of India reserves to himself the right
of accepting the whole or any part of the tender and the tenderer shall be bound to
perform the same at the rate quoted.

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

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


Administrative duties in an Engineering Department of the Government of India is allowed
to work as a contractor for a period of one year after his retirement from Government
service, without the previous permission of the Government of India in writing. This
contract is liable to be cancelled if either the contractor or any of his employees is found

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


6

any time to be such a person who had not obtained the permission of the Government of
India as aforesaid before submission of the tender or engagement in the contractor’s
service.

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

19. This Notice Inviting Tender shall form a part of the contract document. The successful
tenderer /contractor, on acceptance of his tender by the Accepting Authority, shall, within
15 days from the stipulated date of start of the work, sign the contract consisting of: -

(a) The Notice Inviting Tender, all the documents including additional conditions,
specifications and drawings, if any forming the part of the tender as uploaded at the
time of invitation of tender and acceptance thereof together with any correspondence
leading thereto.

(b) Standard CPWD Form 7 of year 2020 with up-to-date correction slips.

20. In case of any discrepancy is noticed between the documents as uploaded at the time of
submission of the bid online and hard copies as submitted physically in the office of
Executive Engineer by 1st lowest, without prejudice to any other right of remedy, be at
liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenders shall not
be allowed to participate in the retendering process of the work.

dk;Zikyd vfHk;ark ¼oS½


l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh

Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy,


For & on behalf of President of India

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


7

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

1. Treasury challan / Demand draft/Pay order or Banker’s Cheque/ Deposit at Call


Receipt/Fixed Deposit Receipt of a Scheduled Bank/ Bank Guarantee of any Scheduled
Bank against EMD.
2. Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, CPWD.
3. Enlistment Order of the Contractor.
4. 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.
“If work is awarded to me, I/we shall obtain GST registration Certificate, “as applicable”,
within one month from the date of receipt of award letter or before release of any payment
by CPWD, whichever is earlier, failing which I/We shall be responsible for any delay in
payments which will be due towards me/us on account of the work executed and/or for any
action taken by CPWD or GST department in this regard.
“As applicable” means –GST registration is required in the State/UT from where the
contractor makes taxable supply of goods or services or both and not in the other state.
5. Valid Electrical Contractor License or undertaking that “I/We shall either obtain valid
electrical license at the time of execution of electrical work or associate an approved and
eligible contractor of CPWD in appropriate class having valid electrical contractor license”.

6. Email & mobile no. of the firm/ agency on the letter head of firm/ agency (For making
correspondence)
7. An affidavit on Rs.100 stamp paper duly attested by notary is to be uploaded as regard to
that I/we have not been debarred susupended for tendering in CPWD till the last date of
submission of bid.

dk;Zikyd vfHk;ark ¼oS½


l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


8

la0 19¼21½@dk-vfHk-¼oS½@l-t-v-oS-e-a@2022&23@531 fnukad% 11-


11-04-
04-2022

bZ&fufonk vkeU=.k lwpuk


dk;Zikyd vfHk;ark ¼oS½] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyh&110029 ¼nqjHkk’k l0-
01126198771½ ds }kjk Hkkjr ds jk"Vz~ifr dh vksj ls fuEufyf[kr dk;Z ds fy, vkWuykbZu
nj izfr'kr fufonk From approved and eligible enlisted contractor in Building and Roads
category of CPWD ls vakefU=r dh tkrh gSA a

fu-vk-lw-l0- 04@dk-vfHk-¼oS½@l-t-v-oS-ea-@2022&23 dk;Z dk uke% Replacement of


existing old AC units by new split AC units installed at ICMR HQ, Ansari Nagar, New Delhi.
vuqekfur ykxr% :0- 3967879@& /kjksgj jkf'k% :0- 79358@& lekiu dh vof/k%
1 ekg fufonk Hkjus dh vfUre frfFk ,oa le;% -19-04-2022------ 3%00 cts rdA
Tender forms and other details can be obtain from the website www.etender.cpwd.gov.in

dk;Zikyd vfHk;ark ¼oS½


l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh

Copy to:
1. v/kh{k.k vfHk;ark] fnYyh ifjeaMy&10] ds-yks-fu-fo-] bZLV Cykad&1] ry&7] vkj-ds- iwje]
ubZ fnYyh dks lwpukFkZA
2. dk;Zikyd vfHk;ark ¼oS½] jk-e-yks-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyh dks lwpukFkZA
3. dk;Zikyd vfHk;ark ¼oS½] Hkk-[ks-izk-vuq-oS-ea-] ds-yks-fu-fo- ubZ fnYyh dks lwpukFkZA
4. lgk;d vfHk;ark ¼oS½ ¼;ks½] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyh dks lwpukFkZA bZ&esy }kjk
5. lgk;d vfHk;ark ¼oS½&1] 2] 3] 4 ,oa 5] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyh
dks lwpukFkZA
6. uksfVl cksMZ] l-t-v-oS-ea-] ds-yks-fu-fo- ubZ fnYyhA

dk;Zikyd vfHk;ark ¼oS½

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


9

ds-yks-fu-fo-&7@ CPWD-7

Hkkjr ljdkj GOVERNMENT OF INDIA


dsUnzh; yksd fuekZ.k foHkkx CENTRAL PUBLIC WORKS DEPARTMENT

jkT; STATE Delhi 'kk[kk BRANCH E&M


eaMy DIVISION SJHED mieaMy SUB-DIVISION III
ifjeaMy CIRCLE SE, DC-X {ks= REGION ADG (RD)

dk;ksZ ds fy, en nj fufonk ,oa lafonk


Percentage Rate Tender & Contract for Works

dk;Z ds fy, fufonk%


(A) Tender for the work of :-
Replacement of existing old AC units by new split AC units installed at ICMR HQ, Ansari Nagar,
New Delhi.
(i) To be uploaded by 15.00 hours (time) on –-19-04-2022--------- (date) on website
www.etender.cpwd.gov.in

(ii) To be opened in presence of tenderers who may be present at 15.30 hours on –-19-04-2022------
in the office of Executive Engineer (E), SJHED, CPWD, New Delhi.

Issued to :- DRAFT NIT_____________________________________________________*


(Contractor)
Signature of officer issuing the documents ___________________________*
Designation : ________________________________*
Date of Issue :- _---------____________________*
(* To be filled in by EE (E))

fufonk@ T E N D E R
eSua @
s geus dk;Z ds fy, fufonk vkea=.k lwpuk] vuqlpw h d][k]x]?k] M-] vkSj p] ykxw fofunsZ'k]
uD'ks ,oa fMtkbu] lkekU; fu;e ,oa funsZ'k] Bsds ds mica/k] fof'k"V 'krsZ] nj vuqlp
w h ,oa vU;
dkxtkr rFkk Bsds dh 'krksZ esa fn, x, fu;e rFkk fufonk dkxtkr esa mfYyf[kr vU; ckrksa dks
i<+ o tkap fy;k gSA
I/We have read and examined the notice inviting tender, schedule, A, B, C, D ,E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the work.

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


10

eS@ge] ,rr~}kjk Hkkjr ds jk"Vªifr ds fy, vuqlp w h ^p* esa fofufnZ"V le; ds Hkhrj fofufnZ"V
dk;Z] ;Fkk&ek=kvksa dh vuqlp w h rFkk lHkh lacfa /kr fofunsZ'kks]a fMtkbuks]a uD'kkas ds vuq:i rFkk
lkekU; fu;ekoyh ds fu;e&1 vkSj Bsds dh 'krksZ ds [kaM&11 esa mfYyf[kr fyf[kr vuqn's kksa ,oa
,slh lkefxz;ks]a tks iznku dh tkrh gS vkSj mlds lac/a k es]a ,slh 'krsZ tks ykxw gks] ds vuq:i
fu"iknu gsrq fufonk nsrk gw@
a nsrs gSA
I/We hereby tender for the execution of the work specified for the President of India within the
time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with
the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General
Rules and Directions and in clause 11 of the Conditions of contract and with such materials as are
provided for, by, and in respects in accordance with, such conditions so far as applicable.

ge fufonk dks] blds [kksys tkus dh vfUre rkjh[k ls 30 ¼rhl½ fnu ds fy, [kqyk j[kus rFkk
bldh 'krksZ ,oa fuca/kuksa esa fdlh izdkj dk ifjorZu u djus ds fy, lger gSAa
We agree to keep the tender open for Thirty (30) days from the due date of opening of technical
bid and not to make any modifications in its terms & conditions.

#0 79358/- -dh /kujkf'k] /kjksgj jkf'k ds #Ik esa udn@V~t s jh pkyku jlhn@vuqlfw pr cSd a dh
ekWx tek jlhn@vuqlfw pr cSd a dh lko/kh tek jlhn@ vuqlfw pr cSd a ds fMekaM
MªkQV@vuqlfw pr cSd a }kjk tkjh cSd a xkjaVh ds #Ik esa ,rn~}kjk vxzfs "kr dh tkrh gSA ;fn eS@a
ge fu/kkZfjr fu"iknu xkjaVh dks fu/kkZfjr le; vof/k esa izLrqr djus esa vlQy jgrs gSa rks eS@ a ge
;g eatwj djrs gSa fd Hkkjr ds mDr jk"Vz~ifr ;k muds dk;kZy; ds mRrjkf/kdkjh fdlh vU;
vf/kdkjh ;k mipkjh mik; ij izfrdwy izHkko Mkys fcuk mDr /kjksgj jkf'k tCr djus ds fy,
iw.kZr;k Lora= gksxAsa blds vykok] ;fn eS@ a ge fofufnZ"V dk;Z izkjEHk djus ds vlQy jgrs gSa
rks eS@
a ge ;g eatwj djrs gSa fd Hkkjr ds jk"Vzi~ fr ;k muds dk;kZy; ds mRrjkf/kdkjh dkuwu esa
miyC/k fdlh vU; vf/kdkj ;k mipkjh mik; ij izfrdwy izHkko Mkys fcuk mDr /kjksgj jkf'k]
rFkk fu"iknu xkjaVh tCr djus ds fy, iw.kZr;k Lora= gksxas vU;Fkk mDr /kjksgj jkf'k fufonk
dkxtkr ds vuqlkj mlesa fufgr 'krksaZ o fuca/kuksa ds vuqlkj dk;ksZa ds fu"iknu ,oa vkfn’V
fopyuksa dks vuqlp w h ^p^ esa of.kZr izfr'kr ls vuf/kd o fufonk izi= ds [k.Mksa 12-2 o 12-3 esa
fufgr izko/kkuksa ds vuqlkj fuf'pr dh tkus okyh njksa ij ml lhek ls vf/kd ds fopyuksa ds
djus ds fy, muds }kjk izfrHkwfr&fu{ksi ds #Ik esa jksd yh tk;sxhA
blds vfrfjDr eS@ a ge lger gSa fd c;kuk jkf”k ;k c;kuk jkf”k rFkk mi;qDZ r fu"iknu xkjaVh
tCr gks tkus ds ekeys esa eq>@ s gesa dk;Z dh iqu% fufonk izfdz;k esa Hkkx ysus ls jksd fn;k tk,xkA
A sum of Rs. 79358/- is hereby forwarded in Cash / Receipt Treasury Challan / Deposit at call
Receipt of a Scheduled Bank / fixed Deposit receipt of scheduled Bank/ Demand draft of a
scheduled Bank, / Bank guarantee issued by a scheduled bank as earnest money. If I/We fail to
furnish the prescribed performance guarantee within prescribed period, I/We agree that the said
President of India or his successors in office shall without prejudice to any other right or remedy,
be at liberty to forfeit the said earnest money absolutely. Further, If I/ We fail to commence work
as specified, I/We agree that President of India or his successors in office shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the said earnest money and the
performance guarantee absolutely, otherwise the said earnest money shall be retained by him
towards security deposit to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to therein and to carry out such deviations as may be
ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


11

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 both Earnest Money and
performance guarantee as aforesaid, I / We shall be debarred for participation in the re-tendering
process of the work.

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

eS@
a ge ,rr~}kjk ?kks"k.kk djrs gS fd eS@ge fufonk dkxtkrks]a uD'kksa vkSj dk;Z ls lacfa /kr vU;
vfHkys[kk dks xqIr@xksiuh; dkxtkr ds :Ik esa j[ksxs vkSj muls izkIr@yh xbZ tkudkjh fdlh
vU; dks] ftUgsa eS@
a ge lwfpr djus ds fy, izkf/kd`r gks] ls fHkUu fdlh dks]ugha crk,xsa ;k
tkudkjh dks fdlh ,sls :Ik esa iz;ksx ugh djsx
a s tks jkT; dh lqj{kk ds fy, izfrdwy gksA
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 therefrom to any person other than a person to whom I/We, am/are authorised to
communicate the same or use the information in any manner prejudicial to the safety of the state.

fnukad Dated ………………… Bsdns kj ds gLrk{kj Signature of the Contractor


Mkd irk Postal Address ----------------------
nqjHkk’k l[;k Telephone No.-----------------------

lk{kh Witness:----------------------------- FAX ----------------------------------


irk Address:----------------------------- E-MAIL -----------------------------
mithfodk Occupation:------------------

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


12

Lohd`fr ACCEPTANCE

eS Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy, #0%& -------------------------- ¼:i;s *-----------------------------------------
---------------------------------------------------------------------------------------------------------------------------------------------------------------------½ dh jkf'k
ds fy, mi;qZDr fufonk ¼v/kksfyf[kr i=ksa ds vuqlkj ifjofrZr½ Lohdkj djrk gwAa
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the President of India for a sum of Rs. _ _ _ _ _ _ _ _ _ (Rupees _ _ _
__________________________________________________)

uhps fn, x, i= bl Bsdk djkj dk fgLlk gksx


a sA
The letters referred to below shall form part of this contract Agreement:-

(a) -----------------------------
(b) -----------------------------
(c) ----------------------------

Hkkjr ds jk"Vªifr dh vksj ls rFkk muds fy,


For & on behalf of the President of India

gLrk{kj
Signature…………………………..

fnukad Dated ……………..


inuke Designation…………………………….

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


13

vuqlfw p;k SCHEDULES

vuqlwfp ^d* SCHEDULE ‘A’


ek=kvksa dh vuqlp
w h ¼layXu½
Schedule of quantities, enclosed on separate sheets from page No. - --------------

vuqlwfp ^?k* SCHEDULE ‘D’


dk;Z ds fy, fo’ks"k vis{kk,a@nLrkost] ;fn dksbZ gks]a dh vfrfjDr vuqlp
w h
Extra schedule for specific requirements / documents for the work, if any. NIL

vuqlwfp ^M* SCHEDULE ‘E’


Bsds dh lkekU; “krksZ dk lanHkZ
Reference to General Conditions of contract: - General Conditions of Contract for maintenance
works – 2020 with amended up to date.

dk;Z dk uke Name of work: Replacement of existing old AC units by new


split AC units installed at ICMR HQ, Ansari
Nagar, New Delhi.

dk;Z dh vuqekfur ykxr Estimated cost of Rs. 3967879/-


work:-
/kjksgj jkf'k (i) Earnest money:- Rs. 79358/-

fu’iknu xkjaVh (ii) Performance Guarantee:- 3% of tendered Value.

izfrHkwfr fu{ksi (iii) Security deposit :- 2.5% of tendred Value.

vuqlwfp ^p* SCHEDULE ‘F’

lkekU; fu;e ,oa fn'kkfunsZ'k%


General Rules & Directions: -
Executive Engineer (E), SJHED, CPWD,
fufonk vkea=.k djus okyk izkf/kdkjh New Delhi.
Officer inviting tender:

dk;Z dh enksZ dh ek=k ds fy, vf/kdre See below


izfr'kr ftlls vf/kd fu"ikfnr enksa ds fy,
njksa dk fu/kkZj.k [k.M 12-2 vkSj 12-3 ds vuqlkj
gksxk-
Maximum percentage for quantity of items of
work to be executed beyond which rates are to
be determined in accordance with Clauses 12.2
& 12.3
ifjHkk’kk;s Definitions:
Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED
14

2 (v) izHkkjh vfHk;ark Engineer-in-Charge Executive Engineer (E), SJHED, CPWD,


New Delhi.

2 (viii) Lohdkj drkZ izkf/kdkjh Accepting Executive Engineer (E), SJHED, CPWD,
Authority New Delhi.
2 (x) vfrfjDr vkSj ykHkksa dks iwjk djus ds
fy, lkefxz;ksa dh ykxr ij Nil
izfr'krrk
Percentage on cost of materials and
labour to cover all overheads and
profits.
2 (xi) njksa dh ekud vuqlp
w h SR 2018 / SR 2019 as amended up to date /
Standard schedule of Rates Market Rate.

2 (xii) foHkkx Department C.P.W.D.

9 (ii) Standard CPWD contract Form GCC GENERAL CONDITIONS OF CONTRACT FOR
2020, CPWD Form 7/ 8 as modified CENTRAL P.W.D. WORKS – 2020 (Maintenance
& corrected upto: work). Form-7 (Percentage Rate) as modified
and amended up to last date of receipt of tender.
[k.M&1
Clause 1
Lohd`fr Ik= tkjh gksus dh rkjh[k ls fu’iknu
xkjaVh ds izLrqrhdj.k ds fy, vuqer le;]
fnuksa esAa
i) Time allowed for submission of
7 days
Performance Guarantee from the date of
issue of letter of acceptance.
ii) Maximum allowable extension beyond the
4 days
period provided in (i) above.

[k.M&2 Clause 2
[k.M 2 ds rgr izfrdj fuf'pr djus okyk Superintending Engineer, DC-X, CPWD,
izkf/kdkjh East Block-1, Level-7, R.K. Puram New
Authority for fixing compensation under clause Delhi or his successor.
2.
[k.M&2v Clause 2A
D;k [k.M 2 d ykxw gksxkA No
Whether Clause 2A shall be applicable

[k.M&5 Clause 5
dk;Z vkjEHk djus dh rkjh[k dh x.kuk ds fy,
Lohd`fr Ik= tkjh gksus dh rkjh[k ls fnuksa dh 11 days
la[;k------------------------------------------------fnu
Number of days from the date of issue of letter
of acceptance for reckoning date of start

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


15

Note:- Levy of compensation under clause-2 will be granted by the Superintending Engineer,
DC-X, CPWD, East Block-1, Level-7, R.K. Puram New Delhi.

y{; ehy&iRFkjA MILE STONE (S) lkj.kh% y{; uhps nh xbZ lkj.kh vuqlkj AS PER
TABLE GIVEN BELOW

Table of Milestone (s)

Time Allowed in Days Amount to be withheld in


(From Of
Description of Milestone Case of non achievement
Date Of
of milestone
Sr.No. Start )

--------Nil-------

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


16

dk;Z fu"ikfnr djus ds fy, vuqeR; le;


Time allowed for execution of work 1 Month

Authority to decide:
1. le; o`f} Extension of time Executive Engineer (E), SJHED, CPWD, New
Delhi.

2. miyfC/k;ksa dk iqu% vuqlfw pdj.k Executive Engineer (E), SJHED, CPWD, New
Rescheduling of mile stones Delhi.

[k.M&7
Clause 7
Rs. ---------
varfje Hkqxrku ds fy, ik= gksus ds fy, vafre
,sls Hkqxrku ds ckn dqy Hkqxrku ,df=r
lkefxz;ksa ds vfxzeksa ds lek;kstu lfgr fd;k
tkus okyk dqy dk;Z
Gross work to be done together with net payment /
adjustment of advances for material collected, if
any, since the last such payment for being eligible
to interim payment.
[k.M&7v
Clause 7A
Yes
No running account shall be paid for the work till
the applicable labour license registration with
EPFO, ESIC and BOCW welfare board, whatever
applicable are submitted by the contractor to the
Engineer-in-charge.
Whether Clause 7A shall be applicable

[k.M&10v
Clause 10A As per direction of Engineer-in-charge
dk;ZLFky iz;ksx”kkyk esa Bsdns kj }kjk myC/k
djk;s tkus ijh{k.k midj.k dh lwph
List of testing equipment to be provided by the
contractor at site lab.

[k.M&10 c¼2½
Clause 10 – B(ii)
Whether clause 10-B(ii) shall be applicable No

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


17

[k.M&10 l
Clause 10C – Applicable - Component of labour 10 % of tendered value

Clause 10 CA Materials covered under this clause As per requirement Base price of all
the materials
covered under
clause 10CA
Not Applicable

[k.M-10xx Clause 10CC


[k.M 10xx mu lafonkvksa ij ykxw gksxk ftlesa dk;Z lekiu dh vof/k]
vxys dkye esa n'kkZ;h xbZ vof/k ls vf/kd vuqcfa /kr gSA
Clause 10CC to be applicable in contracts with stipulated period of Not Applicable
completion exceeding the period shown in next column.

ewY; o`f) ds fy, vU; lkexzh] Je] ih-vks-,y vkfn ds ?kVdksa dh vuqlp
w hA
Schedule of component of other Materials, Not Applicable
Labour, POL etc. for price escalation

fuekZ.k dk;Z lkexzh ds fy, flfoy ?kVd ¼[kaM 10 x ds vUrxZr


'kkfey lkefxz;ksa dks NksMd
+ j½@oS/kqr dk;Z esa dqy ewY; ds izfr'kr
ds :i esa iznf'kZr Xm
Component of civil (Except materials covered under clause 10
CA)/ Electrical construction materials expressed as percent of
total value of work. Not Applicable

Y
Je ds ?kVd ds dqy ewY; dh izfr'kr ds :i esa iznf'kZr
Component of labour expressed as percent of total value of work.

Note : Xm .... % should be equal to (100) - (materials covered under clause 10CA i.e. Cement,
Steel, POL and other material specified in clause 10CA + Component of Labour ).

[k.M&11 Clause 11
dk;Z fu"iknu ds fy, vuqikyu As per CPWD Specification electrical part-I 2013,
fd, tkus okys fofunsZ'k External Part-II 1994 & HVAC 2017 amended up
Specifications to be followed for
execution of work to date

Type of Work Original Work

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


18

Clause 12 As per CPWD Work Manual/SOP-2019/GCC


amended up to date
Authority to decide deviation upto Superintending Engineer, DC-X, CPWD, East Block-

1.5 times of tendered amount 1, Level-7, R.K. Puram New Delhi or his successor.

12.2.& 12.3

fopyu lhek] ftlds ijs [k.M 12-2 As per CPWD Work Manual/SOP-2019
rFkk 12-3 Hkou fuekZ.k dk;Z ds fy, ykxw gksx
a s /GCC amended up to date
Deviation limit beyond which clauses 12.2 &
12.3 shall apply for building work.
12-5 fopyu lhek] ftlds ijs [kaM 12-2 rFkk
12-3 uhao dk;Z ds fy, ykxw gksxsa
12.5 Deviation limit beyond which clauses
12.2 & 12.3 shall apply for foundation work. Not Applicable.
[k.M&16 Clause 16
?kVh gqbZ njs fu/kkZfjr djus dh Superintending Engineer, DC-X, CPWD, East
fy, l{ke izkf/kdkjh Block-1, Level-7, R.K. Puram New Delhi or his
Competent Authority for deciding reduced successor.
rates.
[k.M&18 Clause 18
dk;ZLFky ij Bsdns kj }kjk yxk;s tksus okyh As per requirement
vfuok;Z e'khujh] vkStkj ,oa l;a=ksa dh lwph%
List of mandatory machinery, tools & plants to
be deployed by the contractor at site.

Clause 25
Constitution of Dispute Redressal Committee (DRC)

(a) Conciliator: - ADG(RD), CPWD, New Delhi


(b) Arbitrator :-Appointing Superintending Engineer, DC-10, CPWD, New Delhi
Authority
( c) Place of Arbitration: - New Delhi

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


19

Clause 32

“Requirement of Technical Representative (s) and Recovery Rates”


Minimum Designation Rate at which recovery shall be
Qualification of ( (Project Manger cum made from the contractor in

Experience
Discipline

Minimum
Technical Planning/Qualilty/Site/ the event of not fulfilling

Number
Sl. No.

Representative billing Engineer) provision of clause 36 (i)


Figures Words
(in Rs.)

1 Graduate 2 1 No.
Engineer yrs
Electrical

Project Manger cum 15,000/- Rupees Fifteen


OR
Planning/ Qualilty/ Thousand only
Diploma
Site/ Billing Engineer 5 1 No. Per Month
Engineer
yrs Per Person

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.

Clause 38 Not Applicable


(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis
of Delhi Schedule of Rates 2018 printed by C.P.W.D.
(ii) Variations permissible on theoretical quantities:

(a) Cement
For works with estimated cost put
to tender not more than Rs. 25 lakh. 3% plus/minus.
For works with estimated cost put to
tender more than Rs. 25 lakh.. 2% plus/minus.
(b) Bitumen All Works nil on minus side.
(c) Steel Reinforcement and structural steel
sections for each diameter, section and category 2% plus/minus
(d) All other materials. Nil

dk;Zikyd vfHk;ark ¼oS½


l-t-v-oS-ea-] ds-yks-fu-fo-
ubZ fnYyh

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


20

Format of receipt of deposition of original EMD

Receipt of deposition of original EMD

(Receipt No. …………….. Date……………..)

1. Name of Work Replacement of existing old AC units by new split


AC units installed at ICMR HQ, Ansari Nagar, New
Delhi.

2. NIT No. 04/EE(E)/SJHED/2022-23

3. Estimated Cost Rs. 3967879/-

4. Amount of Earnest Money Rs. 79358/-


Deposit

5. Last date of submission of bid --19-04-2022---- upto 15:00 PM

1. Name of Contractor

2. Form of EMD

3. Amount of Earnest Money Deposit

4. Date of submission of EMD

Signature of EMD receiving Officer:

Name and Designation of EMD receiving Officer:

Office Stamp:

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


21

TERMS & CONDITIONS


1. The work shall be carried out as per CPWD specification for electrical work 2013 and
HVAC 2017 as amended up to date.
2. All the material to be used on the work shall be got approved from the Engineer-in-charge.

3. The material shall be supplied at site in original paking is accepted.


4. All the malba/debris shall have to be removed from site of work, immediately.
5. The contractor will be responsible for transportation, storage and watch & ward of material
& other items for which nothing extra shall be paid.
6. The contractor/his authorized representative is bound to sign the site order book as and
when required and he is bound to carry out the instructions recorded there in.
7. No claim for idle labour shall be entertained.
8. Any accidental liabilities will be the responsibility of the contractor.
9. The work shall be treated as completed, when all the installation are handed over to the
department and all the defects are removed to the entire satisfaction of E-in-Charge.
10. No T & P will be issued to the contractor.

11. Before quoting the rates the tenderer should visit the site so as to acquaint themselves of the
site conditions.
12. The rates quoted by the firm shall be inclusive of GST and nothing extra shall be paid on
this account.

13. The firm shall stand a warranty for the minimum period of 1+5 years for compressor and 12
months for other parts from the date of completion of work.

14. The work will be competed within stipulated time otherwise the recovery @ 1% per day of
tender amount will be made from the contractor bill.

15. The contractor will be supply the material at site in bulk qunantity with single make.

16. The material provided by the contractor will be of latest manufacturing and packing.

17. All repairs & patch work shall be neatly carried out to match with the original finish & all
damages caused to the building installation during the execution of work shall have to be
made good by the contractor immediately at his own cost to the entire satisfaction of
Engineer-in-charge. In case contractor fails to comply with the instructions of the Engineer-
in-charge, Engineer-in-charge shall be at liberty to get the work done by any other agency
and recover such amount as paid to the other agency from the bill(s) of the contractor.
Contractor shall have no claim, whatsoever, on the extent of such amount.

18. Rejected materials should be immediately cleared from the site by the contractor other wise
a recovery @ 250/- per day shall be made.

19. The contractor shall make his own arrangement for storage of materials either brought by
him or issued to him by the department.

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


22

20. The contractor shall make his own arrangement at his own cost for electrical/ general tools
and plants required for the work.

21. The contractor shall ensure that the staff employed by him for execution of the electrical
work, possess the valid electrical license issued by competent authority. Consequences
arising due to the fault of the contractor in not complying with the above condition shall be
the responsibility of the contractor.

22. Copper lugs shall be provided for terminating copper/aluminium/GI earth wire to all
switchboards for which nothing extra shall be paid. All multistranded wires shall be
terminated through copper lug.

23. Deduction of statutory EPF and ESI contribution and deposit the same to concerned
authority in time.

24. The contractor shall furnish the proof of purchase of materials from authorized dealer in
support of genuineness of material used at site before claiming their payment.

25. The contractor will provide one year free service under defect liability period.

26. The material will be provided at site of following makes

a) STAC: Hitachi / O General / Mitsubishi


b) Cable : Havells / Finolex/ Polycab / KEI
c) PVC/CPVC pipe: AKG / Astral / Anchor / Prayag or equivelent

I do hereby accept all above conditions:- Name of Agency

Executive Engineer (E),


SJHED, CPWD,
New Delhi

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


23

Central Public Works Department


NIT No. 04/EE(E)/SJHED/2022-23
Name of Work: Replacement of existing old AC units by new split AC units installed at ICMR HQ,
Ansari Nagar, New Delhi.

SCHEDULE OF QUANTITY
Name of the Contractor
Rate in Amount
S.
Description of Items Qty Figures in Unit
No
Rupees

1 Supplying, installtion,testing & commissioning of


Inverter Split type AC units not less than 7000 W
rated cooling capacity(as per BEE certified and
approved test report) complete with outdoor
condensing unit & wall mounted evaporating unit
(coil material copper both indoor & Outdoor), eco
friendly non CFC refrigerant gas, cordless remote
control tropical inverter type with auto filter clean
technology, Copper pipe of suitable size upto 4 mtrs, 24 Nos. 69176.00 Each 1660224
control cable, wall/floor mounted powder coated MS
stand, capable of cooling, filtering dehumidifying
suitable for operation on 230V, single phase AC
supply (Not less than 5 star rating model as certified
by BEE) with mounting /fittings for indoor/outdoor
units insulating the copper pipe with nitrile insulation
i/c making hole in the wall & finishing with cement,
paint etc complete as required at site.

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


24

2 Supplying,installtion,testing & commissioning of


Inverter Split type AC units not less than 5250 Watt
rated cooling capacity (as per BEE certified and
approved test report) complete with outdoor
condensing unit & wall mounted evaporating unit
(coil material copper both indoor & outdoor), eco
friendly non CFC refrigerant gas, cordless remote
control ,Copper pipe of suitable size upto 4 mtrs,
control cable, wall/floor mounted powder coated MS
40 Nos. 52976.00 Each 2119040
stand, capable of cooling,filtering, dehumidifying
suitable for operation on 230V,single phase AC
supply (Not less than 5 star rating model as certified
by BEE) with mounting /fittings stand for outdoor
units insulating the copper pipe with nitrile
insulation, drain pipe for condensate water,leak test,
charging refrigerant i/c dismentling the old AC and
making hole in the wall & finishing with Cement,
Paint etc complete as required at site of work.
3 Supply,Installation,testing and commissioning
including vaccumiazation and Nitrogen testing of
following nominal sizes of soft/hard drawn copper
refrigerant piping for Split AC, complete with
fittings, with suitable adjustable ring type hanger
supports, jointing/brazing including
accessories,insulated with XPLE Class-O tubular
insulation/with Class-O closed cell elastometric
nitrile rubber tubular sleeves sections of specified
thickness as given below for Suction and Liquidlines,
all accessories as per specifications etc. as required :
a) 6.4 mm dia(OD)(Softdrawn) with tube thickness 1.2
mm with 19 mm thick insulation 300 Mtr. 245.00 Mtr. 73500

b) 15.86 mm dia(OD)(Softdrawn) with tube thickness


1.2 mm with 19 mm thick insulation 300 Mtr. 588.00 Mtr. 176400

4 Supply & fixing 3 core 2.5 sq.mm PVC insulated &


PVC sheathed flexible copper cable(ISI) i/c thimling,
testing, commissioning etc complete as required at 300 Mtr. 242.00 Mtr. 72600
site.
5 Supply & Fixing of 25 mm dia PVC flexible pipe in
existing 1.5/2TR capacity STAC unit with GI saddles
etc from 2nd floor ro ground floor and connecting it 200 Mtr. 56.00 Mtr. 11200
to nearest trap/main PVC pipe with necessary
arrangement etc complete as reqd. at site.

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED


25

6 Providing and fixing Chlorinated Polyvinyl Chloride


(CPVC) pipes, having thermal stability for hot &
cold water supply including all CPVC plain & brass
threaded fittings This includes jointing of pipes &
fittings with one step CPVC solvent cement,
trenching, refilling & testing of joints complete as
per direction of Engineer in Charge.
External work
a) 25 mm nominal outer dia Pipes 100 Mtr. 370.65 Mtr. 37065
b) 32 mm nominal outer dia Pipes 150 Mtr. 435.05 Mtr. 65258
c) 50 mm nominal outer dia Pipes 50 Mtr. 811.85 Mtr. 40593
7 Less Credit for old dismental material

a) Split AC 1.5/2 Ton 64 Nos. -4500.00 Each -288000

Grand Total 3967879

Cutting ………….………….. Insertion ………..……….. Overwriting…………..……. EEE, SJHED

You might also like