NIT14RECALL
NIT14RECALL
Government of India
के ीय लोक िनमाण िवभाग
Central Public Works Department
Name of Work : Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
Earnest Money :Rs.42,141/-in favour of Executive Engineer(E), Faridabad Electrical Division, CPWD,
Faridabad
Executive Engineer(E)
Faridabad Electrical Division, CPWD
NH-IV, Faridabad
Phone:0129-2985315,Email:[email protected]
INDEX
Name of Work: Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
Page 1
NOTICE INVITING e-TENDERS
Name of Work: Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
Estimated Cost:Rs.21,07,038/-
Earnest money:Rs.42,141/-
Last time and date of submission of bids :up to 15:00 Hrs on 26-07-2024.
The tender forms and other details can be obtained from the website https://etender.cpwd.gov.in or
www.cpwd.gov.in
Page 2
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING
Name of Work& Location Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh,
Faridabad.
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 bid document consisting of plans, specifications, schedule of quantities of various types of items to
be executed and the set of terms & conditions of the contract to be complied with and other necessary
documents can be seen 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 with in the period of bid
submission and uploading the mandatory scanned documents such as Insurance Surety Bonds,
Account Payee Demand Draft, Fixed Deposit Receipt or Banker’s Cheque or/and Bank Guarantee (for
the balance amount as prescribed) from any of Commercial Banks towards EMD in favour of Executive
Engineer as mentioned in NIT, Receipt for deposition of original EMD to Division office of any
Executive Engineer (including NIT inviting EE/AE), CPWD and other documents as specified.
5. Those Bidders who are not registered or have not updated their profile on the website mentioned
above, are required to get registered / update their profile beforehand. The necessary training
materials including the videos with step to step process are available on download section of
https://etender.cpwd.gov.in
6. The intending bidder must have valid Class-lll 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 instruction available on download section of
https://etender.cpwd.gov.in.
7. On opening date, the Bidder can login and see the bid opening process. After opening of bids, he will
receive the competitor bid sheets.
8. Tenderercan upload documents in the form of JPG format and PDF format.
Page 3
9. Tenderer must ensure to quote rate of each item. The column 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, if any cell 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 lowest 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.
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
iii. Receipt for deposition of original EMD to division office of any EE, CPWD in prescribed
Proforma along with scanned copy of original EMD
If the bidder has not obtained GST registration, then he shall scan and upload following
undertaking along with other bid documents:
“Ifwork 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 a/c of the work executed and/or for any action taken by CPWD
or GST department in this regard.”
vii. EPFO, ESIC, BOCW Welfare Board, PF Nos., labour License if available or given undertaking
he should submitted the required document along with P.G. The letter of award shall be issued
to lowest bidder only on receipt of copy of Labour license, Registration with EPFO, ESIC,
BOCW Welfare Board and PF Nos. or submitting the proof of applying for these thereof along
with P.G
Page 4
RECEIPT OF DEPOSITION OF ORIGINAL EMD
Name of Work: Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
Page 5
On non- Judicial stamp paper of minimum Rs. 100
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 an
irrevocable Bank Guarantee for Rs. ....................... (Rupees …………... only) valid up to ........
(date)*........ as Earnest Money Deposit from …………… (name and address of the contractor) …….
(herein 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
up to ........ (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
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.
Page 6
6. We, .................. (indicate the name of the Bank) ..............., further agree that theGovernment 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 unless a 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:
Designation
*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.
**ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for Earnest
money / Performance Guarantee / Security Deposit / Mobilization Advance, as the case may be.
Page 7
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 the last 25 (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.
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).
Page 8
PART-A
GENERAL
Page 9
CPWD-6 FOR e-TENDERING
The enlistment of theCPWDContractors should be valid on the last date of submission of bids. In case
the last date of submission of bids is extended, the enlistment of contractor should be valid on the
original date of submission of bids.
The work is estimated to cost Rs.21,07,038/-. Thisestimate, however, is given merely as a rough
guide.
2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidder 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 03 (Three)months from the date of start as defined
in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available. However, site may be made available in parts as per approved
work program and progress of work thereof and no claim of damages for handing over sitein parts
shall be admissible.
(ii) The Architectural and Structural drawings shall be made available in phased manner, asper
requirement of the same as per approved programme of completion submitted by the contractor after
award of work and progress of work thereof and no claim of damages for issue of drawings in phased
manner shall be admissible.
5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen from
website https://etender.cpwd.gov.inor www.cpwd.gov.infree of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted, then the bid submitted earlier shall
become invalid.
9. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker’s Cheque or Bank Guarantee (for the balance amount as prescribed) from any
ofCommercial Banks (drawn in favour of ExecutiveEngineer(E), Fraidabad Electrical Division,
CPWD, Faridabad) 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
Page 10
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 lacs, whichever is less, shall have to be deposited in shape prescribed
above, and balance may be deposited in shape of Bank Guarantee of any CommercialBank having
validity for 6 (six) months or more from 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 bid of
the successful bidder, whichever is earlier. However, in case of two/three bid system, earnest money
deposit of bidders unsuccessful during technical/eligibility bid evaluation etc. shall be returned within
30 days of declaration of result of technical/eligibility bid evaluation.
Copy of Enlistment Order and other documents as specified in the bid document shall be scanned and
uploaded to the e-tendering website within the period of bid submission. However, certified copy of all
the scanned and uploaded documents as specified in the bid document shall have to be submitted by
the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week
physically in the office of tender inviting 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.
10. The bid submitted shall become invalid and e-tender processing fee shall not be refunded if:
(ii) The bidder does not upload scanned copy 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 on 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.
11. The contractor whose bid is accepted will be required to furnish performance guarantee at 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 Receiptor Bank Guaranteefrom any of 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.
Page 11
12. The description of the work is as follows: -
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 bidder 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 bidder shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers
and all other Services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidder implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government 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 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 to 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 bidder 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 gazette 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 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 bid for the work shall remain open for acceptance for a period of 30 (Thirty) days from the date of
opening of Eligibility Bids.
(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 of 7 days after last date of
Page 12
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.
19. This notice inviting Bid shall form a part of the contract document. The successful bidder/contractor, on
acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of
the work, sign the contract consisting of:
(i) The Notice Inviting Bid, all the documents including Additional Conditions, Specifications and
Drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the Rates
quoted online at the time of submission of Bid and Acceptance thereof together with any
correspondence leading thereto.
20.1. 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.
20.4. The eligible bidders shall quote rates for all items of major component as well as for all items
of minor components of work.
20.5. After acceptance of the bid by Competent Authority, theEngineer-in-charge 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 Engineer-in-charge has to sign two or
more copies of Agreement.
20.6. Entire work under the scope of composite bid including major and all minor components shall
be executed under one agreement.
20.7. Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works.
20.8. 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).
20.9. 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).
Page 13
The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In 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.
20.10. The main contractor has to enter into MoU with agency(s) associated by him. Copy of such
MoU shall be submitted to EE in Charge. In case of change of associate contractor, the main
agency(s) has to enter into MoU/agreement with the new contractor associated by him.
20.11. Running payment for the major component shall be made by EE of major discipline to the
main contractor. Running payment for minor components shall be made by the Engineer- in-
charge of the discipline of minor component directly to the main contractor
20.12. (A) 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 of major component after record of completion certificate of all other components.
(B)Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including in the
final bill for composite contract.
21. The intending bidders are required to update their profile in CPWD e-tender portal and to upload their
bids well in advance of last date of submission of tender. Any issue related to updating profile to
uploading tender can be resolved through the concerned Executive Engineeror ERP help line no.
18001803286 or [email protected]. The e-tendering bidders are also advised
not to wait to raise any issues till the last date of submission of bid in their own interest.
Page 14
Integrity Pact
To,
M/s ………………………..,
………………………..,
………………………..
Sub: NIT No. 14/EE(E)/FED/2024-25 (Recall) for the Work of:- Providing and Fixing
125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
Dear Sir,
It is here by declared that CPWD is committed to follow the principle of transparency, equity and
competitiveness in public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which
the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be
summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the same
shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.
Yours faithfully
Executive Engineer
Page 15
To,
Subject:- Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the
Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing
which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF
THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of
this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from the main
contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge
and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed
Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify
the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.
Yours faithfully
Page 16
TO BE SIGNED BY THE BIDDER AND SAME SIGNATORY COMPETENT / AUTHORIZED TO SIGN
INTEGRITY AGREEMENT
This Integrity Agreement is made at .........*........ on this ……...*.......... day of .......*...... 20..*..........
BETWEEN
President of India represented through Executive Engineer (E), FED, CPWD, NH-IV, Faridabad,
Haryana (Hereinafter referred as the ‘Principal/Owner’, which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)
AND
__________________________________________________________________________________
(Name and Address of the Individual/firm/Company)
Contractor” and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No. 14/EE(E)/FED/2024-25
(Recall)) hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contractProviding and Fixing 125 KVA DG Set at NCCBM Ballabhgarh,
Faridabad.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with its
Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.
NOW, Therefore, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:
Page 17
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption
and to observe the following principles:
a) No employee of the Principal/Owner, personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal/Owner will, in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential/additional information through which the Bidder(s) could
obtain an advantage in relation to the Tender process or the Contract execution.
c) The Principal/Owner shall end favour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which
is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act,
1988 (PC Act) or is in violation of the principles herein mentioned or if there be a
substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance
Officer and in addition can also initiate disciplinary actions as per its internal laid down
policies and procedures.
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/Owner’s employees involved in the
Tender process or execution of the Contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
Page 18
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to cartelize in
the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses
of agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if
any. Either the Indian agent on behalf of the foreign principal or the foreign principal
directly could bid in a tender but not both. Further, in cases where an agent
participate in a tender on behalf of one manufacturer, he shall not be allowed to
quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender
as per Performa enclosed)any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in connection with the
award of the Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of facts or
submission of fake/forged documents in order to induce public official to act in reliance
thereof, with the purpose of obtaining unjust advantage by or causing damage to justified
interest of others and/or to influence the procurement process to the detriment of the
Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/ her reputation
or property to influence their participation in the tendering process).
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have
Page 19
the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the
Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right:
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any
other Company in any country confirming to the anticorruption approach or with
Central Government or State Government or any other Central/State Public Sector
Enterprises in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing
of the Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal/Owner
may, at its own discretion, revoke the exclusion prematurely.
Page 20
responsible for any violation(s) of the principles laid down in this agreement/Pact by any
of its Subcontractors/sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders
and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 2 Months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and Continue to be valid
despite the lapse of this Pact as specified above, unless it is discharged/ determined by the
Competent Authority, CPWD.
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been
made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners and
consortium
members. In case of a Company, the Pact must be signed by a representative duly
authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement / Pact, any action taken by the
Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation
there of shall not be subject to arbitration.
Page 21
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed
to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:
……………………………………………..
(For and on behalf of Bidder/Contractor)
WITNESSES:
1...............................................
2................................................
(Signature, name and address)
Place
Page 22
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
(i) To be opened in the presence of bidders who may be present at 15:30 Hrs. on 26-07-2024in the
office of the Executive Engineer(E), Faridabad Electrical Division, CPWD, Faridabad (Haryana) -
121001.
TENDER
I/We have read and examined the notice inviting tender, schedule-A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of
contract, Special conditions, Schedule of Rate & other documents and rules referred to in the conditions of
contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 in General Rules and
Directions and in Clause-11 of the Conditions of Contract and with such materials as 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 (Thirty) days from the date of opening of Technical bid 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.
A copy of Earnest Money depositof prescribed amount deposited in the form of Insurance Surety Bonds,
Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s ChequeorBank 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 guarantee within prescribed period, I/We agree that the
said President of India or his successors, in office shall without prejudice to any other right or remedy, be
at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified,
I/We agree that President of India or the successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said performance guarantee absolutely, the said
performance guarantee shall be 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 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid,
I/We shall be debarred for participation in the re-tendering process of the work.
I/we undertake and confirm that eligible similar work(s) has/have not been got executed through another
agency 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, 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 Deposited/Performance Guarantee.
Page 23
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.
Postal Address:
Witness:
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for and on behalf of the President of India for a sum of R s.……………………………………… (Rupee.
……………………………………………………).
The letters referred to below shall form part of this contract agreement:
(a) …………………………
(b) ………………………….
(c) ………………………….
Dated: …………….
Signature……………….……………
Designation………….………………
Page 24
SCHEDULESA TO F
SCHEDULE ‘A’
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any: Nil
SCHEDULE ‘E’
Name of Work: Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
SCHEDULE 'F'
Officer inviting Tender: Executive Engineer(E), Faridabad Electrical Division, Faridabad (Haryana)
–121001.
Definitions:
9(ii) Standard CPWD General Conditions of Contract-2023 (Maintenence Works) and CPWD
Contract Form: Form-7 (Percentage Rate Tender & Contract for Works)as amended /
modified up to the last date of submission of Tenders
Clause-1:
Page 25
(i) Time allowed for submission of Performance Guarantee,
programme chart (Time and Progress) and applicable 07 (Seven) days
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 @ 0.1% per 03 (Three) days
day of Performance Guarantee amount beyond the period
provided in (i) above
Clause-2:
Clause-5:
(i) Number of days from the date of issue of letter of 10 (Ten) days
acceptance for reckoning date of start
Amount to be
Time With-held in
S. DescriptionofMilestone(
allowed(FromStipulated Case ofNon-
No. Physical/Financial)
DateofStart) Achievementof
Milestone
1. FinancialProgressof1/8thofTenderedAmount 25%ofCompletionPeriod
Authority to decide:
(i) Extension of time Executive Engineer (E), Faridabad Electrical Division, Faridabad
CPWD or his successor thereof
Clause-5.4:
Schedule of rate of recovery for delay in submission of the modified programme in terms of delay days:Rs.
100/- per day
Clause- 6 : Applicable
Page 26
Clause-7:
Gross work to be done together with net payment /adjustment of Mutually agreed by Engineer-in-
advances for material collected, if any, since the last such payment for charge
being eligible to interim payment
Clause-7A:
Whether Clause 7A shall be Yes, No Running Account Bill shall be paid for the work till the applicable
Applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board,
whatever applicable as submitted by the Bidder to the Engineer-in-Charge.
Equipment for conducting necessary Site Tests as per requirements of Specifications and quality
assurance plan shall be provided and installed at site in the well-furnished Site Laboratory by the
contractor at his own cost.
Clause-10B(ii)
S. Relevant component of Materials / Labour for price escalation Percentage of Total value
No. of Construction work
Total NA
S. Relevant component of Materials / Labour for price escalation Percentage of Total value
No. of Maintenance work
Page 27
3. Electrical and Mechanical (E&M) Component of constriction Materials NA
(EMp)
Total NA
Clause-11:
E&M Work CPWD General Specifications for Electrical Works (Part I for Internal) - 2023, (Part II for
External) - 2023, (Part III for Lift & Escalators) - 2003, (Part IV for Sub Station) - 2013,
(Part V for Wet Riser & Sprinkler System) - 2020, (Part VI for Fire Detection & Alarm
System) - 2018, (Part VII for DG Sets) - 2013, (Part VIII for Gas Based Fire Extinguishing
System) - 2013 and CPWD General Specifications for HVAC Works – 2017, CPWD
General Specification for Modular OT- 2022, CPWD General Specification for Nurse Call
System 2022 or latest version of above specifications as issued / amended up to last date
of tender submission
Clause-12:
12.3 & 12.4 (i) Deviation Limit beyond which clauses 12.2(c) shall apply No Limit
Clause-16:
Clause-18: List of mandatory machinery, tools & plants to be deployed by the contractor at site: :
The Contractor shall deploy T&P, Plant and Equipment required for execution of work within contract
period. Schedule of deployment of the equipment shall be as per requirement of work for completion of
work as per work program within stipulated time and contractor himself shall be responsible for their
efficient use avoiding any idling. No damages/compensation shall be payable on account of idle
Manpower, Labour, T&P, Plant and Equipment and Loss of Profit etc. for whatsoever reason, not
even for delay in work due to justified hinderances.
Clause-19:
Clause 19D : Authority to decide penalty for each default Engineer-in-charge of respective component
Clause 19G: Authority to decide penalty for each default of Work
Clause-25:
Page 28
Clause-32:Requirement of Technical Representative(s) and Recovery Rates:
Note:
1. Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers. Diploma holder with minimum 10-years relevant experience with a
reputed construction company can be treated at par with Graduate Engineers for the purpose of
such deployment subject to that such diploma holders should not exceed 50% of requirement of
degree Engineers.
Clause-38:
i) (a) Schedule/statement for determining theoretical Delhi Schedule of Rates with Amendments
quantity of cement & bitumen based on Delhi up to the date of submission of bid.
Schedule of Rates
(a) Cement :
• For works with estimated cost put to tender not 3% Plus/Minus
more than Rs.25 Lakh.
• For works with estimated cost put to tender 2% Plus/Minus
more than Rs.25 Lakh.
(b) Bitumen for all works. 2.5% Plus only and nil on minus side.
Page 29
STANDARD GENERAL CONDITIONS OF CONTRCT
2. The General Conditions of Contract (GCC)are amended from time to time through issue of OMs under
series DG/CON which are available on CPWD official website at
http://www.cpwd.gov.in/Documents/Official Circulars/ DG CON. These amendments/modifications
issued up to last date of submission of Tenders shall be deemed to be part of the Tender document
and Agreement.
3. The General Conditions of Contract (GCC) and its amendments as mentioned above, though not
attached with this tender document, shall be deemed to be part of the Tender document and
Agreement to be signed with the successful bidder.
Page 30
CONDITIONS FOR ASSOCIATE AGENCY FOR SPECIALISED / E&M WORKS
1.1 Specialized Items have been provided in Annexure-6 of SOP for CPWD Works Manual
(amendments to the Annexure-6 of SOP up to last date of tender submission shall be applicable).
1.2 These items should be got executed only through associated specialized agencies currently
actively engaged in execution of the said specialized item and fulfil eligibility criteria prescribed in
the agreement.
1.3 The Contractor(s) shall submit his proposal for the approval of the Engineer-in-Charge, the names
of specialized agencies of repute along with their technical capability /experience proposed to be
engaged by him. The proposal shall be submitted as early as possible but not later than one
month before proposed date of start of execution of such items as per approved work programme.
1.4 It shall be the responsibility of main contractor to sort out any dispute / litigation with the
Specialized Agencies without any time & cost overrun to the Department. The main contractor
shall be solely responsible for settling any dispute / litigation arising out of his agreement with the
Specialized Agencies. The contractor shall ensure that the work shall not suffer on account of
litigation/ dispute between him and the specialized agencies / sub-contractor(s). No claim of
hindrance in the work shall be entertained from the Contractor on this account. No extension of
time shall be granted and no claim what so ever, of any kind, shall be entertained from the
Contractor on account of delay attributable to the selection/rejection of the Specialized Agencies.
2.1 The tenderer(s) must associate eligible agencies to execute the specialized works, who fulfil the
prescribed eligibility criteria. However, the contractor himself shall also be eligible to carry out any
or all of such specialized works without associating any specialized agency provided he fulfils the
prescribed eligibility criteria
2.2 Eligibility requirement for associate specialized agencies for execution of thespecializedcivilitems
shall be as below:
The agency must be currently actively engaged in execution of the said specialized item and
must have satisfactorily executed similar works during last 5 (five) years from date of submission
of proposals for approval of associate specialized agency as below:
(i) Three works each of value not less than 40% of correspondingestimated cost of the
specialized items of the work in the NIT.
or
(ii) Two works each of value not less than 60% of corresponding estimated cost of the specialized
items of the work in the NIT.
or
(iii) One work of value not less than 80% of corresponding estimated cost of the specialized items
of the work in the NIT.
3.1 Specialized E&M items have been providedin Annexure-6 of SOP for CPWD Works Manual
(amendments to the Annexure-6 of SOP up to last date of tender submission shall be applicable).
3.2 These items should be got executed only through associated specialized agencies currently
actively engaged in execution of the said specialized items and fulfil eligibility criteria prescribed
in the agreement.
Page 31
3.3 Also, unless the main contractor himself meets the eligibility conditions for execution of E&M
works(Normal items), he will have to associate with agencies, fulfilling the eligibility requirements
prescribed in the tender document.
3.4 In the event of the associated E&M agency not performing satisfactorily or failure of associate
agency to complete the E&M work, the main contractor on written directions of the department,
shall remove the Associate agency deployed on the work and shall submit proposal for approval of
new associate agency without any loss of time or variation in cost to the department. Such new
associate agency shall also give an undertaking along with the main tenderer that both of them
shall guarantee for the equipment already supplied for which payment has been released by the
department in part. If any equipment supplied for the work, during the currency of the earlier
associate agency and paid partly by the department, 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 the
department. No change of associate agency will be allowed without prior approval of the Engineer-
in-charge of the work.
3.5 The main contractor shall be responsible and liable for proper and complete execution of the E&M
works despite having engaged associated agencies and ensure coordination and completion of all
E&M works.
3.6 The Composite Contractor and the associated specialized agencies shall give
required affidavit to confirm their association.
3.7 The associate contractor shall attend the inspection of the work by the Engineer-in-charge of E&M
works as and when required.
4.1 The tenderer(s) must associate eligible agencies to execute components of E&M Works who fulfil
the prescribed eligibility criteria. However, the contractor shall also be eligible to carry out himself
any or all the components of E&M Works without associating any specialized agency provided:
4.2 ELIGIBILITY CRITERIA: Eligibilitycriteria for various components E&M Works (Normal
andSpecialized) shall be as below:
The associate agency shall be registered/enlisted in CPWD in Building & Roads category in
appropriate class and should have a valid electrical license.
4.2.2 For Specialized works as provided in Annexure 6 of SOP for CPWD Works Manual (Except
DG Sets, HVAC, Sub-Station works):
The Associate agency must have valid electrical license and should have successfully completed
“Similar Works”during last 5 (five) years from date of submission of proposals for approval of
associate specialized agency as under:
a) Three Similar completed works each of value not less than 40% of Estimated cost of relevant
specialized E&M Work.
or
Page 32
b) Two Similar completed works each of value not less than 60% of Estimated cost of relevant
specialized E&M Work.
or
c) One Similar completed work each of value not less than 80% of Estimated cost of relevant
specialized E&M Work.
Similar work shall mean “SITC of EI WOrk”.
4.2.3.For works of DG Sets, HVAC, Sub-Station works:
Three similar works each of value not less than 40% of the estimated cost put to tender with
capacity of individual DG Set/Chiller/transformer being 80% of individual capacity (rounded off to
next available higher capacity) of the equipment i.e. DG Set/ Chiller/transformer proposed in NIT.
OR
Two similar works each of value not less than 60% of the estimated cost put to tender with
capacity of individual DG Set/Chiller/transformer being 80% of individual capacity (rounded off to
next available higher capacity) of the equipment i.e. DG Set/Chiller/ transformer proposed in NIT.
OR
One similar work of value not less than 80% of the estimated cost put to tender with capacity of
individual DG Set/Chiller/transformer being 80% of individual capacity (rounded off to next
available higher capacity) of the equipment i.e. DG Set/Chiller/ transformer proposed in NIT.
All amounts rounded off to a nearest convenient figure.
1. Eligibility criteria of each such agency to be associated are set out in the tender documents.
2. The Buildings & Roads category contractor is also be eligible to carry out himself/ herself 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 gets it installed
from authorized agency/service provider of the manufacturer or specialized agency as per criteria
mentioned in NIT.
3. The Buildings & Roads Contractor and the associated specialized agencies give required
affidavit to confirm their association.
4. Tender accepting authority approves the change of Sub-Agency in case it is required during the
currency of the contract.
Similar work shall mean “SITC of DG Set”.
5.1 The Contractor(s) shall submit his proposal for the approval of the Engineer-in-Charge, the names
of associate agencies of repute along with verifiable completion certificates of similar work
experience, valid Electrical Contractor's license, self-attested GST registration and other
documents in respect of the associated agencies, duly attested by both associated agency and the
main contractor.
5.2 The proposal shall be submitted as early as possible but not later than one month before proposed
date of start of execution of such components of E&M work as per approved work programme.
5.3 In case the main contractor is himself eligible (as per eligibility criteria) for executing all or some
components of E&M work and intends doing job himself, the main contractor must submit the
documents as per eligibility criteria mentioned for associated agency of individual E&M
component(s) for approval of Engineer-in-charge.
5.4 Proposal for associating agency for components of E&M work shall be submitted, as per proforma
given in this tender document, from each of proposed associate independently for all E&M
component in prescribed Proforma given herein.
Page 33
PROPOSAL FOR ASSOCIATING AGENCY FOR E&M WORKS
I/we hereby propose the following agency for execution of E&M work component mentioned herein.
Consent Letter from the proposed associated agency is enclosed.
(xiii) Copy of completion certificates of similar work experience attached: (Yes /No)
Page 34
CONSENT LETTER FROM ASSOCIATE AGENCY FOR E&M WORKS
I / We will execute the work as per specifications and conditions of the agreement for the work and
as per directions of the Engineer-in-Charge for the said component of E&M work till the completion of the
work.
I / We will be responsible for necessary action to handover the installations and for rectification of
defects and repair during the maintenance / warranty period.
I / We will employ full time technically qualified Engineer / supervisor for the said component of
E&M work as required for the work.
I / We will attend inspection of work by officers of the department as and when required.
Dated:
Page 35
(Proforma of MoU for Specialized E&M Works on a ‘Non-Judicial’ stamp paper worth Rs.100/-)
And
Whereas, the Central Public Work Department (CPWD), have awarded EPC Contractto the Main
Contractor for the work of :…………………………………………………………………………………………..”
as per Schedule of Quantities, Specifications, Terms and Conditions contained in the Agreement.
Whereas, This Memorandum of Understanding has been entered into for assigning responsibility of
execution of………………. (mention category)component of E&M Work forming part of the above work to
the Associate E&M Contractor by the Main Contractor.
1. Both the parties have gone through and understood the various Terms & Conditions and Clauses of
the Contract for the work awarded to the Main Contractor and willingly agree to abide by them.
2. The ‘Associate E&M Contractor’ will execute ………………. (mention category) Component of E&M
Work in the wholesome manner as per Terms & Conditions of the Contract. However, both Parties
shall be jointly and severally responsible for the execution of said Component of work as per the
Contract.
3. It is understood that payment for ………………. (mention category) component of E&M Work even
though executed by the Associate E&M Contractor shall be done by the Department (CPWD) to the
Main Contractor as per Terms & Condition of the Contract. The Parties have entered into separate
agreement on Terms & Conditions for payment to be made by the Main contractor to the Associate
E&M Contractor for the work done by them. The main Contractor shall promptly make payment to the
Associate E&M Contractor as per agreed Terms & Condition between them. In the event of failure to
make due payments to the Associate E&M Contractor by Main Contractor, the Department (CPWD)
may make such payments directly to the Associated E&M Contractor after deducting the same from
Bills payable to the Main Contractor.
4. In case of any dispute between Parties, either of them may go for mediation by the Engineer-in-
charge. In the event of disagreement with decision of Engineer-in-Charge, either of the Parties may
appeal against the mediation to the SE/SE-cum-PD/CE/CE-cum-ED in whose jurisdiction the work
falls. His decision shall be final and binding on both Parties.
5. The ‘Associate E&M Contractor’ shall be liable for disciplinary and penal action(s)as per Contract if he
fails to discharge his contractual commitments related to said component of E&M works
6. All the machinery and equipment, tools and tackles required for execution of ………………. (mention
category) component of E&M Work, as per the Contract, shall be the responsibility of the ‘Associate
E&M Contractor’.
Page 36
7. The Technical and other site staff required for the said ………………. (mention category) component of
E&M Work shall be arranged by the ‘Associate Data Centre Contractor’ as per terms and conditions of
the Contract.
8. Site Order Book & other Registers maintained for the said work shall be signed be signed by the
Representatives of Main Contractor as well as ‘Associate E&M Centre Contractor’ or themselves.
9. All the correspondence regarding execution of the ………………. (mention category) component of
E&M Work shall be done by the department with the Associate E&M Contractor with a copy to the
Main contractor. In case of non-compliance of the provisions of the Contract, the Main Contractor, as
well as the Associated E&M Contractor shall be responsible and action under Clauses 2 and 3 may be
initiated and taken against the Main Contractor.
10. This MoU between Parties will be treated as an agreement and has legality as per Indian Contract Act
(amended up to date) and the Department (CPWD) can enforce all the Terms and Conditions of the
Contract for execution of the above work.
11. This MOU shall be valid till the duration of completion of above work and shall be extended if so
required by the CPWD.
Date:
Place:
Page 37
PART - B
(ELECTRICAL WORK)
Page 38
CONDITIONS FOR ELECTRICAL WORK
1. CPWD General Specifications for Electrical Works (Part I for Internal) - 2023, (Part II for External) -
2023, (Part III for Lift & Escalators) - 2003, (Part IV for Sub Station) - 2013, (Part V for Wet Riser &
Sprinkler System) - 2020, (Part VI for Fire Detection & Alarm System) - 2018, (Part VII for DG
Sets) - 2013, (Part VIII for Gas Based Fire Extinguishing System) - 2013 and CPWD General
Specifications for HVAC Works – 2017 or latest version of above specifications as issued /
amended up to date (hereinafter to be collectively referred to as ‘CPWD Specifications’) and
should also comply with relevant provisions of the Indian Electricity Rules and Acts as applicable.
Wherever CPWD Specifications are silent, the latest BIS Codes/Specifications, National Building
Code or any other specification shall be followed.
2. The order of preference in case of any discrepancy as indicated in condition No. 8.1 under
“Conditions of Contract” given in standard CPWD Contract form may be read as the following:
i) Manufacturers specifications.
3. A reference made to any Indian Standard Specifications in these documents, shall imply reference
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 Standards applicable to the work at site.
4. The main contractor shall engage appropriate OEM of approved make for specialized works of
Central cooling system& Kitchen etc. for electrical work. The main contractor shall not indulge in
procurement of electrical items and getting the work done on labour contract with the
OEM/electrical contractor. The whole electrical component shall be executed by the eligible
electrical contractor/ OEM on a turnkey basis i.e. procurement of material & engaging labour. The
associate electrical contractor shall submit the completion certificate of electrical work executed by
him along with necessary test reports, completion plan.
5. The contractor shall take all safety precautions to avoid accidents by exhibiting caution boards, red
flags, red lights and by providing necessary barriers and all other measures required from time to
time. The contractor shall be responsible for all damages and accidents due to negligence on his
part.
6. The contractor shall give due notices to Municipality, Police and/or other authorities that may be
required under the law/rules under force and obtain all requisite permissions/licenses for
temporary obstructions/enclosures and pay all charges which may be liable on account of his
execution of the work under the agreement. Nothing extra shall be payable on this account.
Page 39
7. The contractor shall leave such recesses, holes, openings, etc., as may be required for the
electric, air-conditioning and other related works. (For this purpose, any required inserts, sleeves,
brackets, conduits, base plates, insert plates, clamps etc. shall be arranged by the contractor and
fix the same at the time of casting of concrete, stone work & brick work, if required, and nothing
extra shall be payable on this account.
8. The contractor shall give a trial run of the equipment and machinery for establishing its capability
to achieve the specifications within laid down tolerances to the satisfaction of the Engineer-in-
charge before commencement of work.
9. The work will be carried out in close coordination with the building work and other agencies.
Conduits will be laid in the slab within the specified time and it will have to be ensured that the
casting of slabs is not delayed for want of laying of conduits. The conduits will also be laid in walls
before the Plaster work is undertaken so as to avoid breaking cutting of plaster while making
chase for laying of conduits subsequently. The contractor will have to employ adequate labour for
carrying out the work. No claim regarding the idle labour for any reason will be entertained by the
Department.
10. No tools and plants including special T&P etc. shall be supplied by the department and the
contractor will have to make his own arrangements at his expenses.
11. All tools, plant and machinery provided by the contractor shall, when brought at the site, be
deemed to be exclusively intended for the construction and completion of this work and the
contractor shall not remove the same or any part thereof (save for the purpose of moving it from
one part of the site to another) without the consent of the Engineer-in-charge.
12. All materials shall be got checked & approved by the Engineer-in-charge on receipt of the same at
site before use and rejected material is to be removed from the site immediately.
13. No foreign exchange shall be made available by the department for the purchase of equipment,
plants, machinery, materials of any kind or any other items required to be carried out in execution
of work.
14. The contractor shall carry out his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor (s) or by the Engineer-in-charge and
shall as far as possible arrange his work and shall place and dispose of the materials being used
or removed, so as not to interfere with the operations of other contractors, or he shall arrange his
work with that of the others in an acceptable and coordinated manner and shall perform it in proper
sequence to the entire satisfaction of Engineer-in-charge.
15. All items which are not covered while carrying out electrical work shall be removed and shall be
cleared by the contractors as soon as the work is completed.
16. The contractor shall give the Engineer-in-charge in every fortnight, a progress report of the work
done during the previous fortnight. The progress of work will be reviewed periodically by the
Engineer-in-charge with the contractor and shortfalls, if any, sorted out. The contractor shall
thereupon take such action as may be necessary to bring back his work to schedule without any
additional cost to the department.
17. It shall be responsibility of the main contractor to sort out any dispute involved with the associated
contractor without any time and cost overrun to the department. The main contractor shall be
solely responsible for settling the dispute/litigation arising out of his agreement with the associate
contractor. The contractor shall ensure that the work shall not suffer on this account.
Page 40
18. The contractor shall quote his rates considering the specifications, terms & conditions and
particular specifications and special conditions etc. and nothing extra shall be payable whatsoever
unless otherwise specified.
19. The main contractor shall be responsible for coordinating the activities of all works and essential
progress of works as per milestone and laid down program.
20. The contractor shall be responsible for the watch and ward of the site/property/material provided
by him and materials issued by the department against pilferage and breakage during the period of
execution and thereafter till the work is completed and physically handed over to the department.
21. Samples of all materials, fittings and other materials/articles required for execution of the work
shall be got approved from the Engineer-in-charge. Materials/articles manufactured by the firms of
repute as indicated in tender documents and approved by the Engineer-in-charge shall only be
used.
22. The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material or work beyond set out tolerance limits shall be summarily rejected by the
Engineer-in-charge.
23. The contractor shall be required to make a sample flat for each type at the earliest opportunity
using all approved materials for approval of Engineer in charge before mass scale finishing works
are taken up.
24. Even ISI marked materials shall be subjected to quality test at the discretion of the Engineer-in-
charge besides testing of other materials as per the specifications described for the item/material.
Whenever ISI marked materials are brought to the site of work; the contractor shall, if required by
the Engineer-in-charge, furnish manufacturers test certificates to establish that the materials
procured by the contractor for incorporation in the work satisfy the provisions of IS codes relevant
to the material and/or the work done.
25. The contractor shall have to engage well experienced skilled labour and deploy modern T&P and
other equipment to execute the work.
26. The contractor will have to ensure that the skilled labour i.e. wireman etc., Engaged in the
execution of the work must possess valid electrical license, otherwise he will not be permitted to
execute the work.
27. The firm shall use only electrically operated chase cutting machine for cutting the chases in
the wall for recessed conduit wiring.
28. The contractor will have to make his own arrangement for storage of materials. No storage space
shall be provided by department.
29. The contractor will have to make his own arrangement for water and power supply for execution of
works.
30. The associate contractors executing the electrical works must possess the valid electrical
contractor license otherwise they will not be permitted to execute the electrical works.
31. The contractor shall be responsible for removal of all defects in the work during the
guarantee/warranty period. The department shall carry out routine maintenance only. However, if
any failure is noticed during this period which is attributable to poor quality of material and bad
workmanship, the contractor will be required to rectify the same at his own cost, failure of which
the department will be at liberty to get the defects rectified at the risk & cost of the contractor. The
contractor will also be required to carry out his own inspection/testing during the
guarantee/warranty period and attend to any defect taking place during this period.
Page 41
32. Priority to arrange the material shall be decided by the department. However, material required for
the work shall be brought at site only at the appropriate time keeping in view the progress of
building works as well as Electrical & Mechanical works. Decision of Engineer-in -charge in this
regard shall be final.
33. The contractor has to intimate his authorized representative, who will be receiving instructions in
his absence. The contractor /his authorized representative is bound to sign the site order book as
and when required by the Engineer-in-charge and to comply with the instructions therein.
34. Suitable back plates providing for fixing the wall brackets and ceiling flush fittings shall be supplied
by the contractor free of cost.
35. It shall be responsibility of contractor to provide polythene/PVC plastic cover for all SDBs/meter
boards/feeder pillars/panels etc. so as to protect them from wear & tear/damage during execution
stage. Contractor shall provide the covers for the materials if any being supplied departmentally
also. Nothing extra shall be paid on this account.
36. Contractor is fully responsible for any kind of damage to the LT/HT cable during execution of work.
No joints shall be allowed if the cable is damaged. Contractor has to replace the full length at his
own cost.
37. A suitable brass/tinned copper neutral link shall be fixed at suitable place in the Metallic outlet
boxes of all sizes to terminate neutral wire properly. Nothing extra shall be paid on this account.
38. Colour coding shall have to be adopted in the wiring system as per specification.
39. Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules. Nothing extra shall be
paid on this account. The lugs/thimbles/ferrules pressed by conventional/ordinary pliers shall not
be accepted.
40. A suitable brass/tinned copper neutral link shall be fixed at suitable place in the Metallic outlet
boxes of all sizes to terminate neutral wire properly. Nothing extra shall be paid on this account.
41. An earth termination with earth stud of brass/tinned copper i/c 2 No. metallic washers or suitable
earth bar of Brass/tinned copper with tinned copper thimbles/ferrules/lugs should be suitably fixed
at suitable place in the Metallic outlet box for termination of protective earth conductor. Nothing
extra shall be paid on this account.
42. In the outlet boxes, phase from one switch to other switch shall be looped with suitable size of
solid copper conductor. Nothing extra shall be paid on this account. Stranded conductor shall not
be accepted.
43. Only required number of knockouts should be removed from Metallic outlet boxes for entry of
conduits. If more than required number of knockouts are removed, the Metallic outlet box shall not
be accepted.
44. Separate G.I. boxes shall be used for staircase light switches and bell push. Nothing extra shall be
paid on this account.
45. Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape thimble/lugs/ferrules.
Nothing extra shall be paid on this account.
46. To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with laying of recessed
conduit. Nothing extra shall be paid on this account.
47. Cable connection to switch gear is deemed to be included in the item of end termination. No extra
payment shall be made for that.
Page 42
48. The contractor is advised to visit the site of work to have an idea of the execution of the work;
failure to do so shall not absolve their responsibility to do the work as specified in agreement.
49. The overall system shall be designed in such that if any monitoring system fails Data Center shall
still be functional.
50. A continuous cooling system to be designed to provide a stable thermal environment for the critical
IT equipments without any interruption meeting ASHRAE standards.
51. The design of the system should be such that it should be fault tolerant site infrastructure covering
dual power for all IT equipments, complimentary system and distribution paths must be physically
isolated from each other.
52. The successful bidder has to obtain all statuary approval including PESCO (Petroleum & safety
organization) licence for fuel storage above 2000 ltrs and its subsequent renewal before the expiry
of defect liability period.
53. Rates:
53.1. The work shall be treated as on works contract basis and the rates tendered shall be for complete
items of work (except the materials, if any, stipulated for supply by the department) inclusive of all
taxes (including works contract tax, if any), duties, and levies etc. and all charges for items
contingent to the work, such as packing, forwarding, insurance, freight and delivery at site for the
materials to be supplied by the contractor, watch and ward of all materials (including those
supplied by the department, if any) for the work at site etc.
54.1. Rates are inclusive of GST and all other Taxes, duties, levies and royalties and nothing extra shall
be payable to the contractor on account of this.
54.2. The GST shall be deducted from the bills of the contractor as applicable in at the time of
payments.
55.1. All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections as required, and all other sundry items which are useful and necessary for
proper assembly and efficient working of the various components of the work shall be deemed to
have been included in the tender, whether such items are specifically mentioned in the tender
documents or not.
55.2. Minor building works necessary for installation of equipment, foundation, making of opening in
walls or in floors and restoring to their original condition, finish and necessary grouting etc. as
required, shall be executed with in the quoted rates.
Unless and otherwise mentioned in the tender documents, the following works shall be done by
the contractor, and therefore their cost shall be deemed to be included in their tendered cost:-
(i) Foundations for equipment and components where required, including foundations bolts.
(ii) Cutting and making good all damages caused during installation and restoring the same to
their original finish.
(iii) Sealing of all floor openings provided by him for pipes and cables, from fire safety point of
view, after laying of the same.
Page 43
(iv) Painting at site of all exposed metal surfaces of the installation other than pre-painted
items like fittings, fans, switchgear/distribution gear items, cubical switchboard etc.
Damages to finished surfaces of these items while handling and erection, shall however
be rectified to the satisfaction of the Engineer-in-Charge.
(vi) Storage space for all equipment, components and materials for the work
57.1. The contractor has to make his own arrangement for the storage of the material at site &
necessary watch and ward of the electrical installation during the execution of work till the same is
handed over to the department. No extra payment will be made on this account. The storage
space shall however be arranged by the department at site, if available.
57.2. The main contractor shall arrange for proper storage of the electrical fans and fittings at site and
that double lock system shall be arranged for the fans and fittings after receipt at site until the time
they are taken for installation. The contractor shall however be responsible for proper storage and
safe custody of the same till their installation and handing over to the department.
Power and water supply will be arranged by the contractor at the site for installation
purpose.However, for final testing purpose after complete installation of the electrical items,
electricity supply will be made available free of cost to the contractor. Contractor will take due care
to ensure safety of electrical installation during execution of work.
All tools and tackles required for handling of equipment and materials at site of work as well as for
their assembly and erection and also necessary test instruments shall be the responsibility of the
contractor.
Running bill Payments for work done shall be made as per the relevant clauses of contract.
However, for items involving SITC of equipment, part payments may be all allowed by the
Engineer-in-charge as below:
a) After initial inspection and delivery of equipment/ material at site in good condition on pro
rata basis @ 70%
The contractor shall co-ordinate with all other agencies involved in the building work so that the
building work is not hampered due to delay in his work. Recessed conduit and other works, which
directly affect the progress of building work, should be given priority.
Care shall be taken by the contractor to avoid damage to the building during execution of his part
of the work. He shall be responsible for repairing all damages and restoring the same to their
original finish at his cost. He shall also remove, at his costs, all unwanted and waste materials
arising out of his work, from the site.
Page 44
(i) No structural member in the building shall be damaged/altered, without prior approval from
the competent authority through the Engineer-n-charge.
(ii) Structural provisions like openings, cutouts, if any, provided by the department for the
work, shall be used. Where these required modifications, or fresh provisions are required
to be made, such contingent works shall be carried out by the contract at his cost.
(iii) All such openings in floors provided by the department shall be closed by the contractor
after installing the cables/conduits/rising mains etc. as the case may be, by any suitable
means as approved by the Engineer-in-charge without any extra payment.
(iv) All chases required in connection with the electrical works shall be provided and filled by
the contractor at his own cost to the original architectural finish of the buildings.
Any addition, temporary or permanent, to the existing/ Proposed electrical installation shall not be
made without a properly worked out scheme/design by a qualified Electrical Engineer to ensure
that such addition does not lead to overloading, safety violation of the existing/ Proposed system.
(i) When work is executed in occupied buildings, there would be minimum of inconvenience
to the occupants. The work shall be programmed in consultation with the Engineer-in-
charge and the occupying department. If so required, the work may have to be done even
before and after the office hours.
(ii) The contractor shall be responsible to abide by the regulations or restrictions set in regard
to entry into, and movement within the premises.
(iii) The contractor shall not tamper with any of the existing installations including their
switching operations or connections there to without specific approval from the Engineer-
in-charge.
66. Drawings:
(i) The work shall be carried out in accordance with the drawings and the tender documents
and also in accordance with modification thereto from time to time as approved by the
Engineer-in-charge.
(ii) All wiring diagrams shall be deemed to be ‘Drawings’ within the meaning of the term as
used in Clause 11 of the General Conditions of Contract (PWD 7/8). They shall indicate
the main switch board, the distribution boards (with circuit numbers controlled by them),
the runs of various mains and sub mains and the position of all points with their controls.
(iii) After award of the work, the firm will be required to submit detailed drawings for the
proposed work including layout plan, conduit routes showing location of points and height
etc. Work will be carried out as per the approved drawings before start of work.
67.1. All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act,
1910 and Indian Electricity Rules, 1956 amended up to date (Date of call of tender unless
specified otherwise). List of rules of particular importance to electrical installations under these
General Specifications is given in Appendix C for reference.
Page 45
68.1. Quality of material: All materials and equipment supplied by the contractor shall be new. They
shall be of such design, size and materials as to satisfactorily function under the rated conditions
of operation and to withstand the environmental conditions at site.
69.1. Materials and equipment to be used in the work shall be inspected by the departmental officers.
Such inspection will be of following categories:
69.2. Adequate care to ensure that only tested and genuine materials of proper quality are used in work
shall be ensured by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the department to
ensure timely delivery.
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, rising
main, other main items etc., its copy shall be endorsed to the CPWD Engineer-in-charge.
(iii) The firm will be required to procure material like exhaust fans, MCB’s & DB’s, switches &
sockets, wires & cables, conduits and switchgears etc directly from the manufacturer/
authorized dealers to ensure genuineness & quality and as per the approved makes only.
Proof in this regard shall be submitted by the contractor before installation at site to the
department.
(v) Delivery of material shall be taken up only with the consent of department, after clearance
of the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test certificate, at
its discretion.
69.3. Similarly, for fabricated equipment, the contractor will first submit dimensional detailed drawings for
approval before fabrication is taken up in the factory. Suitable stage inspection at factory also will
be made to ensure proper use of materials, workmanship and quality control.
70.1. All components in a wiring installation shall be of appropriate ratings of voltage, current and
frequency, as required at the respective sections of the electrical installations in which they are
used.
70.2. All conductors, switches and accessories shall be of such size as to be capable of carrying the
maximum current, which will normally flow through them, without their respective ratings being
exceeded.
Page 46
71.1. All components shall confirm to relevant Indian Standard Specifications wherever existing.
Materials with ISI certification mark shall be preferred.
71.2. Relevant Indian Standards including amendments or revisions thereof up to the date of tender
acceptance shall be applicable in the respective contracts for respective items, firm to ensure its
compliance.
72. Interchangeability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears, ceiling roses,
brackets, pendants, fans and all other fittings of the same type shall be interchangeable in each
installation.
73. Workmanship:
73.1. Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall confirm to sound engineering practice.
73.2. Proper supervision/skilled workmen: The contractor shall be a licensed electrical contractor of
appropriate class suitable for execution of the electrical work. He shall engage suitably
skilled/licensed workmen of various categories for execution of work supervised by supervisors /
Engineer of appropriate qualification and experience to ensure proper execution of work. They will
carry out instruction of Engineer-in-charge and other senior officers of the Department during the
progress of work.
73.3. Use of quality materials: Only quality materials of reputed make as specified in the tender will be
used in work.
73.4. Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in a
factory/workshop having modern facilities like quality fabrication, seven tank process,
powder/epoxy paint plant, proper testing facilities, manned by qualified technical personnel. These
shall be as per make / item approved.
74. Testing:
74.1. All tests prescribed in the Specification, to be done before, during and after installation, shall be
carried out, and the test results shall be submitted to the Engineer-in-charge in prescribed
Performa, forming part of the Completion Certificate.
74.2. All incidental expenditure to be incurred for testing of samples e.g. Packaging, sealing,
transportation, loading, unloading etc. and testing charges for conducting tests as per
specification, shall be borne by the contractor.
75.1. After the work is completed, it shall be ensured that the installation is tested and commissioned.
75.2. The contractor shall furnish copy of detailed instructions and manuals of manufacturers for all
items of equipments regarding installation, adjustments, operations and maintenance including
preventive maintenance and troubleshooting together with all relevant data sheets, spare parts
catalogue and workshop procedure for repairs, assembly and adjustment etc. all in triplicate. It can
be one original copy & the other two may be the photocopy of the original
76.1. For all works completion certificate after completion of work shall be submitted to the Engineer-in-
charge.
Page 47
76.2. Completion plan drawn to a suitable scale in A2 Sheet (It shall be laminated if desired by the Site-
in-Charge) indicating the following, and three copies of the same shall also be submitted.
77.1. The installation will be handed over to the department after necessary testing and commissioning.
The installation will be guaranteed against any defective design/workmanship/performance.
Similarly, the materials supplied by the contractor will be guaranteed against any manufacturing
defect, inferior quality. The guarantee period will be for a period of5 years for all LED fittings and
36 months for other equipments counted from the date of completion of work. Contractor has to
submit warantee certificate from manufacturer/OEM.
77.2. Installation / equipment or components thereof shall be rectified/ repaired to the satisfaction of the
Engineer-in-charge. Sufficient trained and experienced staff shall be made available to meet any
exigency of work during the guarantee period.
77.3. The routine as well as preventive maintenance for one year by manufacturer shall be carried out
from the date of taking over the installation by department. Including attending all call back of
break down round the clock, 365 days in a year in guarantee period.
77.4. In case it is felt by the department that undue delay is being caused by the contractor in doing this,
the same will be got done by the department at the risk and cost of the contractor. The decision of
the Engineer-in Charge in this regard shall be final.
78. INDEMNTIY :
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipments under
the supervision of the successful tenderer in so far as the latter is responsible. The successful
tenderer shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the tenderer due to the above.
The Contractor shall be required to obtain NOC from Chief Fire Officerand work shall be deemed
to be completed only after receiving NOC from CFO & rectification if any. Statutory fee if any shall
be paid by department. However, all liasoning work / arranging inspection of CFO shall be the
responsibility of contractor.
Page 48
SPECIAL SPECIFICATIONS& CONDITIONS
GENERAL
1.1. Except for the items, for which Particular Specifications are given herein or where it is specifically
mentioned otherwise in this bid document, the work shall generally be carried out in accordance
with the CPWD Specifications. Wherever CPWD Specifications are silent, the latest BIS
Codes/Specifications, National Building Code-2016, Manufacturers Specifications, Sound
Engineering practices or well-established local construction practices as decided by the
Engineer-in-charge shall be followed.
1.2. A reference made to any Indian Standard Specifications in the document, 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.
1.3. All hardware items such as screws, thimbles, connectors, earth/neutral terminals, wires etc. which
are essentially required for completing any item as per specifications will be deemed to have been
included in the item even when the same have not been specifically mentioned.
1.4. All hardware material such as nuts/bolts/screws/washers etc. to be used in the work shall be
zinc/cadmium plated iron. The galvanized boxes of modular switch/sockets etc. shall be of the
same make as of switch/socket etc.
1.5. While laying conduit, suitable minimum number of junction boxes shall be left for pulling the wires.
These shall be placed in such a way that the same do not remain noticeable.
1.6. Any conduit which is not be wired by the contractor shall be provided with GI fish wire for wiring by
some other agency subsequently. Nothing extra shall be paid for the same.
1.7. Multi stranded FRLS PVC insulated copper conductor wires are to be used in the work.
Termination of multi-stranded conductors shall be done using crimping type copper thimbles at
both the ends. Nothing extra shall be paid for the same.
1.8. The contractor shall follow the shortest route for circuits, sub-main, point wiring etc.
1.9. The connections of switches, sensors, earthing conductors & interconnections cables shall be
made by adequate rating thimbles of approved standard makes only and nothing extra on this
account shall be paid.
1.10. Check nuts shall be provided while terminating the M.S. conduits in switch board boxes for which
nothing extra shall be paid.
1.11. All distribution boards shall be marked with circuits controlling the rooms/area/SDB controlled
1.12. Material to be used in the work shall be ISI marked. The makes of materials have been indicated in
the list of acceptable makes. No other make will be acceptable. The material to be used in the
work shall be got approved from the Engineer-in-charge before its use at site. The Engineer-in-
charge shall reserve the right to instruct the contractor to remove the material which, in his opinion,
is not as per specifications
1.13. While deciding the size of switch boxes for light points/fan point, exhaust fan point items, extra two
modules will be provided for each fan point for fixing of regulator(s) (fan regulator is to be provided
under different item). Wherever extra modules are available, the same shall be provided with
blanking plates without any extra cost.
Page 49
1.14. Modular type switches/sockets/telephone outlets/TV sockets are to be provided wherever indicated
in the items. The same shall be of only one make. The modular plates of switches, sockets,
telephone & TV sockets etc. shall be in two parts i.e. plates with frames with in quoted rates.
1.15. The building shall be provided with false ceiling in various areas. In order to avoid maintenance
problem, the contractor will not provide any ceiling rose/connector/looping box etc. above the false
ceiling. The point wiring in that case will be extended up to the fitting/fan etc. directly without
provisions of any termination arrangement in between. The wire from the end point up to the
fixture shall be considered to be included in the point wiring. Nothing extra shall be paid for the
same.
1.16. Wherever it is not possible to provide rigid conduits, flexible conduit pipe shall be provided for
drawing/running the wires. However, such arrangement has to be kept to the barest minimum and
only with the prior approval of Engineer-in-charge.
1.17. Earthing and all hidden items of work shall be carried out in the presence of the Engineer-in-
charge or his authorized representative.
1.18. The fan box cover shall be made from 3mm thick phenolic laminated sheet as per CPWD
specification.
1.19. The contractor shall provide only metallic junction boxes/looping boxes with cover of required sizes
even in PVC conduiting and such boxes shall be measured as a part of conduit/wiring without any
extra payment.
1.20. The metallic junction boxes & looping boxes shall be covered with approved makes of phenolic
laminated sheet. For telephone, television & fire alarm system shall be provided at all the floors
within scope of work without any extra cost as per requirement & layout approved by Engineer-in-
charge.
1.21. The firm has to go through the site order book kept with the Junior Engineer (E) regularly and has
to sign the same and carryout the instructions recorded therein by various officers of the
department.
1.22. The quantities of various items may vary from the quantities given in schedule of work. The agency
shall bring the various items & materials as per actual requirement at site at the time of execution
of work. Excess quantities shall not be accepted & paid by the department.
1.23. The ceiling roses wherever required to be provided are included in the scope of work without extra
payment and the same shall also be of modular type & of the same make as that of switches &
sockets along with earthing provision.
1.25. The MCB distribution boards shall be factory fabricated in the works of the manufacturer of the
MCB’s of any of the makes specified and the same shall be duly pre-wired in the works. The board
shall be brought to site in ready for installation condition. The MCBs and the MCB distribution
board shall be of the same make.
1.26. Microprocessor type MCCB should have centrally adjustable overload setting & short circuit setting
as per OEM standards. All MCCB should be ICS=ICU.
1.27. Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules. Nothing extra shall be
paid on this account. The lugs/thimbles/ferrules pressed by conventional/ordinary pliers shall not
be accepted.
1.28. All the equipments shall be delivered with (i) Manufacturer´s test certificate, (ii) Manufacturer´s
technical catalogues and Installation / Instruction (O&M) manuals.
Page 50
1.29. The work shall be carried out according to approved drawing/details which shall be subsequently
issued to the successfully qualified bided bidderfor execution, in stages as per instruction of the
Engineer-in-Charge who will have the right to change the layout as per requirement at site and the
contractor shall not have any claim due to change in layout.
1.30. The bad workmanship will not be accepted, and defects shall be rectified at contractor’s cost to the
satisfaction of the Engineer-in-Charge. The program of electrical works is to be coordinated in
accordance with the building work.
1.31. The contractor or his engineer is bound to sign the site order book as and when required by the
Engineer-in-Charge and to comply with the remarks therein.
1.32. The contractor has to make his own arrangements for stores and watch & ward. No extra claim for
this will be entertained.
1.33. The contractor shall make his own arrangements for electrical power supply for the construction
activities. No extra payments for the same will be made.
1.34. The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be
got approved from the Engineer-in-charge.
1.35. The connection inter connection, earthing and inter earthing shall be done by the contractor
wherever required and nothing extra shall be paid on this account.
1.36. All the sub main and circuits wiring includes loose wire for connections inside switch boxes and
MCB DBs. No payment for these loose wires shall be made.
1.37. All PVC/ MS conduits accessories shall be of the same make as conduits and shall be ISI marked.
The conduits shall be terminated as switch boxes/metallic junction boxes with suitable
glands/check nuts.
1.38. Concern EE(E) shall have to confirm the quality of materials used at site.
Page 51
TECHNICALCONDITIONS FOR SUBSTATION
Specifications:- The work shall be executed as per CPWD’s general Specifications for Electrical Works,
Part-I-2013, Part-II-1994 (External) & Part-IV-2013 for Sub-Station. Indian Standards amended upto date
and as per direction of Engineer-in-Charge. The additional Specifications are to be read with above and
in case of any variation, Specifications given along with the tender shall apply.
Indemnity :-
The successful tenderer shall at all times indemnify the department, consequent on this works contract.
The successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any
accident occurring due to any cause and the contractor shall be responsible for any accident or damage
incurred or claims arising three from during the period of erection, construction and putting into
operation the equipments and ancillary equipment under the supervision of the successful tenderer in
so far as the latter is responsible. The successful tenderer shall also provide all insurance including
third party insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer on account of the above.
Insurance and Storage: -
All consignments are to be duly insured upto the destination from warehouse at the cost of the
contractor. The insurance covers shall be valid till the equipment is handed over duly installed, tested
and commissioned.
Inspection by CEA:- After completion of the work, the contractor will offer the same for inspection of
Central Electricity Authority, if applicable. The contractor will extend all help including test facilities to
the representative of Central Electricity Authority. In case the contractor fails to make desired facilities
available during inspection, the department reserve the right to provide the same at the risk & cost of
the contractor. The observation of Central Electricity Authority which are a part of agreement will be
attended by the contractor promptly. The installation will be commissioned only after receiving
clearance from Central Electricity Authority. Inspection fees of Central Electricity Authority will be paid
by the contractor and shall be reimbursed to the firm by department on actual basis.
The material required to be used in the work shall be got approved from the Engineer- in-charge before
its use at site. The Engineer-in-charge shall reserve the right to instruct the contractor to remove the
material which, in his opinion, is not as per Specifications.
Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to prove the
genuineness of material/purchases. The responsibility of procurement, genuine material of specialized
works shall rest with the contractor.
Page 52
LIST OF PREFERRED MAKES FOR E&M WORK
Note:-
1. In case make of any equipment or material is not specified in the NIT, the matter shall be
referred to the NIT approving authority and obtain the approval. Thereafter the agency
can proceed with the supply of material.
2. Manufacturer’stestcertificatesofallmajorequipments/materials/panelsofi.e.A i r
W a s h e r , A i r S c r u b b e r , E x h a u s t u n i t , V F D , f a n , etc are required
at the time of supply and the year ofmanufacturing should be current. Materials of old
manufacturing date (more than six months) willnotbeaccepted.
3. Only the following makes of equipment/accessories which should comply with the
relevant specifications given in the BOQ/tender documents shall be acceptable.
4. The brand of material from this list of preferred material will be got approved by the
contractor from engineer-in-charge.
5. Preffered make can be changed by the Nit approving authority/Engineer-in-charge if
required.
SNo. Equipments/Materials Make
1. Feeder Pillar Tricolite/Adlec/Control and Contracts/SPC
Electrotech/Precisionsystemcontrol/Neptune/Applicat
ion Control Pvt. Lt.
2. AMF Panel Sudhir Gen-set/Kirloskar/Koel Green
Page 53
22. Aspermakeapproved byEngineer-In-charge.
Allotheritemsnotcoveredabove
Note:
Makes other than specified above (if necessary) shall be approved by the Executive Engineer (E),
Faridabad Electrical Division, CPWD, Faridabad.
The firm has to ensure that equipment manufacturer comes under definition of local
manufacturers as per Govt. of India, Policy of Public Procurement (Preference to make in India)
order, 2017(PPM-MII order 2017) issued by Department of Industrial Policy and Promotion. Only
products conforming to above policy shall be allowed to be used in the work.
Page 54
SCHEDULE OF WORK
Name of Work :- Providing and Fixing 125 KVA DG Set at NCCBM Ballabhgarh, Faridabad.
Sr. Description of Item
No. Qty Rate Unit Amount
Sub-head ‘A’ (Equipments)
1 Providing, Installing, Testing and
Commissioning of ‘Silent Type’ Diesel
Generating set complying CPCB IV/IV
+ norms alongwith having Prime
Power Rating of 125 KVA, 415 volts
at 1500 RPM, 0.8 lagging power factor
at 415 V suitable for 50 Hz, 3 phase
system & for 0.85 Load Factor and
consisting of the followings:
(a) Diesel Engine:
Diesel engine 4 stroke water cooled,
electric start, of suitable BHP at 1500
RPM suitable for above output of
alternator at 40 Degree C, 50% RH &
at 1000 Meter MSL and conforming to
BS 5514, BS 649, IS 10000, capable of
taking 10% over loading for one hour
after 12 hours of continuous operation.
The engine will be fitted complete with
all the required accessories.
(B) Engine mounted Instrument Panel
fitted with and having digital display
for following:
(i) Start-stop switch with key
(ii) Water temperature indication
(iii) Lubrication oil pressure indication
(iv) Lubrication oil temperature indication
Page 55
Synchronous alternator rated at 125
KVA, 415 volts at 1500 RPM, 3 phase
50 Hz, AC supply with 0.8 lagging
power factor at 40 Degree C, 50% RH
& at 1000 Meter MSL. The alternator
shall be having SPDP enclosure,
brushless, continuous duty, self-excited
and self-regulated through AVR
conforming to IS/IEC: 60034-1
suitable for tropical conditions and
with classF/H insulation.
(D) 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 cement concrete foundation
and vibration isolation arrangement as
per recommendations of manufacturer.
(E) Fuel Tank:
Daily service fuel tank fabricated out
of suitable thickness M.S. sheet
complete with all standard accessories
and fuel piping between fuel tank and
diesel engine with MS class ‘C’ pipes
of suitable dia. Complete with valves,
level indications & accessories as
required as per specifications.
(F) Exhaust System:
Dry exhaustmainfold with hospital
exhaust silencer and catalytic convertor
with rain cap suitably optimised to
meet noise limit.
(G) Starting System:
12V/24V DC starting system
comprising of starter motors:
voltage regulator and arrangement
for initial excitation complete with
suitable nos. of batteries.
Page 56
(I) Fabricating, Installing, Testing &
Commissioning of automatic mains
failure control including auto by-pass
panel, suitable for 125 KVA silent
type DG set complete with relays,
timers, set of CTs for metering &
protection and energy analyser to
indicate currents, phase and line
voltages, frequency, power
factor, KWH, KVARH & provision
for overload, short circuit, restricted
earth fault, under frequency, control
cabling from AMF panel to diesel
engine and elsewhere if required, all
complete and inter locking including
the following:
(i) 2 Nos. 250 Amp., 36 KA, 4 pole
MCCB for O/C & E/F and shunt trip
to be provided in AMF Panel for
suitable operation.
(ii) Auto/Manual/Test/Off selector switch
Page 57
(ix) ON/OFF/Control circuit switch with
indicator
(J) On site/factory testing of DG Set at
100% load at unity power factor for 12
Hrs. and 110% load at UPF for 1 Hr i/c
making arrangement for HSD oil,
heating load etc as reqd as per direction
of Engineer-in-charge. 1 Job 2008327.00 Job 2008327.00
Total of Sub-head ‘A’ 2008327.00
Sub-head ‘B’ Cable Laying
1. Supplying and Laying of one number
PVC insulated and PVC sheathed /
XLPE power cable of 1.1 KV grade of
following size in the existing RCC/
HUME/ METAL/HDPE pipe as
required.
a) 3.5X120 sq. mm 10 Mtrs. 1677.00 P.Mtr. 16770.00
2. Supplying and Laying and fixing of
one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1
KV grade of following size on wall
surface as required.
a) 3.5X120 sq. mm 10 Mtrs. 1753.00 P.Mtr. 17530.00
3. Supplying and making end termination
with brass compressiongland and
aluminium lugs for following size of
PVC insulated and PVC sheathed /
XLPE aluminium conductor cable of
1.1 KV grade as required.
a) 3.5 X 120 sq. mm (45mm) 4 Set 613.00 Set 2452.00
4. Supplying and laying of following size
DWC HDPE pipe ISI marked along
with all accessories like socket, bend,
couplers etc. conforming to IS 14930,
Part Il complete with fitting and
cutting, jointing etc. in the existing
trench, complete as required.
a) 63 mm dia (OD-63 mm & ID-51 mm
nominal) 10 Mtrs. 127.00 P.Mtr. 1270.00
5. Providing and fixing 6 SWG dia G.I.
wire on surface or in recess for loop
earthing along with existing surface/
recessed conduit/ submain wiring/
cable as required. 40 Mtrs. 42.00 P.Mtr. 1680.00
Total of Sub-head ‘B’ 39702.00
Sub-head ‘C’ Earthing
Page 58
1. 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. 4 Sets 7472.00 Set 29888.00
2. Providing and fixing 25 mm X 5 mm
G.I. strip on surface or in recess for
connections etc. as required. 10 Mtrs. 244.00 P.Mtr. 2440.00
3. Providing and laying in position
cement concrete of specified grade
excluding the cost of centering and
shuttering - All work up to plinth level
:
a) 1:3:6 (1 Cement : 3 coarse sand (zone-
III) derived from natural sources : 6
graded stone aggregate 40 mm nominal
size derived from natural sources)
1 Cum 6670.25 Cum 6670.25
Total of Sub-head ‘C’ 38998.25
Sub-head ‘D’ Earth Mat
1. Fixing of Earth mat (2 mtr. X 1 mtr.) of
11 KV and 415 V LT in existing Sub-
station and DG set area and other LT
instllations with suitable adhesive on
concrete floor/ existing ground i/c
making necessary cuttings as per floor
design to avoid damage to earth mat
and dieelectric leakage complete etc as
reqd.
100 Sq.mtr.
172.00 Sq.mtr. 17200.00
Total of Sub-head ‘D’ 17200.00
G.TOTAL 2104227.00
Add GST 6.33% on DSR items No.3(a),4(a),5(a) of Sub-head-B, Item
No.1,2,3(a) of Sub-Head-C (Rs.44400.25) 2810.54
Total 2107037.54
Say Rs. 2107038.00
Page 59
PART - D
FINANCIAL BID
Page 60
PROFORMA FINANCIAL BID
Name of Work: Providing and Fixing 320 KVA DG Set in CGO Complex NH-IV, Faridabad.(SH:-
Charge to contingencies of (i) Major replacement of UG LT Cable and distribution
panels at NSG, Manesar. (ii) Construction of 198 Nos. Staff Residential Quarters
Type-II-96 Nos., Type-III-102 Nos. for Income Tax Departments, RCC Framed
Structure on EPC basis at Sector-28, Faridabad, Haryana.)
Name of Contractor:………………………………………………………………
Quoted Percentage
S. Estimated Cost TOTAL TENDERED
Component of Work (at par/above/below) the
No. (Rs.) AMOUNT (Rs.)
Total Estimated Cost
(E&M Works)
1. 21,07,038/-
(As per Schedule of Qty)
Page 61