Tendernotice 1
Tendernotice 1
Page 1 of 39
OFFICE MEMORANDUM
No. 17/IITGN/IWD/2024-25
Notice Inviting e-Tender for the following work has been approved for Rs. 8,91,744/-
Superintending Engineer
Indian Institute of Technology Gandhinagar
Page 2 of 39
INDEX
Page 3 of 39
e-Tender Notice
The Superintending Engineer, IIT Gandhinagar, Palaj, Gandhinagar invites online percentage rate bids
on behalf of Director, IITGN in two-bid system for the following work:
Page 4 of 39
भारतीय प्रौघोगिकी संस्थान िांधीनिर
INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR
INFORMATION & INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART
OF TENDER DOCUMENT AND TO BE POSTED ON WEBSITE
12 (Twelve ) Months
Rs. 8,91,744/-
Rs. 17,835/-
16.07.2024
15.07.2024
15:00 hrs
15:30 hrs
Annual Maintenance
Upto
1 of Vertiv Make UPS
at
system installed at IIT
Gandhinagar. .
2. No Eligibility Criteria is required for OEM (Original Equipment Manufacturer) i.e M/s/ Vertiv
Energy Private Ltd and for Authorized Dealer of OEM bellow mentioned eligibility criteria is
required.
3. The authorized dealer of OEM who fulfill the following requirements shall be eligible to apply.
Joint ventures are not accepted. Should have experience of having successfully completed works
during last 7 years up to previous day of last date of submission of tender, as given below:
i) One similar work of value not less than 80% of the estimated cost put to tender.
OR
ii) Two similar works each of value not less than 60% of the estimated cost put to tender.
OR
iii) Three similar works each of value not less than 40% of the estimated cost put to tender.
Page 5 of 39
The values of executed work shall be brought to current costing level by enhancing the actual value of
work at simple rate of interest of 7% per annum, calculated from the date of completion to the last date of
submission of Bid.
Contractor shall submit completion certificate for such works for pre-qualification. Pre-qualification
application received without such experience (Completion Certificate) shall be summarily rejected.
iv) Tenderer shall submit self-attested certificate of completion certificate(s), issued by the officer not
below the rank of Executive Engineer or equivalent in case of Govt. works. For non-Govt. work the
completion certificate shall be accompanied with TDS certificate indicating payment made to the
firm against the work. Completion certificate must clearly indicate.
1. Name of work
2. Stipulated date of start and actual date of completion.
3. Gross Value of work done
4. That the work has been completed satisfactorily.
5. Full address of client, officer issuing the certificate and location where work is executed.
To become eligible for consideration of bid, the bidder shall have to furnish an affidavit as under.
I/ we undertake and confirm that eligible works has/ have not been got executed through another
contractor back-to-back basis. Further that, if such violation comes to the notice of institute before the
date of start of work, the engineer In Charge shall be free to forfeit the entire amount of Earnest money
and Performance guarantee deposited.
v) Applicant has to deposit Online payment of Rs. 17,835/- (Rs. Seventeen Thousand Eight Hundred
Thirty Five Only) towards refundable EMD.
vi) Details for online payment:
Beneficiary name: IIT Gandhinagar Revenue Account
Account no: 5159132000006
IFSC Code: CNRB0005159
Bank Name: Canara Bank
Branch address: Campus of IITGN, Palaj, Gandhinagar, Gujarat 382055.
The bank Transection reference slip shall be uploaded with PQ bid.
vii) a) The details of online transfer must be provided at ‘Form A’ available with this document. Form
A must be uploaded in PQ bid of tender bid document, with a subject line ‘EMD for NIT No:
17/IITGN/IWD/2024-25.
viii) The EMD of the successful bidder will be returned without any interest after submission of
Performance Guarantee. The earnest money of unsuccessful bidders shall be returned after
financial evaluation. Please provide details of particulars for the refund in ‘Form B’ and upload
the same along with PQ bid’. For further query regarding the EMD, bidder(s) are required to
contact Assistant Executive Engineer, IITGN through e-mail, [email protected]
ix) Following guideline shall be followed with regards to submission of tender: Tender will be
submitted online only and in two-bid system.
Page 6 of 39
Part-1 PQ cum Technical Bid
a). This Bid will contain documents related to eligibility criteria including scanned copy of EMD and list
of documents mentioned in NIT to be scanned and uploaded. Experience Certificates will be signed by
the officers of not below the rank of Executive Engineer in case of Government departments/ Government
Undertakings. In case of Private organizations, certificates should be accompanied with respective TDS
certificates.
b). Schedule of departure- Annexure-II
c). Form A
d). Form B
x) The time & date of opening the price bid shall be intimated later on by the Superintending
Engineer, Building & Works Department, Indian Institute of Technology Gandhinagar, Academic
Block-9/303 Village Palaj, Gandhinagar, Gujarat-382055.
xi) 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.
xii) Information and Instructions for bidders posted on the website shall form part of this bid
document.
Bid documents, consisting of plans, specifications, the schedule of quantities of items to
be executed and set of terms and conditions of the contract can be seen and down loaded from
website http://www.iitgn.ac.in/tender_bwd.htm or www.eprocure.gov.in
xiii) Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on website.
xiv) IIT Gandhinagar reserves the right to reject any prospective application without assigning any
reason and to restrict the list of qualified contractors to any number deemed suitable by it, if too
many bids are received satisfying the laid down criterion.
xv) The intending bidder must have valid class-III digital signature to submit the tender.
xvi) Contractor can upload documents in the form of JPG format and PDF format.
xvii) The eligibility bid shall be opened first on due date and time as mentioned above. Price bid shall
be opened for eligible firms only.
xviii) On opening date, the contractor can login and see the tender opening process. After opening of
tenders, he will receive the competitor tender sheets.
Page 7 of 39
xix) Availability of Office:
Perspective tenderer shall have an Office Premises at Gujarat. A certificate in this effect shall be issued
by the tenderer and address of local service station shall be mentioned in the certificate attached. In case
successful contractor is not having an Office at Ahmedabad/Gandhinagar, he will acquire an office at
Ahmedabad/Gandhinagar and depute his management staff within 15 days of award of work failing which
recovery of Rs. 50, 000/- PM shall be affected from his bill.
xx) Pre Bid Conference will be held on 01.07.2024 at 11.00 Hrs, in the office of the
Superintending Engineer IITGN, Palaj Gandhinagar.
xxi) Intending bidder should have their own office at Gujarat. This office address shall be
declared and submitted along with tender documents.(as per attached performa
Annexure-IV)
xxii) List of documents to be filled in by the bidders in various forms as indicated in NIT, to be
scanned and uploaded within the period of bid submission:
xxiii) Any clarification on the content of NIT/ Tender document can be referred to the Superintending
Engineer, IIT Gandhinagar (Phone No. 079-2395-1175) email: [email protected] by
making a written requested up to 01.07.2024 at 17:00 Hrs. Effort will be made to issue
clarification in this connection in writing in next days by IIT Gandhinagar.
24. Corrigendum / Addendum to this tender if any will be uploaded on website mentioned above. Bidders
/ prospective bidders may kindly note this.
Superintending Engineer
IIT Gandhinagar
Page 8 of 39
CPWD-6
FOR e-TENDERING
The Superintending Engineer, Indian Institute of Technology Gandhinagar (IITGN), Academic Block No.
09/303, IIT Gandhinagar, Palaj, Gandhinagar, Gujarat 382055 on behalf of the Director, IIT Gandhinagar
invites the online percentage rate bid, in two-bid system, from OEM (M/s/ Vertiv Energy Private Ltd
)/Authorized Dealer of OEM in the field of Maintenance of UPS.
Name of Work: Annual Maintenance of Vertiv Make UPS system installed at IIT Gandhinagar. .
1.1 The work is estimated to cost Rs 8,91,744/- This estimated cost, however, is given merely as a rough
guide.
1.2 No Eligibility Criteria is required for OEM (Original Equipment Manufacturer) i.e M/s/ Vertiv
Energy Private Ltd and for Authorized Dealer of OEM bellow mentioned eligibility criteria is
required.
1.3 The authorized dealer of OEM who fulfill the following requirements shall be eligible to apply. Joint
ventures are not accepted. Should have experience of having successfully completed works during
last 7 years up to previous day of last date of submission of tender, as given below:
a. One similar work of value not less than 80% of the estimated cost put to tender.
OR
b. Two similar works each of value not less than 60% of the estimated cost put to tender.
OR
c. Three similar works each of value not less than 40% of the estimated cost put to tender.
1.4 Applicant has to deposit Online payment of Rs. 17,835/- (Rs. Seventeen Thousand Eight Hundred
Thirty Five Only) towards refundable EMD.
1.5 Details for online payment:
Beneficiary name: IIT Gandhinagar Revenue Account
Account no: 5159132000006
IFSC Code: CNRB0005159
Bank Name: Canara Bank
Branch address: Campus of IITGN, Palaj, Gandhinagar, Gujarat 382055.
The bank Transection reference slip shall be uploaded with PQ bid.
1.6 Contractor has to upload self-attested copies of Completion certificate(s) issued by the officer, not
below the rank of Executive Engineer or equivalent, for Govt works, in readable format. For non-Govt.
Page 9 of 39
work the completion certificate shall be accompanied with TDS certificate indicating payment made to
the firm against the work.
Completion certificate must clearly indicate.
The completion certificate must clearly indicate.
a. Name of Work
b. Stipulated date of Start and actual date of completion
c. Gross value of work done.
d. That the work has been completed satisfactorily.
e. Full address of client, officer issuing the certificate and location where work is executed.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7 (or other
Standard Form as mentioned), which is available as a Govt. of India Publication (and available on
website www. cpwd.gov.in Bidders 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 12 (Twelve ) 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. The site for the work is available.
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 on the
website http://www.iitgn.ac.in/tender_bwd.htm or www.eprocure.gov.in
6. The bid submitted shall become invalid if:
(i) The bidders are found ineligible.
(ii) The bidders do not submit all the documents as 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 bidder in the office of
bid opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote on
total amount, the tender shall be treated as invalid and will not be considered as lowest
tenderer.
7. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any
scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/ Pay
order of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs.
1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any
Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in Schedule
‘F’, including the extended period if any, the contractor shall be suspended for one year and shall not
be eligible to bid for institute from date of issue of suspension orders. The contractor whose bid is
Page 10 of 39
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 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.
8. 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 bidders shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, facilities for workers and all other services
required for executing the work unless otherwise specifically provided for in the contract documents.
Submission of a bid by a bidders implies that he has read this notice and all other contract documents
and has made himself aware of the scope and specifications of the work to be done and of conditions
and rates at which stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.
9. The competent authority on behalf of the Director IIT Gandhinagar 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.
10. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liable for rejection.
11. The competent authority on behalf of Director of IITGN, Gandhinagar reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the
rate quoted.
12. 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 prior permission of
the Government of India in writing. This contract is liable to be cancelled if either the contractor or
any of his employees is found any time to be such a person who had not obtained the permission of
the Government of India as aforesaid before submission of the bid or engagement in the contractor’s
service.
13. The bid for the works shall remain open for acceptance for a period of 75 days from the date of
opening of bid. If any bidders withdraw his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the IIT shall, without prejudice to any other right or remedy, be at
liberty to forfeit 50% of the said earnest money as aforesaid. Further, the bidders shall not be allowed
to participate in the re-bidding process of the work.
Page 11 of 39
14. This notice-inviting bid shall form a part of the contract document. The successful bidders/ 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:
a) The Notice Inviting e-Tender, all the documents including additional conditions, specifications
and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the
rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard CPWD Form-7 or other Standard CPWD Form as applicable.
Page 12 of 39
UNDERTAKING
To,
Subject: Annual Maintenance of Vertiv Make UPS system installed at IIT Gandhinagar.
Sir,
I/we undertake and confirm that eligible work(s) has/ have not been got executed through another
contractor on back-to-back basis. Further that, if such violation comes to the notice of Institute then I/we
shall be liable for appropriate Panel action as decided by Institute i/c debarred for work in institute/
CPWD, in future forever.
Also, if such a violation comes to the notice of Institute before date of start of work, the Engineer-in-
charge shall be free to forfeit the entire amount of Earnest money deposited/Performance Guarantee.
Seal of bidder:
Date of submission:
Signature(s) of Bidder(s)
Page 13 of 39
CPWD – 7 IITGN
IIT Gandhinagar
Tender for the work of “Annual Maintenance of Vertiv Make UPS system installed at IIT
Gandhinagar.”
To be submitted online as per (NIT) to the Superintending Engineer, IIT Gandhinagar, Palaj,
Gandhinagar (Gujarat).
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specification
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 Director, Gandhinagar within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by
and in respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for Seventy five (75) days from the due date.
A sum of Rs. 17,835/- is deposited towards EMD online in favour of IIT, Gandhinagar as earnest money
and bank slip is attached. I/We agree that the Director IITGN or his representative, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the
said Director, IIT Gandhinagar or his authorized representative or his successors, in office shall without
prejudice to any other right or remedy, be at liberty to take action against us as per term of NIT. Further, if
I/We fail to commence work as specified, I/We agree that Director, IIT Gandhinagar or his authorized
representative or his 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 12.2 and 12.3 of the tender form.
Page 14 of 39
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.
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 Director, IITGN for a sum of Rs. ……………......
(Rupees...........................................................................................................................................................
......................................................................................................)
The letters referred to below shall form part of this contract agreement:-
(a)
(b)
(c)
Signatures.............................
Designation:
Date
Page 15 of 39
PROFORMA OF SCHEDULES IITGN
SCHEDULE ‘A’
Schedule of quantities
SCHEDULE 'B'
Schedule of materials to be issued to the contractor: -
S.No. Description of item Quantity Rates in figures & words Place of issue
at which the material will
be charged to be
contractor
1 2 3 4 5
NIL
SCHEDULE 'C'
Tools and plants to be hired to the contractor: -
S. No. Description Hire charges per day Place of issue
1 2 3 4
NIL
SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any: - Nil
SCHEDULE ‘E’
Page 16 of 39
SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS:
Officer inviting tender : The Superintending Engineer,
IIT Gandhinagar
Maximum percentage for quantity of items of work to be executed beyond which rates are to be
determined in accordance with Clauses 12.2 & 12.3:
DEFINITIONS:
2(vi) Engineer -in- Charge : As appointed by Superintending Engineer,
IITGN.
2(viii) Accepting Authority : Superintending Engineer, IITGN.
2(x) Percentage on cost of materials and : 15%
Labour to cover all overheads and profits
2(xi) Department : Institute Works Department, IITGN
9(ii) Standard CPWD Contract Form : GCC-2023 for Maintenance work CPWD
Form-7 modified & Corrected up to date.
Clause 1
(i) Time allowed for submission of : 07 days
Performance Guarantee from the date of
issue of letter of acceptance
(ii) Maximum allowable extension with late : 03 days
fee @0.1% per day of performance
guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing compensation under Clause- : Director, IIT Gandhinagar.
2
Clause 2A
Whether Clause 2A shall be applicable : No
Clause 5 : 07 days
Number of days from the date of issue of letter of
acceptance for reckoning date of start
Page 17 of 39
(i) Extension of Time: : Superintending Engineer, IITGN
(ii) Rescheduling of Mile-stones: : N.A
(iii) Shifting of date of start in case of
delay in handing over of site : Superintending Engineer, IITGN
Clause 10 CC
Clause 10 CC: to be applicable in contracts with stipulated period of completion exceeding the period
shown in next column: Not Applicable
Schedule of component of other Materials, Labour, POL etc. for price escalation.
Component of Civil (except materials covered under Clause 10CA)/ Electrical construction Materials
Expressed as percentage of total value of work : X m (Not applicable)….%
Component of Labour:
Expressed as percentage of total value of work : Y (Not applicable) ....%
Component of P.O.L.:
Expressed as percentage of total value of work : Z (Not applicable) ....%
Clause 11
Specifications to be followed for execution of work :
1)CPWD General Specification for
Electrical work Part-1 (Internal)-2023
Electrical Works Part-II (External) – 2023,
2) BIS Specification as applicable
3) Manufacturer Standard
Clause 12
Type of Work : Operation & Maintenance Work
12.2. & 12.3: Deviation Limit beyond which
clauses12.2 & 12.3 shall apply for building work : NO Limit
12.5: Deviation Limit beyond which Clause-
Page 18 of 39
12.2 & 12.3 shall apply for Foundation Work : Not Applicable
Clause 16
Competent Authority for : The Superintending Engineer,
Deciding reduced rates: IIT Gandhinagar
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site: As per NIT
condition
Clause25
Clause 32
Requirement of Technical Representative(s) and recovery Rate:
Designation (Principal/ Technical/
Minimum Experience
Number
Sr. No
Figures Words
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers.
Diploma holder with minimum 10-year relevant experience with a reputed construction company can be
treated at par with Graduate Engineers for the purpose of such deployment
Clause 38
(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the
basis of Delhi Schedule of Rates- 2022 printed by C.P.W.D.
(ii) Variations permissible on theoretical quantities:
Page 19 of 39
(a) Cement:
For works with estimated cost put
to tender not more than Rs. 5 lakhs: 3% plus/minus.
For works with estimated cost put to
tender more than Rs.5 lakhs: 2% plus/minus.
Bitumen All Works: 2.5% plus & only &
Nil on minus side.
(b) Steel Reinforcement and structural
Steel Sections for each diameter,
Section and Category 2% plus/minus
(d) All other materials Nil
Sr. Description of Item Rates in figures and words at which recovery shall be made from
No. the contractor
Excess beyond permissible Less use beyond permissible
variation variation
1. Cement Nil
Page 20 of 39
1.1 SAFETY MEASURES
1.1.1 The issue of construction safety & standards has gained utmost importance in recent times.
Contractors must follow highest safety standards and “ZERO” tolerance towards any violation
of safety norms at the construction site. All workers of contractor and associate agencies,
invariably and at all the times, must follow all safety norms, adopt best safe work practices as
per requirement of job and use all required safety gadgets in their working throughout the
project duration.
Note: 1 The special conditions detailed above are in addition to general/ other/ additional
conditions as specified elsewhere in tender document.
Note : 2 Nothing extra shall be paid on the account of these special conditions.
The Engineer-in Charge can stop the work and seek removal of any workers from site in case of
non-adoption of safety measures.
Page 21 of 39
General and Additional Conditions
1. General
1.1 The work shall be executed as per CPWD General Specifications for Electrical Works (Part I –
Internal) 2023, (Part II–External) 2023, IE Rule 1956 wherever applicable, relevant IS and as per
manufacturer recommendation/directions of Engineer-in-Charge. The technical specifications are to be
read in conjunction with above and in case of variations; technical specifications of tender document shall
apply. Nothing extra shall be paid on account of additional features in the technical specifications as the
same are to be read along with schedule of quantities for the work.
1.2 The Department shall not issue any T & P and nothing extra shall be paid on account of this.
1.3 The work to be awarded by this tender shall be treated as indivisible works contract.
2. Terms of payment:
Payment shall be made after minimum 90 days of last interim payment.
3. Rates:
The rates quoted by the tenderer, shall be firm and inclusive of GST & all other taxes, duties, levies and
all charges for packing forwarding, insurance, freight and delivery, installation, testing, commissioning at
site, risks, overhead charges, general liabilities / obligations. Nothing Extra shall be paid on this account.
4. Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination
lugs for electrical connections, making hole, making openings in wall for installation work, and all other
items which are useful and necessary for efficient assembly and installation of equipment and components
of the work shall be deemed to have been included in the tender irrespective of the fact whether such
items are specifically mentioned in the tender documents or not.
5. Availability of Office:
Perspective tenderer shall have an Office Premises at Gujarat. A certificate in this effect shall be issued
by the tenderer and address of local service station shall be mentioned in the certificate attached. In case
successful contractor is not having an Office at Ahmedabad/Gandhinagar, he will acquire an office at
Ahmedabad/Gandhinagar and depute his management staff within 15 days of award of work failing which
recovery of Rs. 50, 000/- PM shall be affected from his bill.
7. Completion period:
The completion period indicated in the tender documents is for the entire work.
Page 22 of 39
8. Performance Guarantee:
The tenderer shall guarantee among other things, the following vis-à-vis specifications.
a. Quality, strength and performance of the materials used.
b. Safe mechanical and electrical stress on all parts under all specified conditions of operation.
c. Satisfactory operation during the maintenance period.
9. Power Supply:
Power Supply for the purpose of Installation of plant and equipment shall be provided by IIT from some
predefined point. However making arrangement of safe connection for use of supply, to the satisfaction of
Engineer in Charge shall be responsibility of contractor.
The successful tenderer should furnish well in advance three copies of detailed instructions, maintenance
manuals and checklist of manufacturers for all items of equipments regarding operation and maintenance
i/c preventive maintenance & trouble shooting together with all the relevant data sheets and workshop
procedure for repairs, assembly and adjustment etc. all in triplicate.
Page 23 of 39
Nothing in this tender shall be construed to relieve the successful tenderer of their responsibility for the
design, manufacture and installation of the equipment with all accessories in accordance with currently
applicable statutory regulations and safety codes.
14. 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 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 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 due to the above.
Page 24 of 39
2. Additional and Commercial Conditions
3. Technical specifications specified in the tender
4. General Conditions of Contract for CPWD Works
5. Drawings
6. CPWD General Specifications
7. Relevant IS or any other International code in case IS code is not available.
Page 25 of 39
Scope of Work in brief and for general guidance to Bidder
Page 26 of 39
xii. All functional check of load transfers between mains to battery and vice versa. Discharge test of
battery with UPS load and redundancy check in case of parallel operation.
xiii. UPS output load balancing evaluation. Suggest for correction if needed.
xiv. Checking of battery health, terminal voltage including interconnecting terminations.
xv. Other checks as per manufacturer recommendation/guidelines and schedule approved by IITGN.
Page 27 of 39
General conditions
1. Work shall be carried out as per CPWD specification for Internal Electrical work 2023, CPWD
specification for External Electrical work 2023. For the items which are not covered under CPWD
specifications, the special conditions / B.I.S. specifications or recommendation of Manufacturer shall
apply. In this regard the decision of Engineer-in-charge shall be final and binding on the contractor.
2. List of equipment to be maintained and location details has been attached at Annexure-III
3. Perspective tenderer shall visit the site and acquaint himself with site condition, existing restriction
in movement / working hours / security aspects / condition of all installation detailed under scope
of work . No complaint for loss of labour/unserviceable position of equipment shall be entertained
at later stage on this account.
4. Successful tenderer shall submit his maintenance schedule to Institute for approval along with
maintenance schedule recommended by the manufacturer. Changes proposed by the Institute shall be
binding on the contractor for acceptance and nothing extra shall be paid on this account even if
changes proposed have cost implication.
5. Successful tenderer shall keep records of work executed by updating in IITGN, preparation of
records such as complaint register, logbooks, preventive maintenance register.
6. The agency shall intimate name of their Authorised Engineer, Phone number, e mail ID etc. to
IITGN for information of the breakdown/ complaints/ health check-up reports and operation of
Engineer- In – Charge.
7. Other agencies working at site will also simultaneously execute the work entrusted to them and to
their working; the contractor shall offer necessary cooperation wherever required to other agencies.
8. On account of security consideration, there could be some restrictions on the working hours,
movement of vehicles for transportation of materials and location of labour camp. The contractor
shall be bound to follow all such restrictions and adjust the programme for execution of works
accordingly.
9. No residential accommodation shall be provided to any of the staff engaged by the contractor. The
contractor shall also not be allowed to erect any temporary set up for his staff in the campus.
10. Rate quoted should be inclusive of all taxes including GST, other local levy and net. Nothing extra
shall be payable to contractor on this account.
Page 28 of 39
11. No Claim of the labour shall be entertained by the Institute including that of providing employment,
regularization of services etc.
12. All T&P including ladders, drill machine, megger, earth tester, Sound Level Meter, clip on
meter/Multimeter, Ring, fix, adjustable, Box Spanner set, Allen key set, etc. required for the work
shall have to be arranged by the contractor. No T&P shall be issued by the department.
13. Necessary registers (complaint attending books, logbooks etc.) shall be maintained by the contractor
in respect of attending the complaints signed by the allottees in the prescribed format.
14. The contractor shall also take immediate action to attend any complaint assigned to him by verbal
instructions from Engineer-in-charge, his authorized representative or IITGN authorities on
telephones / emails from occupants. In all cases he shall attend the complaints in the specified
duration as mentioned below:-
Recovery @ 500/- per day per UPS shall be made from bill, if the complaint registered not attended
and recovery for not attended the complaint shall be effected from the time of lodging the complaint.
(a) Any malba / building rubbish generated during working by the contractor of this work is to be
removed from the site within 24 hours and to be stacked at a pre-designated place. In case of failure
to meet these deadlines a lump sum amount of Rs. 200/- (Rupees two hundred only) per complaint
per day will be recovered from his bills / security deposit for every default to attend the complaints
assigned to him. Dismantled material shall be taken away and disposed by the contractor at his cost or
shall be deposited to department as per direction of direction of Engineer-in-charge or his authorized
representative. Nothing extra shall be paid or recovered on account of this.
16. IITGN campus is neat and clean campus. Hence, Chewing, spitting tobacco and smoking are strictly
prohibited in the premises. If any worker found using this IITGN shall take suitable action against him.
17. All materials, T&P, consumable (except provisions of BOQ) and contingent articles required for the
work shall be arranged by the contractor. Materials used shall be in preferences.
Page 29 of 39
18. Materials used for replacement shall have same or richer specifications to the original materials and
compatible to the work.
19. Staff employed by the contractor should be well behaved and any complaint of misbehaviour shall be
taken very seriously and such staff will have to be removed by the contractor immediately from the site.
Skilled staff employed shall must be able to execute the work without aid of helper.
20. The contractor shall make all safety arrangements required for the labour engaged by him at his cost.
In case of any accident during maintenance work / operation equipment leading to injuries / damages to
human being / equipment, loss of life the contractor shall be fully responsible for settling all claims and
indemnify the department against any claim arising out of such accident.
21. Contractor shall be fully responsible for any damages caused to govt. property or allottee’s property
by him or his labour in carrying out the work and shall be rectified by the contractor at his own cost.
22. Income Tax / GST TDS/ Labour Cess/other taxes as applicable shall be recovered from the
contractor’s bill.
24. All the materials shall be got approved from engineer-in-charge before use at site.
25. Operations in which assistance shall be provided by the agency to the IIT:-
Informing to the IITGN engineers regarding the failure in any service being provided by other
agencies, so far as they affect the assets being maintained under this contract, so that they can be
taken up with the concerned local body / departments for rectification.
All the tools and measuring instrument shall be provided by the contractor for the work. No T&P
shall be issued by the department.
26. After completion of work the contractor shall handover the all installation back to in institute in
working order and defect free condition. In case handing over is not made in above manner the defect
shall be rectified by the institute at the cost of contractor and necessary recovery shall be affected from his
final bill.
27. Spare and equipment to be used for repair/ replacement shall be of same make and specification. In
case existing make is not being Engineer- In- Charge shall approve manufactured alternate make for
use on work.
28. Firm shall make special arrangement for important events/ meeting and shall ensure break down free
meeting/ sessions.
Page 30 of 39
Annexure – I
In consideration of the Director, IIT Gandhinagar (hereinafter called “IITGN”) having offered to
accept the terms and conditions of the proposed agreement between INDIAN INSTITUTE OF
TECHNOTOGY GANDHINAGAR, PALAJ, GANDHINAGAR - 382055, and (hereinafter
called “the said contractor(s)” for the work
“_________________________________
_____________________________________________________
_ ” (hereinafter called “The said agreement”) having agreed to production of a irrevocable Bank
Guarantee for ____________ (Rupees __________________________________________) as
security/guarantee from the contractor(s) for compliance of his obligations in accordance with
the terms and conditions in the said agreement.
3. We, the said bank further undertake to pay to IITGN any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such
payment.
Page 31 of 39
would be taken for the performance of the said agreement and that it shall continue to be
enforceable till all the dues of IITGN under or by virtue of the said agreement have been fully
paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of IITGN
certified that the terms and conditions of the said agreement have been fully and properly
carried out by the said contractor (s) and accordingly discharges this guarantee.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or
the contractor(s).
Notwithstanding anything mentioned above, our liability against this guarantee is restricted to
Rs.____________ (Rupees
____________________________________________________________) and unless a claim in
writing is lodged with us within six months of the date of expiry or the extended date of expiry
of this guarantee all our liabilities under this guarantee shall stand discharged.
Page 32 of 39
ANNEXURE – II
(Schedule of Departure)
Page 33 of 39
Annexure-III
Inventory Details
UPS Inventory covered under Annual Non Comprehensive Maintenance
Sr.
Battery Battery
No Location UPS Sr.No. UPS Ratting
Details Qty.
.
01 AB 10/ELE ROOM 210-120-114-0-22240- 65AH/12V(EXID
VERTIV-40KVA 32
FF 10016 E)
02 AB 10/ELE ROOM 210-120-174-0222-704- 26AH/12V(EXID
VERTIV-20KVA 36
GF 0008 E)
03 AB 11/ELE ROOM 200AH/12V(EXI
202305EX0205 VERTIV-100KVA 38
GF DE)
04 AB 12/ELE ROOM 120AH/12V(EXI
202305EX0206 VERTIV-100KVA 38
FF DE)
05 AB 12/ELE ROOM 210120-1140-222-802- 65AH/12V(EXID
VERTIV-40KVA 32
FF 0004 E)
06 AB 13/ELE ROOM 200AH/12V(EXI
202304EX0182 VERTIV-160KVA 38
FF DE)
UPS Inventory covered under Annual Comprehensive Maintenance
01 Vertiv/Libert- 18AH/12VEXID
HOSTEL-G/211M 8362L2001100120 16
6KVA E
02 Vertiv/Libert- 18AH/12VEXID
HOSTEL-G/216E 8362L2001100129 16
6KVA E
03 Vertiv/Libert- 18AH/12VEXID
HOSTEL-G/323C 8362L2001100136 16
6KVA E
04 Vertiv/Libert- 18AH/12VEXID
HOSTEL-H/207E 83632l1908100192 16
6KVA E
05 Vertiv/Libert- 18AH/12VEXID
HOSTEL-H/229E 8362l1911100138 16
6KVA E
06 Vertiv/Libert- 18AH/12VEXID
HOSTEL-H/238E 8362l1911100140 16
6KVA E
07 Vertiv/Libert- 18AH/12VEXID
HOSTEL-H/331C 8362l1908100188 16
6KVA E
08 Vertiv/Libert- 18AH/12VEXID
HOSTEL -I/207E 8362L191100069 16
6KVA E
09 Vertiv/Libert- 18AH/12VEXID
HOSTEL -I/226E 8362L1911100179 16
6KVA E
10 Vertiv/Libert- 18AH/12VEXID
HOSTEL -I/303C 8362L 1907100195 16
6KVA E
11 Emerson/Libert- 18AH/12VEXID
HOSTEL- J/213E 8332L 1904500270 6
3KVA E
12 Emerson/Libert- 18AH/12VEXID
HOSTEL- J/229E 8332L 1906500469 6
3KVA E
13 Vertiv/Libert- 18AH/12VEXID
HOSTEL- J/303C 8362L 1904100119 16
6KVA E
14 Vertiv/Libert- 18AH/12VEXID
HOSTEL-K/212E 8362l2001100081 16
6KVA E
Page 34 of 39
15 Vertiv/Libert- 18AH/12VEXID
HOSTEL-K/228F 8362L2001100059 16
6KVA E
16 Vertiv/Libert- 18AH/12VEXID
HOSTEL-K/242E 8362L2001100132 16
6KVA E
17 Vertiv/Libert- 18AH/12VEXID
HOSTEL-K/336C 8362L2001100135 16
6KVA E
18 Vertiv/Libert- 18AH/12VEXID
HOSTEL-L/213E 8362l2001100088 16
6KVA E
19 Vertiv/Libert- 18AH/12VEXID
HOSTEL-L/232E 8362L1912100241 16
6KVA E
20 Vertiv/Libert- 18AH/12VEXID
HOSTEL-L/301C 8362l2001100229 16
6KVA E
21 NEW Vertiv/Libert- 18AH/12VEXID
8362l1912100259 16
DINNING/FF 6KVA E
22 AB9/ Basement 140620ES1574 Emerson/S420D - -
Page 35 of 39
Annexure - IV
Superintending Engineer,
AB-09/1303,
IIT Gandhinagar, Near Palaj village,
Gandhinagar-382055.
Dear Sirs,
We hereby give an undertaking that we maintain office for maintenance of UPS system at
Gujarat.
The address of our office is as under:
M/s.______________________________________
__________________________________________
__________________________________________
Phone No.__________________________________
Email ID:___________________________________
Thanking you,
Yours faithfully,
(Seal & Signature)
Page 36 of 39
Form ‘A’
a) Full Name:
b) Complete Postal Address:
c) Telephone No.:
d) Fax No.:
e) Mobile No.:
f) E-mail:
g) Website Address:
Page 37 of 39
Form ‘B’
PARTICULARS FOR REFUND OF EMD TO SUCCESSFUL/UNSUCESSFUL BIDDER
Note: - Please attach original cancelled cheque along with the RTGS/National Electronic
Fund Transfer (NEFT) Mandate Form.
Page 38 of 39
Schedule of Quantity
Name of work: Annual Maintenance of Vertiv Make UPS system installed at IIT Gandhinagar. .
Item
Description of items Qty Unit Rate Amount
No.
1 Non Comprehensive Maintenance
including Routine, Preventive and
breakdown maintenance of following UPS
installed at Academic Block 10-13, time to
time servicing, attending infinite number of
breakdowns as and when so warranted,
repairing of any kind of fault, looking after
battery bank for proper working etc. This
shall also include a minimum of 4 Quarterly
preventive maintenance visits per year by
manufacturer or his authorized personnel
complete as required.
1.1 1 X 20 kVA UPS 4 Quarter 10,170.00 40,680.00
1.2 2 X 40 kVA UPS 8 Quarter 10,170.00 81,360.00
1.3 2 X 100 kVA UPS 8 Quarter 19,698.00 1,57,584.00
1.4 1 X 160 kVA UPS 4 Quarter 24,253.00 97,012.00
2 Comprehensive Maintenance including
Routine, Preventive and breakdown
maintenance of following UPS installed at
Hostel Block G, H, I J, K, L and New Dining
Hall, time to time servicing, attending
infinite number of faults as and when so
warranted, repairing of any kind of fault,
replacement of spare parts as and when so
required, looking after battery bank for
proper working etc. This shall also include
a minimum of 4 Quarterly preventive
maintenance visits per year by
manufacturer or his authorized personnel
complete as required.
2.1 2 X 3 kVA UPS 8 Quarter 3,169.00 25,352.00
2.2 19 X 6 kVA UPS 76 Quarter 5,810.00 4,41,560.00
2.3 1 X 20 kVA UPS 4 Quarter 12,049.00 48,196.00
Total 8,91,744.00
Page 39 of 39