0% found this document useful (0 votes)
12 views29 pages

Recall 192

The document is a tender notice for the SITC of RO Plant and maintenance of water cooler and ceiling fans at NSTI Campus Kanpur, with an estimated cost of Rs. 1,25,964.00. It outlines the eligibility criteria for bidders, submission requirements, and the process for e-tendering. The bid submission deadline is set for 12/03/2025, with specific instructions for document uploads and earnest money deposit requirements.

Uploaded by

sachmbi0
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
12 views29 pages

Recall 192

The document is a tender notice for the SITC of RO Plant and maintenance of water cooler and ceiling fans at NSTI Campus Kanpur, with an estimated cost of Rs. 1,25,964.00. It outlines the eligibility criteria for bidders, submission requirements, and the process for e-tendering. The bid submission deadline is set for 12/03/2025, with specific instructions for document uploads and earnest money deposit requirements.

Uploaded by

sachmbi0
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 29

1

INDEX

Name of Work: - SITC of RO Plant, Annual Comprehensive maintenance of water cooler and
“SITC of Ceiling fans at” NSTI Campus Kanpur (SH:-AMC of Water cooler)

1. INDEX : 1

2. NOTICE INVITING TENDER : 2-3

3. NOTICE INVITING TENDER- C.P.W.D.-6 : 4-9

4. C.P.W.D.-8 AND SCHEDULE AT OF : 10-17

5. INTEGRITY PACT :
18-22
6. ANNEXURE : 23-26

7. SCHEDULE OF QUANTITY : 27

8. M.O.U & WILLINGNESS : 28-29

9. TERMS AND CONDITION : 30

NIT No.: 192/EE (E)/LKO/2024-25 Recall 1containing 1 to 30 pages is hereby approved


for Rs. 1, 25,964.00 (Rupees One lacs twenty five nine hundred sixty four only.)

ASSISTANT ENGINEER (E)


2

ds0yks0fu0fo0 CPWD
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING FORMING PART
OF BID DOCUMENT
(Applicable for inviting open bids)
Percentage RATE TENDER
Assistant Engineer (E.), Kanpur Electrical Subdivision, C. P. W. D., NSTI Campus Kanpur,
invites on behalf of President of India, Percentage rate online e-tenders from approved and
eligible CPWD composite / Building & Road Category contractor for following works..
Name of work & Location Estimat Last date & Time &
ed cost time date of
put to opening
of submission of

Completion of work (in


bid of bid.

Stipulated Period of
Bid, copy of
receipt
NIT No.

months
S.No.

deposition of
original EMD
and other
related
documents as
specified in the
bid documents
1 2 3 4 6 6 7 9

1- SITC of RO Plant, Annual


Rs.1,25,964.00

Comprehensive maintenance
Rs. 2,519.00
192/EE (E) / LKO /

12 (Twelve)
2024-25 Recall 1

of water cooler and “SITC of


Month

Ceiling fans at” NSTI Campus Upto 3:00 PM


At 3:30 PM
Kanpur (SH:-AMC of Water on
On 12/03/2025
On 12/03/2025
cooler)

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.

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

2. The bid document consisting of plans, specifications, the schedule of quantities of various types of items
to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website
https://etender.cpwd.gov.in/login.html free of cost.
3. But the bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission and uploading the mandatory scanned documents such as Demand draft or Pay order or
Bankers Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any
scheduled Bank 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 issuing EE/ AE),
CPWD and other documents as specified.

5- Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted 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-III certificate with encryption key (combo type) to perform
any operations / transactions on the e-tendering portal / website and the bidder should download and
install the eMsigner on their system as per instructions available on download section of
https://etender.cpwd.gov.in.
3

7- On opening date, the contractor can login and see the bid opening process. After opening of bids he will
Receive the competitor bid sheets.
8- Contractor can upload documents in the form of JPG format and PDF format.
9- Contractor must ensure to quote rate in the column (5) meant for quoting rate in figures appears in
pink 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 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.
List of Documents to be scanned and uploaded within the period of bid submission:-

1- Treasury Challan/ Demand Draft/Pay order or Bankes Cheque/Deposit at Call


Receipt/FDR/Bank Guarantee of any Scheduled bank against EMD.
2- Valid electrical licenses.
OR
Undertaking to associate agency having valid electrical license
3- Certificate of Registration for GST and acknowledgement.
4- Firms have to submit the undertaking to execute the work from OEM/ authorized service centre of
Usha make water cooler.
5- Copy of receipt for deposition of original EMD issued from division office of any Executive Engineer,
CPWD (The EMD document shall be issued from the place in which the office of receiving division office
is situated).
6- Certificate of ERP training to be uploaded

lgk;d vfHk;Urk ¼oS0½


dk0oS0miea0]ds0yks0fu0fo0
dkuiqj
Hkkjr ljdkj
dsUnzh; yksd fuekZ.k foHkkx

File No.:- 32 (NIT) / dk0oS0mea0 / 2024-25/ 87 Dated: 05-03-2025

Ikzfrfyfi%&
1- dk;Zikyd vfHkUrk ¼oS0½]y0oS0ea0]ds0yks0fuf0fo0 y[kuÅA
2- lwpuk iVA
3- ,u-vkbZ-Vh]izfr A

lgk;d vfHk;Urk ¼oS0½


4

ds0yks0fu0fo0 CPWD-6

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
CPWD-6 FOR E- TENDERING
Percentage rate bids are invites on behalf Percentage rate online e-tenders from approved
and eligible CPWD composite / Building & Road Category contractor for following
works..
SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC of Ceiling fans
at” NSTI Campus Kanpur (SH:-AMC of Water cooler)
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid
on the original date of submission of bids.

The work is estimated to cost Rs. 1,25,964.00 This estimate, however, is given merely as a rough guide.
The authority competent to approve NIT for the combined cost and belonging to the major discipline will
consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters
relating to the invitation of bids. For composite bid, besides indicating the combined estimated cost put to
bid, should clearly indicate the estimated cost of each component separately. The eligibility of bidders will
correspond to the combined estimated cost of different components put to bid.
Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed
similar works of magnitude specified below:-
Criteria of eligibility for issue of bid documents
Conditions for Non-CPWD contractors only, if bids are also open to non-CPWD contractors. For works
estimated cost up to Rs. 20 Crore ( the figure of Rs. 20 Crore may be modified as per bidding limit of
CPWD class I/ Group A contractors of respective discipline such as Electrical, Horticulture and Furniture
etc. as the case may be)

Three similar works each of value not less than Rs. ..................... or two similar work each of value not
less than Rs. ..................... or one similar work of value not less than Rs. ..................... (all figures rounded
to nearest Rs.10 lac) in last 7 years ending previous day of last date of submission of bids. (Modified vide
OM No. DG/MAN/293 dated 31.10.2013)
Note :- For works costing above Rs. 5 Crore but up to Rs. 20 Crore, ( the figure of Rs. 5 Crore and Rs. 20
Crore may be modified as per bidding limit of CPWD class II/ Group B and CPWD Class I/
Group A contractors respectively of respective discipline such as Electrical, Horticulture and Furniture
etc. as the case may be) when bids are open to non-CPWD contractors also, then class II contractors of
CPWD shall also be eligible if they satisfy the eligibility criteria specified in 1.2.1 above.
Criteria of eligibility for CPWD as well as non-CPWD contractors.

For works estimated to cost above Rs. 20 Crore. (the figure of Rs. 20 Crore may be modified as per
bidding limit of CPWD class I/ Group A contractors of respective discipline such as Electrical,
Horticulture and Furniture etc. as the case may be)
Three similar works each of value not less than Rs..................... or two similar work each of value not less
than Rs....................... or one similar work of value not less than Rs. ...................... (all figures rounded to
nearest Rs.10 lac) in last 7 years ending previous day of last date of submission of
bids. (Modified vide OM No. DG/MAN/293 dated 31.10.2013) The value of executed works shall be
brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum,
calculated from the date of completion to the last date of submission of bid. This is applicable for 1.2.1 as
well 1.2.2. (Modified vide OM DG/MAN/284 dt. 13.8.2013)
5

ds0yks0fu0fo0 CPWD
To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under:-
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred for 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 Deposit/Performance Guarantee. (Scanned copy to be uploaded at the time of
submission of bid).
When bids are invited from non CPWD contractors and CPWD class II contractors as per provisions of
clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class-II contractors to
upload the work experience certificate(s) and the affidavit as per the provisions of clause 1.2.2. But for
such bids, Class-I contractors of CPWD are eligible to submit the bids without submission of work
experience certificate and affidavit. Therefore, CPWD class-I contractors shall upload two separate letters
for experience certificate and affidavit that these documents are not required to be submitted by them.
Uploading of these two letters is mandatory otherwise system will not clear mandatory fields.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7/8 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also 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) Month 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.


OR
The site for the work shall be made available in parts as specified below:-
---------------------------------------------------------------------------------------------
(ii) The architectural and structural drawing for the work is available
or
The architectural and structural drawings shall be made available in phased manner, as per requirement of
the same as per approved programme of completion submitted by the contractor after award of work.
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 website
https://etender.cpwd.gov.in/login.html free of cost.

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

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

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

9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker‘s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer (E), LCED,
CPWD, Lucknow) shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD within the period of bid submission. The
EMD receiving Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition
of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting
EE in the NIT.
6

ds0yks0fu0fo0 CPWD
9A The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit tender
processing fee at existing rates, or they have option to switch over to the new registration system without
tender processing fee any time.
The bid submitted shall be opened at 03:30 PM on 12/03/2025
10. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload scanned copies of all the documents stipulated in the bid
document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the
office of bid opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5%
(Three Percent) of the bid amount within the period specified in Schedule F. This guarantee shall
be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call
receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any
scheduled bank/ Pay order of any Scheduled Bank 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 then shall be suspended
for one year and shall not be eligible to bid for CPWD tenders from date of issue of suspension
order. 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 and programme chart (Time and Progress) within the period
specified in Schedule F.
12. The description of the work is as follows:
SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC of Ceiling fans at”
NSTI Campus Kanpur (SH:-AMC of Water cooler)
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidders implies that he has read this notice and all other contract documents and has made himself
aware of the scope and specifications of the work to be done and of conditions and rates at which
stores, tools and plant, etc. will be issued to him by the Government and local conditions and
other factors having a bearing on the execution of the work.
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.
7

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

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

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

17 . No Engineer of Gazetted Rank or other Gazetted 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.
18 The bid for the works shall remain open for acceptance for a period of thirty days(30) days from
the date of opening of bids in case of single bid system sixty (60) days from the date of opening
of technical bid in case bids are invited on 2 or 3 bid envelop system. (Strike out as the case
may be). If any bidders withdraws 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 Government shall, without prejudice to any other right
or remedy, Further the bidders shall not be allowed to participate in the rebidding process of the
work. He shall be suspended for one year and shall not be eligible to bid for CPWD tenders
from date of issue of suspension order
19. 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 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.
(b) Standard C.P.W.D. Form 7/8 or other Standard C.P.W.D. Form as applicable.
20. For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the composite work.
The cost of bid document will be fixed with respect to the combined estimated cost put to tender
for the composite bid.
20.1.2 The bid document will include following three components:
Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component of the work,
Standard General Conditions of Contract for CPWD 2014 as amended/ modified up to date.
Part B:-General / specific conditions, specifications and schedule of quantities applicable to
major component of the work.
Part C:-Schedule A to F for minor component of the work. Competent authority under clause 2
and clause 5 shall be same authority as mentioned in schedule A to F for major components),
General/specific conditions, specifications and schedule of work.
20.1.3 The bidders must associate himself, with agencies as per NIT conditions
8

ds0yks0fu0fo0 CPWD
20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of
minor components of work.
20.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of the work
shall issue letter of award on behalf of the President of India. After the work is awarded, the main
contractor will have to enter into one agreement with EE incharge of major component and has also
to sign two or more copies of agreement depending upon number of EE’s/DDH incharge of minor
components. One such signed set of agreementshall be handed over to EE/DDH incharge of minor
component(s). EE of major component will operate Part A and Part B of the agreement. EE/DDH
incharge of minor component(s) shall operate Part C alongwith Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding to the estimated
cost of the respective component of works.
20.1.8 The main contractor has to associate agencies for specialized components (s) conforming to
eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to
Engineer-in-charge of relevant component(s).within prescribed time. Name of the agency(s) to be
associated shall be approved by Engineer-in-charge of relevant component(s).
20.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation
of the contract, he shall obtain prior approval of Engineer-in-charge of relevant specialized
component(s).
The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-
in-charge is not satisfied with the performance of any agency, he can direct the contractor to change
the agency executing such items of work and this shall be binding on the contractor.
20.1.10 The main contractor has to enter into MoU with agencies contractor(s) associated by him . Copy of
such MoU shall be submitted to EE/ DDH in charge of each relevant component as well as to EE
incharge of major component. In case of change of associate contractor, the main contractor has to
enter into agreement with the new contractor associated by him.

20.1.11 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.

20.1.12A. The composite work shall be treated as complete when all the components of the work are complete.
The completion certificate of the composite work shall be recorded by Engineer-in-charge of major
component after record of completion certificate of all other components.

20.1.12B. 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

20.1.13 In case of non-availability of budget or any other unforeseen situation the scope of work may be
reduced. In case of reduction in scope of work no claim on account of reduction in value of work, loss of
expected profit, consequential overheads etc. shall be payable to the contractor.
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/uploading
tender can be resolved through the concerned Executive Engineer/ Assistant Engineer (Phone no 0512-
29701070, e- mail Id [email protected]) or ERP helpline no. 18001803286 or e-mail ld cpwd.support @
techmahindra.com. The e-tendering bidders are also advised not to wait to raise any issuestill the last date of
submission of bid in their own interest.
9

ds0yks0fu0fo0 CPWD

21.0 Information and instructions for Tender inviting authority for e-tendering :-
(i) The EE/Engineer in Charge/DDH of any divisions/projects of CPWD or any other
officer designated by CPWD Directorate from time to time, are authorized to receive
the EMDs. These authorities should receive the original EMD for their tenders or
tenders of any other division/projects.
(ii). The NIT approving authority/ Tender inviting authority at the time of issue of NIT also
fills and upload the following prescribed format of receipt of deposition of original
EMD along with NIT:
Receipt of deposition of original EMD
(Receipt No…….……... / date .................. )
Name of work :- SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC of Ceiling
fans at” NSTI Campus Kanpur (SH:-AMC of Water cooler)
*NIT No. 192/EE (E)/LKO/2024-25 Recall 1
1. *Estimated cost Rs. 1,25,964.00
2. *Amount of Earnest Money Deposit Rs 2,519.00
5. *Last date of submission of bid……… ………12/03/2025 ……………..
(*To be filled by Tender inviting authority/NIT approving authority at the time of issue of
NIT and uploaded along with NIT)
1. Name of Contractor ................................................................................................. #
2. Form of EMD ............................................................................................................ #
3. Amount of Earnest Money Deposit ......................................................................... #
4. Date of submission of EMD ..................................................................................... #
Signature, Name and Designation of EMD :- ………………………………………………….
Receiving officer along with Office stamp:-
………………………………………………………
(# To be filled by EMD receiving EE/DDH)
(iii) The Authority receiving EMD in original form examines the EMD deposited by the bidder and
issues receipt of deposition of earnest money to the agency in a given format uploaded by
tender inviting authority. The receipt can also be issued by any subordinate gazetted
authority as authorized by the EE/Engineer in Charge/DDH .
(iv) The authority receiving original EMD also intimates tender inviting authority about
deposition of EMD by the agency by email/fax/telephonically.
(v) The original EMD receiving authority releases the EMD to unsuccessful bidders after the
expiry of stipulated bid validity period or immediately after acceptance of the successful
bidder, whichever is earlier, after verification from the e-tendering portal website
(https://etender.cpwd.gov.in/login.html) that the particular contractor is not L-1 tenderer
and work is awarded.
(vi) The tender inviting authority calls for original EMD of the L1 tenderer from EMD receiving
authority immediately.

Assistant Engineer (E.) Kanpur


CPWD Kanpur

GCC 2023 AMENDED UPTO Date.


10

CPWD – 7/8 CPWD


GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works
(A) Tender for the work of:-
SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC of Ceiling fans at” NSTI
Campus Kanpur (SH:-AMC of Water cooler)
(i) To be submitted by 3:00 P.M. hours on 12/03/2025 to Assistant Engineer (E), K.E.SD.,
C.P.W.D., Kanpur

(ii) To be opened in presence of tenderers who may be present at 3:30 P.M hours on 12/03/2025.
in the office of Assistant Engineer (E), K.E.SD, C.P.W.D., Kanpur Issued to Issued to

……………………………………………………………………………………..

Signature of officer issuing the documents …………………………………………

Designation .…………………………………………………………………………………

Date of Issue ……………………….

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions
of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all 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 ninety (90) days from the due date of its opening / ninety days from
the date of opening of financial bid in case tenders are invited on 2/3 envelop system (strike out as the
case may be) and not to make any modification in its terms and conditions.

GCC2023 AMENDED UPTO DATE..


11

CPWD – 7/8 CPWD

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

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

Dated: Signature of Contractor

Witness: Postal Address

Address:

Occupation:
ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for an on behalf of the President of India for a sum of Rs. ……………………………..…….. (Rupees
………………………………………………………………………………………………………………
).
The letters referred to below shall form part of this contract agreement:-
(a)

(b)

(c)

For & on behalf of President of India


Signature
………………………………………
Dated: Designation ………………………………….

GCC2020 AMENDED UPTO DATE.


12

PROFORMA OF SCHEDULES CPWD CPWD

PROFORMA OF SCHEDULES

(Separated Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
Name of Work:- SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC of Ceiling
fans at” NSTI Campus Kanpur (SH:-AMC of Water cooler)
SCHEDULE ‘A’
Schedule of Quantities (as per PWD-3) As per separate sheets attached for Work.

SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any: As attached in tender form

SCHEDULE ‘E’
Reference to General Conditions of contract – GCC 2023 for maintenance work as amended/modified
up to day previous to the last date of submission of bid.
Name of Work: SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC of Ceiling
fans at” NSTI Campus Kanpur (SH:-AMC of Water cooler)
Estimated cost of work : Rs.1,25,964.00

ii) Performance Guarantee : 5% of tendered value

iii) Security deposit : 2.5% of the tendered value plus 5% of PG for contracts involving
maintenance of the building and services/other work after construction of same building and services/other
work.
SCHEDULE ‘F’
GENERAL RULES & Assistant Engineer (E)-Kanpur.
DIRECTIONS : Officer inviting tender:

Maximum percentage for quantity of


items of work to be executed beyond
which rates are to be determined in
accordance with Clauses 12.2 & See below
12.3
14

PROFORMA OF SCHEDULES

Definitions:
2(v) Engineer-in –Charge Assistant Engineer (E)-, KESD, CPWD
Kanpur

2(vii) Accepting Authority


Assistant Engineer (E) KESD, CPWD, Kanpur,

15%
2(x) Percentage on cost of materials and labour to cover all
overheads and profits
2(xi) Standard Schedule of Rates:
Electrical Items of Work: NA

2(xii) Department: Central Public Works Department


9(ii) Standard CPWD contract Form GCC 2019, GCC 2023 for maintenance work with correction slip last
CPWD Form 7/8 as modified & Corrected date previous to date of submission of tenders.
upto:

Clause 1 i) Time allowed for submission of Performance Guarantee,


Programme Chart (Time and Progress) and
applicable labour licenses, registration with 7 Days
EPFO, ESIC and BOCW Welfare Board or proof
of applying thereof from the date of issue of letter
of acceptance
ii) Maximum allowable 3 Days
[email protected],on with late fee
@ 0.1% per day of Performance Guarantee
amount beyond the period provided in (i) above

Clause 2 Authority for fixing Compensation under Chief Engineer, Lucknow


Clause 2

Clause 2 A Whether Clause 2/ Clause 2A Clause-2 A (Applicable.)

Clause 5
Number of days from the date of issue of letter of acceptance for reckoning
date of start Mile Stone(s) as per table given below:- ................................................................................ 10… day
S.No. Description of Milestone Time Allowed in days Amount to be with-held
(Physical) (from date of start) in case of non
achievement of
milestone
1. Submission of drawing/ --- ---
technical date sheet
2. Supply of cable, AVR etc -- --
3. Installation, Testing & - -
commissioning

Time allowed for execution of work 12 Months


15

PROFORMA OF SCHEDULES

Authority to decide:

(i) Extension of time Assistant Engineer (E), KCESD, CPWD Kanpur


(ii) Rescheduling of mile stones Chief Engineer, Lucknow
(iv) Shifting of date of start in case of delay in handing over of site Chief Engineer, Lucknow

PROFORMA OF SCHEDULES Clause 5 Schedule of handing


over of site:

Part Portion of Site Description Time Period for handing over


reckoned from date of issue of
letter of intent.
Part A Portion without any Full 10th day
hindrance
Part B Portions with Nil -----
encumbrances
Part C Portions dependent on
work of other agencies Nil -----

Clause 5

Applicable Clause 5/ Clause 5A Clause 5A Applicable

Applicable Clause 6 Clause 6 Applicable

Clause 7

Gross work to be done together with net payment


/adjustment of advances for material collected, If any,
since the last such payment for being
Eligible to interim payment NO

Clause 7A

Whether clause 7A shall be applicable Yes


Clause 10A
List of testing equipments to be provided by the
contractor at site lab.: As per Annexure sheet attached.

Clause 10 B (ii)
Whether clause 10-B (ii) shall be applicable. NO

Clause 10 C
Component of labour expressed as percent of value of work : = NA
16

Clause 10 CC Applicable/Not Applicable : Not Applicable

Schedule of component of other Material, labour, etc.


for price escalation, Component of Civil (except
Material covered under clause 10CA)/Electrical
construction value of work N.A.
(ii) Component of Lobour:
expressed as percent of total value of component work.

NOTE:- Xm ………….……… % should be equal to (100) – material covered under


clause 10CA i.e. Cement, Steel, POL and other material specified in clause 10
CA + Component of Labour)

Clause 11 AS PER BOQ & TERMS & CONDITIONS


Specifications to be followed
for execution of work

Clause 12
Authority to decided deviation upto 1.5 times of tendered
amount …Chief Engineer, (Lucknow)
12.2 & 12.3
Deviation Limit beyond which clauses
12.2 & 12.3 shall apply for Building work …………50%…………..
12.5
(i) Deviation Limit beyond which clauses
12.2 & 12.3 shall apply for foundation work
(except items mentioned in earth work subhead
In DSR and related items) ……………N.A.………………..
(ii) Deviation Limit for items mentioned in earth
Work subhead of DSR and related items …………N.A.……………..
Clause 16
Competent Authority for deciding reduced rates Chief Engineer(Lcknow), CPWD, Lucknow
Clause 18
List of mandatory machinery, tools& plants
to be deployed by the contractor at site: As per Annexure as per sheet attached

Clause 19C Executive Engineer (E),LED,CPWD,Lucknow authority to decide penalty for each default
Clause 19D Executive Engineer (E),LED,CPWD,Lucknow authority to decide penalty for each default
Clause 19G Executive Engineer (E),LED,CPWD,Lucknow authority to decide penalty for each default
Clause 19K Executive Engineer (E),LED,CPWD,Lucknow authority to decide penalty for each default

Clause 25
Constitution of Dispute Redressal Committee (DRC)
Chairman - As approved by ADG, Region Lucknow
Member - As approved by ADG, Region Lucknow
Member - As approved by ADG, Region Lucknow
17

Clause 32
Requirement of Technical Representative(s) and recovery Rate
S.No. Minimum Qualification Designation (Principal Rate at which recovery shall be
of Technical Technical/ Technical made from the contractor in the

Experience
Discipline

Minimum

Number
Representative representative) event of not fulfilling provision of
Clause 36(i)
Figures Words

1.
-Nil-
2.

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 co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the
condition that such diploma holders should not exceed 50% of requirement of degree engineers.
Clause 38
(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis
of Delhi Schedule of Rates .............................. printed by C.P.W.D.
(ii) (ii) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put
to tender not more than Rs.25 Lakh

NA For works with estimated cost put to


tender more than Rs. 25 Lakh NA
(b) Bitumen All Works NA
NA

(c) Steel Reinforcement and structural steel


Sections for each diameter, section and category NA

(d) All other material Nil

ASSISTANT ENGINEER (E)


KESD,CPWD Kanpur
18

BE SIGNED BY THE BIDDER AND SAME SIGNATORY COMPETENT/AUTHORIZED TO SIGN


THE RELEVANT CONTRACT OF BEHALF OF CPWD.

INTEGRITY AGREEMENT

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

BETWEEN

President of India represented through Executive Engineer, ........................,


(Name of Division)
CPWD, ....................................................................... ,(Hereinafter referred as the
(Address of Division)
‘Principal/Owner’, which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)
AND
………………………………………………………………………………………..
(Name and Address of the
Individual/firm/Company) Through ................................... (Hereinafter to as
the
(Details of duly authorized signatory)
“Bidder/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………………………......) (hereinafter referred to as “Tender/Bid”) and intends to
award, under laid down organizational procedure, contract for
…………………………………………………………………………………
…………….. (Name of work)
hereinafter referred to as the “Contact”.

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 witness as under:
19

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) could obtain an advantage in relation to the Tender
process or the Contract execution.

c) The Principal/Owner shall endeavour 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 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.

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

1) It is required that each Bidder/Contractor (including their respective officers,


employees and agents) adhere to the highest ethical standards and report to the
Government/Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering process
and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent


corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the Contract execution:

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 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 to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
20

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
propose of completion or personal gain), or pass on to others, any information or
documents provided by the Principal/Owner as part of the business details,
including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign original shall disclose the names and


addresses of agents/representatives of India, if any. Similarly
Bidder(s)/Contractor(s) of India 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 on behalf
of one 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 Payment 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 t justified interest of other and/or to influence the procurement
process to the detriment of the Government interest.

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

Article 3: Consequences of Breach

Without prejudice to any right that may be available to the Principal/Owner under
law or the Contract or its established policies and laid down procedures, the
Principal/Owner shall have the following rights in case of breach of this Integrity
Pact by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and
undertakes to respect and uphold the Principal/Owner’s absolute right.

1) If the Bidder/Contractor(s), either before award or during execution of Contract has


21

committed a transgression through a violation of Article 2above or in any other


form, such as to put his reliability or credibility in question, the Principal/Owner
after giving 14 days notice to the contractor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate/determine the
Contract, if already executed or exclude the Bidder/Contractor from future contract
award processes. The imposition and duration of the exclusion will be determined
by the severity of transgression and determined by the Principal/Owner. Such
exclusion may be forever or for a limited period as decided by the
Principal/Owner.

2) Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified


the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determine the contract or has accrued the right to terminate/determine the
contract according to Article 3(1), the Principal/Owner, may in its considered
opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee
and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a


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

Article 4: Transgression

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 dealing/holiday
listing of the Bidder/Contractor as deemed fit by the Principal/Owner.

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

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

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a


commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by
any of its Sub-contractors/sub- vendors.
22

Article 6 Duration of the Pact

This Pact being when both the parties have legally signed it. Expires for the
Contractor/Vendor 12 (Twelve) Month after the completion of work under the contract or
till continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.
If any claims is made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by
the Competent Authority, CPWD.

Article 7- Other Provisions


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 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 of 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 provision of this Pact turn out to be invalid, the reminder 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 take by the Owner/Principal
in accordance with this Integrity Agreement/Pact or interpretation thereof shall not be
subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies
belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and
not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that
this Integrity Pact will have precedence over the Tender/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 Principal/Owner)
.................................................................
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. ..............................................
(Signature, name and address)
2. ...............................................
(Signature, name and address)
Place:

Dated

:
23

Annexure- ‘A’

FORM OF PERFORMANCE SECURITY BANK GUARANTEE BOND

1. In consideration of the President of India (hereinafter called “The Government”)


having offered to accept the terms and conditions of the proposed agreement. No.
dated
made between _ 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 Rs. _ (Rupees
only) as a security / guarantee from the
contractor(s) for compliance of his obligations in accordance with the
terms and conditions in the said agreement, we
(indicate the name of the bank) (hereinafter referred to
as “the Bank”) hereby undertake to pay to the Government an amount
not exceeding Rs. _
(Rupees
only) on demand by the Government.

2. We (indicate the name of the bank) do hereby undertake to


pay the amounts due and payable under this guarantee without any demure, merely on a
demand from the Government stating that the amount claimed as required to meet the
recoveries due or likely to be due from the said contractor(s). Any such demand made on the
bank shall be conclusive as regards the amount due and payable by the bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs (Rupees
……………………………… only).

3. We, the said bank further undertake to pay to the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge
of our liability for payment there under and the contractor(s) shall have
no claim against us for making such payment.
4. We (indicate the name of the bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would
24

be taken for the performance of the said agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said agreement
have been fully paid and its claims satisfied or discharged or till engineer-in-charge on
behalf of the government certified that the terms and conditions of the said agreement have
been fully and properly carried out by the said contractor(s) and accordingly discharges this
guarantee.

5. We _ (indicate the name of the bank) further agree with the


Government that The Government shall have the fullest liberty without our consent and
without effecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said contractor (s)
from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said contractor(s) and to forbear or enforce any
of the terms and conditions relating to the said agreement and we shall not be relieved from
our liability by reason of any such variation, or extension being granted to the said
contractor(s) or for any forbearance, act of omission on the part of the Government or any
indulgence by the Government to the said contractor(s) or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have
effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or
the contractor(s).

7. We (indicate the name of the bank) lastly undertake not to


revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto _ unless extended on demand by


Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. _ (Rs. _only) 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.

day of _ for
Dated the
(indicate the name of bank).
25

Annexure- ‘B’

AFFIDAVIT

I / We have submitted a bank guarantee for the work


(Name of work)

Agreement No._ _dated_ from_ to

_(Name of the Bank with full address)

_ the Assistant Engineer

(Name of Division) with a view to seek exemption from payment of security deposit in

cash. This bank guarantee expires on I / We undertake to keep the validity of the bank

guarantee intact by getting it extended from time to time at my / our own initiative upto

a period of

months after the recorded date of completion of the work or as

directed by the engineer-in-charge.

I / We also indemnify the Government against any losses arising out of non –

encashment of the bank guarantee if any.

Note :- The affidavit is to be given by the executants before a first class Magistrate
26

ANNEXURE
Clause- 10 –A & 18
List of mandatory machinery, tools and plants & testing Equipment to be
deployed by the contractor at site
1. Steel/Aluminium Ladder 1.5 m to 8 m. 2 Nos.

2. Chase cutting machines. 2 Nos.

3. Electrical wire drawing equipment. 2 Set.

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

5. Conduit die set. 2 Set.

6. Pipe vice. 1 No.

7. Bench vice. 1 No.

8. L.T.Meggar 500/1010 volts. 1 No.

9. Tong Tester. 1 No.

10. Multimeter. 1 No.

11. Hydraulically operated & hand 1


No. operated crimping machine.

12. Earth tester. 1 No.

13. Portable Ordinary drilling machine. 2 Nos.

14. Portable Hammer drilling machine. 2 Nos.

15. Overhead conduit puller. 1 No.


27

NIT No. 1 9 2 / E E ( E ) / L K O / 2 0 2 4 - 2 5 R e c a l l 1

Name of Work :- SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC
of Ceiling fans at” NSTI Campus Kanpur (SH:-AMC of Water cooler)

S.No Description of Item Qty. Rate Unit Amount

1 Annual Comprehensive maintenance of 400


Liters storage capacity Drinking water cooler i/c
replacement of all defective/wourntout spare
parts like compressor fan motor cooling tank
On/off switch, controlling PC inlet/outlet pipe etc
with new parts during the periodical servicing
and breakdown visits during the service contract
perios complete etc as reqd. at site-4 Nos.
(Make:-USHA) 12 Month 10497.00 Months 1,25,964.00
Total 1,25,964.000
28

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN


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

Enlistment Status

Valid Upto:

[Henceforth called the main contractor]

And

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

Enlistment Status

Valid Upto:

[Henceforth, called Associated Contractor]

Name of Work : - SITC of RO Plant, Annual Comprehensive maintenance of water cooler and “SITC of
Ceiling fans at” NSTI Campus Kanpur (SH:-AMC of Water cooler)

[VRF/VRV component only] as per schedule, specifications, terms and conditions of the tender.

We state that M.O.U. between us 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 agreement for execution of the above work. Both of us shall be responsible for the execution of work as
per the agreement to the extent of this MOU allows. Both the parties shall be paid consequent to the
execution as per agreement to the extent this MOU permits.

We have agreed as under:


1- The associated contractor shall be liable for disciplinary action if he failed to discharge the action(s)
and other legal action as per agreement besides forfeiture of the security deposit.

2- All the material, machinery and equipments, tools and tackles required for execution of the electrical
works as per agreement shall be the responsibility of the associated contractor.

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

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF


ASSOCIATED
CONTRACTOR

Date Date
Place Place

COUNTERSIGNED
Assistant ENGINEER (E)
29

WILLINGNESS CERTIFICATE

Name of Work: :- SITC


of RO Plant, Annual Comprehensive maintenance of water cooler and
“SITC of Ceiling fans at” NSTI Campus Kanpur (SH:-AMC of Water cooler)

I hereby give my willingness to work as associated contractor for the above mentioned work.

I will execute the work as per specifications and conditions for the agreement and as per direction of
the Engineer-in-charge. Also I will employee full time technically qualified supervisor for the works. I will attend
inspection of officers of the department as and when required.

Date : Signature of Contractor


30

TREMS AND CONDITIONS


1. The work shall be carried out strictly in accordance with CPWD specifications for electrical works
Part-I Internal 2023 and 1995 (external) as amended upto date and in accordance with Indian
Electricity Rules, 1956, Indian Electricity Act, 1910 as amended upto date and as per instructions of
the Engineer-in-Charge including as below and nothing will be paid extra.
2. All materials to be used on this work by the contractor shall be got approved from the Engineer-in-
Charge before use at site.
3. For repairing and replacement of defective parts shall be genuine.
4. For Repairing & Overhauling, dismantling of Water coolers parts, Cartridge, Taxes all are including
in scope of work, Noting extra shall be paid separately.
5. All materials to be used on this work by the contractor shall be got approved from the Engineer-in-
Charge before installation at site.
6. All damages done to the building during execution of Electrical work shall be the responsibility of
the contractor and the same will be made good immediately at his own cost to the satisfaction of the
Engineer-in-Charge. Any expenditure incurred by the department in this condition shall be
recovered from the contractor and decision of the Engineer-in-Charge about recovery shall be final.
7. All the debris of the electrical works should be removed and the site should be cleared by the
contractor immediately after the accruing of debris. Similarly any rejected material should be
immediately cleared off from the site by the contractor.
8. Watch & ward of the material /equipment shall be the responsibility of the contractor till handing
over of installation to the department.
9. Cement for this bonafied work is to be arranged and used by the contractor himself and nothing
extra will be paid on this account.
10. The contractor or his representative is bound to sign the site order book as and when required by the
Engineer-in-Charge and to comply with the remarks therein.
11. The contractor shall make his own arrangement at his own cost for electrical / general tools and
plants required for the work.
12. Rates are including of GST.
13. 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.
14. Some of the items of work, if already executed: on that case the successful tenderer shall have to
use these items for completing the work. For wiring, the existing conduit wherever required shall be
used by the contractor. The recovery will be made for these items as per accepted rate of other
agencies.
15. The contractor shall make payment to the worker through Cheque/RTGS/D.D. and a proof of
making payment through Cheque/RTGS/D.D. may be submitted along with running account bill of
contractor.
16. If work is not completed on the scheduled date of completion of work then contractor will make his
request for granting E.O.T. in writing with the department. Without his written request EOT shall
not be granted by department itself and necessary action as per manual shall be taken by department
for completing the work.
17. The contract shall be valid for 12 months from the date of letter of acceptance and will expire
automatically unless extended or renewed at the expiry date.
18. The Contractor provide 12 visits on monthly basis on each Water cooler. Extra visits shall also be
provide on call basis within this amount.
19. AMC of Water cooler includes the service/maintenance of all spare parts as per recommendation of
OEM.
20. In case of breakdown contractor shall take care to water cooler as expeditiously as possible and take
whatever necessary rectification measure are required as quickly so as to minimize the down time.
The company shall not be held responsible for any fault or production/trade losses.

ASSISTANT ENGINEER (E)


KCESD, CPWD Kanpur

You might also like