Recall 192
Recall 192
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
5. INTEGRITY PACT :
18-22
6. ANNEXURE : 23-26
7. SCHEDULE OF QUANTITY : 27
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
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
Comprehensive maintenance
Rs. 2,519.00
192/EE (E) / LKO /
12 (Twelve)
2024-25 Recall 1
The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit
his bid if he considers himself eligible and he is in possession of all the documents required.
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:-
Ikzfrfyfi%&
1- dk;Zikyd vfHkUrk ¼oS0½]y0oS0ea0]ds0yks0fuf0fo0 y[kuÅA
2- lwpuk iVA
3- ,u-vkbZ-Vh]izfr A
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.
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.
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.
(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
……………………………………………………………………………………..
Designation .…………………………………………………………………………………
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.
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.
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)
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
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:
PROFORMA OF SCHEDULES
Definitions:
2(v) Engineer-in –Charge 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
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
PROFORMA OF SCHEDULES
Authority to decide:
Clause 5
Clause 7
Clause 7A
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 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
INTEGRITY AGREEMENT
BETWEEN
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
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.
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
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.
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).
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.
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.
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.
Dated
:
23
Annexure- ‘A’
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.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or
the contractor(s).
day of _ for
Dated the
(indicate the name of bank).
25
Annexure- ‘B’
AFFIDAVIT
(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
I / We also indemnify the Government against any losses arising out of non –
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.
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)
Enlistment Status
Valid Upto:
And
Enlistment Status
Valid Upto:
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.
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.
Date Date
Place Place
COUNTERSIGNED
Assistant ENGINEER (E)
29
WILLINGNESS CERTIFICATE
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.