Central Public Works Department4.imimg.com/data4/NB/UD/HTT-1540/1540_2015-10-24-16-15... · 2015....

35
1 Central Public Works Department NIT No. 31/EE(E)/PCED/2015-16 Name of work: Renovation of E&M services at Lecture Theatres in Institute Block, JIPMER, Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification of wirings and controls INDEX Certified that the NIT contains 35 pages. NIT approved for Rs. 14,59,397/- Assistant Engineer(E)(P) Executive Engineer(E) PCED, CPWD, Puducherry-6 PCED, CPWD, Puducherry-6 Sl No DETAILS Pages 1 Index 1 2 Information And Instructions For Contractors For e- Biding 2-4 3 Notice Inviting Bid (CPWD 6) 5-8 4 Item Rate Bid & Contract For Work Including (CPWD-8) 9-15 5 Annexure-I Proforma for Undertaking 16 6 Integrity Pact 17-20 7 Form of Performance Security (GUARANTEE) 21-22 8 Form of Earnest Money (BANK GUARANTEE) 23 10 AFFIDAVIT 24 11 Annexure-II Commercial and Additional Conditions 25-28 12 Annexure-III List of acceptable makes 29 13 Annexure-IV Location of site, Address of Officers and chem. Concept 30 16 Schedule Of Quantities 31-35

Transcript of Central Public Works Department4.imimg.com/data4/NB/UD/HTT-1540/1540_2015-10-24-16-15... · 2015....

  • 1

    Central Public Works DepartmentNIT No. 31/EE(E)/PCED/2015-16

    Name of work: Renovation of E&M services at Lecture Theatres in Institute Block, JIPMER,Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification of wirings andcontrols

    INDEX

    Certified that the NIT contains 35 pages.

    NIT approved for Rs. 14,59,397/-

    Assistant Engineer(E)(P) Executive Engineer(E)PCED, CPWD, Puducherry-6 PCED, CPWD, Puducherry-6

    Sl No DETAILS Pages

    1 Index 1

    2 Information And Instructions For Contractors For e- Biding 2-4

    3 Notice Inviting Bid (CPWD –6) 5-8

    4 Item Rate Bid & Contract For Work Including (CPWD-8) 9-15

    5 Annexure-I Proforma for Undertaking 16

    6 Integrity Pact 17-20

    7 Form of Performance Security (GUARANTEE) 21-22

    8 Form of Earnest Money (BANK GUARANTEE) 23

    10 AFFIDAVIT 24

    11 Annexure-II Commercial and Additional Conditions 25-28

    12Annexure-III List of acceptable makes

    29

    13Annexure-IV Location of site, Address of Officers and chem.Concept 30

    16 Schedule Of Quantities 31-35

  • 2

    INFORMATION AND INSTRUCTIONS FOR BIDDERS FORe- BIDING FORMING PART OF BIT DOCUMENT AND TO BE POSTED ON WEBSITE

    (Application for inviting open Bids)

    The Executive Engineer(E), Puducherry Central Electrical Division, Central P.W.D., Puducherry 6 invites on behalf of President of India,Online item rate bids from approved and eligible Electrical contractors registered in CPWD for the work mentioned below.

    Sl.no NIT No Name of work & Location

    Estimatedcost put to

    bidRs.

    EarnestMoney Rs.

    Period ofcompletion

    Last dateand time ofsubmission

    of bidon line

    Period duringwhich Hard

    copies of EMDand otherdocuments

    shall be submittedby the lowesttenderer only.

    Time and dateof opening of

    bid

    1 2 3 4 5 6 7 8 91

    31/EE(E)/PCED/2015-16.

    Renovation of E&M services atLecture Theatres in InstituteBlock, JIPMER, Pondicherry.SH: Replacement of fittings,fans, power outlets etc. &modification of wirings andcontrols

    14,59,397/- 29,188/- 3(Three) MonthsUp to 15.00

    hrs on

    31-10-2015

    Up to 17.00 hrson

    07-11-2015

    At 15.30PM on31-10-2015

  • 31. The intending bidder must read the terms and conditions of CPWD-6 carefully. He

    should only submit has bid if he considers himself eligible and he is in possession of allthe documents required.

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

    3. The bid document consisting of plans, specifications, the schedule of quantities ofvarious types of items to be executed and the set of terms and conditions of the contractto be complied with and other necessary documents can be seen and downloaded fromwebsite www.bidwizard.com/CPWD or cpwd.gov.in or from www.eprocure.gov.in freeif cost.

    4. But the bid can only be submitted after depositing processing fee in favour of ITILimited and uploading the mandatory scanned documents such as Demand Draft orPay Order or Banker’s Cheque or Deposit at call Receipt or Fixed Deposit Receipts andBank Guarantee of any Scheduled Bank towards EMD in favour of ExecutiveEngineer(Electrical), Puducherry Central Electrical Division, CPWD, Puducherry andother documents as specified.

    The contractors already registered on the e-biding portal will have option tocontinue by paying tender processing fee up to one year from the date ofregistration, or to switch over to (new) registration without tender processing feeany time. All new registrations from 1.04.2015 will be without tender processingfee.

    5. Those Contractors not registered on the Website mentioned above are required to getregistered beforehand.

    6. The intending bidder must have valid class–III digital signature to submit the bid.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 on the form of JPG format and PDF format.9. Contractor must ensure to quote rate of each item. The column meant for quoting rate

    in figures appears in pink colour and the moment rate is entered, if turns sky blue.In addition to this, while selecting any of the cells a warning appears that if any cell isleft 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 itemshall be treated as “0” (Zero)

    10. SC/ST contractors enlisted under class V category are exempted from processing feepayable to ITI.

  • 4

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

    1 Treasury challan / Demand Draft/Pay Order or banker’s cheque / Deposit at callReceipt/FDR/Bank Guarantee of any Scheduled Bank against EMD.

    2 Enlistment Order of the Contractor.

    3 Certificate of Registration for Sales Tax / VAT and Service Tax.

    4 Certificate of Registration with EPFO, ESIC

    5 An undertaking that “The physical EMD shall be deposited by me/us with the EE(E)calling the bid in case I/we became the lowest bidder within a week of the opening offinancial bid otherwise department may reject the bid and also take action towithdraw my/our enlistment/debar me/us from biding in CPWD.”

    Executive Engineer(E),PCED, CPWD, Puducherry-6.

    GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENT

    No. 69(1)/2015/PCED/PB/2056 Dated: 20.10.2015

    To

    All Eligible Contractors.

    Executive Engineer (E)PCED, CPWD, Puducherry-6.

    Copy to:-

    1. The Superintending Engineer (E)/CCEC/CPWD/Chennai-6 for information please.2-4 EE(E)/CCED I, II, III/CPWD/Chennai.5-10 The Assistant Engineer(E)(P)/AAO/OS/AE(E)CESD-I, II & III/CPWD/Puducherry-605 006.11. Notice Board.

    Executive Engineer (E)

  • 5C.P.W.D. - 6 FOR e – BIDING.

    Item rate bids are invited on behalf of President of India from approved and eligible electricalcontractors registered in CPWD for the work “Renovation of E&M services at Lecture Theatres inInstitute Block, JIPMER, Pondicherry. SH: Replacement of fittings, fans, power outlets etc. &modification of wirings and controls.”

    1. The enlistment of the contractors should be valid on the last date of submission of bids. Incase the last date of submission of bid is extended, the enlistment of Contractor should bevalid on the original date of submission of bids.

    1.1. The work is estimated to cost of Rs. 14,59,397/- This estimate, however, is given merelyas a rough guide,

    1.1.1. The authority competent to approve NIT for the combined cost and belonging to the majordiscipline will consolidate NITs for calling the bids. He will also nominate Division whichwill deal with all matters relating to the invitation of bids.

    For composite bid, besides indicating the combined estimated cost put to bid should clearlyindicates the estimated cost of each component separately. The eligibility of bidders willcorrespond to the combined estimated cost of different components put to bid.

    1.2. Intending bidders is eligible to submit the bid provided he has definite proof from theappropriate authority, which shall be to the satisfaction of the competent authority, of havingsatisfactorily completed similar works of magnitude specified below:-

    Criteria of eligibility for submission of bid documents.

    1.2.1 Deleted.

    1.2.2 Deleted.

    1.2.3 Deleted

    2 Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8(or other Standard Form as mentioned) which is available as a Government of IndiaPublication and also available on website www.cpwd.gov.in. Bidders shall quote his ratesas per various terms and conditions of the said form which will form part of agreement.

    3 The time allowed for carrying out the work will be 3(Three) Months from the date of startas defined in Schedule “F” or from the first date of handing over the site, whichever islater, in accordance with the phasing, if any, indicated in the bid documents.

    4 The site for the work is available.

    5 The bid document consisting of plans, specifications, the schedule of quantities of varioustypes of items to be executed and the set of terms and conditions of the contractor to becomplied with and other necessary documents except Standard General Conditions ofContractor Form can be seen from website www. tenderwizard.com/ CPWD orwww.cpwd.gov.in free of cost.

    6 After submission of the bid the contractor can re- submit revised bid any number of times butbefore 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 numberof times (he need not reenter rate of all the items) but before last time and date of submission of bidas notified.

  • 68 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 earliershall become invalid.

    9 Earnest Money in the form of Treasury Challan or Demand Draft or Pay order orBanker’s cheque of Deposit at Call receipt (drawn in favour of Executive Engineer(E),Puducherry Central Electrical Division, Puducherry.) or Bank Guaranteee of anyScheduled Bank shall be scanned and uploaded to the e- Tendering website within theperiod of bid submission.

    A part of earnest money is acceptable in the firm of bank guarantee also. In such case,minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be depositedin shape prescribed above, and balance may be deposited in shape of Bank Guarantee ofany Scheduled Bank having validity for six months or more from the last date ofreceipt of bids which is to be scanned and uploaded by the intending bidders.

    The physical EMD of the scanned copy of EMD uploaded shall be deposited by thelowest bidder within a week after opening of financial bid failing which the bid shall berejected and the enlistment of the agency shall be withdrawn by the enlisting authority/theagency shall be debarred from biding in CPWD.

    The following undertaking in this regard shall also be uploaded by the intending bidders:-

    “The physical EMD shall be deposited by me/us with the EE calling the bid in case I/webecome the lowest bidder within a week of the opening of financial bid otherwisedepartment may reject the bid and also take action to withdraw my/our enlistment /debarme /us from tendering in CPWD.”Interested contractor who wish to participate in the bid has also to make following payments withinthe period of bid submission:

    e- Tender Processing Fee Rs. (832)/- if registration with tender processing fee is continued, shallbe payable to M/s. ITI Limited through their e-gateway by credit/debit card, internet banking orRTGS / NEFT facility.

    Copy of Enlistment Order and certificate of work experience and other documents as specified in thepress notice shall be scanned and uploaded to the e – tendering website within the period of bidsubmission. However, certified copy of all the scanned and uploaded documents as specified inpress notice shall have to be submitted by the lowest bidder only along with physical EMD ofthe scanned copy of EMD uploaded within a week physically in the office of tender openingauthority.

    Online bid documents submitted by intending bidders shall be opened only of those bidders, whodeposited e- Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit andother documents scanned and uploaded are found in order.

    The bid submitted shall be opened at (3.30) PM on 31-10-2015

    10 The bid submitted shall became invalid and e-tender processing fee shall not be refunded if :

    (i) The bidder is found ineligible.

  • 7

    (ii) The bidder does not upload all the documents (including service tax registration / VATregistration / sales tax registration) as stipulated in the bid document including theundertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

    (iii) If any discrepancy is noticed between the documents as uploaded at the time of submissionof bid and hard copies as submitted physically by the lowest bidder in the office of bidopening authority.

    (iv) The lowest bidder does not deposit physical EMD within a week of opening of bid.

    11 The contractor, whose bid is accepted, will be required to furnish performance guarantee of5% (Five percent) of the bid amount within the period of specified in Schedule F. Thisguarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-)or Deposit at Call receipt of any scheduled bank/ Banker’s cheque of any Scheduled Bank /Demand Draft of any scheduled bank/ Pay order of any Scheduled Bank (in case ofguarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed DepositReceipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India inaccordance with the prescribed form. In case the contractor fails to deposit the saidperformance guarantee within the period as indicated in Schedule “F” including theextended period if any, the Earnest Money deposited by the contractor shall be forfeitedautomatically without any notice to the contractor. The Earnest Money deposited alongwith bid shall be returned after receiving the aforesaid performance guarantee.

    The Contractor whose bid is accepted will also be required to furnish either copy ofapplicable licenses/registrations or proof of applying for obtaining labour licensesregistrations with EPFO, ESIC & BOCW Welfare Board and Programme Chart(Time and Progress) within the time specified in Schedule ‘F’

    12 Intending Bidders are advised to inspect and examine the site and its surroundings andsatisfy 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 to access the site, theaccommodation they may require and in general shall themselves obtain all necessaryinformation as to risks, contingencies and other circumstances which may influence oraffect their bid. A bidders shall be deemed to have full knowledge of the site whether heinspects it or not and no extra charge consequent on any misunderstanding or otherwiseshall be allowed. The bidders shall be responsible for arranging and maintaining at his owncost all materials, tools & plants, water, electricity access, facilities for workers and allother services required for executing the work unless otherwise specifically provided for inthe contract documents. Submission of a bid by a bidders implies that he has read thisnotice and all other contract documents and has made himself aware of the scope andspecifications of the work to be done and of conditions and rate at which stores, tools andplant, etc. will be issued to him by the government and local conditions and other factorshaving a bearing on the execution of the work.

    13 The competent authority on behalf of the President of India does not bind itself to acceptthe lowest or any other bid and reserves to itself the authority to reject any or all the bidsreceived without the assignment of any reason. All bids in which any of the prescribedcondition is not fulfilled or any condition including that of conditional rebate is put forth bythe bidders shall be summarily rejected.

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

  • 815 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 thesame at the rate quoted.

    16 The contractor shall not be permitted to bid for works in the CPWD Circle (Division incase of Contractors of Horticulture/ Nursery category) responsible for award and executionof contracts, which his near relative is posted a Divisional Accountant or as an officer inany capacity between the grades of Superintending Engineer and Junior Engineer ( bothinclusive). He shall also intimate the names of persons who are working with him in anycapacity or are subsequently employed by him and who are near relatives to any gazettedofficers 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 fromthe approved list of contractors of this Department.

    17 No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering orAdministrative duties in an Engineering Department of the Government of India is allowed to workas a contractor for a period of one year after his retirement from Government service, without theprevious permission of the Government of India in writing. This contract is liable to be cancelled ifeither the contractor or any of his employees is found any time to be such a person who had notobtained the permission of the Government of India as aforesaid before submission of the bid orengagement in the contractor’s service.

    18 The bid for the works shall remain open for acceptance for the period of ninety (90) days from thedate of opening of bids in case of single bid system /Ninety days(90) from the date of openingof technical bid in case bids are invited on 2 bid/envelope system/ One hundred twenty(120) days from the date of opening of technical bid in case bids are invited on 3bid/envelope system for specialized work. (strike out as the case may be). If any bidderswithdraws his bid before the said period or issue of letter of acceptance, whichever isearlier, or makes any modification in the terms and conditions of the bid which are notacceptable to the department, then the Government shall, without prejudice to any otherright or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Furtherthe bidders shall not be allowed to participate in the rebidding process of the work.

    19 This notice inviting Bid shall form a part of the contract document. The successful bidders/Contractor, on acceptance of his bid by the Acceptance Authority shall within 15 days From thestipulated date of start of the work, sign the contract consisting of:-

    (a) The Notice Inviting Bid, all the document including additional conditions, specification anddrawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the ratesquoted online at the time of submission of bid and acceptance thereof together with anycorrespondence leading thereto.

    (b) Standard C.P.W.D Form 7/8 or other Standard C.P.W.D Form as applicable.

  • 9CPWD- 8

    GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENT

    STATE : Puducherry CIRCLE : CCEC

    BRANCH : E & M DIVISION : PCED

    ZONE : SZ-I SUB- DIVISION : PCESD III

    Item Rate Tender & Contract for Works

    Tender for the work of: “Renovation of E&M services at Lecture Theatres in Institute Block,JIPMER, Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification of wiringsand controls.”

    (i) Last date and time of submission of e-tenders shall be up to 15.00 hrs on (31-10-2015)and the Period during which documents shall be submitted up to 17.00 hrs on 07-11-2015

    (ii) To be opened in presence of tenderders who may be present at 15.30 hours on 31-10-2015in the office of EE(E)/PCED/CPWD/PUDUCHERRY.

    TENDER

    I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F, Specificationsapplicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses ofcontract, Special conditions, Schedule of Rate & other documents and Rules referred to in theconditions 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 thetime specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects withthe specifications, designs, drawings and instructions in writing referred to in Rule-1 of GeneralRules and Directions and in Clause 11 of the Conditions of contract and with such materials as areprovided for, by, and in respects in accordance with, such conditions so far as applicable.

    We agree to keep the tender open for (90) ninety days from the due date its opening in case ofsingle tender system/ Ninety (90) days from the date of opening of technical tender in casetenders are invited on 2 tender/envelope system /one hundred twenty (120) days from the date ofopening of technical tender in case tenders are invited on 3 tender/envelope system forspecialized work (strike out as the case may be) and not to make any modifications in its terms andconditions.

    A sum of Rs. 29,188/- is hereby forwarded in cash / receipt treasury challan / deposit at call receiptof a scheduled bank/fixed deposit receipt of schedule bank / demand draft of a scheduled bank /bank guarantee issued by a scheduled bank as earnest money /A copy of earnest money in receipt treasury challan /deposit at call receipt of scheduled bank/

    fixed deposit receipt of scheduled bank is scanned and uploaded (strike out as the case may be). IfI/We, fail to furnish the prescribed performance guarantee within prescribed period. I/we agree thatthe said President of India or his successors, in office shall without prejudice to any other right orremedy be at liberty to forfeit the said earnest money absolutely. Further, if I /we fail tocommence work as specified, I/we agree that President of India or his successors in office shallwithout prejudice to any other right or remedy available in law, be at liberty to forfeit the said theperformance guarantee absolutely. The said performance guarantee to execute all the worksreferred to in the tender documents upon the terms and conditions contained or referred to those in

  • 10excess of that limit at the rates to be determined in accordance with the provision contained inClause 12.2 and 12.3 of the tender form.

    Further I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee asaforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

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

    Dated…………………….. Signature of contractorWitness : Postal Address

    Address:Occupation:

    ACCEPTANCEThe above tender (as modified by you as provided in the letters mentioned hereunder) is acceptedby me for and 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:-

    i)ii)ii)

    For & on behalf of the President of India.Signatures………………………………….

    Dated……………………… Designation…………………………………

  • 11PROFORMA SCHEDULES

    SCHEDULE ‘A’

    Schedule of quantities : As per separate schedule attached

    SCHEDULE ‘B’

    Schedule of materials to be issued to the contractor.

    Sl.No.

    Description of item Quantity Rate in figures &words at whichthe material willbe charged to thecontractor

    Place of issue

    1 2 3 4 5

    ----------NIL -------

    SCHEDULE ‘C’

    Tools and plants to be hired by the contractor.

    ___________________________________________________________________________

    Sl. No Description Hire charges per day Place of issue_______________________________________________________________________________

    1 2 3 4_______________________________________________________________________________

    ---------- NIL -------

    SCHEDULE ‘D’

    Extra schedule for specific requirements / documents for the work, if any, Nil

    SCHEDULE ‘E’Reference to General Conditions of contract. GCC 2014 – Con 288 amended up to 23-09-2015

    Name of work: Renovation of E&M services at Lecture Theatres in Institute Block, JIPMER,Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification of wirings andcontrols.

    Estimate cost of work : Rs. 14,59,397/-

    i) Earnest money : Rs. 29,188/-

  • 12

    ii) Performance Guarantee: 5% of tendered value

    iii) Security Deposit: 2.5% of tendered value

    SCHEDULE ‘F’

    General Rules & Directions:

    Officer inviting tender EE(E)/PCED/CPWD/PUDUCHERRY

    Maximum percentage for quantity of items of work tobe executed beyond which rates are to be determined inaccordance with Clauses 12.2 & 12.3. see below

    Definitions :

    2 (v) Engineer- in- Charge for Civil :Engineer- in- Charge for Elect. : EE(E)/PCED/CPWD/PUDUCHERRY

    2 (viii) Accepting Authority EE(E)/PCED/CPWD/PUDUCHERRY

    2 (x) Percentage on cost of materials andlabour to cover all overheads and profits. 15 %

    2 (xi) Standard Schedule of Rates for Civil :Standard Schedule of Rate for Elect.: DSR-2014 with upto date

    correction Slips / amendments

    2(xii) Department Central P.W.D

    9 ii) Contract Form : Standard CPWD Contract Form 8 General Conditions of Contract forCPWD Works 2014 further modified upto 23.9.2015 vide No :DGW/CON/288

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

    Programme Chart (Time and Progress) and applicablelabour licenses, registration with EPFO, ESIC andBOCW Welfare Board or proof of applying thereoffrom the date of issue of letter of acceptance 10 days

    ii) Maximum allowable extension with late fee @0.1% perday of performance Guarantee amount beyond the period(provided in i) above 7 days

    Clause 2

    Authority for fixing compensation under clause 2. SE(E)/CCEC, CPWD, Chennai – 6.

  • 13Clause 2A

    Whether clause 2 A shall be applicable NO

    Clause 5Authority to decidei) Extension of time ……….. EE(E), PCED/ CPWD, Puducherry

    ii) Rescheduling of mile stone……….. EE(E), PCED/ CPWD, Puducherry

    iii) Shifting of date of start in case ofdelay in handing over of site ……….. EE(E), PCED/ CPWD, Puducherry

    Number of days from the date of issue of letteracceptance for reckoning date of start 10 (Ten) days

    Mile stone(s) as per table given below:-Sl.No. Description of Milestone

    (Physical)Time allowed in

    days(from date ofstart)

    Amount to be with-held in caseof non achievement of mile

    stone1 Supply of Fittings, Fans 75days 1% Tendered value2 Testing, commissioning and

    handing over.90days 1% Tendered value

    Time allowed for execution of work. 03 (Three) Months

    Authority to give fair and reasonable extension of time for EE(E)/PCED/CPWD, PUDUCHERRY

    Completion of work:Clause 6, 6AClause applicable – (6 or 6A) 6A

    Clause 7Gross work to be done together with net payment / adjustmentof advances for material collected , if any since the last such Rs. 2 Lakhpayment for being eligible to interim payment.

    Clause 7ANo Running Account Bill shall be paid for the work tillthe applicable labour licenses, registration with EPFO,ESIC and BOCW Welfare Board, whatever applicableare submitted by the contractor to the Engineer-in-Charge.Whether Clause 7A shall be applicable : YES

    Clause 10AList of testing equipment to be provided by the : Not Applicablecontractor

    Clause 10B (i)Whether Clause 10B (i) shall be applicable : NO

  • 14Clause 10CComponent of labour expressed as percent of Value of work. : 10 C Not applicable

    Clause 10CA 10 CA Not applicable

    Materials Covered underthis Clause

    Nearest Material for whichAll India Wholesale PriceIndex is to be followed

    Base Price of Materialscovered under Clause 10CA Per M.Ton

    ------------------------------ NIL---------------------------

    Clause 10 CC

    Clause 10 CC to be applicable in contracts with stipulated periodof completion exceeding the period show in next column 10 CC Not applicable

    Clause 11Specifications to be followed for execution of work : (i) CPWD General Specifications for

    Electrical works Part -I Internal - 2013 as amended upto date.

    Clause 12 Type of work : Original Work

    12.5 (i) Deviation Limit beyond which clauses 12.2& 12.3 shall apply for building work : 30% (Thirty percentage)

    (ii) Deviation Limit beyond which clauses 12.2& 12.3 shall apply for foundation work : Not applicable

    Clause 16

    Competent Authority for deciding reduced rates. SE(E)/CCEC/CPWD/Chennai-6

    Clause 18 :

    List of mandatory machinery, tools & plants to be deployed by the contractor at site:-As per the list mentioned in the para F2 of the Additional Specifications

    Clause 25(i)Constitution of Dispute Redressal Committee:

    Claims up to 25lakhs Claims above 25 lakhs

    Chairman Director (Works cum TLQA) SR I,CPWD, CHENNAI.

    Chief Engineer (SZ) IV

    Member EE(E)/CCED I, CPWD, CHENNAIDirector (Works cum TLQA) SR I,

    CPWD, CHENNAI

    Member EE(P), O/o CE (SZ) I, Chennai SE/CCEC/CPWD/CHENNAI.

    If the contractor considers any work demanded of him to be outside the requirements of thecontract, or disputes any drawings, record or decision given in writing by the Engineer-in-Chargeon any matter in connection with or arising out of the contract or carrying out of the work, to beunacceptable, he shall promptly within 15 days request the Superintending Engineer in writing for

  • 15written instruction or decision. Thereupon, the Superintending Engineer shall give his writteninstructions or decision within a period of one month from the receipt of the contractor’s letter.

    If the Superintending Engineer fails to give his instructions or decision in writing within theaforesaid period or if the contractor is dissatisfied with the instructions or decision of theSuperintending Engineer, the contractor may, within 15 days of the receipt of SuperintendingEngineer’s decision, appeal to the Chief Engineer who shall afford an opportunity to the contractorto be heard, if the latter so desires, and to offer evidence in support of his appeal. The ChiefEngineer shall give his decision within 30 days of receipt of contractor’s appeal. If the contractor isdissatisfied with the decision of the Chief Engineer, the contractor may within 30 days from thereceipt of the Chief Engineer decision, appeal before the Dispute Redressal Committee (DRC)along with a list of disputes with amounts claimed in respect of each such dispute and givingreference to the rejection of his disputes by the Chief Engineer. The Dispute Redressal Committee(DRC) shall give his decision within a period of 90 days from the receipt of Contractor’s appeal.The constitution of Dispute Redressal Committee (DRC) shall be as indicated in Schedule ‘F’. Ifthe Dispute Redressal Committee (DRC) fails to give his decision within the aforesaid period orany party is dissatisfied with the decision of Dispute Redressal Committee (DRC), then eitherparty may within a period of 30 days from the receipt of the decision of Dispute RedressalCommittee (DRC), give notice to the Chief Engineer for appointment of arbitrator on prescribedproforma as per Appendix XV of CPWD manual, failing which the said decision shall be finalbinding and conclusive and not referable to adjudication by the arbitrator. It is a term of contractthat each party invoking arbitration must exhaust the aforesaid mechanism of settlement ofclaims/disputes prior to invoking arbitration.

    Clause 36 i)Minimum Qualifications & experience required for Principal Technical Representative.

    Sl. No. Designation Minimumqualification andexperience required

    DisciplineNumberrequired

    Numbers Rate of recoveryper month perperson in case ofnon compliance.

    1 PrincipalTechnicalRepresentative

    Graduate Engineer with2 years experienceORDiploma Engineer with 5years experience

    1

    1

    15,000/-

    15,000/-

    Assistant Engineers retired from government service who are holding Diploma will be treated atpar with graduate engineers. Diploma holder with minimum 10 year relevant experience with areputed construction co. can be treated at par with Graduate Engineers for the purpose ofsuch deployment subject to the condition that such diploma holders should not exceed 50%of requirement of degree engineers.

  • 16ANNEXURE-I

    PROFORMA FOR UNDERTAKING

    To,

    Executive Engineer,PCED, CPWD,Puducherry-6.

    Sub: Submission of Tender for the work of : “Renovation of E&M services at Lecture Theatres inInstitute Block, JIPMER, Pondicherry. SH: Replacement of fittings, fans, power outlets etc. &modification of wirings and controls.”

    NIT No. 31/2015-16/PCED/CPWD/Puducherry

    Dear Sir,

    1) I / We Undertake that “The Physical EMD shall be deposited by me / us with theExecutive Engineer calling the tender in case I / We become the lowest tenderer within aweek of the opening of financial bid otherwise department may reject the tender and alsotake action to withdraw my / our enlistment / debar me / us from bidding in CPWD”.

    2) “I / We undertake and confirm that eligible similar work(s) has/ have not beengot executed through another contractor on back to back basis. Further that, if such aviolation comes to the notice of Department, then I/we shall be debarred for bidding inCPWD in future forever. Also, if such a violation comes to the notice of Department beforedate of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount ofEarnest Money Deposit/Performance Guarantee.”

    (Scanned copy to be uploaded at the time of submission of Bid.)

    Name & Signature of Contractor

  • 17INTEGRITY PACT CPWD

    To,………………………..,………………………..,………………………..

    Sub: NIT No. 31/2015-16/PCED/CPWD/Puducherry for the work of “Renovation of E&Mservices at Lecture Theatres in Institute Block, JIPMER, Pondicherry. SH: Replacement of fittings,fans, power outlets etc. & modification of wirings and controls.”

    Dear Sir,

    It is here by declared that CPWD is committed to follow the principle of transparency, equity andcompetitiveness in public procurement.

    The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder willsign the integrity Agreement, which is an integral part of tender/bid documents, failing which thetenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would besummarily rejected.

    This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall bedeemed as acceptance and signing of the IntegrityAgreement on behalf of the CPWD.

    Yours faithfully

    Executive Engineer

    INTEGRITY PACT CPWD

    To,

    Executive Engineer (E),PCED, CPWD,Puducherry-6.

    Sub: Submission of Tender for the work of : “Renovation of E&M services at Lecture Theatres in InstituteBlock, JIPMER, Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification ofwirings and controls.”

    Dear Sir,

    I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosedwith the tender/bid document.

    I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign the enclosedintegrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified from the tenderingprocess. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL ANDABSOLUTE ACCEPTANCE of this condition of the NIT.

    I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that execution of thesaid Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid isfinally accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line withArticle 1 of the enclosedIntegrity Agreement.

    I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting the tender/bid,CPWD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordancewith terms and conditions of the tender/bid.

    Yours faithfully(Duly authorized signatory of the Bidder)

  • 18INTEGRITY PACT CPWD

    To be signed by the bidder and same signatory competent / authorised tosign the relevant contract on behalf of CPWD.

    INTEGRITY AGREEMENT

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

    President of India represented through Executive Engineer(E), PCED, CPWD, Puducherry.(Name of Division) CPWD, Nirman Bhavan, (Hereinafter referred as the (Address of Division)‘Principal/Owner’, which expression shall unless repugnant to the meaning orcontext hereof include its successors and permitted assigns)

    AND.............................................................................................................(Name and Address of the Individual/firm/Company) through ............................................... (Hereinafter referred 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 andpermitted assigns)

    PreambleWHEREAS the Principal / Owner has floated the Tender (NIT No. 31/2015-16/PCED/CPWD/

    Puducherry (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure,contract for : “Renovation of E&M services at Lecture Theatres in Institute Block, JIPMER,Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification of wirings andcontrols.”(Name of work) hereinafter referred to as the “Contract”.

    AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use ofresources 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 (hereinafterreferred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of theTender/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 Pactwitnesses as under:

    Article 1: Commitment of the Principal/Owner1) 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 benefitwhich 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, inparticular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s)confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or theContract execution.(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been ofbiased nature.

    2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the IndianPenal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violationof the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the ChiefVigilance 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 ethicalstandards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which ithas knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

  • 192) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits himself toobserve 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 thePrincipal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material orother benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during theTender 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 formalor informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission ofbids or any other actions to restrict competitiveness or to cartelize in the bidding process.c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s)/Contract(s) willnot use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents providedby the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, includinginformation contained or transmitted electronically.d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India, if any.Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any.Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further,in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of anothermanufacturer 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 proforma enclosed) any and allpayments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with theaward of the Contract.

    3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to suchoffences.

    4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent practice means a willfulmisrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act inreliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/orto influence the procurement process to the detriment of the Government interests.

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

    Article 3: Consequences of BreachWithout prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policiesand laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by theBidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absoluteright:

    1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through aviolation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner aftergiving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process orterminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. Theimposition 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) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from theTender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right toterminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that mayhave accrued to 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 arepresentative 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 willinform the same to law enforcing agencies for further investigation.

    Article 4: Previous Transgression1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company in any countryconfirming to the anticorruption approach or with Central Government or State Government or any other Central/State PublicSector 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 forbanning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitablecorruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

  • 20Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors1) 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.2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Contractors.3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the Principal/Owner and thebidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

    Article 6-Duration of the PactThis Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion ofwork under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till theContract has been awarded.If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts asspecified above, unless it is discharged/determined by the Competent Authority, CPWD.

    Article 7-Other Provisions1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the Division of thePrincipal/Owner, who has floated the Tender.2)Changes and supplements need to be made in writing. Side agreements have not been made.3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holdingpower of attorney signed by all partners and consortium members.In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, theparties 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 IntegrityAgreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretationthereof shall not be subject to arbitration.

    Article 8-LEGAL AND PRIOR RIGHTSAll rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such partiesunder the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remediesaforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contactdocuments 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 thepresence of following witnesses:

    Executive Engineer(E), PCED, CPWD, Puducherry.(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 :

  • 21Clause 42

    FORM OF PERFORMANCE SECURITY (GUARANTEE)BANK GUARANTEE BOND

    In consideration of the President of India (hereinafter called “The Government”) having offered to accept

    the terms and conditions of the proposed agreement 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 security /guarantee from the contractor (s) for

    compliance of his obligations in accordance with the terms and conditions in the said agreement.

    We ………………………………... (hereinafter referred to as “the Bank”) hereby

    (Indicate the name of the Bank)

    Undertake to pay to the Government an amount not exceeding Rs…………………….

    (Rupees…………………only) on demand by the Government.

    2. We ……………………………….do hereby under take 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 is required to that recoveries due or likely to be due from the contractor(s). Any such demand made

    on the Bank shall be conclusive as regard 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

    therein under and the contractor(s) shall have no claim against us for making such payment.

    4 We………………………………………further agree that the guarantee herein

    (indicate the name of the bank)

    contained shall remain in full force and effect during the period that would 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.

  • 22

    5. We ……………………………………further agree with the Government that

    (indicate the name of the Bank)

    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 forebear 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. ……………………………………………lastly undertake not to revoke this

    (Indicate the name of the Bank)

    Guarantee except with the previous consent of the Government in writing.

    8. This guarantee shall be valid up to. ……………unless extended on demand by Government.

    Notwithstanding anything mentioned above, our liabilities against this guarantee is restricted to Rs.

    …………………./-( Rupees …………………………only )and unless a claim in writing is lodged with us

    within six months of the date of expiry or extended date of expiry of this guarantee, all our liabilities under

    this guarantee shall stand discharged.

    Dated the ……………..day of …………..for…………………..(indicate the name of bank)

  • 23

    FORM OF EARNEST MONEY (BANK GUARANTEE)

    WHEREAS, contractor …………………. (Name of contractor) (Hereinafter called “the contractor”) hassubmitted his bid dated ………… (Date) for the construction of ……………………….. (Name of work)(Hereinafter called “the Bid’)

    KNOW ALL PEOPLE by these presents that we …………(Name of bank) having our registered office at……………………….. (Hereinafter called “the Bank”) are bound unto …………………. (Name anddivision of Executive Engineer) (Hereinafter called “the Engineer-in-

    SEALED with the Common Seal of the said Bank this …………… day of …………. Charge”) in the sumof Rs. …………………….. (Rs. in words ……………) for which payment well and truly to be made to thesaid Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents20…..

    THE CONDITIONS of this obligation are:

    (1) If after bid opening the Contractor withdraws, his bid during the period of validity of bid (includingextended validity of bid) specified in the Form of Bid.

    (2) If the contractor having been notified of the acceptance of his bid by the Engineer-in- Charge.

    (a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions tocontractor, if required; OR

    (b) furnish the Performance Guarantee, in accordance with the provisions of bid document andInstructions to contractor, OR

    We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first writtendemand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demandthe Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence ofone or any of the above conditions, specifying the occurred condition or conditions.

    This Guarantee will remain in force up to and including the date* …………… after the deadline forsubmission of bid as such deadlines is stated in the Instructions to contractor or as it may be extended by theEngineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect ofthis Guarantee should reach the Bank not later than the above date.

    DATE ………….. SIGNATURE OF THE BANK

    WITNESS ………….. SEAL

    (SIGNATURE, NAME AND ADDRESS)

    *Date to be worked out on the basis of validity period of 6 months from last date of receipt of bid.

  • 24AFFIDAVIT--I (For Non CPWD Contractors)

    I / we undertake and confirm that eligible similar work(s) has/ have not beengot executed through another contractor on back to back basis. Further that, if such aviolation comes to the notice of Department, then I/we shall be debarred fortendering in CPWD in future forever. Also, if such a violation comes to the notice ofDepartment before date of start of work, the Engineer in charge shall be free toforfeit the entire amount of Earnest Money Deposit/ Performance Guarantee.

    (Scanned copy to be uploaded at the time of submission of Bid.)

    Name & Signature of Contractor

    AFFIDAVIT –II (For CPWD as well as Non-CPWD Contractors)

    I / we undertake and confirm that the Physical EMD shall be deposited by me/uswith the EE calling the tender in case I/we become the lowest tenderer within a weekof opening of the financial bid otherwise department may reject the tender and alsotake action to withdraw my/our enlistment with CPWD or Blacklist me/usfrom participating in any future tenders of CPWD”

    (Scanned copy to be uploaded at the time of submission of Bid.)

    Name & Signature of Contractor

  • 25ANNEXURE-II

    COMMERCIAL AND ADDITIONAL CONDITIONSName of work : “Renovation of E&M services at Lecture Theatres in Institute Block, JIPMER,

    Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification of wiringsand controls.”

    1.0 GENERAL

    1.1 This specification covers the work detailed in Shedule A.

    LOCATION : As indicated in the Annexure - II. The tenderer should in his own interest visit the sites andfamiliarise himself with the site conditions before tendering.)

    1.2 No T&P shall be issued by the department and nothing extra shall be paid on account of this.

    2.0 COMERCIAL CONDITIONS

    2.1 TYPE OF CONTRACT: -The work to be awarded by this tender shall be treated as indivisible work contract.

    2.2 PURCHASE, SUBMISSION AND OPENING OF TENDER:-2.2.1 Bidders shall submit the Cost of tender Documents, E-Tender processing fee and Earnest Money in

    prescribed manner as indicated in the Press notice/ in the Notice inviting Tender.

    2.2.2 The tender will be in single bid system.2.2.3 The tenderers are advised preferably not to deviate from the technical specifications / items,

    commercial terms and conditions of NIT like terms of payment, guarantee, arbitration clause,price escalation etc.

    2.2.4 The price bid will be opened by the Executive Engineer (E) in the presence of the representatives ofthe tenderers who wish to be present on the due date and time of opening of price bid.

    2.2.5 The department reserves the right to reject any or all the price bids and call for fresh prices / tendersas the case may be without assigning any reason.

    3.0 COMPLETENESS OF THE TENDER3.1 CARE OF BUILDING & PREMISES

    Care shall be taken, while handling / installing / maintaining the equipment/ carrying out the work,to avoid damage to the building/ premises. The Contractor shall arrange to repair all damages to thebuilding / premises caused by him so as to bring to the original condition. He shall also arrange toremove all unwanted waste materials from site, arising out of his work.The Contractor shall carry out the work in such a manner so as not to interfere or affect or disturbother works being executed by other agencies if any. No claim in the matter shall be entertained.

    4.0 RATES TAXES AND DUTIES:(i) The work shall be treated as works contract basis and the rates tendered shall be for

    complete items of works inclusive of all taxes (including works contract tax), duties, andlevies etc. and all charges for items contingent to the work, such as packing, forwarding,insurance, freight and delivery, installation, testing, commissioning etc at site i/c temporaryconstructional storage, risk, overhead charges, general liabilities/ obligations etc.

    (ii) Being an indivisible works contract, sales tax, Octroi, excise duty etc. are not payableseparately.

    (iii) Work contract tax for the work shall be included within the quoted rates for the variousitems.

  • 26

    (iv) Service Tax, if any, shall be paid by the contractor to the concerned Department on demandand it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has beenactually and genuinely paid by the contractor. The rates quoted shall be exclusive ofService Tax.

    (v) The C/D forms for concession of CST will not be issued to firms for procurement ofmaterials.

    (vi) All Statutory deductions like Work Contract Tax, Pondicherry building and otherconstruction workers welfare cess recovery etc at applicable rates will be made from theContractors bill.

    5.0 PAYMENT TERMS:5.1 Terms of payment shall l be as per relevant clauses of CPWD 7/8.5.2 Deduction of Security Deposit shall be governed by standard / relevant clauses of CPWD 7/8.6.0 VALIDITY

    As stipulated in the Form CPWD 6.

    7.0 GUARANTY

    The LED fittings supplied shall be guaranteed for FIVE years by the manufacturer and also by theagency, from the date of completion of work, this guarantee certificate shall given at the time ofsupply of the fittings.

    7.1 The agency shall submit bank guarantee for an amount not less than 5%(five) of total quotedamount for Item No-3 valid for five years from the date of completion of work. The bankguarantee so submitted will be released on satisfactory completion of Guaranty provided forLED fittings vide condition No: 7.0 above.

    8.0 ADDITIONAL CONDITIONS

    8.1 The work shall be generally carried out in accordance with tender specifications and the followingspecifications / rules :

    a) CPWD General Specifications for Electrical work Part I Internal - 2013, as amended up todate.

    b) CPWD General Specifications for Electrical works Part II External - 1994, as amended uptodate.

    c) Additional technical specifications for this work.d) The Indian Electricity Act, 2003.e) National Electrical Code.f) Indian Electricity Rules 1956 amended upto date.

    The Contractor shall, on demand by the Engineer-in-charge, furnish the proof to the satisfaction ofEngineer-in-charge regarding purchase of fittings/fans/Cables/ switchgears / SDFU s and other panelboard items etc. from the manufacturer’s authorized outlets.

    1 All hardware items such as screws, bolt nuts, gaskets, knobs etc. which are essentially required forcompleting an item as per specifications will be deemed to be included in the item even when thesame have not been specifically mentioned.

    2 Prior approval of the Engineer-in-Charge is required for all the materials required to be used onworks. Non-standard quality materials shall not be acceptable.

  • 27

    3 Bad workmanship shall not be accepted. Such work is liable for rejection and shall be rectified bythe contractor at his own cost as per the specifications and directions given by the Engineer-in-Charge.

    4 All repairs and patch works shall be neatly carried out to match with the original finish and to theentire satisfaction of the Engineer –in- Charge.

    5 The contractor has to make his own arrangement for stores and watch and ward and no extra claimfor this will be entertained.

    6 The contractor has to make his own arrangement at his own cost for all the general and special T&Pif required on this work.

    7 All the debris due to the electrical works shall be removed from the site by the contractor as soon asthe work is completed.

    8 Materials to be used in work are to be ISI marked. The makers of the materials have been indicatedin the list of acceptable makes. No other makes will be acceptable. The materials to be used in thework shall be got approved by the Engineer in Charge / his representative before its use at site. TheEngineer-in-Charge shall reserve the right to instruct the contractor to remove the material which, inhis opinion, is not acceptable.

    9 The work should be carried out at Lecture theatres in Institute Block, JIPMER, Puducherry.

    10 All statutory deductions like WCT, LWF etc. shall be made from the bills.

    11 The materials used in the work shall be of approved make as per Annexure-III.

    12 Defect Liability Period :

    All the equipments shall be guaranteed for a period of 12 Months from the date of completion. Anydefective materials and equipment shall be replaced free of cost at the direction of the Engineer-in-Charge.

    13 Cable route and pole locations shall be marked in drawing / site and got approved by theEngineer-in-charge or his representative before commencement of work.

    14 Five years manufacturers guarantee should be submitted by the contractor for LED fittings oncompletion of the work. A letter from the original manufacturer of the Luminaire shall besubmitted along with the supply of item.

    13 LED Luminaire specifications

    Sl.No.

    Criteria Specification for LED street light

    1.

    2.

    3.

    Luminaire configuration/technical requirement

    Housing/Body of fitting

    Cover/glass

    Side entry type. Shall consist of separate optical andelectrical part. It should be repairable separately in thefixed condition (Driver and LED)

    Pressure Die Cast Aluminium housing

    Toughened clear glass

  • 28

    4.

    5.

    6.

    7.

    8.

    9.

    10

    11.

    12.

    13.

    14.

    15.

    16

    17.

    18.

    19.

    20.

    21.

    22.

    23.

    Finish

    Protection-IP

    Operating Voltage

    Frequency

    Fixture Ambient

    Operating temperature

    Power factor

    Optical Assembly

    Luminous flux

    Efficacy of Luminaire(including power loss)

    Efficacy of LED

    Co-related colour temperature

    CRI

    Beam Angle of fixture

    Impact Resistance

    Heat Dissipation/heat sink

    LED Drive Current

    Driver specification

    Make of LED

    Light Distribution

    Aesthetically designed housing with corrosion resistantpowder coatingIP 65/66 Optical and Electrical compartment

    150-270 Volt Universal electronic driver with internalsurge protection

    50 Hz

    +35 Degree C

    Range 0 to +50 Degree C

    >0.90

    Structured Array for optimized roadway photometricdistribution with directional reflectors designed tooptimize application efficiency and minimize glare

    As per BOQ

    >80 Lumen/Watt

    >100 Lumen/Watt

    5000K to 6500K

    >70

    Similar to street lighting with optimum spacing to Heightratio>=1K05 standards.Well designed Thermal managementsystem with

    Aluminium Heat Sink.

    Not more than 350 mA

    150-270 volt Universal Electronic Driver with internalsurge protection

    CREE/ Philips Lumiled/ Osram/ NICHA

    Optimized roadway photometric distribution to provideoptimize application efficiency and minimum glare.

    CONTRACTOR Executive Engineer(E)PCED, CPWD, Puducherry-6.

  • 29

    ANNEXURE – III

    LIST OF ACCEPTABLE MAKES

    Street lightFittings (approx.

    minimumwattage)

    MinimumLuminaire system

    output (Lm)

    Lumenoutput

    (minimum)lamp (Lm)

    Philips Bajaj Wipro

    45 -48 watts 3300 4100Green lineBRP 3202x24W

    BRTFG 45W-LED

    LR10 411-xxx-57-xx

    24-25 watts 1600 2400Green lineBRP 3201x24W

    BCLST 25WH

    LR01-024-xxx-WH-xx

    UG cable XLPE insulated PVC sheathed armouredaluminium conductor power cable of 1.1 KV grade

    Universal / Finolex / Havells / torrent / CCI

    SMC loop-in loop-out box Syntex / Devi Polymer/ Hensal

    G I Pipe TATA /JINDAL

    DWC pipe Rex / Aadarsh/ Duraline

    Cable management System Legrand / MK / LT / OBO

    PVC insulated copper conductor cableFinolex/ Polycab/ Havells/ L&T/( FRLS Type with ISI mark )

    PVC conduit pipe & accessoriesAvon Plast / AKG/ Modi / Precision (ISI

    Marked)

    Modular Switches & Sockets, fan regulator andaccessories.

    Legrand / Siemens-Delta Vega/ MK- Wraparound

    Isolators / MCBs / RCBO/ MCB DB, IndustrialSockets and accessories

    Siemens/ Legrand / L&T

    Light Fittings Philips/ Wipro/ Bajaj/Crompton Greaves

    Exhaust fans Crompton Greaves/ Orient /Almonard/Havells

    Ceiling fans ( ISI Marked) Orient / Crompton / Havells

    SDFU L&T / Siemens / ABB

    Note: In case make of any equipment or material is not specified in the NIT, the decision of theEngineer-in-Charge in this regard will be final

    CONTRACTOR Executive Engineer(E)PCED, CPWD, Puducherry-6.

  • 30ANNEXURE-IV

    LOCATION OF SITE, ADDRESSES OF OFFICERS AND SCHEME CONCEPT

    Location: The work shall be carried out at the premises of Lecture Theatres in Institute Block,

    JIPMER, Pondicherry.

    Addresses :

    The Address of the Officers of the CPWD connected with this work is given below:-

    i. The Executive Engineer (E)PCED , CPWD,Puducherry-6Tel.(O) No: 0413-2275180,Fax No: 0413-2278972.

    ii. The Assistant Engineer (E),PCESD- III, CPWD, Puducherry – 6.Tel.(O) No: 0413-2272118.

    Scheme Concept/ Requirement:

    It is proposed to carry out renovation of E&M services at Lecture Theatres in InstituteBlock, JIPMER, Pondicherry. SH: Replacement of fittings, fans, power outlets etc. & modification of

    wirings and controls as described in the BOQ. As the work is to be executed in Lecture Theatres,

    utmost care should be taken for getting the works executed in minimum time and without any

    disturbance to the premises.

  • 31

  • 32

  • 33

  • 34

  • 35