NIT Bhopal

Embed Size (px)

Citation preview

  • 8/15/2019 NIT Bhopal

    1/34

    syks u o CPWD

    AEE(E) EE(E)

    1

    GOVERNMENT OF INDIAOFFICE OF THE

    EXECUTIVE ENGINEER E)MANIT PROJECT ELECTRICAL DIVISION

    C.P.W.D., BHOPAL

    NOTICE INVITING TENDER

    N.I.T. NO. : 05/PM/MPC/14-15

    NAME OF WORK : Construction of Block-I and II of Golden Jubilee BoysHostel ( 512 boys each ) at Maulana Azad NationalInstitute of Technology (MANIT) Campus, BhopalIncluding Internal Water Supply, Sanitary Installation,Drainage, Internal Electrical Installation and DBs (Balancework).SH : S/I/T/C of energy efficient light fitting and fans,Rising Mains, End feed unit, Tap off boxes, MCCB's,Essential and Non Essential LT cubical Panels, Compoundlighting, Street lighting, Cabling, Safety equipments &Earthing etc.

    ESTIMATED COST : Rs. 3,01,04,576/-

    EARNEST MONEY : Rs. 6,02,092/-

    TIME ALLOWED : 06 (Six) Months

  • 8/15/2019 NIT Bhopal

    2/34

    syks u o CPWD

    AEE(E) EE(E)

    2

    INDEX FOR e-TENDERING

    Name of Work: - Construction of Block-I and II of Golden Jubilee Boys Hostel ( 512 boys each ) at

    Maulana Azad National Institute of Technology (MANIT) Campus, Bhopal Including Internal WaterSupply, Sanitary Installation, Drainage, Internal Electrical Installation and DBs (Balance work).

    SH : S/I/T/C of energy efficient light fitting and fans, Rising Mains, End feed unit, Tap off boxes,MCCB's, Essential and Non Essential LT cubical Panels, Compound lighting, Street lighting, Cabling,Safety equipments & Earthing etc.

    S. No. Description Page Nos.

    PART-A

    1. Index 2 2. Press Notice 3

    3. Check list for contractors for submission of tenders. 4

    4. Notice inviting e-Tender 5

    5. INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING 6-7

    6. List of Documents to be scanned and uploaded. 8

    7. CPWD 6 for e-tendering 9-12 8. CPWD 7/8 13-20

    9. Integrity pact (Integrity Agreement ) 21-28

    10. Bank guarantee bond CPWD 29

    11. Additional Terms & Conditions 30-34 PART- B

    12. Schedule of quantity 35-43

  • 8/15/2019 NIT Bhopal

    3/34

    syks u o CPWD

    AEE(E) EE(E)

    3

    N.I.T.

    TECHNICAL SANCTIONED NO. : 05/PM/MPC/2014-15

    N.I.T NO. : 05/PM/MPC/14-15

    NAME OF WORK : Construction of Block-I and II of Golden Jubilee BoysHostel ( 512 boys each ) at Maulana Azad NationalInstitute of Technology (MANIT) Campus, BhopalIncluding Internal Water Supply, Sanitary Installation,Drainage, Internal Electrical Installation and DBs(Balance work).SH : S/I/T/C of energy efficient light fitting and fans,Rising Mains, End feed unit, Tap off boxes, MCCB'sEssential and Non Essential LT cubical Panels,Compound lighting, Street lighting, Cabling, Safetyequipments &Earthing etc.

    ESTIMATED COST : Rs. 3,01,04,576/-

    EARNEST MONEY : Rs. 6,02,092/-

    SECURITY DEPOSIT : 2.5 % of the Tendered Amount

    PERFORMANCE GUARANTEE : 5 % of the Tendered Amount

    TIME ALLOWED : 06 (Six) MONTHS.

    Certified that this NIT contains 01 to 43 Pages including/ excluding

    front & back cover.

    Assistant Executive Engineer (E)MANIT Project Elect. Division

    CPWD, Bhopal.

    Executive Engineer (E)MANIT Project Elect.Division

    CPWD, Bhopal.

    This NIT is approved for 3,01,04,576/- (Rupees Three Crore One Lacs Four ThousandFive Hundred Seventy Six Only).

    Project ManagerMANIT Project Circle

    CPWD, Bhopal

    http://buzzg.s3.amazonaws.com/wp-content/uploads/2010/07/Rupee-Symbol-Font.jpg

  • 8/15/2019 NIT Bhopal

    4/34

    syks u o CPWD

    AEE(E) EE(E)

    4

    CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS

    TENDERERS TO ENSURE THAT:-

    1. Tender to be witnessed on page … ... …. of tender documents.

    2. 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.

    3. The tender/tenders containing conditions contrary to those specified in this document

    shall be liable to be summarily rejected and in such a situation the earnest money

    shall also be liable to be forfeited.

    4. The contractor shall quote his rates keeping in mind the specifications, terms and

    conditions, additional/particular and special conditions etc. And nothing shall be

    payable extra whatsoever, unless otherwise specified.

    5. The successful contractor shall have to furnish performance guarantee of 5% of the

    tendered amount in addition to the other deposits mentioned elsewhere in the

    contract for proper performance of the agreement. The performance guarantee shall

    be in the shape of FDR or Bank guarantee as per Performa given in Annexure-IV.

    6. The Contractor shall submit/upload the documents related with Eligibility Criteria,Technical bid and financial bid in the manner specified in the tender documents.

    7. The contractor/agency shall quote the rate keeping in view that they have to give an

    undertaking before award of work that “They will install/ arrange field testing

    instruments, essential T&P as per the actual requirement to complete the work.

    Executive Engineer (E),MANIT Project Elect. Division,

    CPWD, Bhopal.

  • 8/15/2019 NIT Bhopal

    5/34

    syks u o CPWD

    AEE(E) EE(E)

    5

    NOTICE INVITING e-TENDER

    Executive Engineer (Electrical), MANIT Project Electrical Division, Near Boys Hostel

    No. 2, MANIT Campus, CPWD, Bhopal - 462051 (Ph:- 0755-2902633) invites on behalf of thePresident of India online item rate tenders from approved and eligible Electrical Contractors ofCPWD of appropriate class in Electrical category for the following work(s):-

    N/W: Construction of Block-I and II of Golden Jubilee Boys Hostel ( 512 boys each ) at Maulana Azad National Institute of Technology (MANIT) Campus, Bhopal Including Internal Water Supply, SanitaryInstallation, Drainage, Internal Electrical Installation and DBs (Balance work).SH : S/I/T/C of energy efficient light fitting and fans, Rising Mains, End feed unit, Tap off boxes,MCCB's, Essential and Non Essential LT cubical Panels, Compound lighting, Street lighting, Cabling,Safety equipments & Earthing etc.

    N.I.T NO. : 05/PM/MPC/14-15

    Estimated Cost : Rs. 3,01,04,576/-

    Earnest Money : Rs. 6,02,092/-

    Time allowed : 06 (Six) Months.

    Last date & time of submission : 09/09/2014 up to 3.00 PM

    Date & time of opening of bid : 09/09/2014 after 3:30 PM.

    The tender forms & other details can be obtained from the websitewww.tenderwizard.com/CPWD or www.cpwd.gov.in . The Press notice is also available onwww.eprocure.gov.in .

    Not to be published below this line.------------------------------------------------------------------------------------------------------------------------------

    Executive Engineer (E),

    http://www.tenderwizard.com/CPWDhttp://www.tenderwizard.com/CPWDhttp://www.cpwd.gov.in/http://www.cpwd.gov.in/http://www.cpwd.gov.in/http://www.tenderwizard.com/CPWD

  • 8/15/2019 NIT Bhopal

    6/34

    syks u o CPWD

    AEE(E) EE(E)

    6

    ANNEXURE 20A. 5.1

    INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING

    The Executive Engineer (Elect.), MANIT Project Electrical Division, Near Boys Hostel No. 2, MANITCampus, CPWD, Bhopal - 462051 (Ph:- 0755-2902633) on behalf of President of India invitesonline item rate tenders from approved and eligible Electrical Contractors of CPWD of appropriateclass in Electrical category for the following work(s):-

    S l . N

    o .

    N I T N o .

    Name of work & Location

    E s t

    i m a t e d c o s t p u

    t t o

    t e n d e r

    E a r n e s t

    M o n e y

    P e r i o d o f

    C o m p l e t

    i o n

    L a s t

    d a t e & t i m e o f s u

    b m i s s i o n o f

    t e n d e r

    P e r i o d

    d u r i n g w

    h i c h

    E M D

    ,

    C o s

    t o f t e n d e r

    D o c u m e n

    t , E - t e n

    d e r

    P r o c e s s i n g

    F e e a n

    d o t

    h e r

    D o c u m e n

    t s s h a l l b e s u

    b m i t t e d

    Time&

    date of opening of tender

    1 2 3 4 5 6 7 8 9 1

    0 5 / P M / M P C / 1 4

    - 1 5 Construction of Block-I & II of Golden

    Jubilee Boys Hostel ( 512 boys each ) atMaulana Azad National Institute ofTechnology (MANIT) Campus, BhopalIncluding Internal Water Supply, SanitaryInstallation, Drainage, Internal ElectricalInstallation and DBs (Balance work).SH : S/I/T/C of energy efficient light fittingand fans, Rising Mains, End feed unit, Tapoff boxes, MCCB's, Essential and NonEssential LT cubical Panels, Compoundlighting, Street lighting, Cabling, Safetyequipments & Earthing etc.

    R s . 3

    , 0 1

    , 0 4

    , 5 7 6 /

    -

    R s . ,

    ,

    -

    0 6 ( S i x ) M o n

    t h s

    0 9 / 0 9 / 2 0 1 4

    U p t o 3 . 0 0 P . M

    .

    0 9 / 0 9 / 2 0 1 4

    U p t o 3 . 0 0 P . M

    .

    0 9 / 0 9 / 2 0 1 4

    A f t e r

    3 . 3 0 P . M

    .

    The tender documents consisting of plans, specifications, the schedule of quantities of varioustypes of items to be executed and the set of terms and conditions of the contract to be complied with andother necessary documents except Standard “General Conditions of Contract for CPWD works 201 4”

    Form can be seen from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

    The enlistment of the contractors should be valid on the last date of submission of tenders.

    In case only the last date of submission of tender is extended, the enlistment of contractor should be validon the original date of submission of tenders.

    Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online tendering process as per details availableon the website. The intending bidder must have valid class – III digital signature to submit the bid.

  • 8/15/2019 NIT Bhopal

    7/34

    syks u o CPWD

    AEE(E) EE(E)

    7

    Earnest money in the form of Treasury Challan or Demand Draft or Pay o rder or Banker’s Cheque orDeposit at Call receipt (drawn in favour Executi ve Engineer,BCD-1, CPWD Bhop al ) or BankGuarantee of any Schedule Bank shall be scanned and uploaded to the e-tendering website within the

    period of tender submission and original should be deposited in office of the Execut ive Engin eer(Elect.), MANIT Project Elect rical Divis ion, CPWD, Bhop al up to 3.00 pm on .

    A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnestmoney or Rs. 20 lakh, whichever is less, will have to be deposited in the shape prescribed above and

    balance amount of earnest money can be accepted in the form of bank guarantee issued by ascheduled bank having validity for 06 (six) months or more from the last date of receipt oftenders which is to be scanned and uploaded by the intending bidders.

    Interested contractor who wish to participate in the tender has also to make following payments in theform of Demand Draft /Pay order or Banker’s Cheq ue of any Scheduled Bank and to be scanned anduploaded to the e-tendering website within the period of tender submission:

    (i) e-tender processing fee Rs. 5,618/- shall be payable to M/s ITI Ltd. through their e-gateway by credit/debit card, internet banking or RGTS/NEFT facility .

    (ii) EMD –

    Rs. 6,02,092/- drawn in favor of Executive Engineer, Bhopal Central Division-I,CPWD, Bhopal.

    Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque orDeposit at Call Receipt or fixed deposit receipt or Bank Guaranty of any scheduled bank issued in favourof the Executive Engineer, BCD-I, CPWD, Bhopal shall be uploaded to the e-tendering website withinthe period of tender submission. The physical EMD of the scanned copy of EMD uploaded shall bedeposited by the lowest tenderer within a week after opening of financial bid failing which thetender shall be rejected and enlistment of the agency shall be withdrawn by the enlisting authority/the agency shall be debarred from tendering in CPWD. The original/ Physical EMD should bedeposited in office of the Executive Engineer (E), MANIT Project Electrical Division, CPWD, Bhopal.

    Copy of Enlistment Order and certificate of work experience and other documents as specified in the press notice shall be scanned and uploaded to the e-tendering website within the period of tendersubmission, However, certified copy of all the scanned and uploaded documents as specified in pressnotice shall have to be submitted by the lowest bidder only along with physical EMD of the scannedcopy of EMD uploaded within a week physically in the office of tender opening authority.

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

    The department reserves the right to reject any prospective application without assigning any reason.

    Assistant Executive Engineer (E) Executive Engineer (E) Project Manager,MANIT Project Elect. Division MANIT Project Elect. Division MANIT Project Circle,

    CPWD, Bhopal. CPWD, Bhopal. CPWD, Bhopal.

  • 8/15/2019 NIT Bhopal

    8/34

    syks u o CPWD

    AEE(E) EE(E)

    8

    List of Documents to be scanned and uploaded within the period of tender submission .

    1. Treasury Challan or Demand Draft or Pay Order or Banker’s Cheque or Deposit at CallReceipt or Bank Guarantee against EMD.

    2. Scanned copy of acknowledgement of e-Tender Processing Fee deposited with ITI, Ltd. by the bidder.

    3. Valid certificate/Enlistment order of the contractor in appropriate class.

    4. Affidavit as per provision of clause 1.2.3 of CPWD-6.

    5. Certificate of Registration for sales tax / VAT and acknowledgement of up to datereturns filed.

    6. An undertaking that "The physical EMD shall be deposited by me/us with the EE callingthe tender in case I/we become the lowest tenderer within a week of the opening offinancial bid otherwise department may reject the tender and also take action towithdraw my/our enlistment /debar me/us from tendering in CPWD ."

    7. Any other documents as specified.

    Assistant Executive Engineer (E) Executive Engineer (E)MANIT Project Elect. Division MANIT Project Elect. Division

    CPWD, Bhopal. CPWD, Bhopal.

  • 8/15/2019 NIT Bhopal

    9/34

    syks u o CPWD

    AEE(E) EE(E)

    9

    CPWD-6 CPWDCPWD-6 FOR e-TENDERING

    1. Item rate tenders are invited on behalf of the President of India from approved and eligible electricalcontractors of CPWD for the following work:

    N/W: Construction of Block-I and II of Golden Jubilee Boys Hostel ( 512 boys each ) at Maulana Azad NationalInstitute of Technology (MANIT) Campus, Bhopal Including Internal Water Supply, Sanitary Installation,Drainage, Internal Electrical Installation and DBs (Balance work).SH : S/I/T/C of energy efficient light fitting and fans, Rising Mains, End feed unit, Tap off boxes, MCCB's,Essential and Non Essential LT cubical Panels, Compound lighting, Street lighting, Cabling, Safety equipments &Earthing etc.

    1.1 The enlistment of the contractors should be valid on the last date of submission of tenders.

    1.2 In case only the last date of sale of tender is extended, the enlistment of contractor should be validon the original date of submission of tenders.

    1.2.1 The work is estimated to cost Rs . 3,01,04,576/- This estimate, however, is given merely as a roughguide.

    1.2.2 Intending tenderer is eligible to submit the bid provided he fulfill the criteria eligibility for issue oftender documents.

    1.2.3 To become eligible for issue of tender, the tenderer shall have to furnish an affidavit as under

    I/We undertake and confirm that eligible similar works(s) has/have not been got executedthrough another contractor on back to back basis. Further that, if such a violation comes to thenotice 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/PerformanceGuarantee.

    2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8 & GeneralConditions of Contracts for CPWD 2014 ” which is available as a Govt. of India Publication. Tenderershall quote his rates as per various terms and conditions of the said form which will form part of theagreement.

    3. The time allowed for carrying out the work will be 06 Months from the date of start as defined inschedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with t he

    phasing, if any, indicated in the tender documents.

    4. (i) The site for the work available.(ii) The architectural and structural drawing for the work is available.

    5. The tender documents consisting of plans, specifications, the schedule of quantities of various types ofitems to be executed and the set of terms and conditions of the contract to be complied with and othernecessary documents except Standard “General Conditions of Contract for CPWD Works 201 4” Form can

    be seen from website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

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

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

  • 8/15/2019 NIT Bhopal

    10/34

    syks u o CPWD

    AEE(E) EE(E)

    10

    8. When tenders are invited in three stage system and if it is desired to submit revised financial bid then itshall be mandatory to submit revised financial bid. If not submitted then the tender 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 (drawn in favour Executive Eng ineer,BCD-1 CPWD, Bho pal ) or Bank Guarantee of any Schedule Bank shall be scanned and uploaded to the e-tenderingwebsite within the period of tender submission and original should be deposited in office of theExecuti ve Engin eer (Elect.), MANIT Project Electri cal Divisio n, CPWD, Bh opal upto 3.30 pm on __________

    A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% ofearnest money or Rs. 20 lakh, whichever is less, will have to be deposited in the shape

    prescribed above and balance in shape of Bank guarantee of scheduled bank having validity for06 (Six) months or more from the last date of receipt of tender. . Interested contractor whowish to participate in the tender has also to make following payments in the form of DemandDraft/Pay order or Banker’s Cheque of any Scheduled Bank and to be scanned and uploaded tothe e-tendering website within the period of tender submission (up to 3.30 pm on ).

    (i) e-tender processing fee Rs. 5,618/- shall be payable to M/s ITI Ltd. through their e-gateway bycredit/debit card, internet banking or RGTS/NEFT facility.

    (ii) EMD – Rs. 6,02,092/- drawn in favour of Executive Engineer,BCD-1 CPWD, Bhopal.

    Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque orDeposit at Call Receipt or fixed deposit receipt or Bank Guaranty of any scheduled bank issued in favorof the Executive Engineer, BCD-I, CPWD, Bhopal shall be uploaded to the e-tendering website withinthe period of tender submission. The physical EMD of the scanned copy of EMD uploaded shall bedeposited by the lowest tenderer within a week after opening of financial bid failing which thetender shall be rejected and enlistment of the agency shall be withdrawn by the enlistingauthority/the agency shall be debarred from tendering in CPWD. The original/ Physical EMDshould be deposited in office of the Executive Engineer (E), MANIT Project Electrical Division, CPWD,Bhopal.

    Copy of Enlistment Order and certificate of work experience and other documents as specified in the press notice shall be scanned and uploaded to the e-tendering website within the period of tendersubmission. However, certified copy of all the scanned and uploaded document as specified in pressnotice shall have to be submitted by the lowest bidder only along with physical EMD of thescanned copy of EMD uploaded within a week physically in the office of tender opening authority.

    The bid submitted shall be opened at 3:30 PM on _ _

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

    (i) The bidder is found ineligible.

    (ii) The bidder does not upload all the documents (including, VAT registration, Sales Taxregistration) as stipulated in the bid document including the undertaking about deposition of

    physical EMD of the scanned copy of EMD uploaded.

    (iii) If any discrepancy is noticed between the documents as uploaded the time of submission of bid and hard copies as submitted physically by the lowest tenderer in the office of tender openingauthority.

  • 8/15/2019 NIT Bhopal

    11/34

    syks u o CPWD

    AEE(E) EE(E)

    11

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

    11. The contractor whose tender is accepted, will be required to furnish performance guarantee of5% (Five Percent) of the tendered amount within the period specified in schedule F. Thisguarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) orDeposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/DemandDraft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is lessthan Rs. 1,00,000/-) or Government securities or Fixed Deposit Receipts or Guarantee Bonds ofany Scheduled Bank or the State Bank of India in accordance with the prescribed form. In casethe contractor fails to deposit the said performance guarantee within the Period as indicated in

    Sch edule ‘F’. including the extended period if any, the Earnest Money deposited by thecontractor shall be forfeited automatically without any notice to the contractor.

    12. Intending Tenderers are advised to inspect and examine the site and its surroundings and satisfythemselves before submitting their tenders 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 accommodationthey may require and in general shall themselves obtain all necessary information as to risks,contingencies and other circumstances which may influence or affect their tender. A tenderershall be deemed to have full knowledge of the site whether he inspects it or not and no extracharge consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall beresponsible 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 workunless otherwise specifically provided for in the contract documents. Submission of a tender by atenderer implies that he has read this notice and all other contract documents and has madehimself aware of the scope and specifications of the work to be done and of conditions and ratesat which stores, tools and plant, etc. will be issued to him by the Government and localconditions 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 thelowest or any other tender and reserves to itself the authority to reject any or all the tendersreceived without the assignment of any reason. All tenders in which any of the prescribedcondition is not fulfilled or any condition including that of conditional rebate is put forth by thetenderer shall be summarily rejected.

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

    15. The competent authority on behalf of President of India reserves to himself the right of acceptingthe whole or any part of the tender and the tenderer shall be bound to perform the same at therate quoted.

    16. The contractor shall not be permitted to tender for works in the CPWD Circle (Division in caseof contractors of Horticulture/Nursery category) responsible for award and execution ofcontracts, in which his near relative is posted a Divisional Accountant or as an officer in anycapacity 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 aresubsequently employed by him and who are near relatives to any gazette officer in the CentralPublic Works Department or in the Ministry of Urban Development. Any breach of thiscondition by the contractor would render him liable to be removed from the approved list ofcontractors of this Department.

  • 8/15/2019 NIT Bhopal

    12/34

    syks u o CPWD

    AEE(E) EE(E)

    12

    17. No Engineer of gazette rank or other Gazetted Officer employed in Engineering orAdministrative duties in an Engineering Department of the Government of India is allowed towork as a contractor for a period of one year after his retirement from Government service,without the previous permission of the Government of India in writing. This contract is liable to

    be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid beforesubmission of the tender or engagement in the contractor’s service.

    18. The tender for the works shall remain open for acceptance for a period of thirty/fortyfive/sixty/ninety (30/45/60/90) days from the date of opening of tenders/Ninety days from thedate of opening of technical bid in case tenders are invited on 2/3 envelop system/one hundredtwenty days from the date of opening of technical bid in case tenders are invited in three bidsystem for specialized work. (strike out as the case may be) if any tenderer withdraws his tender

    before the said period or issue of letter of acceptance, whichever is earlier, or makes anymodifications in the terms and conditions of the tender which are not acceptable to thedepartment, then the Government shall, without prejudice to any other right or remedy, be atliberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not beallowed to participate in the retendering process of the work.

    19. This notice inviting Tender shall form a part of the contract document. The successfultenderer/contractor, on acceptance of his tender by the Accepting Authority shall withindays from the stipulated date of start of the work, sign the contract consisting of:-

    a) The Notice Inviting Tender, all the documents including additional conditions, specifications anddrawings, if any, forming the tender as issued at the time of invitation of tender and acceptancethereof together with any correspondence leading thereto.

    b) Standard C.P.W.D. Form 7/8 & “General Conditions of Contract for CPWD Works 201 4” Standard CPWD Form as mentioned.

    20. In case any discrepancy is noticed between the documents as uploaded at the time ofsubmission of the bid online and hard copies as submitted physically in the office of ExecutiveEngineer, then the bid submitted shall become invalid and the Government shall, without

    prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money asaforesaid. Further the tenderer shall not be allowed to participate in the retendering process ofthe work.

    Executive Engineer (E),MANIT Project Electrical Division,

    CPWD, Bhopal

  • 8/15/2019 NIT Bhopal

    13/34

    syks u o CPWD

    AEE(E) EE(E)

    13

    CPWD - 8 CPWD

    GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENT

    STATE : Madhya Pradesh CIRCLE: MANIT Project Circle

    BRANCH : E&M DIVISION: MANIT Project Electrical Division

    ZONE :- CZ

    Percentage Rate Tender /Item Rate Tender & Contract for Works

    (A) Tender for the work of:-

    N/W: Construction of Block-I and II of Golden Jubilee Boys Hostel ( 512 boys each ) at Maulana Azad National Institute of Technology (MANIT) Campus, Bhopal Including Internal Water Supply, SanitaryInstallation, Drainage, Internal Electrical Installation and DBs (Balance work).SH : S/I/T/C of energy efficient light fitting and fans, Rising Mains, End feed unit, Tap off boxes,MCCB's, Essential and Non Essential LT cubical Panels, Compound lighting, Street lighting, Cabling,Safety equipments & Earthing etc.

    To be submitted by the specified date and time to Executive Engineer (E), MANIT Project ElectricalDivision, CPWD, Bhopal , on-line

    (ii) To be opened in presence of tenderers who may be present at 3.30 PM on words on

    the specified date in the office of Executive Engineer (E) MANIT, Project Electrical

    Division, CPWD, Bhopal , Issued to

    ………………………(Contractor)………………………………………………………..

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

    Designation

    .………………………………………………………………………………………………

    Date of Issue …………………………

    TENDERI/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 of contract,Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contractand 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 specifiedin 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 ofthe Conditions of contract and with such materials as are provided for, by, and in respect of accordancewith, such conditions so far as applicable.

    We agree to keep the tender open for Forty Five (45) days from the due date of its opening / ninety daysfrom the date of opening of financial bid in case tenders are invited on 2/3 envelop system (strike out asthe case may be) and not to make any modification in its terms and conditions.

  • 8/15/2019 NIT Bhopal

    14/34

    syks u o CPWD

    AEE(E) EE(E)

    14

    A sum of Rs. 6,02,092/- Is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of ascheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee

    CPWD - 8 CPWDissued by a scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guaranteewithin prescribed period. I/We agree that the said President of India or his successors, in office shall withoutprejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, ifI/We fail to commence work as specified, I/We agree that President of India or the successors in office shallwithout prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest moneyand the performance guarantee absolutely, otherwise the said earnest money shall be retained by himtowards security deposit to execute all the works referred to in the tender documents upon the terms andconditions contained or referred to those in excess of that limit at the rates to be determined in accordancewith the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case offorfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participationin the re-tendering process of the work.

    I/We undertake and confirm that eligible similar work(s) has/have not been got executed throughanother contractor on back to back basis. Further that, if such a violation comes to the notice ofDepartment, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such aviolation comes to the notice of Department before date of start of work, the Engineer-in-Chargeshall 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 withthe work as secret/confidential documents and shall not communicate information/derived therefrom to anyperson other than a person to whom I/We am/are authorized to communicate the same or use theinformation in any manner prejudicial to the safety of the State.

    Dated:Signature of Contractor

    Witness:Postal Address

    Address:

    Occupation:

    ACCEPTANCE

    The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me foran on behalf of the President of India for a sum of Rs. ……………………………..…….. (Rupees………………………………………………………………………………………………………………………………………)

    The letters referred to below shall form part of this contract agreement:-

    (a)

    (b)

    (c)

    For & on behalf of President of India

    Signature ………………………………………

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

  • 8/15/2019 NIT Bhopal

    15/34

    syks u o CPWD

    AEE(E) EE(E)

    15

    CPWD - 8 CPWDPROFORMA OF SCHEDULES

    SCHEDULE ‘A’ Sche dule of quantities (Enclosed) …….. Yes Enclosed

    SCHEDULE 'B'Schedule of materials to be issued to the contractor.

    S.No. Description of item Quantity Rates in figures &words at which the

    material will becharged to the

    contractor

    Place of issue

    1 2 3 4 5

    NIL

    SCHEDULE 'C'

    Tools and plants to be hired to the contractor

    S.No. Description Hire charges per day Place of Issue

    1 2 3 4

    NIL

    SCHEDULE ‘D’

    Extra schedule for specific requirements/document for the work, if any.

    ...... ………… ................... ….As per Enclosed Sheet………… ........................... ….

    SCHEDULE ‘E’

    Reference to General Conditions of contract : GCC 2014 as amended with amendmentissued up to date of issue of the tender.

    N/W : Construction of Block-I and II of Golden Jubilee Boys Hostel ( 512 boys each ) at Maulana Azad NationalInstitute of Technology (MANIT) Campus, Bhopal Including Internal Water Supply, Sanitary Installation,Drainage, Internal Electrical Installation and DBs (Balance work).SH : S/I/T/C of energy efficient light fitting and fans, Rising Mains, End feed unit, Tap off boxes,MCCB's, Essential and Non Essential LT cubical Panels, Compound lighting, Street lighting, Cabling, Safetyequipments & Earthing etc.

    (i) Estimated cost of work : Rs . 3,01,04,576/-(ii) Earnest Money : Rs. 6,02,092/- (iii) Performance Guarantee : 5% of tendered value(iv) Security Deposit : 2.5% of tendered value

    SCHEDULE 'F'GENERAL RULES & DIRECTIONS :

    Officer inviting tender :. Executive Engineer (E) MANIT Project Elect. Division, CPWD, Bhopal .

  • 8/15/2019 NIT Bhopal

    16/34

    syks u o CPWD

    AEE(E) EE(E)

    16

    Maximum percentage for quantity of items of workto be executed beyond which rates are to bedetermined in accordance with Clauses 12.2 & 12.3: See belowCPWD - 8 CPWD

    Definitions:

    2(v) Engineer-in-Charge .............................................. : Executive Engineer (E) MANIT, Project Electrical, Division CPWD, Bhopalor his successor

    2(viii) Accepting Authority ............................................. . : Project Manager, MANIT Project Circle,CPWD, Bhopal or his successor

    2(x) Percentage on cost of materials andLabour to cover all overheads and profits : 15% (Fifteen Percent)

    2(xi) Standard Schedule of Rates .................................. : CPWD DSR 2013 (E & M) and Market Rate.

    2(xii) Department .............................................................. : CPWD.

    9(ii) Standard CPWD Contract Form GCC 2014, CPWD Form 7/8 modified & corrected up to date.

    Clause 1

    (i) Time allowed for submission of Performance Guaranteefrom the date of issue of letter of acceptance : 10 days

    (ii) Maximum allowable extension with late fee@ 0.10% per day of performance guarantee

    amount beyond the period as provided in(i) above : 7 days

    Clause 2Authority for fixing compensation under clause 2 : Project Manager, MANIT

    Project Circle, CPWD, BhopalOr his successor.

    Clause 2A Whether Clause 2A shall be applicable : Not Applicable Clause 5 Number of days from the date of issue of letterof acceptance for reckoning date of start : 17 days

    Mile stone(s) as per table given below:-y{; ¼ehy iRFkj½ lkj.khTable of milestone(s)

    SNo Description of Milestone (Physical)

    Time allowedin days (Fromdate of start)

    Amount to be withheld in case ofnon-achievement of milestone

    1 Approval of drawing, sample material etc. 30 days @ 0.63 % of Tendered amount

    2Supplying of LT cubical panel, hot deep galvanized poles, Feeder pillar, Rising main, Tapoff boxes, End feed unit, MCCB's, cables, safety equipment, RCC pipe & earthingequipment etc.

    60 days @ 0.63 % of Tendered amount

    3Installation of LT cubical panel, hot deep galvanized poles, Feeder pillar, Rising main,Tap off boxes, End feed unit, MCCB's, cables, safety equipment, , RCC pipe & earthingequipment, etc. in Block -I Hostel

    75 days @ 0.63 % of Tendered amount

    4Testing & Commissioning of LT cubical panel, hot deep galvanized poles, Feeder pillar,Rising main, Tap off boxes, End feed uni t, MCCB's, cables, safety equipment, , RCC pipe& earthing equipment, etc. in Block -I Hostel

    90 days @ 0.63 % of Tendered amount

    5 Supplying, Installation, Testing and Commissioning of Lighting fixture, Fans etc. inBlock-I

    120 days @ 0.63 % of Tendered amount

    6Installation of LT cubical panel, hot deep galvanized poles, Feeder pillar, Rising main,Tap off boxes, End feed unit, MCCB's, cables, safety equipment, , RCC pipe & earthingequipment, etc. in Block -II Hostel

    150 days @ 0.63 % of Tendered amount

    7Testing & Commissioning of LT cubical panel, hot deep galvanized poles, Feeder pillar,Rising main, Tap off boxes, End feed uni t, MCCB's, cables, safety equipment, , RCC pipe& earthing equipment, etc. in Block -II Hostel 165 days

    @ 0.63 % of Tendered amount

    8 Supplying, Installation, Testing and Commissioning of Lighting fixture, Fans etc. inBlock-II 180 days @ 0.63 % of Tendered amount

  • 8/15/2019 NIT Bhopal

    17/34

    syks u o CPWD

    AEE(E) EE(E)

    17

    CPWD - 8 CPWD

    Time allowed for execution of work ....................................... 06 (Six) Months.

    Authority to decide:

    (I) Extension of time........... Executive Engineer, MANIT Project Elect. Division, CPWD,Bhopal Or his Successor.

    (Engineer in Charge or Engineer in Charge of Major Component in case of Composite Contracts, as thecase may be)

    (ii) Rescheduling of mile stones : Project Manager, MANIT Project Circle, CPWD,Bhopal Or his Successor.

    (iii) Shifting of date of start in case : Project Manager, MANIT Project Circle, CPWD,of delay in handing over of site Bhopal Or his Successor.

    (Superintending Engineer in Charge or Superintending Engineer in Charge of Major Component in case

    of Composite Contracts, as the case may be)Clause 6, 6A

    Clause applicable - (6 or 6A) ....................................................: Clause 6A

    Clause 7Gross work to be done together with net payment /adjustment of advances for material collected, if

    any, since the last such payment for being eligible to interim payment : As per General

    terms & Condition of the Works.

    Clause 10AList of testing equipment to be provided by the contractor at site lab.

    AL L EQUIPMENTS & TOOL S FOR CARRYING OUT THE ROUTEEN TEST OF E & M EQ UIPMENTS AT SITE.

    Clause 10 B (ii)Whether Clause 10 B (ii) shall be applicable Y ES / No

    Clause 10CComponent of labour expressed as percent of value of work = 15 % (Fifteen Percent )

    Clause 10CA

    S.N. Material coveredunder this clause

    Nearest Materials (other than cement,reinforcement bars and the structural

    steel) for which All India WholesalePrice Index to be followed

    Base Price of allMaterials covered under

    clause 10 CA*

    1NOT APPLICABLE23

    4

    * Base price of all the materials covered under clause 10 CA is to be mentioned at the time ofapproval of NIT.

    Clause 10CCClause 10 CC to be applicable in contracts with stipulated periodof completion exceeding the period shown in next column ..….…….. Not applicable

  • 8/15/2019 NIT Bhopal

    18/34

    syks u o CPWD

    AEE(E) EE(E)

    18

    CPWD - 8 CPWD

    Schedule of component of other Materials, Labour, POL etc. for price escalation.

    Component of civil (except materials covered underclause 10CA) /Electrical construction Materialsexpressed as percent of total value of work. - Xm ..........%

    Component of Labour -expressed as percent of total value of work. Y ..........% Not Applicable.

    Component of P.O.L. -expressed as percent of total value of work. Z ..........%

    Clause 11

    Specifications to be followed for execution of work : Relevant CPWD General specificationfor Electrical works Part-I (Internal) 2013,Part- II (External ) 1994, Part IV(Sub-station) 2013 as amended up to datewherever relevant and applicable up tocarry out the work and additionalspecifications as per attached withschedule of works.

    Clause 12

    12.2. & 12.3 Deviation Limit beyond which clauses12.2 & 12.3 shall apply for building work : 30% (Thirty Percent)

    12.5 Deviation Limit beyond which clauses12.2 & 12.3 shall apply for foundation work : NA

    Clause 16

    Competent Authority fordeciding reduced rates. : Project Manager, MANIT Project Circle, CPWD, Bhopal.

    Clause 18

    List of mandatory machinery, tools & plants to be deployed by the contractor at site:-

    AL L TOOLS & PLA NTS AS REQUERD FOR CARRYING OUT THE ABOVE ELECTRICAL WORK S.

    Clause 25

    Constitution of Dispute RedressalCommittee (DRC)

    Competent Authority to appoint DRC

    DRC shall constitute one Chairmen andtwo members

    Chief Engineer (CZ)/ADG (WR. II)

  • 8/15/2019 NIT Bhopal

    19/34

    syks u o CPWD

    AEE(E) EE(E)

    19

    CPWD - 8 CPWD

    Clause 36 (i)

    Requirement of Technical Representative(s) and recovery Rate

    S.No.

    MinimumQualification of

    TechnicalRepresentative

    Discipline

    Designation(PrincipalTechnical/Technical

    Representative)

    MinimumExperience

    Number Rate at whichrecovery shall be

    made from thecontractor in the

    event of notfulfilling provision

    of clause 36(i)

    Figures Words

    1

    2

    Graduate Engineer

    Graduate Engineeror

    Diploma Holder

    ELECTRICAL

    PrincipalTechnical

    Representative

    Projectplanning/ Site/

    Billing Engineer

    5- YEAR

    2- YEAR

    5-YEAR

    ONE

    ONE

    Rs.25,000/-PM.

    Rs. 15,000/-PM

    Rs. TwentyFive

    ThousandPM

    FifteenThousand

    PM

    Assistant Engineers retired from Government services that are holding Diploma will be treated at par withGraduate Engineers.

    Clause 42

    (i) (a) Schedule/statement for determiningtheoretical quantity of cement & bitumen onthe basis of Delhi Schedule of Rates printed by C.P.W.D. N/A

    (ii) Variations permissible on theoretical quantities:

    (a) CementFor works with estimated cost putto tender not more than Rs. 5 lakh. 3% plus/minus. N/AFor works with estimated cost put totender more than Rs.5 lakh. 2% plus/minus N/A

    (b) Bitumen All Works 2.5% plus & only &nil on minus side. N/A

    (c) Steel Reinforcement and structural steelsections for each diameter, section and category 2% plus/minus N/A

    (d) All other materials. Nil

  • 8/15/2019 NIT Bhopal

    20/34

    syks u o CPWD

    AEE(E) EE(E)

    20

    CPWD - 8 CPWD

    RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

    S.No. Description of Item Rates in figures and words at which recovery shallbe made from the Contractor

    Excess beyond permissiblevariation

    Less use beyondpermissible variation

    1 Cement

    2 Steel Reinforcement

    3 Structural Sections ------------N.A.------------------ ----------------

    4 Bitumen issued free

    5 Bitumen issued at stipulated fixed price

    Executive Engineer (Elect.),MANIT Project. Elect. Division,

    CPWD, Bhopal.

  • 8/15/2019 NIT Bhopal

    21/34

    syks u o CPWD

    AEE(E) EE(E)

    21

    INTEGRITY PACT

    To,

    ………………………. .,

    ………………………..,

    ………………………..

    Sub: NIT No. …………………………………. for the work ……………….

    Dear Sir,

    It is here by declared that CPWD is committed to follow the principle of transparency,equity and competitiveness in public procurement. The subject Notice Inviting Tender (NIT) isan invitation to offer made on the condition that the Bidder will sign the integrity Agreement,which is an integral part of tender /bid documents, failing which the tenderer / bidder will standdisqualified from the tendering process and the bid of the bidder would be summarily rejected.

    This declaration shall form part and parcel of the Integrity Agreement and signing of thesame shall be deemed as acceptance and signing of the Integrity Agreement on behalf of theCPWD.

    Yours faithfully

    Executive Engineer (E)

  • 8/15/2019 NIT Bhopal

    22/34

    syks u o CPWD

    AEE(E) EE(E)

    22

    To,Executive Engineer (E)Bhopal, MANIT Elect. Division,

    Central P.W.D., Bhopal

    Sub: Submission of Tender for the work of…………………..

    Dear Sir,

    I/We acknowledge that CPWD is committed to follow the principles thereof asenumerated in the Integrity Agreement enclosed with the tender/bid document.

    I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on thecondition that I/We will sign the enclosed integrity Agreement, which is an integral part of

    tender documents, failing which I/We will stand disqualified from the tendering process. I/Weacknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS ANUNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

    I/We confirm acceptance and compliance with the Integrity Agreement in letter andspirit and further agree that execution of the said Integrity Agreement shall be separate anddistinct from the main contract, which will come into existence when tender/bid is finallyaccepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,which shall be in the line with Article 1 of the enclosed Integrity Agreement.

    I/We acknowledge that in the event of my/our failure to sign and accept the

    Integrity Agreement, while submitting the tender/bid, CPWD shall have unqualified, absoluteand unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance withterms and conditions of the tender/bid.

    Yours faithfully

    (Duly authorized signatory of the Bidder)

  • 8/15/2019 NIT Bhopal

    23/34

    syks u o CPWD

    AEE(E) EE(E)

    23

    To be signed by the bidder and same signatory competent / authorized to sign the relevantcontract 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), .................................,(Name of Division)CPWD, ......................................................, (Hereinafter referred as the

    (Address of Division)‘Principal/Owner ’, which expression shall unless repugnant to the meaning or

    context hereof include its successors and permitted assigns)

    AND

    .............................................................................................................(Name and Address of the Individual/firm/Company)through ....................................................... (Hereinafter 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 and permitted assigns)

    Preamble

    WHEREAS the Principal / Owner has floated the Tender (NIT No.................................) (he reinafter referred to as “ Tender/Bid ”) and intends to award, under laiddown organizational procedure, contract for.......................................................................................................................(Name of work)herei nafter referred to as the “ Contract ”.

    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 itsBidder(s) and Contractor(s).

    AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into thisIntegrity Agreement (hereinafter referred to as “ Integrity Pact ” or “ Pact ”), the terms andconditions of which shall also be read as integral part and parcel of the Tender/Bid documentsand Contract between the parties.

  • 8/15/2019 NIT Bhopal

    24/34

    syks u o CPWD

    AEE(E) EE(E)

    24

    NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the partieshereby agree as follows and this Pact witnesses as under:

    Article 1: Commitment of the Principal/Owner

    1) The Principal/Owner commits itself to take all measures necessary to prevent corruptionand to observe the following principles:

    (a) No employee of the Principal/Owner, personally or through any of his/herfamily members, will in connection with the Tender, or the execution of theContract, demand, take a promise for or accept, for self or third person, anymaterial or immaterial benefit which the person is not legally entitled to.

    (b) The Principal/Owner will, during the Tender process, treat all Bidder(s) withequity and reason. The Principal/Owner will, in particular, before and during theTender process, provide to all Bidder(s) the same information and will not

    provide to any Bidder(s) confidential / additional information through which theBidder(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 of biased nature.

    2) If the Principal/Owner obtains information on the conduct of any of its employees whichis a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act,1988 (PC Act) or is in violation of the principles herein mentioned or if there be asubstantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance

    Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

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

    1) It is required that each Bidder/Contractor (including their respective officers, employeesand agents) adhere to the highest ethical standards, and report to the Government /Department all suspected acts of fraud or corruption or Coercion or Collusion ofwhich it has knowledge or becomes aware, during the tendering process and throughoutthe negotiation or award of a contract.

    2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to preventcorruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

    a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,offer, promise or give to any of the Principal/Owner’s employees involved in theTender 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

  • 8/15/2019 NIT Bhopal

    25/34

  • 8/15/2019 NIT Bhopal

    26/34

    syks u o CPWD

    AEE(E) EE(E)

    26

    Article 3: Consequences of Breach

    Without prejudice to any rights that may be available to the Principal/Ownerunder law or the Contract or its established policies and laid down procedures, thePrincipal/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 upholdthe Principal/Owner’s absolute right:

    1) If the Bidder(s)/Contractor(s), either before award or during execution of Contracthas committed a transgression through a violation of Article 2 above or in any otherform, such as to put his reliability or credibility in question, the Principal/Ownerafter giving 14 days notice to the contractor shall have powers to disqualify theBidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract,if already executed or exclude the Bidder/Contractor from future contract award

    processes. The imposition and duration of the exclusion will be determined by theseverity 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 thePrincipal/Owner has disqualified the Bidder(s) from the Tender process prior to theaward of the Contract or terminated/determined the Contract or has accrued the rightto terminate/determine the Contract according to Article 3(1), the Principal/Ownerapart from exercising any legal rights that may have 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 a representative or an associate of aBidder or Contractor which constitutes corruption within the meaning of IPC Act, orif the Principal/Owner has substantive suspicionin this regard, the Principal/Owner will inform the same to law enforcing

    agencies for further investigation.

    Article 4: Previous Transgression

    1) The Bidder declares that no previous transgressions occurred in the last 5 years withany other Company in any country confirming to theanticorruption approach or with Central Government or State Government or any

    other Central/State Public Sector Enterprises in India that could justify his exclusionfrom the Tender process.

    2) If the Bidder makes incorrect statement on this subject, he can be disqualified fromthe Tender process or action can be taken for banning of business dealings/ holidaylisting of the Bidder/Contractor as deemed fit by the Principal/ Owner.

  • 8/15/2019 NIT Bhopal

    27/34

    syks u o CPWD

    AEE(E) EE(E)

    27

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

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

    1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors acommitment in conformity with this Integrity Pact. The Bidder/Contractor shall beresponsible for any violation(s) of the principles laid down in this agreement/Pact

    by any of its Subcontractors/ sub-vendors.

    2) The Principal/Owner will enter into Pacts on identical terms as this one with allBidders and Contractors.

    3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signedPact between the Principal/Owner and the bidder, along with the Tender or violateits 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 of work under the contract or till thecontinuation 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 as specified above, unless it is discharged/determined bythe Competent Authority, CPWD.

    Article 7- Other Provisions

    1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Headquarters of the Division of the Principal/Owner, who has floated the Tender.

    2) Changes and supplements need to be made in writing. Side agreements have not been made.

    3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holding power of attorney signed by all partnersand consortium members. In case of a Company, the Pact must be signed by arepresentative duly authorized by board resolution.

    4) Should one or several provisions of this Pact turn out to be invalid; the remainder ofthis Pact remains valid. In this case, the parties will strive to come to an agreement totheir original intensions.

    5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement /Pact, any action taken bythe Owner/Principal in accordance with this Integrity Agreement/ Pact orinterpretation thereof shall not be subject to arbitration.

  • 8/15/2019 NIT Bhopal

    28/34

  • 8/15/2019 NIT Bhopal

    29/34

    syks u o CPWD

    AEE(E) EE(E)

    29

    FORM OF EARNEST MONEY (BANK GUARANTEE)

    WHEREAS, contractor ……………… (Name of contractor) (hereinafter called “ the contractor”) hassubmitted his tender dated …… (date) for the construction of (name of work) (hereinafter called “ theTender”) .

    KNOW ALL PEOPLE by these presents that we …………………………………….. (name of bank) having our registered office at………………………………………………. (hereinafter caller “the Bank”) are bound unto ………………………………………………. (Name and division of Executive Engineer) (hereinafter called “the Engineer -in-Charge”) in the sum ofRs. ………………………………………………………………………………………. (Rs. In words…………………………………………………………………………………..) For which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself hissuccessors and assigns by these presents.

    SEALED with the Common Seal of the said Bank this …………….. day of …………….20….. THE CONDITIONS of this obligation are:

    (1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender(including extended validity of tender) specified in the Form of Tender.

    (2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:(a) Fails of refuses to execute the Form of Agreement in accordance with the Instructions to

    contractor, if required; OR(b) Fails or refuses to furnish the Performance Guarantee , in accordance with the provisions

    of tender document and Instructions to contractor, OR(c) Fails or refuses to start the work, in accordance with the provisions of the contract and

    Instructions to contractor, OR(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank

    Guarantee, against Security Deposit after award of contract.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 hisdemand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to theoccurrence of one 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 for submission oftender as such deadline 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 respectof this 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 tender.

  • 8/15/2019 NIT Bhopal

    30/34

    syks u o CPWD

    AEE(E) EE(E)

    30

    ADDITIONAL TERMS AND CONDITIONS

    1.1 The work shall be carried out strictly in accordance with as per CPWD Specifications forelectric works 2013 Part-I (Internal) and 1994 (External) as amended up to date and also inaccordance with the Indian Electricity Rules 1956 and Indian Electricity Act 1910 as amendedup to date. BIS specifications, standard code of practice of the Industries and as per theinstructions of the Engineer-in-Charge.

    1.2 The street/compound lighting work at site is to be done as affirmed & approved layout. The hotdip galvanize octagonal street light pole fabricated internally and externally in accordance withIS:2629/BSEN ISO:1461 or equivalent and shall have minimum wind speed 160 km/hr of 7mtrs. (As per manufacture design) and thickness of galvanization after fabrication in single dipand shall be minimum 70 Microns average with sheet thickness not less than 3mm. The Polesshall be installed as per the manufacturer recommendation.

    1.3 Any damage done to the man, machine and building during the execution of work shall be theresponsibility of the contractor and same will have to be made the good promptly by thecontractor at his own cost to the entire satisfaction of the Engineer-in- Charge.

    1.4 The electrical work shall be executed in close coordinated manner with client department/ Civilwing of CPWD. No claim for idle labour will be admissible.

    1.5 Not with standing the schedule of quantities, all items of inter related works considerednecessary to make the installation complete and operative are deemed to be included and shall be

    provided by the contractor at no extra cost.

    2 Watch and ward:-Watch & ward for the installations, materials, including materials supplied by the departmentshall be responsibility of the contractor till the installations/left over materials are finally takenover by the department. Nothing extra shall be payable on this account separately as this isdeemed to be included within scope of work.

    3. Feeder Pillar / Cubical Panel:-

    i) All cubical panel/ feeder pillars shall be with powder coating paint(minimum 60 Micron to be provided with pleasing appearance like Seimens Grey colour) fabricated in the workshop

    having CPRI approval certificate and having in house facility of CNC machine/ 7 tanktreatment with powder coating. The drawing of the same shall be got approved by Engineer-in-charge before fabrication.

    ii) All MCCB should have 4 pole, with required breaking capacity as mentioned in BOQ, (Icu =100% Ics) at 415 Volt.

    iii) All ACB's should have 4 pole & complying with CPWD General Specification for Electricalworks Part-IV Sub-station 2013.

  • 8/15/2019 NIT Bhopal

    31/34

    syks u o CPWD

    AEE(E) EE(E)

    31

    iv) Construction/ Installation of feeder pillar shall be made as per CPWD General Specificationsfor Electrical Work Internal 2013 duly approved from competent authority.

    4. Completeness of tender:-a) Statutory deduction of "contract tax" at source shall be made while releasing payment

    through running/final bills. A certificate specifying the rate and amount of deductionshall however be issued.

    b) No form `D' for 31/32 (Road Permit) shall be issued by the department.c) Rate quoted shall be inclusive of all taxes & duties as levied by Govt. from time to time.

    However, service Tax shall not be part of the quoted rates. The same shall bereimbursed by the department on production of proof of payment to the Tax Authority.

    5. Conformity to specifications:-a) The work shall be carried out strictly in accordance with CPWD specifications for electric

    works 2013 (Internal) Part-I, 1994 (External) and 2007 (sub-station) as amended up to dateand also in accordance with the Indian Electricity Rules 1956 and Indian Electricity Act.1910 as amended up to date and as per the instructions of the Engineer-in- Charge.

    b) FRPVC insulated copper wire used shall be ISI marked multi-stranded conductors and shall be provided with crimped connection / termination.

    c) Contractor shall have to prove Bonafides of the make of materials by producing necessarydocumentary evidence. Firms are advised accordingly to obtain prior approval of Engineer-in- Charge for proposed make of materials before bringing materials to site of work. All thesample materials required to get approval from Engineer-In-Charge before bulk procurementof material from the relevant Manufacturer/Company.

    d) The Contractor has to submit Type test certificate of the each material and component inthe schedule of work and also submit Warranty & Dealership certificate from where thematerials are procured.

    e) DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION

    Three sets of the following documents shall be furnished to the department by the contractor oncompletion of work:-

    (a) Completion drawings.(b) 3 sets of manufacturer’s technic al catalogues of all equipments, component, fitting,

    fixtures and accessories.(c) Operation and maintenance manual of all major equipments, detailing all specification,

    operation and maintenance procedure.

    6. T5-FTL/CFL type Light Fittings

    a) All the T5-FTL /CFL fittings should carry an Unconditional guarantee for 01 years (aftercompletion of work) from the manufacture which shall be sole responsibility of the contractor.

    b) The fitting shall be with poly carbonate cover, epoxy powder coated, CRCA sheet and suitablereflectors etc strictly as per the BOQ items.

    c) Though the model no. of the fitting is indicated in the BOQ however the wattage of the luminaryshould not be more than and lumens output of the fitting should not be less than the required

  • 8/15/2019 NIT Bhopal

    32/34

    syks u o CPWD

    AEE(E) EE(E)

    32

    parameters and nomenclature of the fitting the version of parameter and nomenclature as perBOQ shall prevail.

    d) Technical parameters/ Specification of all T5-FTL Lamp should be strictly complied as perfollowings.

    i. Efficacy :- 90 lm/watt.ii. Luminous flux :- 2900 lumens.

    iii. Average life :- 24000 hours.iv. Colour Rendering Index :- 80 Ra.

    e) 5 star rating fans should be strictly complied with the BEE norms, relevant Indian standardIS374: 1979 as amended up to date and as per the BOQ specification.

    7. Facilities to the contractor:-a) Contractor shall make his own arrangement for water & electricity and T&P required for

    the work.

    b) Contractor shall have to make his own arrangements for storage place of the materials.

    8. Inspection and testing:-a) Complete General Arrangement Drawing (GAD) for all Cubical Panels and Rising

    mains shall be submitted to competent authority for the approval. b) All LT Cubical Panels (Essential & Non-Essential) shall be inspected at factory site

    before dispatching of materials and Test Report of High Voltage (HV) test andInsulation Resistance (IR) Test shall be submitted by the contractor/firm in triplicate tothe competent authority.

    c) Before dispatching of Lighting fixtures and fittings a factory visit should be arrange forthe inspection by the contractor if required. On completion of work the contractor shallarrange for insulation and earth continuity test as per IE rules in the presence of theEngineer-in-Charge or his representative and shall submit the Test report in triplicate.

    9. Date of acceptance of the installation:- a) After the Engineer-in-Charge is satisfied that the installation complies with requirements

    of specifications in all respect.

    b) The entire installation shall be at the risk and responsibility of the contractor until theseare tested and handed over to the department. However, if there is any delayfrom the dept. side, the installation may be taken over in parts but the decision on the

    same shall be binding on the contractor.Contractor or his authorized representative is bound to sign the site order book asand when required by the Engineer-in-Charge.

    c) Contractor is bound to attend any fault against manufacturing defects andcomplaints against work done by him upto six months from the date of installation.

  • 8/15/2019 NIT Bhopal

    33/34

    syks u o CPWD

    AEE(E) EE(E)

    33

    10. Earthing connections:-

    (I) All fans, fittings & lighting fixtures are to be properly earthed for which no extra will be paid.

    (II) Proper sleeving is to be provided to bare earth conductor in the switch boxes and also to

    bore conductors used for inter switch looping inside the switch boxes for which noextra will be paid.

    (III) Termination of wiring inside DB’s & main boards should be by crimped connect ions.

    (IV) Clamp type termination of earth strip (wherever provided) to pipe electrode will bemade.

    11 . The following are the acceptable makes of materials as indicated against individualitems:

    S.No. Item Acceptable Makes

    (i) FR PVC insulated copper wire R.R. Kabel /Finolex/Polycab (ii) MCCB/ACB ( ICS=100% ICU at

    415V ). All MCCB & ACB must be 4 pole and having required breakingcapacity as per the BOQ item.

    L&T / Schneider / Siemens / Legrand

    (iii) MCB, MCBDB L&T / Schneider / Siemens / Legrand

    (iv) Lamp Philips (Master TL-5 High efficiency lamp) /GE (Starcoat TM T5 High efficiency lamp)

    (v) Fitting Light Fixtures 1 X 18W, 2 X18W, 1 X 28 W, 2 X 28 W, 4 X 14 W

    Philips/ GE.

    (vi) XLPE insulated PVC sheathed 1.1KV grade Al. conductor armouredUG cable.

    R.R. Kabel / Polycab / Finolex.

    (vii) Galvanize Octagonal Street light pole& galvanized bracket.

    Bajaj /Valmont/Crompton /Philips

    (viii) Cubical panel/ Feeder pillar Manufactured from firm CPRI approvedhaving in house facility of CNC machine,seven tank treatment with powder coatingand having type valid CPRI type testcertificated for short current rating of notless than 35 KA Bhopal switchgear Pvt. Ltd. (BSPL),

    Bhopal/ Tricolite Electrical Industries Pvt.Ltd/ Adlec Mundka/ C&S Pvt. Ltd./Advance Panel & Switchgear Pvt. Ltd.

    (ix) HRC Protection Fuses/ Fuse Fittings. Siemens/ L&T/ EE

    (x) Selector Switches/ Indicating Lamps(LED type)

    AE/ Enercon/ L&T/ Neptune/ Conserve/Secure/ Keycee

    (xi) Ammeter/ Voltmeter Schneider/ L&T/ Siemens

  • 8/15/2019 NIT Bhopal

    34/34

    syks u o CPWD 34

    (xii) Current. Transformer L&T/ A.E./ Kappa

    (xiii) LUGS, Thimble, Cable Glands Dowels/ Jainson/ Braco

    (xiv) Timer/Nature switch L&T/ Schneider/ Kakatiya

    (xv) Rising Mains Schneider/Legrand /Siemens

    (xvi) Fire extinguisher Life Guard/ Minimax

    (xvii) Exhaust Fan Bajaj / Crompton/ Havells

    xviii) Ceiling Fan (5 star rating) Bajaj / Crompton/ Havells

    Assistant Executive Engineer(E) Executive Engineer (E)MPED, CPWD, Bhopal MPED, CPWD, Bhopal.