0% found this document useful (0 votes)
64 views40 pages

ITO, Kumbakonam

This document provides a notice inviting e-tenders for the annual running maintenance of electrical installations, fans, fittings, street lighting, pumps, and operation of water supply pumps at the Income Tax office and residential quarters in Kumbakonam, India. The estimated cost of the project is Rs. 5,18,666 with an earnest money deposit of Rs. 10,373. Contractors registered with the Central Public Works Department in the building category can submit online percentage rate tenders by August 3rd, 2022 at 3:30 PM. The tender documents will be opened and evaluated on the same day at 4:00 PM. Details on the scope of work, terms and conditions, and other bidding requirements are

Uploaded by

Exergy World
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
64 views40 pages

ITO, Kumbakonam

This document provides a notice inviting e-tenders for the annual running maintenance of electrical installations, fans, fittings, street lighting, pumps, and operation of water supply pumps at the Income Tax office and residential quarters in Kumbakonam, India. The estimated cost of the project is Rs. 5,18,666 with an earnest money deposit of Rs. 10,373. Contractors registered with the Central Public Works Department in the building category can submit online percentage rate tenders by August 3rd, 2022 at 3:30 PM. The tender documents will be opened and evaluated on the same day at 4:00 PM. Details on the scope of work, terms and conditions, and other bidding requirements are

Uploaded by

Exergy World
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 40

Government of India

CENTRAL PUBLIC WORKS DEPARTMENT


OFFICE OF THE ASSISTANT ENGINEER (E)
TRICHY CENTRAL ELECTRICAL SUB DIVISION II
NO. 1, WILLIAMS ROAD, CANTONMENT
CENTRAL EXCISE & GST OFFICE CAMPUS, TRICHY -620 001
Ph: 0431-2462348, email: tcesd2cpwdtrichy@gmail.com

NOTICE INVITING e-Tender


NIT No.13/EE(E)(T)/AE(E)/TCESD-II/CPWD/2022-23
Name of work: Annual Running Maintenance of internal electrical installations, fans & fittings, street
lightings and Pump sets including Operation of Water supply Pump sets in the Income Tax office and
residential Qtrs at Kumbakonam for the year 2022-23

Estimated cost: Rs.5,18,666.00


INDEX
SL NO DESCRIPTION PAGE NO.
1 INDEX 1
2 PRESS NOTICE 2
INFORMATION AND INSTRUCTION TO CONTRACTORS FOR E-
3 3 to 5
TENDERING
4 CPWD Form-6 for e-TENDERING and EMD PROFORMA 6 to 10
5 FORM OF EARNEST MONEY (BANK GUARANTEE) 11
6 CPWD 7 12 to 13
7 ACCEPTANCE 14
8 PERFORMA OF SCHEDULES 15 to 17
9 GENERAL RULES & DIRECTIONS 18 to 20
10 INTEGRITY PACT & AGREEMENT 21 to 27
11 BANK GURANTEE BONDS 28 to 29
12 SPECIAL CONDITIONS 30
13 MOU 31
14 WILLINGNESS CERTIFICATE 32
15 PART - B 33
ANNEXURE-I AND ANNEXURE-II - GENERAL AND COMMERCIAL
16 34-35
CONDITIONS
17 ADDITIONAL CONDITIONS OF CONTRACT 36-39
18 SCHEDULE OF WORK 40

NIT document containing pages 1 to 38 Pages Only is approved.

Assistant Engineer (E)


TCESD-II, CPWD, TRICHY.

1
PRESS NOTICE

CENTRAL PUBLIC WORKS DEPARTMENT

Notice Inviting e-Tender

The Assistant Engineer (Elect.), Trichy Central Electrical Sub-Division-II, CPWD, No.
1,Williams Road, Cantonment Central Excise & GST Office Campus, Trichy -620 001, Ph:0431-
2462348, invites on behalf of The President of India Online Percentage rate tender from
approved and eligible contractors of CPWD registered contractors of building category for
the following work (s):-

NIT No:-13/EE(E)(T)/AE(E)/TCESD-II/CPWD/2022-23 ,
Name of Work:- Annual Running Maintenance of internal electrical installations, fans & fittings,
street lightings and Pump sets including Operation of Water supply Pump sets in the Income Tax office
and residential Qtrs at Kumbakonam for the year 2022-23
Estimated Cost:- Rs.5,18,666.00 ,
Earnest Money Deposit (EMD):-Rs.10,373/- Period of Completion:- 12 Months
Last Date and Time of Submission of Tender Online:- 03.08.2022 up to 15.30Hrs.

Subsequent Corrigendum (if any) shall be available on website only. No Press Notice shall
be issued for any corrigendum.

The bid forms and other details can be obtained from the website https://etender.cpwd.gov.in/
The press notice is also available on www.eprocure.gov.in.
Not to be published below this line.

*** To be filled in by the Assistant Engineer

Assistant Engineer (E),


TCESD – II, CPWD, Trichy

2
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING
FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

The Assistant Engineer (Elect.), Trichy Central Electrical Sub-Division-II, CPWD,


No.1,Williams road, cantonment Central Excise & GST Office Campus, Trichy -620 001, Ph:
0431-2462348 on behalf of the President of India invites ONLINE Percentage rate tender from
approved and eligible contractors of building category of CPWD for the following work (s):-

S.No. Description Particulars


1) NIT No. 13/EE(E)(T)/AE(E)/TCESD-II/CPWD/2022-23

Annual Running Maintenance of internal electrical


installations, fans & fittings, street lightings and Pump
2) Name of work & Location sets including Operation of Water supply Pump sets in
the Income Tax office and residential Qtrs at
Kumbakonam for the year 2022-23

Estimated Cost put to


3) Rs.5,18,666.00
Tender
4) Earnest Money Rs.10,373/-

5) Period of Completion 12 Months

Last date & Time of online


submission of bid, original
EMD, copy of receipt for
6) deposition of original EMD Upto 15.30 Hrs. on 03.08.2022
and other Documents as
specified in the tender
Documents& Press Notice.

7) Time & date of opening of Bids 16.00 Hrs. onwards on 03.08.2022

The enlistment of the contractors should be valid on the last are of submission of
tenders. In case the last date of submission of tender is extended, the enlistment of
contractor should be valid on the original date of submission of tenders.
1. The intending tenderer must read the terms and conditions of CPWD-
6carefully. He should only submit his tender if he considers himself eligible
and he is in possession of all the documents required.
2. Information and Instructions for tendered posted on website shall form part
of tender document.
3. The tender document consisting of specifications, the schedule of quantities of
various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website https://etender.cpwd.gov.in or
https://eauction.cpwd.gov.in or www.eprocure.gov.in.free of cost.
4. Those contractors not registered on the website mentioned above, are required
to get registered beforehand. If needed they can be imparted training on online
bidding process as per details available on the website

3
5. The intending tenderer must have valid class-III digital signature to submit the tender.
6. On opening date, the contractor can login and see the tender opening process. After
opening of tenders, he will receive the competitor tender sheets.
7. Contractor can upload documents in the form of JPG format and PDF Format.
8.In addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is
quoted by the tenderer, rate of such item shall be treated as “0” (Zero). However, if a
tenderer quotes nil rates against each item in item rate tenderer or does not quote any
percentage above/below on the total amount of the tender or any section/subhead in
percentage tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
9.SC/ST contractors enlisted under class V category are exempted from processing fee
payable to ITI.
10. Integrity pact of the tender document shall be signed between Engineer-in-Charge and
the successful bidder after acceptance of the tender.
11. All Composite category contractors are renamed as building category contractors with
no charge in their class as per new rules for enlistment of contractors in CPWD 2020.

List of documents to be scanned and uploaded with in the period of bid


submission: -

1. Enlistment Order of the Contractor.


2. Copy of Treasury Challan / Demand Draft / Pay order / Banker`s
Cheque / Deposit at Call Receipt / Bank Guarantee of any schedule
bank against EMD / Fixed Deposit Receipt uploaded to the e-biding
website within the period of bid submission.
3. Copy of receipt for deposition of original EMD (Proforma attached in
Page No. 9 of this NIT to be downloaded and duly filled).
4. GST Registration Certificate of the State which the work is to be
taken up, if already obtained by the bidder. If the bidder has not
obtained GST registration in the state in which the work is to be
taken up, or as required by GST authorities then in such a case the
bidder shall scan and upload following under taking along with
other bid documents.
“If work is awarded to me, I/we shall obtain GST registration
Certificate of the State, in which work is to be taken up, within one
month from the date of receipt of award letter or before release of
any payment by CPWD, whichever is earlier, failing which I/We
shall be responsible for any delay in payments which will be due
towards mw/us on a/c of the work executed and/or for any action
taken by CPWD or GST department in this regard.
5. Copy of Latest GST return acknowledgement.
6. Copy of Registration for EPFO and ESIC.
7. Any other document as specified in NIT.

4
GOVERNMENT OFINDIA
CENTRAL PUBLIC WORKSDEPARTMENT

No. 67(1)/2022-23/TCESD-II/97 Dated: 26.07.2022

NIT No:-13/EE(E)(T)/AE(E)/TCESD-II/CPWD/2022-23 ,

Name of Work:- Annual Running Maintenance of internal electrical installations, fans & fittings, street
lightings and Pump sets including Operation of Water supply Pump sets in the Income Tax office and
residential Qtrs at Kumbakonam for the year 2022-23.

Copy to:-

1. The Superintending Engineer, CPWD, Trichy for kind information please.


2. The Executive Engineer (E), CPWD, Trichy for kind information please.
3. M/s. ITI limited, 495 / 496 , Main Madhuban Road, Near Ambedkar polytechnic
college, Ganesh Nagar II, Shakapur, New Delhi – 110 092 along with Copy of Press
Notice with a request to publish in web site and confirm.
4. The Executive Engineer, TCD, CPWD, Trichy for information please.
5. Assistant Accounts Officer, TCD, CPWD, Trichy.
6. Notice Board

Assistant Engineer (E).


TCESD - II/ CPWD/Trichy.

5
CPWD-6 FOR e-Tendering
The Assistant Engineer (E), TCESD –II,CPWD, Trichy , C.P.W.D. on behalf of President of India
invites online Percentage rate tender from approved and eligible contractors of building
category of CPWD for the following work : Annual Running Maintenance of internal
electrical installations, fans & fittings, street lightings and Pump sets including Operation
of Water supply Pump sets in the Income Tax office and residential Qtrs at Kumbakonam
for the year 2022-23

The enlistment of the contractors should be valid on the last date of submission of tenders.
In case the last date of submission of tender is extended, the enlistment of contractor
should be valid on the original date of submission of tender.

1.1 The work is estimated to cost Rs.5,18,666.00 this estimate, however, is given merely as a
rough guide.
2. Agreement shall be drawn with the successful tenderers on prescribed Form No. CPWD 7
(or other Standard Form as mentioned) which is available as a Govt. of India Publication and
also available on website www.cpwd.gov.in.Tenderers shall quote his rates as per various
terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 12 Months from the date of start as
defined in schedule “F‟ or from the first date of handing over of the site, whichever is later,
in accordance with the phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available.
OR
The site for the work shall be made available in parts as mentioned in schedule ‘F’.*
5. The bid document consisting of plans, specifications, the schedule of quantities of
various types of items to be executed and the set of terms and conditions of the contract to
be complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen on website 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 last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s)
any number of times (he need not re-enter rate of all the items) but before last time and
date of submission of bid as notified.
8. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall
have to deposit tender processing fee at existing rates, or they have option to switch over
to the new registration system without tender processing fee any time.
Earnest Money amounting to Rs.10,373/- can be paid in the form of Treasury Challan or
Demand Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit
Receipt (Drawn in favour of “The Executive Engineer, TCD, CPWD, Trichy”) shall be scanned
and uploaded to the e-biding website within the period of bid submission. The Original EMD
should be deposited either in the office of Executive Engineer inviting bids or division office of
any Executive Engineer, CPWD within the period of bid submission. The EMD receiving
Executive Engineer (including NIT issuing EE) shall issue a receipt of deposition of earnest
money deposit to the bidder in a prescribed format (as under) uploaded by bid inviting EE in
the NIT. The receipt shall also be uploaded to the e-biding website by the intending bidder up
to the specified bid submission date and time

6
The tender submitted shall be opened at 16.00 PM on 03.08.2022.

9. The tender submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i) The tenderer is found ineligible.
(ii) The tenderer does not upload Scanned copies of all the documents stipulated in the
tender document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
Submission of tender and hard copies as submitted physically by the lowest tenderer in
the office of tender opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above / below on the total amount of the tender or any
section/sub head in percentage rate tender, the tender shall be treated as invalid and
will not be considered as lowest tenderer.
10.The contractor whose tender is accepted will be required to furnish performance
guarantee 3% (Three Percent) of the tendered amount within the period specified in
schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less
than Rs.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 guarantee amount is less than Rs.1,00,000/-) or Government Securities of Fixed
Deposit Receipts or Guarantee Bonds of any scheduled Bank or the State Bank India
accordance with the prescribed form, In case the contractor fails to deposit the said
performance guarantee within the period as indicated in schedule ‘F’, including the
extended period if any, the bidder shall be suspended for one year and shall not be
eligible to bid for CPWD tenders from date of issue of suspension order.
The contractor whose bid is accepted will be required to furnish either copy of applicable
licenses/ registrations or proof applying for obtaining labour licenses, registration with
EPFO,ESIC and BCCW Welfare Board including provident fund code no. if applicable and
also ensure the compliance of aforesaid provisions by the sub-contractors, if any engaged
by the contractor for the said work and Programme Chart (time and Progress) within the
period specified in Schedule F.
11.The description of the work is as follows:
Annual Running Maintenance of internal electrical installations, fans & fittings, street
lightings and Pump sets including Operation of Water supply Pump sets in the Income Tax
office and residential Qtrs at Kumbakonam for the year 2022-23
Intending Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves 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 accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or
affect their tender. A tenderers shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The tenderers shall be responsible for arranging and maintaining at their
own cost all materials, tools & plants, water, electricity access, facilities for workers and all
other services required for executing the work unless otherwise specifically provided for in
the contract documents. Submission of a tender by a tenderers implies that he has read this
notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and
plant, etc. will be issued to him by the Government and local conditions and other factors
having a bearing on the execution of the work.

7
12.The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other tender and reserves to itself the authority to reject any or all the
tenders received without the assignment of any reason. All tenders in which any of the
prescribed condition is not fulfilled or any condition including that of conditional rebate is
put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with tenders is strictly
prohibited and the tender submitted by the contractors who resort to canvassing will be
liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the tender and the tenderers shall be bound to perform
the same at the rate quoted.
15.The contractor shall not be permitted to tender for works in the CPWD Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award and execution
of contracts, in which his near relative is posted a Divisional Accountant or as an officer in
any capacity between the grades of Superintending Engineer and Junior Engineer (both
inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any gazetted
officer in the Central Public Works Department or in the Ministry of Urban Development.
Any breach of this condition by the contractor would render him liable to be removed from
the approved list of contractors of this Department.
16. No Engineer of Gazetted Rank or other Gazetted Officer employed in
Engineering or Administrative duties in an Engineering Department of the Government of
India is allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in writing.
This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the
contractor’s service.
17. The tender for the works shall remain open for acceptance for a period of Thirty (30)
days from the date of opening of tenders. If any tenderer withdraws his tender before the
said period or issue of letter of acceptance, whichever is earlier, or makes any modifications
in the terms and conditions of the tender which are not acceptable to the department, then
the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit
50% of the said earnest money as aforesaid. Further the tenderers shall not be allowed to
participate in the retendering process of the work.
18. This Notice Inviting Tender shall form a part of the contract document. The successful
Tenderers / contractor, on acceptance of his tender by the Accepting Authority shall within
15 days from the stipulated date of start of the work, sign the contract consisting of:-
a) The Notice Inviting Tender, all the documents including additional conditions,
specifications and drawings, if any, forming part of the tender as uploaded at the
time of invitation of tender and the rates quoted online at the time of submission of
tender and acceptance thereof together with any correspondence leading thereto.
b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.
19. GST and all other tax as applicable, IT ,Education Cess, TN construction worker’s
welfare cess etc. shall be payable by the contractor and Government will not entertain any
claim what so ever in respect of the same.

Signature of the Sub Divisional officer


For & on behalf of President of India.

8
FORMAT OF RECEIPT OF DEPOSITION OF ORIGINAL EMD

(Receipt No………………………………………………………date

Annual Running Maintenance of internal electrical


1 Name of work* installations, fans & fittings, street lightings and Pump sets
including Operation of Water supply Pump sets in the Income
Tax office and residential Qtrs at Kumbakonam for the year
2022-23
2 NIT No.* 13/EE(E)(T)/AE(E)/TCESD-II/CPWD/2022-23

3 Estimated Cost* Rs.5,18,666.00

4 Amount of Rs.10,373/-
Earnest Money
Deposit*

5 Last date of Upto 15.30 Hrs on 03.08.2022


Submission of
Bid*

(* To be filled by NIT approving authority /EE at the time of issue of NIT and shall be
uploaded along with NIT).

1 Name of
Contractor#

2 Form of EMD#

3 Amount of
Earnest Money
Deposit#

4 Date of
Submission of
EMD#

Signature, Name and Designation of


EMD receiving officer (EE/AEE/AE/AE(P)/AAO)
along with Office Stamp.

( # To be Filled by EMD receiving officer)

9
DECLARATION TO BE SIGNED BY CONTRACT EMPLOYEE

I, ________________________________________________________________________
(Full Name)

of _______________________________________________________________________

(Current Residential Address)

hereby declare I have entered into an employment agreement with

M/s……………………………………………………………………………………(Agency

name), pertaining to the conditions of my employment as a full-time contract worker

in CPWD, and knows & understood that it is not a regular government employment

and not fit to claim a regular job in Government (or) CPWD in future. Also, declare

that no police case is registered (or) criminal case(s) is/are pending against me in any

courts of India.

Employee Signature:
__________________________________________________________

Aadhar No:
________________________________________________________________________

Place:
________________________________________________________________________

Date:
_________________________________________________________________________

10
FORM OF EARNEST MONEY (BANK GUARANTEE)
WHEREAS,
contractor........................................................................................
……………………………………..(Name of contractor) (hereinafter called "the contractor")
has submitted his tender dated ............. (date) for the construction of
............................................................................................ (name of work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that
we................................................................................................................................................................
………………………………………………………….(name of bank)

having our registered Office at.................................................... ............(hereinafter called "the Bank") are

Bound unto............................................ ………………………………………………………………………(Name and division of Executive Engineer)


(Hereinafter called "the Engineer-in-Charge") in the sum of Rs.......................... (Rs. in words
.................................................) for which payment well and truly to be made to the said Engineer-in-Charge
the Bank binds itself, his successors 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 or 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
written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his
demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the
occurrence 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 of
tender as such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in-
Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of 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.

11
GOVERNMENT OF INDIA CPWD-7
CENTRAL PUBLIC WORKS DEPARTMENT

STATE Tamil Nadu CIRCLE SE, Trichy


BRANCH B&R DIVISION Trichy Electrical Central Division,
C.P.W.D., Trichy

(A) Tender for the work of : Annual Running Maintenance of internal electrical installations,
fans & fittings, street lightings and Pump sets including Operation
of Water supply Pump sets in the Income Tax office and
residential Qtrs at Kumbakonam for the year 2022-23

(i) To be uploaded online by 15:30 PM on 03.08.2022

(ii) To be opened in presence of tenderers who may be present at 16.00 PM on 03.08.2022 in


the office of The Assistant Engineer (Elect),Trichy Central Electrical Sub-Division-II,
CPWD, No. 1, Williams road, Cantonment, GST & Central Excise Office Campus,
Trichy - 620 001
TENDER

I/We have read and examined the notice inviting tender, schedule A, D, E & F

Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within
the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for,
by, and in respect of accordance with, such conditions so far as applicable.

I/We agree to keep the tender open for 30 (Thirty) days from the due date of its opening
and not to make any modification in its terms and conditions.

A copy of Performa of EMD declaration is scanned and uploaded. If I/We, fail to furnish the
prescribed performance guarantee within prescribed period, I/We agree that the said President of
India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to
shall be suspended for one year and shall not be eligible to bid for CPWD tenders from date of issue of
suspension order. Further, if I/We fail to commence work as specified, I/ We agree that President of
India or the successors in office shall without prejudice to any other right or remedy available in law,
be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee
shall be a guarantee to execute all the works referred to in the tender documents upon the terms
and conditions contained or referred to those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Performance Guarantee as aforesaid, I/We
12
shall be debarred for participation in the re-tendering process of the work.

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

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

Dated: Signature of Contractor


Witness: Postal Address

Address:
Occupation:

13
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for an on behalf of the President of India for a sum of `
……………………………..…….. (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 ………………………………….

14
SCHEDULE:“A”
Schedule of Quantities (as per PWD-3) – Particular Condition and Specification
enclosed.

SCHEDULE:“B”
Schedule of materials to be issued to the contractor:
Rates in figures &
words at which the
Description
S.No. Quantity material will be Place of issue
of item
charged to the
contractor
1 2 3 4 5
--------NIL--------

SCHEDULE: “C”
Tools and Plants to be hired to the contractor:
Hire charges per
S.No. Description Place of issue
day
1 2 3 4
--------NIL--------

SCHEDULE:“D‟

Extra schedule for specific requirements/document


As attached in tender form
for the work, if any:

Name of Work: Annual Running Maintenance of internal electrical


installations, fans & fittings, street lightings and Pump sets including
Operation of Water supply Pump sets in the Income Tax office and
residential Qtrs at Kumbakonam for the year 2022-23

SCHEDULE: “E‟

Reference to General Conditions of General Conditions of contract for CPWD-2020 for


Contract Construction works already amended by circular
bearing No. DG/CON/314 (With amendments up to
last date receipt of tender including extension, if
any)
i. Estimated cost of work: Rs.5,18,666.00
ii. Earnest Money: Rs.10,373/-
iii. Performance Guarantee 3% of the tendered value of the work
iv. Security Deposit : 2.5% of tendered value

15
GENERAL RULES & DIRECTIONS:
The Assistant Engineer(Elect), Trichy Central Electrical
Sub-Division-II, CPWD, No. 1, Williams road,
Officer inviting tender :
Cantonment, GST & Central Excise Office Campus,
Trichy - 620 001.
Maximum percentage for
quantity of items of work to be
executed beyond which rates
are to be determined in See below
accordance with Clauses 12.2 &
12.3:

SCHEDULE “F”
2 (v) Engineer-in-Charge: For The Assistant Engineer(Elect), Trichy Central
Electrical Items of Work Electrical Sub-Division-II, CPWD, No. 1,
Williams road, Cantonment, GST & Central
Excise Office Campus, Trichy - 620 001
2(vii) Accepting Authority The Assistant Engineer (Elect), Trichy Central
Electrical Sub-Division-II, CPWD, No. 1,
Williams road, Cantonment , GST & Central
Excise Office Campus, Trichy - 620 001.
2(x) Percentage on cost of
materials and Labor to cover 15%
all overheads and profits
2(xi) Standard Schedule of Rates DSR (Electrical) 2018 & 2019 with correction
Electrical Items of work slips up to last date of submission of tender
including extension, if any.
2(xii) Department Central Public Works Department
9(ii) Standard CPWD contract Form CPWD Form 7 of General Conditions of
Contract for CPWD-2020 for Construction
works already amended by circular bearing
No. DG/CON/314. (with amendments up to
last date receipt of tender including
extension, if any)

CLAUSE 1 i. Time allowed for submission of Performance


Guarantee, Programme Chart (Time and Progress)
and applicable labor licenses, registration with
7 days
EPFO, ESIC and BOCW Welfare Board or proof of
applying thereof from the date of issue of Letter of
acceptance.
ii. Maximum allowable extension with late fee @
0.1% per day of Performance Guarantee amount 3 days
beyond the period provided in (i) above
CLAUSE 2 Authority for fixing compensation under Clause 2 SE Trichy, CPWD or
Successor thereof

16
AUTHORITY TO DECIDE:
i) Extension of The Assistant Engineer (Elect), Trichy Central Electrical Sub-Division-II,
time CPWD, No. 1, Williams road, Cantonment Central Excise & GST Office
Campus, Trichy – 01
ii) Rescheduling of The Assistant Engineer (Elect), Trichy Central Electrical Sub-Division-II,
mile stones: CPWD, No. 1, Williams road, Cantonment Central Excise & GST Office
Campus, Trichy – 01
CLAUSE 32
Requirement of Technical Representative(s) and recovery Rate
Rate at which recovery shall be
Designation made from the contractor in the
Minimum
Discipline
(Principal event of not fulfilling provision of

Number
Sl. Qualification of Minimum
Technical/ clause 32 per person
No. Technical Experience
Technical Figures
Representative Words (Rs. Per
Representative) (Rs.per
person)
person)
i) Graduate
Electrical

Engineer 5 Years or 10 25,000/- per Twenty Five


Project Manager /
1 or years 1 month per Thousand per
Site Engineer
Diploma respectively person month per person
Engineer
i)Graduate
Electrical

Engineer Project Planning / 2 Years or 5 15,000/- per Fifteen Thousand


1 or quality /site/ Billing years 1 month per per month per
Diploma Engineer respectively person person
Engineer
Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers Diploma holder with minimum 10 year relevant
experience with a reputed construction co. can be treated at par with Graduate Engineers
for the purpose of such deployment subject to the condition that such diploma holders
should not exceed 50% of requirement of degree engineers.
Clause 38

(i) (a) Schedule/statement for determining theoretical Not applicable


quantity of cement, bitumen etc. on the basis of Delhi
Schedule of Rates
(ii) Variations permissible on theoretical quantities:
(a) Cement Not applicable
(b) Bitumen for all works Not applicable
(c) Steel Reinforcement and structural steel sections for Not applicable
each diameter, section and category
(d) All other materials NIL
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Rates in figures and words at which recovery shall be made from the contractor
Description
of items Excess beyond permissible variation Less use beyond the permissible variation
S. No
NIL
* To be filled in by Executive
Engineer

17
1. All work proposed for execution by contract will be notified in a form of invitation
to tender pasted by publication in Newspapers or posted on website as the case
may be.

This form will state the work to be carried out, as well as the date for submitting
and opening tenders and the time allowed for carrying out the work, also the
amount of earnest money to be deposited with the tender, and the amount of
the security deposit and Performance guarantee to be deposited by the
successful tenderer and the percentage, if any, to be deducted from bills. Copies
of the specifications, designs and drawings and any other documents required in
connection with the work signed for the purpose of identification by the officer
inviting tender shall also be open for inspection by the contractor at the office of
officer inviting tender during office hours.
2. In the event of the tender being submitted by a firm, it must be signed separately
by each partner thereof or in the event of the absence of any partner, it must be
signed on his behalf by a person holding a power holding a power-of attorney
authorizing him to do so, such power of attorney to be produced with the tender,
and it must disclose that the firm is duly registered under the Indian Partnership
Act, 1952.
3. Receipts for payment made on account of work, when executed by a firm, must
also be signed by all the partners, except where contractors are described in
their tender as a firm, in which case the receipts must be signed in the name of
the firm by one of the partners, or by some other person having due authority to
give effectual receipts for the firm.
Applicable for Percentage Rate Tender only (CPWD - 7)
4A. Applicable for Percentage Rate Tender only (CPWD-7) In case of Percentage Rate
Tenders, contractor shall fill up the usual printed form, stating at what
percentage below/above (in figures as well as in words) the total estimated cost
given in Schedule of Quantities at Schedule-A, he will be willing to execute the
work. The tender submitted shall be treated as invalid if :-
I. The contractor does not quote percentage above/below on the total amount
of tender or any section/sub head of the tender.
II. The percentage above/below is not quoted in figures & words both on the
total amount of tender or any section/sub head of the tender.
III. The percentage quoted above/below is different in figures & words on the
total amount of tender or any section/sub head of the tender.
Tenders, which propose any alteration in the work specified in the said form of
invitation to tender, or in the time allowed for carrying out the work, or which
contain any other conditions of any sort including conditional rebates, will be
summarily rejected.

18
4B. In case the lowest tendered amount (estimated cost +/- amount worked on the
basis of percentage above/below) of two or more contractors is same, such lowest
contractors will be asked to submit sealed revised offer in the form of letter
mentioning percentage above/ below on estimated cost of tender including all sub
sections/sub heads as the case may be, but the revised percentage quoted
above/below on tendered cost or on each sub section/ sub head should not be
higher than the percentage quoted at the time of submission of tender. The lowest
tender shall be decided on the basis of revised offers.
In case any of such contractor refuses to submit revised offer, then it shall be
treated as withdrawal of his tender before acceptance and 50% of earnest money
shall be forfeited.
If the revised tendered amount of two more contractors received in revised offer is
again found to be equal , the lowest tender, among such contractors, shall be
decided by draw of lots in the presence of CE of the zone EE(s) in-charge of major
& minor component(s) (also DDH in case Horticulture work is also included in the
tender), & the lowest contractors those have quoted equal amount of their
tenders.
In case all the lowest contractors those have quoted same tendered amount, refuse
to submit revised offers, then tenders are to be recalled after forfeiting 50% of
EMD of each contractor.
Contractor(s), whose earnest money is forfeited because of non-submission of
revised offer, shall not be allowed to participate in the re-tendering process of the
work.
4. The officer inviting tender or his duly authorized assistant will open tenders in the
presence of any intending contractors who may be present at the time.
6. The officer inviting tenders shall have the right of rejecting all or any of the tenders
and will not be bound to accept the lowest or any other tender.
7. The receipt of an accountant or clerk for any money paid by the contractor will not
be considered as any acknowledgment or payment to the officer inviting tender
and the contractor shall be responsible for seeing that he procures a receipt signed
by the officer inviting tender or a duly authorized Cashier.
Applicable for percentage Rate Tender only (CPWD - 7)
8. In case of Percentage Rate Tenders only percentage quoted shall be considered. Any
tender Containing item rates is liable to be rejected. Percentage quoted by the
contractor in percentage rate tender shall be accurately filled in figures and words,
so that there is no discrepancy.

19
Applicable for Percentage Rate Tender only (CPWD - 7)
10. In Percentage Rate Tender, the tenderer shall quote percentage below/above (in
figures as well as in words) at which he will be willing to execute the work. He
shall also work out the total amount of his offer and the same should be written
in figures as well as in words in such a way that no interpolation is possible. In
case of figures, the word ‘Rs.’ should be written before the figure of rupees and
word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P and in case of words, the word
‘Rupees’ should precede and the word ‘Paisa’ should be written at the end.

11. (i) The Contractor whose tender is accepted, will be required to furnish
performance guarantee of 3% ( Three Percent) of the tendered amount within
the period specified in Schedule F. This guarantee shall be in the form of cash (in
case guarantee amount is less than Rs. 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 guarantee amount is
less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank
(ii) The contractor whose tender is accepted will also be required to furnish by way
of Security Deposit for the fulfilment of his contract, an amount equal to 2.5% of
the tendered value of the work. The Security deposit will be collected by
deductions from the running bills as well as final bill of the contractor at the
rates mentioned above. The Security amount will also be accepted in cash or in
the shape of Government Securities. Fixed Deposit Receipt of a Scheduled Bank
or will also be accepted for this purpose provided confirmatory advice is
enclosed.
12. On acceptance of the tender, the name of the accredited representative(s) of the
contractor who would be responsible for taking instructions from the Engineer-
in-Charge shall be communicated in writing to the Engineer-in Charge.
13. GST or any other tax applicable in respect of inputs procured by the contractor for
this contract shall be payable by the Contractor and Government will not
entertain any claim whatsoever in respect of the same. However, component of
GST at time of supply of service (as provided in CGST Act 2017) provided by the
contract shall be varied if different from that applicable on the last date of
receipt of tender including extension if any.
14. The contractor shall give a list of both gazetted and non-gazetted C.P.W.D.
employees related to him.

20
INTEGRITY PACT

To

The Bidder*

*( for online bidding this declaration is deemed to have been issued to the bidder as per name & address
given in the enlistment order)

Sub: NIT No:13/EE(E)(T)/AE(E)/TCESD-II/CPWD/2022-23 for the work of Annual Running


Maintenance of internal electrical installations, fans & fittings, street lightings and Pump sets
including Operation of Water supply Pump sets in the Income Tax office and residential Qtrs at
Kumbakonam for the year 2022-23

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) is an 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 stand disqualified 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
the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of
the CPWD.

Yours faithfully

Assistant Engineer (E)


TCESD-II, CPWD, TRICHY.

21
To,
Assistant Engineer (E)
TCESD-II, CPWD, TRICHY.

Sub: NIT No.13/EE(E)(T)/AE(E)/TCESD-II/CPWD/2022-23 for the work of Annual Running


Maintenance of internal electrical installations, fans & fittings, street lightings and Pump sets
including Operation of Water supply Pump sets in the Income Tax office and residential Qtrs at
Kumbakonam for the year 2022-23

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated 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 the condition that I/We will sign the
integrity Agreement, which is an integral part of tender documents, failing which I/WE will stand
disqualified from the tendering process. I/We acknowledge THAT THE MAKING OF THE BID SHALL BE
REGARDED AS AN UNCONDITIONAL AND ABSOLUTE 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 the said Integrity Agreement shall be separate and distinct from
the main contract, which will come into existence when tender/bid is finally accepted 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, absolute and unfettered
right to disqualify the tenderer/bidder and reject the tender/bid in accordance with terms and
conditions of the tender/bid.

Yours faithfully

(Duly authorized Signatory of the Bidder)

22
To be signed by the bidder and same signatory competent /authorized to sign the
relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT
This Integrity Agreement is made at ...................... on this ............... day of
...........2020...........
BETWEEN
President of India represented through Assistant Engineer (Elect),Trichy Central Electrical
Sub- Division-II, CPWD, No. 1, Williams road, Cantonment Central Excise & GST Office
Campus, Trichy - 620 001.

(Herein after referred as the „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........................................................................................................
(Details of duly authorized signatory)
(Hereinafter referred to as the “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:13/EE(E)(T)/AE(E)/TCESD-


II/CPWD/2022-23 ) (Hereinafter referred to as “Tender/Bid”) and intends to award, under
laid down organizational procedure, contract for Annual Running Maintenance of internal
electrical installations, fans & fittings, street lightings and Pump sets including Operation of Water
supply Pump sets in the Income Tax office and residential Qtrs at Kumbakonam for the year
2022-23Herein after 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 its Bidder(s)
and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions
of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract
between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact,
the parties hereby agree as follows and this Pact witnesses as under:

23
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal/Owner will, in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential / additional information through which the Bidder(s) could
obtain an advantage in relation to the Tender process or the Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees
which is a criminal offence under the Indian Penal code (IPC)/Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned
or if there be a substantive suspicion in this regard, the Principal/Owner will inform
the Chief Vigilance Officer and in addition can also initiate disciplinary actions as
per its internal laid down policies and procedures.

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

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


employees and agents) adhere to the highest ethical standards, and report to the
Government / Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering process
and throughout the negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/Owner’s employees involved in the
Tender process or execution of the Contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the Tender process or during the execution
of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to cartelize in the
bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.

24
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 another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender
as per proforma enclosed) any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in connection with the
award of the Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge
in fraudulent practice means a wilful misrepresentation or omission of facts or submission
of fake/forged documents in order to induce public official to act in reliance thereof, with
the purpose of obtaining unjust advantage by or causing damage to justified interest of
others and/or to 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 of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or indirectly,
where potential or actual injury may befall upon a person, his/ her reputation or property to
influence their participation in the tendering process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or
the Contract or its established policies and laid down procedures, the Principal/Owner
shall have the following rights in case of breach of this Integrity Pact by the
Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and
uphold the Principal/Owner’s absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving 14
days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s)
from the Tender process or terminate/determine the Contract, if already executed or
exclude the Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a limited period
as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner
has disqualified the Bidder(s) from the Tender process prior to the award of the Contract
or terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart 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 a Bidder or Contractor
which constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of
Corruption Act, or if the Principal/Owner has substantive suspicion in this regard, the
Principal/Owner will inform the same to law enforcing agencies for further investigation.

25
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any
other Company in any country confirming to the anticorruption approach or with Central
Government or State Government or any other Central/State Public Sector Enterprises in
India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business 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 suitable corruption prevention system, the Principal/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 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 Subcontractors/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 the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.
Article 6- Duration of the Pact
This 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 the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract 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
by the Competent Authority, CPWD.

Article 7- Other Provisions


1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who 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 partners and
consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by boarder solution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement / Pact, any action taken by the
Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation
thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights
and remedies belonging to such parties under the Contract and/or law and the same shall
be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid.
For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence
over the Tender/Contact documents with regard any of the provisions covered under this
Integrity Pact.

26
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:

...............................................................

Assistant Engineer (E), TCESD-II, CPWD, TRICHY.


(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:

27
BANK GUARANTEE BOND
In consideration of the President of India (hereinafter called “ the Government”)
having agreed under the terms and conditions of agreement No.
_______________________ dated ______________ made between _____________ and
__________________ (hereinafter called “the contractor(s)”) ____________ for the work
____________________________________________________ (hereinafter called “the said
agreement”) having agreed to production of a irrevocable Bank Guarantee for `
___________ (Rupees ___ ______________________________________________ only) as
a security/guarantee from the contractor(s) for compliance of his obligations in accordance
with the terms and conditions in the said agreement,
we______________________________(Indicate the name of the Bank)
(hereinafter referred to as “the Bank”) hereby undertake to pay to the

Government an amount not exceeding ` (` ________________________________ only) on


demand by the Government.
2. We _____(Indicate the name of the Bank)___ do hereby undertake to pay the amounts

due and payable under this Guarantee without any demure, merely on a demand from the
Government stating that the amount claimed is required to meet the recoveries due or likely
to be due from the said contractor(s). Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding `
_________ (Rupees __________________________________ only).
3. We, the said bank further undertake to pay to the government any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or
proceeding pending before any court or tribunal relating thereto, our liability under this
present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability
for payment there under and the contractor(s) shall have no claim against us for making
such payment.
4. We (Indicate the name of the Bank) further agree that the guarantee herein

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

28
5. We (Indicate the name of the Bank) further agree with the Government that the
Government shall have the fullest liberty without our consent and without effecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor(s) from time to time or
to postpone for any time or from time to time any of the powers exercisable by the
government against the said contractor(s) and to 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 (Indicate the name of the Bank) lastly undertake not to revoke this guarantee

except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to _____________, unless extended on demand by


Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to ` _________ (` _______________________________only) and
unless a claim in writing is lodged with us within six months of the date of expiry or the
extended date of expiry of this guarantee all our liabilities under this guarantee shall stand
discharged.

Dated the_________________________day of
______________________________________________
for
(Indicate the name of the Bank)

29
SPECIAL CONDITIONS
st
The 1 lowest tenderer have to submit the following documents for association of
specialized agency at least 7 days after to depositing performance guarantee.
1. The applicant should submit the willingness from an eligible specialized agency to get
associated with the applicant for execution of the electrical component of works in
wholesome manner and as per the conditions set out in the MOU to be entered into,
between the one who is awarded the work and the associated eligible specialized
agency.
2. In support of the eligibility conditions of the proposed associated specialized agency,
copy of their registration documents, Electrical Contractor’s License, GST Documents
duly attested by the applicants (Main Contractor) shall be submitted to the
EE(E).Each such specialized agency will certify that they are not debarred as on the
day of application for sale of tender.
3. The main contractor will submit MOU signed on non-judicial paper with eligible
registered electrical contractor of CPWD) only. The MOU in the enclosed form shall
be signed by both the parties i.e. main contractor as 1st party and associated
specialized agency as 2nd party.
4. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate sub contractor to complete the E&M work, the main contractor on the
written direction of the department, shall remove the Associate/sub-contractor
deployed on the work and shall submit name of new associate who fulfill the
conditions mentioned in NIT to execute the leftover work without any loss of time or
variation in cost to the department in this regard. Such associates shall also enter
into tripartite Agreement/Contract along with the main tenderer and the
departmental officer and shall meet all the guarantee for the equipment’s already
supplied for which payment has been released by the Deptt. in part. If any
equipment supplied for the work, during the currency of the earlier Associate/sub-
contractor and paid partly by the Deptt. ,becomes redundant /not in a position to be
installed and commissioned and put to beneficial use due to change in agency for
execution of E&M work, the main contractor shall be liable for replacement of the
equipment(s) at no cost to Department. No change of Specialized agency will be
allowed without prior approval of the AE(E), Trichy.
5. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are
concerned. Separate tender schedule abbreviated CPWD-8 and Special Conditions
for Electrical Work are appended with this tender It will be obligatory on the part of
the contractor/tenderer to sign the tender documents for all the component parts.
6. The main contractor shall be responsible and liable for proper and complete
execution of the Electrical work and ensure coordination and completion of both civil
and electrical work.
7. The associate or sub-contractor shall sign a Agreement/Contract along with the main
tenderer , for technical compliance of specification, guarantee etc.
8. The associate or sub contractor shall attend the inspection of the work by the
Engineer-in-Charge of E&M works as and when required.

30
MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN
(TO BE SUBMITTED BEFORE START OF WORK)
1] M/S [Name of the firm with full address)
Enlistment Status
Valid Upto:
[ Henceforth called the main contractor]
And
2] M/S [ Name of the firm with full address)
Enlistment Status
Valid Upto:
[ Henceforth, called Associated Specialized agency or Specialized agency]
Name of Work:- Annual Running Maintenance of internal electrical installations, fans & fittings,
street lightings and Pump sets including Operation of Water supply Pump sets
in the Income Tax office and residential Qtrs at Kumbakonam for the year
2022-23.

of an estimated cost of Rs.5,18,666.00 as per schedule, specifications, terms and conditions of the
tender.
We state that M.O.U’s. between us will be treated as an agreement and has legality as per Indian
Contract Act (amended upto date) and the department (CPWD) can enforce all the terms and
conditions of the agreement for execution of the above work. Both of us shall be responsible for the
execution of work as per the agreement to the extent of the MOU allows.
We have agreed as under:
1- The associated electrical contractor will execute all electrical works in the wholesome manner
as per terms and conditions of the agreement. Any type of internal transaction between the
electrical contractor and main contractor shall be as per their convenience and mutual
understanding without involving the department. Security deposit shall be deducted as per
agreement.
2- The electrical contractor shall be liable for disciplinary action and other legal actions as per
agreement if he fails to discharge obligation as per this agreement besides forfeiture of the
security deposit.
3- All the machinery and equipments, tools and tackles required for execution of the electrical
works. As per agreement shall be the responsibility of the electrical contractor.
4- The site staff required for the electrical work shall be arranged by the electrical contractor as
per terms and conditions of the agreement.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


SPECILAIZED AGENCY

Date Date

Place Place

31
WILLINGNESS CERTIFICATE

(To be submitted before start of work)


Name of Work: Annual Running Maintenance of internal electrical installations, fans &
fittings, street lightings and Pump sets including Operation of Water supply
Pump sets in the Income Tax office and residential Qtrs at Kumbakonam for
the year 2022-23.

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

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

Date: Signature of specialized agency

32
PART-B

33
ANNEXURE-I
CONDITIONS
1.0 General
1.1 The work shall be executed as per CPWD General Specifications for Electrical Works (Part
I – Internal) 2013, (Part II – External) 1994 wherever applicable, as per relevant IS and as per
directions of Engineer-in-Charge. The technical specifications are to be read in conjunction with
above and in case of variations; technical specifications of tender document shall apply. Nothing
extra shall be paid on account of additional features in the technical specifications as the same
are to be read along with schedule of quantities for the work.
1.2 The Department shall not issue any T & P and nothing extra shall be paid on account of
this.
1.3 The work to be awarded by this tender shall be treated as indivisible works contract.
2.0 Compliance with Regulations and Indian standards
2.1. All works shall be carried out in accordance with relevant regulation, both statutory and
those specified by the Indian Standards related to this work. In particular, the equipment and
installation shall comply with the following:
i. Factories Act
ii. Indian Electricity Rules
iii. I.S. & BS Standards as applicable
iv. Workmen's compensation Act
v. Statutory norms prescribed by local bodies

b. Nothing in this tender shall be construed to relieve the successful tenderer of their
responsibility for the design, manufacture and installation of the equipment with all accessories
in accordance with currently applicable statutory regulations and safety codes.
3. 0 Indemnity:
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipment and ancillary equipment under
the supervision of the successful tenderer in so far as the latter is responsible. The successful
tenderer shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the successful tenderer due to the above.
4.0. Cooperation with other agencies:
The successful tender shall co-ordinate with other contractors and agencies engaged in
the construction of the building and exchange freely all technical information so as to
make the execution of this works contract smooth. No remuneration should be claimed
from the department for such technical cooperation. If any unreasonable hindrance is
caused to other agencies and any existing portion of the building has to be dismantled
and re-done for want of cooperation and coordination by the successful tenderer during
the course of work, such expenditure incurred will be recovered from the successful
tenderer if the restoration work to the original condition or Specification of the
dismantled portion of the work was not undertaken by the successful tenderer himself.

34
ANNEXURE-II

COMMERCIAL AND ADDITIONAL CONDITIONS

Name of work: Annual Running Maintenance of internal electrical installations, fans & fittings,
street lightings and Pump sets including Operation of Water supply Pump sets in the Income Tax
office and residential Qtrs at Kumbakonam for the year 2022-23
1.0 GENERAL
1.1 This specification covers the work detailed in Schedule-A.
LOCATION: As indicated in the Annexure - II. The tenderer should in his own interest visit the site
sand familiarize 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 COMMERCIAL 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 price bid will be opened by the Assistant Engineer (E) in the presence of there
Preventatives of the tenderers who wish to be present on the due date and time of opening of price
bid.
2.2.4 The department reserves the right to reject any or all the price bids and call for fresh
Prices / tenders as the case may be without assigning any reason.
3.0 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 GST, Labour Cess), duties, and
levies etc.
II. Being an indivisible works contract, GST (or) any other duty etc. are not payable separately.
III. GST on Works contract for the work shall be included within the quoted rates for the
various items.
IV. All Statutory deductions like GST, IT, TDS, Tamilnadu building and other labor welfare Cess
recovery etc., at applicable rates will be made from the Contractors bill.

4.0 PAYMENT TERMS:


4.1 Terms of payment shall l be as per relevant clauses of CPWD 7/8.
4.2 Deduction of Security Deposit shall be governed by standard /relevant clauses of CPWD 7/8.
5.0 VALIDITY
As stipulated in the Form CPWD 6.

35
ADDITIONAL CONDITIONS OF CONTRACT
Name of work: Annual Running Maintenance of internal electrical installations, fans & fittings, street
lightings and Pump sets including Operation of Water supply Pump sets in the Income Tax office and
residential Qtrs at Kumbakonam for the year 2022-23
Income Tax office at Kumbakonam
Office Building
Income Tax Office and residential Qtrs. at Kumbakonam
Type I - 2 Nos.
Type II - 3 Nos.
Type III - 5 Nos.
Type IV - 1 No

SCOPE OF WORK:
It is proposed to carry out the maintenance of all electrical installations at Income Tax Office and
residential Qtrs., Kumbakonam. The services are required on all days including Sundays and Holidays.

1. The Contractor has to depute man power on outsourcing basis as mentioned in the schedule to
assist day to day electrical maintenance at Income Tax Office and residential Qtrs.,
Kumbakonam
2. The Contractor should engage the Skilled labour with Electrical ‘B’ license.
3. The Agencies are requested to visit the site before quoting the rates.
4. The work shall be carried out as per direction and to the entries at is faction of the Engineer-in-
charge and as per relevant CPWD General Specifications for Electrical Works and IE Rules
1956asamendeduptodateandotherrelevantact,rulesandlocalbyelawsasapplicable
5. The work may be terminated without any notice to the contractor if departmental staff posted in
the existing vacancy
6. The Agency has to provide at his own cost necessary T & P items to the personal engaged for the
above work.
7. The Complaint Register has to be maintained by the Agency for keeping record of day to day
8. Maintenance and to submit the present status of installation at the end of the month.
9. The contractor shall have to maintain attendance register of his staff engaged in the work, as per
contract clauses which will be verified from time to time Engineer in charge of the work or his
superior officials or other authorized person (s) of the department. Necessary registers /tools will
be supplied by the agency for this purpose for which nothing extra shall be paid
10. No accommodation will be provided to the contractor/workmen.
11. In case of emergency beyond duty hours, if any fault occurs, the agency shall have to attend
/ rectify the same for which no additional payment will be made by the department
12. Any damaged to the equipment’s and structure due to negligence shall have to be got
repaired by the agency at his cost. The decision of the Engineer -in-charge is final and binding
in this regard.
13. After completion of work the agency shall remove the men, T&Ps and materials provided
by them if they do not happen to be the lowest in the next successive year. No claim for
continuance of the same people / workmen in the work beyond the contract period will be
entertained.
14. In the event of any accident to the duty personal engaged for the above work while
performing duty whatsoever the department will not be borne any responsibility in this
respect. The total responsibility bear by the agency.
15. Petty materials like cotton waste, PVC tape etc. is to be arranged by the firm at their own
cost.
16. In case of any damage to any equipment such as meter, indicating lamp, SDF etc. on account of
negligence /fault of the contractor staff, the same shall have to be made good at their risk and
cost. Failure to comply with this clause shall attract recovery from contractor bill.
17. The preventive maintenance materials will be supplied by the Agency at free of cost and the
Agency has to keep the record for its use making reference to the complain Register
36
18. The department (CPWD) shall not have any responsibility or liability in case of any
accidental consequences to the personnel of the contractor at work site or to the general
public at the work site, The responsibilities and liabilities for such events shall be borne by
the contractor.
19. In case of any damage to any equipment on account of negligence /fault of the contractor
staff, the same shall have to be made good at their risk and cost. Failure to comply with
this clause shall attract recovery from contractor bill.
20. The agency shall have to pay to the workers with in 7th day of the every month and comply with
all the provisions of the clauses mentioned in the agreement in this regard. This has to be treated
as mandatory.
21. In the event of non-engaging the required staff as stated in the schedule the recovery per
day will be made.
22. The Engineer-in-charge may stop the work at any time without showing any reason.
23. This is duly contract job and in no terms shall constitute to provide a right either to the
Agency or the worker provided by him to seek employment with the Govt. on account of
his handling Govt. T & P resulting out of this quotation and subsequent work order issued
thereafter.
24. The Agency shall be responsible for any mishandling of the Govt. T & P above and over
normal wear and tear where in the worker deputed by him is involved.
25. In case of enhance of labour rate during this period, the Agency will submit the escalation
bill which will be reimbursed by the Department after proper evidence
26. In the matter of any dispute the decision of Engineer-in-charge shall be final and binding.
27. The work or any part of the work may be cancelled / withdrawn if the performance of work
is not satisfactory or otherwise by giving an advance information of one week only. In this
regard the decision of the Engineer-in-charge will be final and no claim whatsoever on this
account will be entertained.
28. The engineer-in-charge may close the contract at any time before the completion of the
stipulated period of the contract without assigning any reason thereto and the contractor
shall not have any financial or other compensatory claim for the same. However, payment
for the work done as per agreement shall be made proportionately, if otherwise done as
per contract and to the satisfaction of the department.
29. No other financial benefits shall be available either to the Agency other than that already
quoted for in his quotation. The rate quoted by the Agency should be inclusive of all incidentals
perceived by the Agency and or the persons engaged by the Agency.
30. Unless otherwise provided in the schedule of quantities of the work the rates tendered by
the contractor shall be all inclusive nothing extra shall be payable to him on this account.
31. Necessary deduction will be made as per CPWD norms.
32. The wages of Contract Labour shall be paid through Bank or ECS or Online Transfer.
Non submission of wage payments proofs, measurement/payments cannot be done.
33. In case any staff goes on leave, it is responsibility of the agency to monitor leave or
absence from duty and make alternative arrangement and maintain continuity of the staff.
34. The contractor shall provide the Permanent/Temporary addresses of the staff employed
and will be responsible for general behaviour and conduct.
35. If labour rate increase the difference will be paid to the agency after submitting proper
evidences. Present labour wages / day of Skilled – Rs. 625/- , day of Un Skilled –
Rs.443/-, as per Government of India, Ministry of Labour & Employment, New
Delhi vide no. F.No. 1/4(1)/2022-LS-II dated .31.03.2022
36. The agency will paid minimum wages to his contract labour as per rule.
37. The Contractor shall ensure that the workers as engaged for the work shall be covered
under the benefits of ESI Scheme, EPF etc., as per Govt. Rules and Regulations. While
executing the work the successful tenderer shall have all registration as required as per
the law of the land like ESI Scheme, EPF etc.
38. Department shall reimburse ESIC & EPF (agency contribution only) on production of proof
on payment against the specific contract labourer. It is additionally being confirmed that
the sole liabilities of the above payments shall rest on the contractor/ agency.
39. The agency should provide a record as wage register, available at site from which the
deployment of workers and their presence can be verified by the Engineer-in-charge or
his authorized representative.
37
40. The rate quoted by the contractor shall be inclusive of Tamilnadu Labour Cess, Income Tax , GST
and any statutory taxes if applicable. Recovery of Labour Cess and taxes etc. shall be made from
the bill payments due to the contractor.
41. In case of absence of workman the follow rate recovery will be made:

a. Penalty Rate - Rs. 1250/- Per Day/Per


Skilled Staff.
b.Penalty Rate - Rs.886/- Per Day/Per Un-
Skilled Staff.

42. All dismantled materials are to be handed over to the Department.


43. The agency shall provide First Aid Box with necessary medicine as per St.John‟s
approved list for the work men at site.
44. The contractor has to carry out the following check / test as per the additional
condition and specifications. The result of such should be recorded in a Test
Register in the proforma as decided by the Engineer-In-Charge and kept for
verification at anytime.
1. For IEI & EEI works(DAILY)
1. Attending all the electrical complaints.
2. Daily sweeping and cleaning of substation, switch room,etc.
3. Providing and maintaining complaint register, log book, task book,etc.
4. Day to day operation & maintenance of Voltage, Current reading, power
factor, checking of all indicating lamps, etc.
5. Checking the functionality of street light / compound light.
6. The batteries for its healthy charging and grease on battery terminals
and to put distilled water to maintain the electrolytic level.
WEEKLY
1) Watering of earth pit.
2) Cleaning and checking of switches, cubical boards, L.T. Panels ,etc.
3) Checking of ceiling fans, light fittings and exhaust fans
HALF YEARLY
Checking and recording the following tests:
a) Insulation resistance test
b) Polarity test of switch
c) Earth continuity test
d) Earth electrode resistance test
e) Testing of lightning conductors and recording the resistance

2. For Pump operation works


a) Daily sweeping and cleaning of substation, switch room,etc.
b) Checking of all valve operation specially foot valves.
c) Checking of receiver / overhead water level.
d) Checking of Pump panel fuse, indicator etc.
3. Water pumps
a) Inspect all water pumps
b) Check all seals, glands and pipelines for leaks and rectify as necessary.
c) Re-pack and adjust pump glands as necessary.
d) Check all pump bearings and lubricate with oil or grease as necessary.
e) Check the alignment and condition of all rubber couplings between
pumps and drive motors and rectify as necessary.
f) Check all bolts and nuts for tightness and tighten as necessary.

38
4. DG Set Operation (DAILY)
a) Attending all break down complaints.
b) Daily sweeping and cleaning of DG set room ( if inside bldg.),etc.
c) Providing and maintaining complaint register, log book, task book,etc.
d) Operation of DG set with mandatory parameter as Fuel oil level, Lubricant
level, Water level and other essential parameters in sake of health of the
DG set.

45. The result of such tests shall be recorded in a test register in the proforma as
decided by the Engineer in charge.

Assistant Engineer (E)


TCESD-II / CPWD/ Trichy.

LIST OF PREFERRED MAKE OF MATERIALS

Name of Work : Annual Running Maintenance of internal electrical installations, fans &
fittings, street lightings and Pump sets including Operation of Water supply Pump sets in
the Income Tax office and residential Qtrs at Kumbakonam for the year 2022-23

SL. NO. ITEMS MAKES

AS PER SOQ

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

Assistant Engineer (E)


TCESD-II / CPWD/ Trichy.

39
SCHEDULE OF WORK
Annual Running Maintenance of internal electrical installations, fans & fittings, street lightings and Pump
sets including Operation of Water supply Pump sets in the Income Tax office and residential Qtrs at
Kumbakonam for the year 2022-23
S.No Description of Items Qty Unit Rate Amount
1 Providing services for Day to Day
Maintenance of internal electrical
installations, (i/c preventive maintenance) by
carrying out fuse off calls, break down calls,
emergency calls etc. at all Non-residential
buildings and Residential buildings i/c. street
lights and Gate lights and Operation of water
supply pump sets etc. (By providing for 1 No
Skilled worker and 1 No. Un Skilled worker in
Shifts/General duty as per conditions etc., as
required).
a) Skilled Category-1 Person (for all days) 12 Months 25,183.00 3,02,196.00
b) Un-Skilled Category-1 Person (for all days) 12 Months 17,850.00 2,14,200.00
2 Supplying and Replacement of the following
consumable electrical accessories in the
existing electrical Fittings / Fixtures i/c
dismantling of the old defective as and when
required / found faculty etc., complete as
required. (Note: No labour charges are
payable as the same is already included in
item 1)
2.1 5A Piano type switch (As per ISI Marked) 10 Nos 16.00 160.00
2.2 5A Piano type socket (3 Pin) (As per ISI 10 Nos 39.00 390.00
marked)
2.3 15A Piano type switch(As per ISI marked) 10 Nos 82.00 820.00
2.4 15A Piano type socket (6 Pin) (As per ISI 10 Nos 90.00 900.00
marked)
Total Rs. 5,18,666.00

Assistant Engineer (E)


TCESD-II / CPWD/ Trichy.

40

You might also like