0% found this document useful (0 votes)
0 views43 pages

Tendernotice_1 (10)

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 43

PGIMER Chandigarh

DNIT PROFORMA

Name of Work: Annual Repair and Maintenance contract of civil work including white washing &
painting (for a period of 12 months) at APC at PGIMER, Chandigarh.
Estimated Cost: 24.11 Lakh
Earnest Money : Rs. 48,220/-
Time Limit: 12 months
Performance Guarantee 5% of tender amount
Security Deposit @2.5% of tender value
Eligibility criteria Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted
1. Should have valid enlistment in CPWD / Department of Posts / BSNL / Railways / MES / Chandigarh
Administration / CHB / MC Chandigarh / State PWDs / HUDA / PUDA / State Electricity Boards and
Corporations for Civil works
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the
original date of submission of bids.
2. Should have satisfactorily completed the similar works as mentioned below during the last 7 years ending last
day of month previous to the one in which tender are invited .
Three similar works each costing not less than Rs. 9.64 Lakh OR two similar works each costing not less
than Rs. 14.47 Lakh OR one similar work costing not less than Rs.19.29 Lakh in last 7 years ending last
day of month previous to the one in which tender are invited . (Similar work shall mean Civil works only)
(The completion certificate should be certified by an officer not below the rank of executive
engineer/Project Manager/General manager of a firm/owner for whom the work is executed(if
private work are shown in support of eligibility, certified copy of the tax deducted at source
certificate (TDS) shall be submitted along with the experience certificate and the TDS amount shall
tally with the actual amount of work done)

The value of executed works shall be brought to current costing level by enhancing the actual value of work at
simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for
bids.
3. Shall have to deposit original EMD as scanned & uploaded physically by all the intending bidders in the office
of H.E. (Civil-II) upto _____ AM on _________ in the shape of Demand Draft/pay order of Bankers
Cheque/Deposit at Call Receipt/Bank Guarantee of any Schedule Bank against EMD in favour of the Director
PGIMER, Chandigarh failing which the bid shall be treated as invalid
4. Shall have to furnish an affidavit as under:-
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we
shall be debarred for bidding in PGIMER 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.
5. It is presumed that all the bidders who have submitted the bid have gone through the entire bid documents
including integrity pact and that all the terms & conditions are acceptable to them.
6. Should have Valid PAN No.
7. Should have Certificate of Registration for GST.
8. Shall have to submit the status of his firm w.r.t. proprietary firm / partnership firm or Limited company
9. If any agency/contractor has more than 2 (two) projects pending for more than 1 (one) year after schedule date
of completion or has any 1 (one) project pending for more than 2 (two ) years after schedule date of completion
in PGI Chandigarh, he is not eligible for tendering.

Last date & time for 09.10.2024 upto 3:00 PM


submission of bid
Last date & time for 10.10.2024 upto 3:00 PM
submission of Original
EMD
Date &Time for opening of 11.10.2024 at 2:00 PM
Eligibility bid
Date &Time for opening of To be declare later on
Financial bid

Certified that this NIT contains pages 1- 41 (one to Forty One only)

H.E. (Civil-II) A.E. (P)

Page 1
PGIMER Chandigarh

NOTICE INVITING e-TENDER

Name of Work: Annual Repair and Maintenance contract of civil work including white
washing & painting (for a period of 12 months) at APC at PGIMER,
Chandigarh.

NIT No. - PGI/Engg/Civil-II/2024/253

Time Limit: - 12 months


INDEX

Section Description Page No.

Section-1 Press Notice 1

Section-II Check list 2

Section-III Form-6 for e-Tendering 3-6

Section-IV Information and Instructions for Bidders for e-Tendering 7-9

Section-V Tender & Contract Form-7/8 10-11

Section-VI Integrity Pact 12-17

Section-VII Performa of Schedules (A to F) 18-23

Section –VIII EXCLUSIONS / MODIFICATIONS IN CPWD 24


GENERAL CONDITIONS OF CONTRACT2023 (MAINTENANCE
WORKS)
Section-IX Additional Terms and Conditions of Contract 25-29

Section-X Special conditions for Annual maintenance contract 30-31

Section-XI List of Approved Makes & Schedule of Quantities 32-41

A.E. (P) H.E. (Civil-II)


PGI, Chandigarh.

Page 2
PGIMER Chandigarh

SECTION-I
PRESS NOTICE

NOTICE INVITING e-TENDERS

The Hospital Engineer ( Civil-II), PGIMER Chandigarh invites on behalf of the Director PGIMER
Chandigarh online percentage rate bids from the enlisted contractors of CPWD / Department of Posts /
BSNL / Railways / M.E.S. / Chandigarh Administration / CHB / MC Chandigarh / State PWD’s / HUDA
/ PUDA / State Electricity Boards & Corporations dealing in Civil works on two bid system (Eligibility
Bid & Financial Bid) for the following work :-

NIT No.: PGI/Engg/Civil-II/2024/253, Name of Work: Annual Repair and Maintenance contract of civil
work including white washing & painting (for a period of 12 months) at APC at PGIMER, Chandigarh.
Estimated Cost: Rs.24.11 Lakh, Earnest Money: Rs.48,220/-, Period of Completion: 12 months, Last
date and time of submission of bid: 09.10.2024 upto 3:00 PM, Last date & time for submission of
Original EMD or EMD exemption certificate : 10.10.2024 upto 3:00 PM, Date and time of opening of
Eligibility bid: 11.10.2024 at 2:00 PM, Date and time of opening of Financial bid: To be declared later
on.

The original EMD or EMD exemption certificate for MSE/MSME as scanned & uploaded shall be
deposited physically by all the intending bidders in the office of H.E. (Civil-II) as per above
schedule failing which the bid shall be treated as invalid.

The tender forms and other details can be obtained from the website: www.
eprocure.gov.in/eprocure/app and official website of the PGIMER www. pgimer.edu.in. Press notice is
also available on www.eprocure.gov.in. The contractors are requested to get their firm registered on the
website www. eprocure.gov.in/eprocure/app for participating in e-tendering process. (Helpdesk no. for
registration- 0172-2755862 & 9988447883.

Hospital Engineer (Civil-II)


PGIMER, Chandigarh

Page 3
PGIMER Chandigarh

SECTION-II CHECK LIST

CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS ONLINE:

1. THE CONTRACTOR MUST UPLOAD THE NECESSARY DOCUMENTS AS MENTIONED


IN LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF
BID SUBMISSION AT PAGE 9 OF BID DOCUMENTS.

2. IF ANY DISCREPANCY IS NOTICED BETWEEN UPLOADED EMD AT THE TIME OF


SUBMISSION OF BID AND ORIGINAL EMD SUBMITTED PHYSICALLY BY THE
BIDDERS IN THE OFFICE OF BID OPENING AUTHORITY, THE BID SUBMITTED
SHALL BECOME INVALID.

3. TENDER TO BE WITNESSED AT SPECIFIED PAGE OF TENDERED DOCUMENTS AT


THE TIME OF DRAWING AGREEMENT WITH THE SUCCESSFUL BIDDER

4. THE TENDER / TENDERS CONTAINING CONDITIONS CONTRARY TO THOSE


SPECIFIED IN THIS DOCUMENT SHALL BE SUMMARILY REJECTED.

5. THE INTENDING BIDDER SHALL QUOTE HIS PERCENTAGE RATES IN FIGURE


ONLY. THE PERCENTAGE RATES IN WORDS & AMOUNT IS GENERATED
AUTOMATICALLY. THEREFORE, THE PERCENTAGE RATE QUOTED BY THE
BIDDER IN FIGURES IS TO BE TAKEN AS CORRECT.

6. THE CONTRACTOR(S) SHALL QUOTE THE RATES KEEPING IN MIND, GENERAL


CONDITIONS OF CONTRACT FOR CPWD WORKS 2020 ALONGWITH AMENDMENT
UPLOADED ON THE WEBSITE OF PGIMER, SPECIAL CONDITIONS OF CONTRACT
ETC.

7. IT MAY BE NOTED THAT IN THE PRESENT CONTRACT CLAUSE 10B (i) & 10CC IS
NOT APPLICABLE.

8. ONCE THE BID UPLOADED BY THE BIDDER IS WITHDRAWN, HE WILL NOT BE


ALLOWED TO RESUBMIT HIS BID, HOWEVER, HE CAN EDIT HIS BID ANY NUMBER
OF TIMES BUT BEFORE LAST DATE & TIME OF SUBMISSION OF BID.

Page 4
PGIMER Chandigarh

Form- 6 FOR
SECTION-III e TENDERING

1. Percentage rate bids are invited on behalf of the Director, PGIMER, Chandigarh from the
enlisted contractors of appropriate class in CPWD / Department of Posts / BSNL / Railways /
MES. / Chandigarh Administration / CHB / MC Chandigarh / State PWD’s / HUDA / PUDA /
State Electricity Boards & Corporations dealing in civil works for the work of " Annual
Repair and Maintenance contract of civil work including white washing & painting (for a
period of 12 months) at APC at PGIMER, Chandigarh."

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

In case the last date of submission of bid is extended, the enlistment of contractor should be valid
on the original date of submission of bids

1.1 The work is estimated to cost Rs. 24.11 Lakh. This estimate, however, is given merely as a rough
guide.

1.2 Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted

1.2.1 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of having satisfactorily
completed similar works of magnitude specified below:-

Three similar works each costing not less than Rs. 9.64 Lakh OR two similar works each costing
not less than Rs. 14.47 Lakh OR one similar work costing not less than Rs. 19.29 Lakh in last 7
years ending last day of month previous to the one in which tender are invited. (Similar work
shall mean Civil works only)
(The completion certificate should be certified by an officer not below the rank of executive
engineer/Project Manager/General manager of a firm/owner for whom the work is
executed(if private work are shown in support of eligibility, certified copy of the tax
deducted at source certificate (TDS) shall be submitted along with the experience certificate
and the TDS amount shall tally with the actual amount of work done)

The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum; calculated from the date of completion to last date of
receipt of applications for bids.

1.2.2 To become eligible, the bidders shall have to furnish an affidavit as under:-
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for bidding in PGI in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy to be uploaded at the time of submission of bid)

1.2.3 The bidders should have Valid PAN No.

1.2.4 The bidders should have Certificate of Registration for GST.

Page 5
PGIMER Chandigarh

1.2.5 It is presumed that all the bidders who have submitted the bid have gone through the entire bid
documents including integrity pact and that all the terms & conditions are acceptable to them.
1.2.6 If any agency/contractor has more than 2 (two) projects pending for more than 1 (one) year after
schedule date of completion or has any 1 (one) project pending for more than 2 (two ) years after
schedule date of completion in PGI Chandigarh, he is not eligible for tendering.
2. Agreement shall be drawn with the successful bidders on CPWD General Conditions of Contract
2020 which is available with the concerned Hospital Engineer and official website of the Institute
http:/pgimer.edu.in. and the bidders shall quote his rates as per various terms and conditions of the
said form subject to the exclusions / modifications attached at page 24 alongwith amendments
uploaded on the official website of the Institute 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
(ii) The architectural and structural drawing for the work is available.
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.eprocure.gov.in and official website of the PGIMER www. pgimer.edu.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. When bids are invited in three stage system and if it is desired to submit revised financial
bid then it shall be mandatory to submit revised financial bid. If not submitted then the
bid submitted earlier shall become invalid.
9. Earnest Money in the form of Demand Draft or Pay order or Banker‘s Cheque or Deposit
at Call Receipt or Fixed Deposit Receipt (drawn in favour of Director PGIMER
Chandigarh) shall be scanned and uploaded to the e-Tendering website within the period
of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for six months or more from the last
date of receipt of bids which is to be scanned and uploaded by the intending bidders.
The original EMD or EMD exemption certificate for MSE/MSME as scanned & uploaded
shall be deposited physically by all the intending bidders in the office of H.E. (Civil-II)
upto _____ AM on _________ failing which the bid shall be treated as invalid.
Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission:
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 bid
submission. However, certified copy of all the scanned and uploaded documents as specified in press

Page 6
PGIMER Chandigarh

notice shall have to be submitted by the lowest bidder 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 has
deposited Earnest Money Deposit and other documents scanned and uploaded are found in order.
The bid submitted shall be opened on ___________ at ________ AM/PM
10. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents (PAN No. and GST registration etc.) as stipulated in the
bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and
hard copies as submitted physically by the lowest bidder in the office of bid opening authority.
(iv) The intending bidder does not deposit original EMD physically as scanned & uploaded upto _____
AM/PM on _________.
(v) If a tenderer does not quote any percentage above / below on the total amount of the tender or any
section / sub head, the tender shall be treated as invalid and will not be considered as lowest tenderer.
(vi) If a tenderer quotes ‘Nil’ charges/consideration, the bid shall be treated as unresponsive and will not be
considered.
11. The contractor whose bid is accepted, will be required to furnish performance guarantee of 5% (Five
Percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the
form of 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 or the
State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule ‘F’ including the extended period if any,
the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the
contractor. The Earnest Money deposited along with bid shall be returned after receiving the aforesaid
performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/
registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW
Welfare Board including Provident Fund Code No. if applicable and also ensure the compliance of aforesaid
provisions by the contractor, if any engaged by the sub contractor for the said work and Programme Chart
(Time and Progress) within the Period specified in Schedule F.
12. The description of the work is as follows:
Annual Repair and Maintenance contract of civil work including white washing & painting (for a
period of 12 months) at APC at PGIMER, Chandigarh.
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent
on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging
and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise specifically provided
for in the contract documents. Submission of a bid by a bidders implies that he has read this notice and
all other contract documents and has made himself aware of the scope and specifications of the work to
be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government
and local conditions and other factors having a bearing on the execution of the work.

12. The competent authority on behalf of the Director PGIMER does not bind itself to accept the lowest or any
other bid and reserves to itself the authority to reject any or all the bids received without the assignment of
any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that
of conditional rebate is put forth by the bidders shall be summarily rejected.

Page 7
PGIMER Chandigarh

13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
14. The competent authority on behalf of the Director PGIMER reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the Institute’s Engineering Department
(responsible for award and execution of contracts) in which his near relative is posted as Divisional
Accountant or as an officer in any capacity between the grades of Superintending Hospital 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
Institute’s Engineering Department. 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 or other officers employed in Engineering or Administrative duties in Engineering
Department of the Institute is allowed to work as a contractor for a period of one year after his retirement
from Institute’s service without the previous permission of the competent authority in writing. This
contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be
such a person who had not obtained the permission of the competent authority as aforesaid before
submission of the tender or engagement in the contractor’s service.
17. The bid for the works shall remain open for acceptance for a period of Seventy Five (75) days from the
date of opening of bids. If any bidders 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 bid which
are not acceptable to the department, then the Institute shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be
allowed to participate in the rebidding process of the work.
18. This Notice inviting bid shall form a part of the contract document. The successful bidder/ contractor, on
an acceptance of his bid by the Accepting Authority, shall within 15 days from the stipulated date of start
of the work sign the contract consisting of:
a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings etc., if any, forming the tender as issued at the time of invitation of bid and acceptance
thereof together with any correspondence leading thereto.
b) Standard Form 7/8 or other Standard Form as applicable.
19. For Composite Bids (Not Applicable)

20. All the payments to the contractor shall be deposited in their bank account through RTGS and the
contractor shall submit the detail of his bank account & IFSC code after award of work.
21. In case, date for opening of Eligibility / Financial bid is declared/happens to be public holiday, the
Eligibility / Financial bid will be opened on the next working day.
22. The contractor shall comply to the "Solid Waste Management Byelaws 2018" & “ Construction & Demolition
Rules 2016". Any penalty imposed by the competent authority on account of non-compliance of these provisions, if not
deposited in time by the contractor, would be recovered from the payment due to the contractor,

A.E. (P) H.E. (Civil-II)


PGI, Chandigarh.

Page 8
PGIMER Chandigarh

INFORMATION AND INSTRUCTIONS FOR


SECTION-IV BIDDERS

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING


FORMING PART OF BID DOCUMENT

The Hospital Engineer ( Civil-II), PGIMER Chandigarh on behalf of the Director PGIMER Chandigarh
invites online percentage rate bids from the enlisted contractors of CPWD / Department of Posts /
BSNL / Railways / M.E.S. / Chandigarh Administration / CHB / MC Chandigarh / State PWD’s / HUDA
/ PUDA / State Electricity Boards & Corporations dealing in civil works on two bid system for the
following work:-
1. NIT No. PGI/Engg/Civil-II/ 2024/____
2. Name of work & Location Annual Repair and Maintenance contract of
civil work including white washing & painting
(for a period of 12 months) at APC at PGIMER,
Chandigarh.
3. Estimated cost put to bid Rs.24.11 Lakh

4. Earnest Money Rs.48,220/-

5. Period of Completion 12 Months

6. Last date & time of submission of bid, 09.10.2024 upto 3:00 PM


EMD and other documents as specified in
the press notice

7. Last date & time of submission of 10.10.2024 upto 3:00 PM


Original EMD/ MSME as scanned
uploaded.
8. Date &Time of opening of Eligibility bid 11.10.2024 at 2:00 PM

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted
a) Should have satisfactorily completed the works as mentioned below during the last Seven years
ending previous day of last date of submission of bids.

Three similar works each costing not less than Rs. 9.64 Lakh or two similar works each costing not less
than Rs.14.47 Lakh or one similar work costing not less than Rs.19.29 Lakh. in last 7 years ending last
day of month previous to the one in which tender are invited. (Similar work shall mean Civil works
only).
(The completion certificate should be certified by an officer not below the rank of executive
engineer/Project Manager/General manager of a firm/owner for whom the work is executed ( if
private work are shown in support of eligibility, certified copy of the tax deducted at source
certificate (TDS) shall be submitted along with the experience certificate and the TDS amount shall
tally with the actual amount of work done)
The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of
applications for bids.

b) Should have Valid PAN No.

Page 9
PGIMER Chandigarh

c) Should have Certificate of Registration for GST.

2. The intending bidder must read the terms and conditions of Form-6 carefully. He should only submit
his bid if he considers himself eligible and he is in possession of all the documents required.
3. Information and Instructions for bidders posted on website shall form of bid document.
4. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from the website: www.
eprocure.gov.in/eprocure/app and official website of the PGIMER www. pgimer.edu.in. free of cost.
5. But the bid can only be submitted after uploading the mandatory scanned documents such as Demand
Draft or Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank
Guarantee of any Scheduled Bank towards EMD in favour of Director PGIMER Chandigarh and
other documents as specified.
6. 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.
7. The intending bidder must have valid class-III digital signature to submit the bid.
8. On opening date, the contractor can login and see the bid opening process. After opening of bids he
will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Contractor must ensure to quote percentage rate in the Schedule of Quantity. The column meant for
quoting percentage rate in figures appears in pink colour and the moment rate is entered, it turns sky
blue.
11. The Eligibility bid shall be opened first on due date and time as mentioned above. The financial bid
of contractors qualifying the eligibility bid shall be opened at a later date as mentioned in the Press
Notice Inviting Tender.
.
12. The agency shall submit the status of his firm w.r.t. proprietary firm / partnership firm or Limited
company as per detail given below:-
If the bidder is a proprietary firm, a self undertaking of the proprietorship shall be uploaded by the
bidder.
If the bidder is a firm in partnership, the bid documents shall be signed by all the partners of the firm
above their full typewritten names and current addresses, or, alternatively, by a partner holding power
of attorney for the firm. In the later case a certified copy of the power of attorney should be uploaded.
In both cases a certified copy of the partnership deed and current address of all the partners of the
firm should also be uploaded.
If the bidder is a limited company or a corporation, the bid documents shall be signed by a duly
authorized person holding power of attorney for signing the bid documents accompanied by a copy of
the power of attorney / Authorization Letter. The bidder should also furnish a copy of the
Memorandum of Articles of Association duly attested by a Public Notary.

Page 10
PGIMER Chandigarh

LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF


BID SUBMISSION:

1. The Original EMD or EMD exemption certificate for MSE/MSME as per detail given in Clause

no. 9 at page 4 of the DNIT.

2. Enlistment Order as per detail given in Clause no. 1 at page 3 of the DNIT.

3. Certificates of Work Experience as per detail given in Clause no. 1.2.1 at page 3 of the DNIT.

4. Affidavit as per as per detail given in Clause no. 1.2.2 at page 3 of the DNIT

5. Certificate of Registration for GST.

6. Status of firm as per detail given in Clause no. 12 at page 8 of the DNIT

Page 11
PGIMER Chandigarh

Form- 7/8

SECTION-V TENDER AND CONTRACT

Percentage Rate Tender & Contract For Works

Tender for the work of


(i) To be submitted online - ___________ upto _____ AM/PM

(ii) Original EMD or EMD exemption certificate for MSE/MSME

to be submitted Physically:_____________ upto ______ AM/PM

(iii) Eligibility Bid To be opened online -_____________ at _______ AM/PM

(iv) Financial Bid To be opened online -_____________ at _______ AM/PM

TENDER

I/we have read and examined the notice inviting tender, schedule A,B,C,D,E & F
specifications applicable, Drawings and Designs, General Rules and Directions, conditions of Contract,
clauses of contract, special conditions, additional terms & conditions & specifications, schedule of rate
and other documents and rules referred to in the conditions of contract and all other contents in the tender
documents for the work .

I/we hereby tender for the execution of the work specified for the Institute within the
time specified in schedule ‘F’ viz. schedule of quantities and in accordance in all respects with the
specifications, designs, drawings 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 respects in accordance with, such conditions so far as applicable.

I/we agree to keep the tender open for 75 days from the due date of opening of financial
bid and not to make any modifications in its terms and conditions.

A sum of Rs.48,220/- is hereby forwarded in the shape of deposit at call receipt of a


scheduled bank/ demand draft of a scheduled bank/ Fixed deposit receipt of scheduled bank in favour of
the Director, PGIMER, payable at Chandigarh as earnest money. If I/We, fail to furnish the prescribed
performance guarantee within prescribed period. I/We agree that the said the Director, PGIMER or his
successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that Director
PGIMER or the successors in office shall without prejudice to any other right or remedy available in law,
be at liberty to forfeit the said earnest money and the 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 therein and to carry out such deviation as may be
ordered upto maximum of the percentage mentioned in Schedule-F and 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 Earnest Money & Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

Page 12
PGIMER Chandigarh

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 PGI in future forever. Also, if such a violation
comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

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

Dated:- Signature of Contractor


Postal Address:
Witness:
Address: Telephone No.:
Fax No.:
Occupation: E-Mail.:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the Institute for a sum of Rs.______________________________

The letters referred to below shall form part of this contract agreement:
i) __________________________________________________________________
ii) __________________________________________________________________
iii) _________________________________________________________________

Hospital Engineer (Civil-II)


For & on behalf of the Director,
Dated________ PGIMER, Chandigarh

Page 13
PGIMER Chandigarh

SECTION-VI INTEGRITY PACT

To,

………………………..,

………………………..,

………………………..

Sub: NIT No. PGI/Engg./Civil-II/2024/____ for the work " Annual Repair and
Maintenance contract of civil work including white washing & painting (for a
period of 12 months) at APC at PGIMER, Chandigarh.”

Dear Sir,

It is here by declared that PGIMER, CHANDIGARH 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 Institute.

Yours faithfully

Hospital Engineer (Civil-II)

Page 14
PGIMER Chandigarh

To,

Hospital Engineer (Civil-II),


………………………..,
………………………..

Sub: Submission of Tender for the work of “Annual Repair and Maintenance contract of
civil work including white washing & painting (for a period of 12 months) at APC at
PGIMER, Chandigarh.”

Dear Sir,

I/We acknowledge that PGIMER, CHANDIGARH 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 enclosed 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 PGIMER, CHANDIGARH. 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, PGIMER, CHANDIGARH shall have
unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the
tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Page 15
PGIMER Chandigarh

To be signed by the bidder and same signatory competent / authorized to sign the relevant contract
on behalf of Institute.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ........... day of ...........20...... BETWEEN
Director PGIMER, Chandigarh represented through Hospital Engineer, (Civil-II), PGIMER, Chandigarh
(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.................................) (hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract
for .......................................................................................... (Name of work) hereinafter referred to as the
“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:
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 Institute 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.

Page 16
PGIMER Chandigarh

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.
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.
d) 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 omit offences outlined above or be an
accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged documents
in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage
by or causing damage to justified interest of others and/or to influence the procurement process to the
detriment of the Institute 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.

Page 17
PGIMER Chandigarh

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.

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 of PGIMER,
Chandigarh.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Chandigarh.

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

Page 18
PGIMER Chandigarh

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 board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains
valid. In this case, 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.

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

...............................................................
(For and on behalf of Principal/Owner)

.................................................................
(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................
(signature, name and address)

2. ...............................................
(signature, name and address)

Place:

Dated :

Page 19
PGIMER Chandigarh

PROFORMA OF SCHEDULE A TO F
SECTION-VII

SCHEDULE ‘A’

Schedule of quantities attached at page no. 32-41 of DNIT

SCHEDULE ‘B’

Schedule of material to be issued to the contractor

Sr. No. Description of item Quantity Rate in figure and words at Place of
which the material will be Issue.
charged to the contractor.
NOT APPLICABLE

SCHEDULE ‘C’

Tools and plants to be hired to the contractor.

Sr. No. Description Hire charges per day Place of issue


NOT APPLICABLE

SCHEDULE ‘D’

Extra schedule for specific As mentioned in tender documents


requirements / documents for
the work, if any:

SCHEDULE ‘E’

Reference to General General Condition of Contract for CPWD Works 2023 with .
Conditions of contract. amendments uploaded on the website of the Institute.

Name of Work : Annual Repair and Maintenance contract of civil work including
white washing & painting (for a period of 12 months) at APC at
PGIMER, Chandigarh.

Estimated cost of work : Rs. 24.11 Lakh

Earnest Money : Rs.48,220/- (to be returned after receiving


Performance guarantee)
Performance Guarantee : 5% of tendered value

Security Deposit : 2.5% of the tendered value

Page 20
PGIMER Chandigarh

SCHEDULE ‘F’
GENERAL CONDITION OF CONTRACT

Officer inviting tender H.E. ( Civil-II )

GENERAL RULES & DIRECTIONS

Maximum percentage for quantity of items See below


of work to be executed beyond which rates
are to be determined in accordance with
Clauses 12.2 & 12.3:

Definitions:

2 (v) Engineer- in- charge Hospital Engineer (Civil-II)


PGIMER, Chandigarh.

2 (ix) Accepting Authority Hospital Engineer (Civil-II)


PGIMER, Chandigarh.

2 (xi) Percentage on cost of material and labour 15%


to cover all overheads and profits

2 (xii) Standard Schedule of Rates DSR 2023.

2 (xiii) Department P.G.I.M.E.R., CHANDIGARH

9 (ii) Standard contract Form Form-7/8, CPWD General Conditions


of Contract 2023 with amendments
uploaded on the website of the
Institute.
Clause 1
(i) Time allowed for submission of Performance
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses 15 days
registration with 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 beyond the period 07 days
provided in (i) above
Clause 2
Authority for fixing compensation under Superintending Hospital Engineer,
clause-2 PGIMER, Chandigarh
Whether clause 2A shall be applicable Not Applicable

Clause 5 Number of days from the date of issue of letter


of acceptance for reckoning date of start = 15 Days

Page 21
PGIMER Chandigarh

Mile stones(s) as per table given below:-


S.No. Description of Time allowed in Amount to be withheld in case
Milestone days (from date of of non achievement of
(Physical) start) milestone
1. 25% of tendered 1/4th of total time In the event of not achieving the
value necessary progress as assessed
2. 50% of tendered 1/2 of total time from the running payment, 1.25%
value of the tendered value of work will
3. 75% of tendered 3/4th of total time be withheld for failure of each
value milestone from Sl No 1 to 4.
4. 100% of tendered Full time Maximum amount to be
value with held shall not exceed 5%
of tendered value of work.
Schedule of Handing Over of Site
Part Portion of site Description Time Period for
handling over
reckoned from date
of issue of letter of
intent
Part A Portion without any hindrance
Part B Portions with encumbrances
Part C Portions dependent on work of
other agencies
Schedule of issue of Designs
Part Portion of Design Description Time Period for
issue of design
reckoned from
date of receipt of
tenders
Part A Portion already including in NIT
Part B-1 Portions of Architectural Designs
to be issued
Part B-2 Portions of Civil Designs to be
issued
Part B-3 Portions of E & M Designs to be
issued

Time allowed for execution of work, 12 months


Authority to decide:
(i) Extension of time : Assistant Engineer/ Hospital Engineer /
Superintending Hospital Engineer (As
applicable)
(ii) Rescheduling of mile stones : Superintending Hospital Engineer or
his successor
(iii) Shifting of date of start in case of delay Superintending Hospital
in handing over of site: Engineer

Clause 5.2 Nature of Hindrance Register (either Physical


Physical or Electronic)

Page 22
PGIMER Chandigarh

Clause 5.4 Schedule of rate of recovery for delay in submission of the modified
programme in terms of delay days

SI No. Contract Value Recovery Rs.


I. More than Rs. 1 Crore but less than or 1000
equal to Rs. 5 Crore
II. More than Rs. 5 Crore but less than or 2500
equal to Rs. 20 Crore

Clause 7 Gross work to be done together with net


payment /adjustment of advances for
material collected, if any, since the last Rs. 2.01 Lacs
such payment for being eligible to
interim payment

Clause
10A List of equipments to be provided by the
contractor at site lab.
1…………………….....2………………… NOT APPLICABLE
3…………………….4………………….
5…………………….6………………….
10B(ii) Whether Clause 10 B (ii) shall be Not Applicable
applicable

Clause 10C Component of labour expressed as percent 25%


of value of work =

Clause 10CA (Not Applicable)

S.No. Material covered Nearest Materials (other Base Price of all Materials
under this clause than cement*, covered under clause 10 CA*
reinforcement bars and the as notified by DG, CPWD
structural steel) for which
All India Wholesale Price
Index to be followed
1. Cement (OPC)
2 Cement (PPC)
3 Reinforcement bars
TMT-500
Primary
Manufacturer
4. Structural Steel
*Includes cement component used in RMC brought at site from outside approved RMC plants, if
any
** Base price and its corresponding period of all the material covered under clause 10CA is to be
mentioned at the time of approval of NIT. In case of recall of tenders the base price may be modified
by adopting latest base price, and its corresponding period.

Clause Payment due to increase/decrease in (Not Applicable)


10CC Prices/Wages

Clause 11 Specifications be followed for i) NIT Specifications.


Page 23
PGIMER Chandigarh

execution of work.
ii) Latest CPWD Specifications with
amendments.

iii) Bureau of Indian Standards wherever


no such specifications exists in S.No. i)
& ii).

Clauses 12 Type of work Maintenance work.

12.2 & 12.3 Deviation limit beyond which clause


12.2 & 12.3 shall apply for building 50%
work

12.5 i) Deviation Limit beyond which 30%


clauses 12.2 & 12.3 shall apply for
foundation Work (except earth work)

ii) Deviation Limit for items in earth 100%


work subhead of DSR or related
items

Clause 16 Competent authority for deciding Superintending Hospital Engineer PGI,


reduced rates Chandigarh.

Clause 18 List of mandatory machinery, tools & plants to be deployed by the contractor
at site/ manufacturing unit:-.

Clause 25

(i) Conciliator Director, PGI, Chandigarh.

(ii) Arbitrator Appointing Authority Director, PGI, Chandigarh.

(iii) Place of Arbitration Chandigarh

Page 24
PGIMER Chandigarh

Clause 36(i) Requirement of Technical Representative(s) and recovery Rate


(NOT APPLICABLE)
S.No.

Representative
Technical
Qualification of
Minimum

Discipline

Representative)
Technical
Technical/
(Principal
Designation

Experience
Minimum

Number

clause 36(i)
provision
fulfilling
event
contractor in the
made from the
recovery shall be
Rate at which
of not
of
Figures Words
1. Graduate (Project Manager 2 Years 01
Engineer cum Rs. Fifteen
OR Civil Planning/Quality OR OR Rs. 15,000/- thousand
Diploma Holder Site/ P/month only P/month
billing Engineer) 5 Years 01
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 42
(i) (a) Schedule/statement for determining Delhi Schedule of Rates 2023
theoretical quantity of cement & bitumen
(ii) Variations permissible on theoretical
quantities:
(a) Cement
For works with estimated cost put to tender
3% plus/minus.
not more than Rs. 5 Lakh.
For works with estimated cost put to tender 2% plus/minus.
more than Rs.5 Lakh.
(iii) Bitumen for all works 2.5 % Plus only and NIL on minuss
side.

(iv) Steel reinforcement and structural steel 2% Plus/minus


sections for each diameter, section and
category
(v) All other materials NIL
Recovery rates for quantities beyond permissible variation

Sr. No. Description of Item Rates in figures and words at which recovery shall
be made from the contractor
Excess beyond Less use beyond the
permissible variation permissible variation.
1. Cement ------NIL----- Market rate + 10%
2. Steel ------NIL----- Market rate + 10%

A.E. (P)
Hospital Engineer ( Civil-II )
PGI., Chandigarh

Page 25
PGIMER Chandigarh

EXCLUSIONS / MODIFICATIONS IN CPWD


SECTION-VIII GENERAL CONDITIONS OF CONTRACT2023
(MAINTENANCE WORKS)

Clause No. & Exclusions / Modifications


Page No. of
CPWD GCC 2023
CONDITIONS OF CONTRACT
i) Clause 2 The word President / President of India and his successors wherever appears shall be read
(iv), Page 9 as the Director, PGIMER and his successors.

ii) Clause 2 (v), Theword Government or Government of India wherever appears shall be read as
Page 9 PGIMER, Chandigarh.
iii) Clause 2 The Engineer-in-charge means the Hospital Engineer (Construction) who shall supervise
(vi), Page 9 and be Incharge of the work and who shall sign the contract on behalf of the Director,
PGIMER as mentioned in Schedule ‘F’ hereunder.
iv) Clause 2 (xi), Department shallmeans Director, PGIMER or any Division of PGIMER which invites
Page 10 tenders on behalf of Institute as specified in the Schedule ‘F’.
CLAUSES OF CONTRACT
v) Clause 9, The following provisions under this clause are not applicable:-
Page 24 If the final bill is submitted by the contractor within the period specified above and
payment of final bills is made by the deptt. after prescribed time limit, a simple interest @
5 % per annum shall be paid to the contractor from the date of expiry of prescribed time
limit which will be compounded on yearly basis, provided the final bill submitted by the
contractor is found to be in order.

vi) Clause 30, The following provisions are also added in this clause:
Page 47
ii) The Engineer-in-Charge shall make alternative arrangements for supply of water at the
risk and cost of contractor(s) if the arrangements made by the contractor(s) for
procurement of water are in the opinion of the Engineer-in- Charge, unsatisfactory. In
such case, water charges @ 1.5 % shall be recovered on gross amount of the work done.
The contractor shall take water connection from source of Municipal Corporation,
Chandigarh / Chandigarh Administration at his own cost. He will pay the bills raised by
concerned department regularly. However, PGIMER will help the contractor to take
connection from concerned authority. If, the contractor fails to deposit the water bill, the
Engineer In-charge will have the authority to deduct the such amount from contractor’s
bills and deposit the same to concerned department.
iii) The contractor shall make his own arrangements for power supply including laying of
cables, switchgears and energy meter for the required load upto the main source of U.T.
electricity department / Institute’s source of supply (If U.T. electricity is not available) at
his own cost for the proper execution of the work and will pay the charges for the electric
power consumed.

Page 26
PGIMER Chandigarh

SECTION-IX ADDITIONAL TERMS AND CONDITIONS OF


CONTRACT

1. The successful tenderer must sign the Integrity pact Annexed in section-VI at page 12 after award
of work.
2. PGIMER reserves the right to accept/reject any or all tenders without assigning any reason thereof.
3. All the disputes concerning this tender in any way are subject to Chandigarh Jurisdiction only.
4. Tenderers to study entire tender document carefully
a) Submission of a tender by a tenderer implies that he has read all the stipulations contained in
this booklet and all other contract documents and has acquainted himself of the nature, site
conditions scope and specifications of the works to be executed and of conditions and rates at
which stores will be issued to him by the PGIMER. The contractor shall also be deemed to
have acquainted himself with local conditions and other factors which have a bearing on the
execution of the works.
b) No claim will be entertained on account of ignorance of site conditions.
5. CONTRACTOR SHALL SUBMIT FABRICATION DRAWING FOR OBTAINING
APPROVAL
The contractor shall submit fabrication drawing in triplicate for obtaining preliminary approval of
the Engineer-in-Charge for all design drawings structural steel elements, electrical panels and
Air-Conditioning ducts wherever required. One copy of this drawings duly corrected and
signed wherever necessary by Institute will be returned to the contractor for preparing and
resubmitting drawings after incorporating the said corrections again in triplicate for final
approval. Along with the completion and approval of fabrication drawing, the contractor shall
also submit the materials list, for checking and approval to the institute. No drawing shall be
approved finally without material list. Once the drawing is finally approved, no request for any
alternative section will be entertained. The contractor shall also submit 3 copies of design
calculations for the designs of joints if required All joints shall be designed for full strength of
members, unless otherwise specified. Approval of fabrication drawings however will not absolve
the contractor of his responsibility for the safety and correctness of the fabrication.
6. BID OF CONTRACTORS WITH A BLEMISHED RECORD WILL NOT CONSIDER
If the Engineer In-charge receives adverse report against any working contractor of the Institute,
either from the department in which he is enlisted or from any other Department or Hospital
Engineers of the Institute, his bid will not be considered on the basis of such a report.
On the receipt of a case of adverse performance/ Misbehavior/ Threatening of site staff or any
other such reasons, the Director PGIMER shall issue show cause to such contractors and after
considering their reply, He shall have full powers to debar such contractor for a period as decided
by him. Such debarred contractor shall be ineligible to take up any work in the Institute during
the period of debarring.
A copy of such orders shall be posted on PGIMER website so that every field unit of the Institute
becomes aware and does not issue tender to such debarred contractors.
If the NIT approving authority not lower than the rank of Superintending Hospital Engineer is
satisfied that it is in the interest of the Institute to allow a contractor who has been debarred for
reason of inactivity, to participate in the tendering process for getting competitive tenders, he
may do so.

Page 27
PGIMER Chandigarh

7. MATERIALS
I) MATERIAL TO BE SUPPLIED BY THE CONTRACTOR
CEMENT & STEEL REINFORCEMENT.
Contractor has to produce manufacturers test certificate for each lot of Cement & Steel
Reinforcement procured at site.
A) CEMENT:-
The contractor shall procure 43 Grade Portland Pozzolona Cement (Fly Ash based), required in
the work from reputed manufacturers of cement as per the approved make in 50 kg. bags bearing
manufacturer’s name and ISI marking, along with manufacturers test certificate for each lot.
Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got
tested in accordance with provisions of relevant BIS Codes. The cement for such testing purpose
shall be supplied by the contractor free of charge. In case test results indicate that the cement
arranged by the contractor does not conform to the relevant BIS Codes, the same shall stand
rejected and shall be removed from the site by the contractor at his own cost within a week’s time
of written order from the Engineer-in-Charge to do so. The cost of tests shall be borne by the
contractor.
PPC shall be brought at site in bulk supply of approximately 30 tonnes or as decided by the
Engineer-in-Charge.
PPC bags shall be stored in separate godowns. Separate godowns for tested cement and fresh
cement (under testing) to be constructed by the contractor at his own cost as per sketches given in
C.P.W.D Specifications having weather-proof roofs and walls. The size of the cement godown is
indicated in the sketches for guidance. The actual size of godown shall be as per site
requirements and nothing extra shall be paid for the same. Each godown shall be provided with a
single door with two locks. The keys of one lock shall remain with Engineer-in-Charge of the
work or his authorized representative and that of other lock with the authorized agent of the
contractor at the site of work so that the cement is issued from godown according to the daily
requirement with the knowledge of both parties. The account of daily receipt and issue of cement
shall be maintained in a register in the prescribed proforma and signed daily by the contractor or
his authorized agent and Engineer-in-Charge or his authorized representative in token of its
correctness. The day to day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard proforma by the contractor or his authorized representative
which shall be duly signed by the authorized representative of the Engineer-in-Charge before
issue to the work on day to day basis.
The capacity of each cement go-down shall be 1000 bags of cement or more as decided by the
Engineer-in-Charge and shall be constructed by the contractor at site of work and at the site of
batching plant for which no extra payment shall be made. The contractor shall be responsible for
the watch and ward and safety of the cement go-downs. The contractor shall facilitate the
inspection of the cement go-downs by the Engineer-in-Charge at any time The actual issue and
consumption of cement on work shall be regulated and proper accounts maintained as provided
in the contract. The theoretical consumption of cement shall be worked out as per procedure
prescribed in Clause-42 of the contract and shall be governed by the conditions laid therein.
If the quantity of cement actually used in the work is found to be more than the theoretical
quantity of cement including authorized variation, nothing extra shall be payable to the contractor
on this account. In the event of it being discovered that after the completion of the work, the
quantity of cement used is less than the quantity ascertained as herein before provided (allowing
variation on the minus side as stipulated in Clause - 42), the cost of quantity of cement not so
used shall be recovered from the contractor as specified in schedule. Decision of the Engineer-in-
Charge in regard to theoretical quantity of cement which should have been actually used as per
the schedule and recovered at the rate specified, shall be final and binding on the contractor.

Page 28
PGIMER Chandigarh

For non-scheduled items, the decision of the Superintending Hospital Engineer regarding
theoretical quantity of the cement, which should have been actually used, shall be final and
binding on the contractor.
Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-Charge.
In case the contractor brings surplus quantity of cement the same shall be removed from the site
after completion of work by the contractor at his own cost after approval of the Engineer-in-
Charge.
Cement, which is not used within 90 days from its date of manufacture, shall be retested at
approved laboratory. Until the results of such tests are found satisfactory, it shall not be used on
the work.
B) STEEL REINFORCEMENT:-
The contractor shall procure Thermo Mechanical Treated (TMT) Steel Reinforcement bars of Fe
500D grade from Primary producers such as SAIL or Rashtriya Ispat Nigam Ltd. or Tata Steel.
The grade of the steel shall be Fe 500 D as per BIS 1786-2008.
The contractor shall have to obtain and furnish test certificates to Engineer-in-charge in respect
of all the supplies brought by him to the site of work.
Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this
regard in relevant BIS Codes. In case the test results indicate that the steel arranged by the
contractor does not conform to the laid down specifications, as defined under para 10.3.1 (a)
above, the same shall stand rejected and shall be removed from the site of work by the contractor
at his own cost within a week’s time from written orders from the Engineer-in-Charge to do so.
The steel reinforcement shall be brought in bulk supply of 10 tonnes or more or as decided by the
Engineer-in charge alongwith manufacturer test certificate for each lot.
The steel reinforcement shall be stored by the contractor at site of work in such a way as to
prevent their distortion and corrosion and nothing extra shall be paid on these accounts. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and checking.
The steel reinforcement shall be brought in bulk supply of 20 tonnes or more or as decided by the
Engineer-in-Charge alongwith manufacturer test certificate for each lot.
The steel reinforcement shall be stored by the contractor at site of work about 30cm. to 45cm.
above ground. A coat of cement wash shall be given to steel bars when stored at site for long
duration so as to prevent corrosion. Nothing extra shall be paid on these accounts. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and checking.
Unless OTHERWISE specified elsewhere in the contract document, the testing (normal mass,
tensile strength, bend test, rebound test etc.) shall be done as per frequency of samples not less
than as given below:-
SIZE OF BAR FOR CONSIGNMENT FOR CONSIGNMENT OVER
BELOW 100 TONNES 100 TONNES
Under 10mm dia One sample for each 25 One sample for each 40 tonnes
tonnes or part thereof or part thereof
10mm to 16mm dia One sample for each 35 One sample for each 45 tonnes
tonnes or part thereof or part thereof
Over 16mm dia One sample for each 45 One sample for each 50 tonnes
tonnes or part thereof or part thereof

The contractor shall supply free of charge the steel required for testing including transportation to
testing laboratories. The cost of tests shall be borne by the contractor

Page 29
PGIMER Chandigarh

The Actual issue and consumption of steel on work shall be regulated and proper account
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be
worked out as per procedure prescribed in Clause 42 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical consumption including
permissible variation, recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.
Steel brought to site and steel remaining unused shall not be removed from site without the
written permission of the Engineer-in-Charge.
The contractor shall submit original vouchers from the manufacturer for the total quantity of steel
supplied under each consignment to be incorporated in the work. All consignment received at
the work site shall be inspected by the Site staff along with the relevant documents before
acceptance. The contractor shall obtain Original Vouchers and Test Certificates and furnish the
same to the Engineer-in-charge in respect of all the lots of steel brought by him from approved
supplier to the site of work. The original vouchers and test certificates shall be defaced by the
Site staff and kept on record in the site office.

Reinforcement including authorized spacer bars and lappages shall be measured in length of
different diameters as actually (not more than as specified in the drawings) used in the work
nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured. The standard
sectional weights referred to as in Table IV in para 5.3.3 in CPWD specifications will be
considered for conversion of length of various sizes of M.S. Bars, Tor steel Bars and TMT bars
into Standard Weight.

Records of actual Sectional weights shall also be kept dia-wise and lot-wise. The average
sectional weight for each diameter shall be arrived at from samples from each lot of steel
received at site. The decision of the Engineer-in-Charge shall be final for the procedure to be
followed for determining the average sectional weight of each lot. Quantity of each diameter of
steel received at site of work each day will constitute one single lot for the purpose. The weight
of steel by conversion of length of various sizes of bars based on the actual weighted average
sectional weight shall be termed as Derived Actual Weight. However for the stipulated issue of
steel reinforcement up to and including 10mm diameter bars, the actual weight of steel issued
shall be modified to take into account the variation between the actual and the standard
coefficients and the contractors’ accounts will be debited by the cost of modified quantity.

If the Derived Weight as in sub-para above is less than the Standard Weight as in Sub-para above
then the Derived Actual Weight shall be taken for payment provided, it is within the tolerances
specified in IS 1786-2008, otherwise whole lot will be rejected.

If the Derived Actual Weight is found more than the Standard Weight, the Standard Weight as
per in sub-para above shall be taken for payment. In such case nothing extra shall be paid for the
difference between the Derived Actual Weight and the Standard Weight.

8. WORK AND WORKMANSHIP


To determine the acceptable standard or workmanship, the Engineer-in-Charge may order the
contractor to execute certain portions of works and service such as walls, flooring, joinery,
finishes, roads and the like under the close supervision of the Engineer-in-Charge. On approval,
these items shall be labeled as guiding samples and works executed to conform to these samples.
9. WORK IN THREE SHIFT:
To speed-up the work, the institute may direct the agency to work in three shifts and the tenderer
will have to make adequate arrangements for carrying out work in two shifts for which nothing
extra shall be payable

Page 30
PGIMER Chandigarh

10. GATE PASSES


All tools and plants, surplus/dismantled/ rejected/ materials to be taken away by the contractor
from the work site should have a valid gate pass (4 copies) issued by the competent authority of
the Institute. One copy of the gate pass shall be delivered to the security staff, one copy at the
Exit gate, the third copy shall be retained by the contractor and fourth copy shall be retained by
the officer issuing the gate pass.
11. All other information such as documents and drawing supplied by the tenderer will also be in the
English language only. Drawing and designs shall be dimensioned according to the metric system
of measurements.
12. Tenders who do not full fill all or any of the conditions laid down in this notice, or contain
conditions not covered and/or not contemplated by the General Conditions of contract and /or
expressly prohibited therein or stipulated addition/alternative conditions shall be liable to be
rejected.
13. The institute reserves the right to revise or amend the tender documents prior to the date notified
for opening of the tenders and also the right to postpone the date of presentation and opening of
tenders without assigning any reason, whatsoever.
14. Each tenderer shall upload only one tender; either by him or as partners in a joint venture. A
tenderer who uploads more than one tender will be disqualified.
15. Unless otherwise stated, the contract shall be for the whole work as described in the “Schedule of
items of Works” and the drawings. The contractor shall be bound to complete the whole work as
described in the schedule of items of works and the drawings, including additional items, if any,
as per drawings and instructions. The issuance of certificate of completion as issued by the
Engineer-in-Charge shall be mandatory and will be conclusive proof of completion of work.
16. Interpretations, corrections and changes to the Tenders Documents shall be made by Addendum,
if required.
17. The quantities taken in the tender can be executed at anywhere in the Institute as per
requirements and directions of Engineer Incharge and Contractors shall be bound to execute the
same without claiming anything extra.
18. The Contractor shall strictly comply with the provision of EPF/ESI acts and shall furnish PF/ESI
codes. It would however, be mandatory on the part of the contractor to provide proof of having
deposited PF and ESI contribution as per law provides together with PF account number of
employees in whose account the amount has been deposited (As an affidavit duly attested by Ist
class Magistrate) on completion of work. Security shall be released after receipt of the above.

Hospital Engineer (Civil-II)


A.E. (P) PGI., Chandigarh

Page 31
PGIMER Chandigarh

SPECIAL CONDITIONS FOR ANNUAL REPAIR


SECTION-X & MAINTENANCE CONTRACT

1. The material required for ARMC shall be provided by the contractor in phased manner as per the
requirement / directions of the Engineer Incharge as per the items mentioned in PART-B of Schedule of
qty. The payment of these items shall be made as per actual quantity received from the agency.

The contractor shall provide the material within a period of 3 days from the date of requirement given
to the contractor failing which a penalty as per Penal provisions will be levied on the contractor which
will be deducted from his running bills.
The contractor shall provide 1st quality material of the approved make only with the manufacturing
date & batch no. and any sub standard material & material more than 4 months old from the date of
manufacture is liable to be rejected. The sample of aforesaid material can be sent for testing to any Lab
as decided by E.I.C. The cost of sample & its testing shall be borne by the contractor. All sub-standard
material shall be rejected & to be removed from the site immediately and Institute shall not be
responsible for the safe custody of the same.
2. The make of all the items mentioned in Part-B shall be as per list of approved makes or as per replaced
items and the maker of any new item will be got approved from the Engineer-Incharge before
installation of the same.

3. That in the event of any loss occurred to the ‘PGI’ as a result of any lapse on the part of the contractor
or any accident/damage etc caused due to the negligence of the staff deployed by the firm, the said loss
shall be claimed from the contractor up to the value of the loss. The decision of Engineer Incharge will
be final and binding on the contractor.

4. All the malba / rubbish generated during the AMC shall be brought down through the staircase only &
shall not be thrown to the ground directly from the upper floors.

5. The rates quoted shall be inclusive of all wages, transportation charges, providing maintenance Kit
containing all tools and safety devices, drill machine & welding machine etc. as required, incidental
charges and contractor’s profit and overhead. The rates quoted for contract should be inclusive of all
taxes, Octroi, duties, GST etc.

6. The ‘PGI’ will deduct income tax at source under section 194-C of Income Tax Act from the contractor
at the prevailing rates. Further, GST, labour cess & water charges etc. shall also be deducted from the
bill of contractor at source in accordance with the instructions / rules applicable in this regard.

7. The contract can be terminated in case the department is not interested to continue the contract at any
stage without assigning any reason.

8. The security will be deducted from each running bill @ 2.5% which will be released as per the
provision mentioned in the clause 41 page 52 of CPWD General conditions of contract 2020.

9. The Engineer Incharge at any time during ARMC period can ask the contractor to withdraw any
incompetent person deployed by the contractor.

10. All liabilities arising out of accident or death of labour while on duty shall be borne by the contractor.

Page 32
PGIMER Chandigarh

11. a) The staff engaged by the contractor shall not accept any gratitude or reward in any shape from any
official of PGI or from patients/their attendants or visitors.

b) The manpower supplied has to be extremely courteous with very pleasant manners in dealing with
the staff and should project an image of utmost discipline.

12. WHITEWASHING & PAINTING

• Any sub-standard work shall not be measured & paid for.

• All the measurements shall be done as per relevant IS Code.

• Whenever one coat of whitewash/ colour wash/emulsion/enamel paint etc. is to be done, the surface
shall be rubbed with old gunny bags or broom to remove the dust & loose flakes of whitewash/ colour
wash/emulsion/enamel paint etc.

• Each coat shall be allowed to dry before the next one is applied.

• The white & colorwash surface should present a uniform finish & furnished dry surface shall not easily
come off on the hand when rubbed.

• The rate for whitewashing & painting work shall includes the cost of removal of splashes & paint marks
over the walls / floors etc.

• Residual carbide lime will not be used on work in place of lime.

• The schedule of whitewashing & painting work to be carried out shall be got approved from the
representative of the Engineer Incharge and any work carried out without the approval of EIC shall be
rejected and will not be measured for payment.

• The material for whitewashing & painting shall be used after getting it verified from the A.E./J.E.
concerned. After use, the empty containers shall have to be returned to the department and these shall
be kept in the custody of J.E. concerned till the completion of the AMC.

• The material for whitewashing & painting shall be brought at site in the packing as given below:-
- Synthetic Enamel Paint = Not more than 4 Ltr.
- Waterproofing cement paint = 25 Kg.
- Dry distemper = 25 / 20 Kg.
- Washable oil bound distemper = 20 kg.
- Plastic emulsion paint = 25 / 20 kg

A.E. (Civil-I)

A.E. (P) Hospital Engineer (Civil-II)


PGIMER, Chandigarh

Page 33
PGIMER Chandigarh

LIST OF APPROVED MAKES &


SECTION-XI SCHEDULE OF QUANTITIES

LIST OF APPROVED MAKES / BRANDS (CIVIL WORKS)


S.N Description Makes/Brands
o.
1. Ready Mix Concrete L&T CONCRETE / J.K. LAKSHMI / ULTRATECH /
RMC READYMIX (INDIA)
2. Grey Cement 43 Grade (OPC / PP C) ACC / L & T / GUJRAT AMBUJA / VIKRAM /
BIRLA / JK CEMENT / SHREE
3. White Cement BIRLA WHITE / JK WHITE
4. Reinforcement Steel SAIL / TISCO / RINL / IISCO
5. Flush Door Shutters CENTUARY / KITPLY / KUTTY
6. PVC Door Shutter RAJSHREE / SINTEX PLAST / DURO PLAST
7. Ply / Commercial Board CENTUARY / KITPLY / NATIONAL / ANCHOR
8. Prelaminated Board ANCHOR / NOVAPAN / KITLAM / BAJAJ
9. Sunmica FORMICA / KITMICA/ DECOLAM
10. Pressed Steel Frame / Steel windows SAN HARVIC, STEELMAN INDUSTRIES, PD
INDUSTRIES, METAL WINDOWS, CHANDNI
INDUSTRIES, GANPATI UDYOG (RAJPURA)
11. Door Fittings GODREJ / DORMA
12. Mortise Lock GODREJ / DORMA
13. Door Closure (Hydraulic) GODREJ / DORMA
14. Helical and Double Action Spring RITZ / HERYKA / AVON
15. Adjustable Friction Window stay EARL BIHARI PVT. LTD. (EBCO)
16. Wall Tiles JOHNSON / SOMANI PILKINGSTON / ORIENT /
KAJARIA
17. Ceramic Floor Tiles, Vitrified Tiles KAJARIA / JOHNSON / NITCO
18. Precast Concrete Tiles (Terrazo / Plain NTC (PKL) / NITCO / MODERN PAVERS DELHI /
/ Chequered), Solid / Green paver SUPER TILES NOIDA.
blocks, PCC Kerbs & Channels.
19. Vinyl Flooring TUSKAR / WONDER FLOOR / LG / ARMSTRONG
20. Wooden Flooring ARMSTRONG / PERGO
21. Glass (Float/Tinted/Toughened) MODIGUARD / TRIVENI / SAINT GOBIN / ATUL
22. Paint (Synthetic Enamel / Emulsion / NEROLAC / ASIAN / BERGER/ ICI
Anti Fungal)
23. Road marking pant BRIGHT / ORIENT
24. Oil Bound Distemper NEROLAC / ASIAN / BERGER/ ICI
25. Wood & Steel Primer NEROLAC / ASIAN / BERGER/ ICI
26. Water Proofing Compound CICO / PIDILITE / ROFEE / DR. BECK /
DURASEAL
27. Aluminium Sections INDALCO / HINDALCO / JINDAL / KUNAL
28. Tile Adhesive PIDILITE / SIKA / FOSROC / BAL ENDURA
29. Glass Mosaic Tiles PIXEL GLASS / CORAL / ITALIA / BISAZZA /
PALLADIO
30. False ceiling:
a) Mineral Fibre USG / ARMSTRONG / DAIKEN / DEXUNE
b) Gypsum GYPBOARD / SAINT GOBAIN / LAFARGE /
ARMGYP
Page 34
PGIMER Chandigarh

c) Wooden KITPLY / ANCHOR / ARMSTRONG


WOODWORKS
d) Metallic LLOYD / ARMSTRONG / LUXLON / DEXUNE
31. Silicon paint PIDILITE / CICO / ROFF / CHOKSI
32. Wall putty JK / BIRLA / ASIAN
33. Dash / Anchor fasteners HILTI / FISCHER
34. Nuts / Bolts & Screws GKW / ATUL
35. Backer rod SUPREME
36. Sealant BASF INDIA / SIKA / FOSROC
37. Structure silicon / Weather silicon DOW CORNING / WALKER
38. G.S. sheet (Corrugated) TATA / SAIL / NIPPON.
39. APP water proofing membrane & IWL / PIDILITE / STP
Primer
40. Mild steel rubber lined Vessels AZUD / RAIN BIRD / JAIN
41. Multi port Valve ASTRAL
42. Monoblock type Pump CROMPTON / KIRLOSKAR
43. Pre Fabricated sandwitch wall & roof RINAC / SYNERGY / METECNO
puff panels
44. ACP Sheet (Exterior grade) EUROBOND / ALSTONE / INDOBONS
45. Micro Prismatic retro reflective sheet 3M / AVERY
Type-VII
46. Vertical Blinds VISTA / MAC / FARRARI
47. Glass Reinforced cement concrete UNISTONE/EUROCON/DAZZLE/ULTRATILE/DAL
paving tiles AL/DURACRETE
48. Structure steel JINDAL / TATA / SAIL.
49. Structure steel JINDAL / TATA / SAIL.
50. G.S. Sheet (Corrugated) TATA/SAIL/NIPPON/ Any ISI Approved make
51. UV Coated Polycarbonate Sheet LEXAN / MAKROLON / POLYGAL/ GALLINA /
DURATUFF / ULTRA LITE

Page 35
PGIMER Chandigarh

LIST OF APPROVED MAKES / BRANDS (PUBLIC HEALTH WORKS)

S.No. Description Makes/Brands

1. Vitreous China Ware (Ist PARRYWARE / HINDUSTAN VITREOUS / CERA


Class quality)
2. Plastic Seat Cover PARRYWARE / COMMANDER / HINDWARE
3. C.P. Fittings / Accessories ESSCO / EBONY / JAL / JAQUAR
4. Hand Dryer ESSCO / EBONY / JAL / JAQUAR / EURONICS
5. PTMT fittings PRAYAG / POLYTUF
6. Flush Valve JAQUAR / JAL / ESS ESS
7. Stainless Steel Sink COBRA / NEEL KANTH / AMC / NIRALI
8. Soil waste pipes & fittings
(a) Centrifugal Cast NECO / ACL / KESORAM
Spun Pipe
(b) Sand cast iron pipes NIF / RIF
(c) Centrifugal Cast ELECTRO STEEL / KESORAM
Spun LA Pipe
9. GI & MS Pipes TATA / JINDAL (Hisar) / BST
10. PVC Water Supply Pipes & NOCIL / CHEMPLAST / WAVIN / SUPREME / DIZAYN
Fittings / DIPLAST
11. GI Fittings (Malleable Cast UF / SVW / UNIK
Iron)
12. Gun Metal Valve (Full way, LEADER / SANT / KILBURN
Check & Globe valve)
13. Butter Fly Valve CASTLE / C & R /ADVANCE / IVC / AUDCO
14. C.I. Double Flanged Sluice IVC / KIRLOSKAR / LEADER
Valve & Check Valve
15. C.I. Double Flanged Non GEETA / KIRLOSKAR / C & R / AUDCO / CASTLE /
return Valve ADVANCE
16. Foot Valve LEADER / IVC / KIRLOSKAR
17. C.I. Manhole Cover & CI RIF / ADHUNIK / BC
Grating
18. Bib & Stop Cocks (Brass) KPR / SANT / VIF
19. Mirror Glass MODI GUARD / ATUL /GOLDEN FISH
20. Insulation Hot Water Pipes LAPINUS
(Mineral wool)
21. Bed Pan Sink PAMINI
22. Elbow Action Surgical Mixer, VIJAY
Taps & Bed pan sink
accessories
23. PVC tanks DIPLAST / SINTEX / AQUA

24. Stone ware pipe & G.T. PERFECT / CHANDIGARH CERAMICS / HIND

25. PVC plumbing pipes/fittings NOCIL / CHEMPLAST / WAVIN / SUPREME / DIAZYN


/ DIPLAST
26. RCC Pipe, Grating & Collars ISI MARKED
27. Ferrules DHAWAN SANITARY UDYOG (PRIMA)
28. PVC well casing & screening SUPREME / DIPLAST
pipes/fittings

Page 36
PGIMER Chandigarh

Annual Repair and Maintenance contract of civil work including


white washing & painting (for a period of 12 months) at APC at
PGIMER, Chandigarh.

SCHEDULE OF QUANTITY

S.No. Description Unit Qty. Rate Amount

A White washing, Painting & misc. civil works:-

Distempering with 1st quality acrylic


distemper, having VOC (Volatile Organic
Compound ) content less than 50 grams/ litre,
1 of approved brand and manufacture, including
applying additional coats wherever required,
to achieve even shade and colour

One coat Sqm. 6500 47.03 305695.00


White washing with lime to give an even
2 shade :
Old work (one or more coats) sqm 500 10.43 5215.00
Wall painting with premium acrylic emulsion
paint of interior grade, having VOC (Volatile
Organic Compound ) content less than 50
grams/ litre of approved brand and
3
manufacture, including applying additional
coats wherever required to achieve even shade
and colour.

One coat sqm 6000 71.59 429540.00


Removing white or colour wash by scrapping
and sand papering and preparing the surface
4 smooth including necessary repairs to Sqm. 500 14.81 7405.00
scratches etc. complete

Painting with synthetic enamel paint of


approved brand and manufacture of required
5 colour to give an even shade :

One or more coats on old work. sqm 10000 77.10 771000.00


Colour washing such as green, blue or buff to
6 give an even shade
Old work (one or more coats) Sqm. 200 12.00 2400.00

Page 37
PGIMER Chandigarh

Providing and applying white cement based


putty of average thickness 1 mm @ 6kg/10
sqm of approved brand and manufacturer,
7 over the plastered wall surface to prepare the sqm 80 52.00 4160.00
surface even and smooth complete.

Finishing with Epoxy paint (two or more coats)


at all locations prepared and applied as per
8
manufacturer's specifications complete.

On concrete work/ plastered surface Sqm. 180 123.33 22199.40


Providing and fixing glazing in aluminium door,
window, ventilator shutters and partitions etc.
with EPDM rubber/neoprene gasket etc.
9
complete as per the directions of engineer-in-
charge .

With tinted glass panes of 5 mm thickness


Sqm. 90 1905.00 171450.00
Total-A 1719064.40

B Supply of Material
Supply of following materials required to be
used during ARMC period :-

1 Coarse aggregate (bajri) Cum 7 1987.00 13909.00


2 Fine sand Cum 6 1367.00 8202.00
Anodised Aluminium sliding door bolt 250x16
3 Each 10 181.00 1810.00
mm
Anodised Aluminium sliding door bolt 200x16
4 Each 15 153.00 2295.00
mm
Anodised Aluminium tower bolt (barrel type)
5 200x10 mm Each 15 56.00 840.00
Anodised Aluminium tower bolt (barrel type)
6 150x10 mm Each 15 45.00 675.00
7 Putty for wood work Kg 40 45.00 1800.00
Polyethylene water storage tank ISI : 12701
marked with cover and suitable locking
arrangement and making necessary holes for
8 Ltr 4000 9.00 36000.00
inlet, outlet and overflow pipes but without
fittings and the base support for tank

White plastic seat cover (solid) with lid


9 C.P.brass hinges and rubber buffers Each 20 629.00 12580.00

10 Vitreous china lipped front urinal Each 5 721.00 3605.00


H.P. or L.P. ball valve with polythene floats:
11 15 mm dia Each 20 331.00 6620.00

White Vitreous china flat back wash basin


12 630x450 mm or Oval type wash basin 450 mm Each 5 1113.00 5565.00
dia

Page 38
PGIMER Chandigarh

Vitreous china pedestal type water closet


13 (European type W.C. pan) conforming to IS : Each 5 1506.00 7530.00
7231 complete.

Vitreous china orrisa type W.C. pan of size 580


14 mm Each 5 1883.00 9415.00
Aluminium die cast body tubular type hydraulic
15 door closer IS : 3564 marked with necessary Each 10 2929.00 29290.00
accessories and screws etc. complete.

8 mm thick granite stone tiles (mirror polished


16 of all shades) Sqm 10 979.00 9790.00
8 mm thick Udaipur green marble tiles
17 (polished) Sqm 5 570.00 2850.00

12.5 mm thick tapered edge gypsum board


18 conforming to IS: 2095- Part I. Sqm 5 215.00 1075.00

Stainless steel kitchen sink - with drain board


19 510 x 1040mm bowl depth 225 mm. Each 5 5021.00 25105.00

Stainless steel kitchen sink - without drain board


20 610 x 510mm bowl depth 200 mm. Each 5 3277.00 16385.00

21 CP Brass 32mm size Bottle Trap Each 5 951.00 4755.00


22 C.P. Brass Bib Tap 1/2" each 5 460.00 2300.00
23 C.P. Brass long body bibcock 15 mm each 5 739.00 3695.00
Granite Black marble, 18 mm thick slab, above
24 0.2 sqm up to 0.5 sqm (areawise) sqm 5 2661.00 13305.00

25 Alumn sections and snap beading powder coated Kg 5 276.00 1380.00


P.V.C. automatic flushing cistern 10 litre
26 Each 5 760.00 3800.00
capacity
3 mm thick translucent white acrylic plastic
27 Sqm 5 738.00 3690.00
sheet
28 Neoprin/ EPDM rubber gasket Mtr 15 22.00 330.00
Double action hydraulic floor spring of
29 approved brand and manufacture IS : 6315 Each 15 2252.00 33780.00
marked with stainless steel cover plate.

30 15 mm PTMT bib cock Each 15 98.00 1470.00


12mm thick prelaminated particle board with
both sides decorative lamination, flat pressed 3
layer & graded (medium density) Grade I, Type
31 II conforming to IS : 12823 (exterior grade). Sqm. 15 745.00 11175.00

PTMT Bottle trap 31mm single piece moulded


with height of 270mm, effective length of tail
pipe 260mm from the centre of the waste
32 coupling 77mm breadth with 25mm minimum Each 10 296.00 2960.00
water seal, weighing not less than 260gms.

PTMT angle stop cock 15 mm nominal bore.


33 Weighing not less than 85 gms with Flange Each 10 128.00 1280.00
15mm

Page 39
PGIMER Chandigarh

Ceramic glazed tiles 300x300 mm (thickness to


be specified by the manufacturer) of 1st quality
conforming to IS : 15622 of approved make in
34 Sqm. 10 279.00 2790.00
colours such as White, Ivory, Grey, Fume Red
Brown.

Ceramic glazed tiles 300x300 mm (thickness to


be specified by the manufacturer) of 1st quality
35 conforming to IS : 15622 of approved make in Sqm. 10 488.00 4880.00
all colours, shades, except White, Ivory, Grey,
Fume Red Brown.

G.I. Metal Lay-in false ceiling tiles of size 600


x 600 x15 mm thick White colour micro look
36 Sqm 10 978.00 9780.00
type RH-100% with light reflection of 62%

37 Vitrified floor tile of size 60 x 60 cm Sqm 10 767.00 7670.00

38 C.P. Angle cock 15 mm with wall flange each 10 527.00 5270.00

39 C.P. pillar tap 15 mm each 10 681.00 6810.00


40 C.P. stop cock 15 mm with wall flange each 10 654.00 6540.00
41 C.P. Brass Connection 15mm dia 450 mm long each 10 235.00 2350.00
C.P.Central hole basin mixer with pop up waste
42 system with 450 mm long braided hoses Each 10 2824.00 28240.00

C.P. waste 1¼"(full thread)


43 Each 10 366.00 3660.00
C.P. waste 1¼"( half thread)
44 Each 10 314.00 3140.00
C.P. grating with frame
45 Each 10 105.00 1050.00
C.P. Elbow action mixer
46 Each 10 4079.00 40790.00
C.P. Soap tray
47 Each 10 523.00 5230.00
C P Towel rail 600 mm long
48 Each 10 1020.00 10200.00

PVC Jet 1.5m tube


49 Each 10 150.00 1500.00
CP Flush valve lever assembly Jaquar make.
50 Each 10 1395.00 13950.00
CP Flush Valve 32 mm
51 Each 5 3138.00 15690.00
Tinted glass sheet of nominal thickness 5mm.
52 Sqm. 10 675.00 6750.00
Float glass 4mm
53 Sqm 10 480.00 4800.00
G.I Elbow ½"
54 Each 40 46.00 1840.00
G.I Elbow ¾"
55 Each 30 82.00 2460.00
G.I. Hexa Nipple ½"
56 Each 40 39.00 1560.00
G.I. Hexa Nipple ¾"
57 Each 40 61.00 2440.00

Page 40
PGIMER Chandigarh

G.I Socket ½"


58 Each 40 39.00 1560.00
G.I Socket ¾"
59 Each 40 68.00 2720.00
G.I Plug ½"
60 Each 50 21.00 1050.00
G.I Plug ¾"
61 Each 50 28.00 1400.00
G.I.Union ½"
62 Each 50 125.00 6250.00
G.I.Union ¾"
63 Each 30 218.00 6540.00
G.I.Tee ½"
64 Each 40 68.00 2720.00
G.I.Tee ¾"
65 Each 40 110.00 4400.00
G.I Pipe 15mm
66 Rmt 40 126.00 5040.00
G.I Pipe 20mm
67 Rmt 40 159.00 6360.00
Gunmetal gate valve ½"
68 Each 5 835.00 4175.00
Gunmetal gate valve ¾"
69 Each 5 1092.00 5460.00
Gunmetal gate valve 1.5"
70 Each 5 1814.00 9070.00
Gunmetal gate valve 2"
71 Each 5 2200.00 11000.00
PTMT grating 100 mm dia.
72 Each 30 40.00 1200.00
PVC Towel rail 600 mm long
73 Each 10 350.00 3500.00
Unplasticised P.V.C. connection pipe with brass
union 45 cm long 15 mm bore (For cold water)
74 Each 10 74.00 740.00

Unplasticised P.V.C. connection pipe with brass


75 union 45 cm long 20 mm bore (For hot water) Each 5 85.00 425.00

Twin rubber door stopper (Aluminium).


76 Each 20 80.00 1600.00
Hasp & stapple(3")
77 Each 5 20.00 100.00
Iron Hinges 4"
78 Each 10 50.00 500.00
Hexa Blade
79 Each 10 10.00 100.00
White cement (1 kg. packing)
80 K.g 25 25.00 625.00
Sand paper
81 Each 5 5.00 25.00
Wooden Screw ¾" (100 no)
82 Pkt 5 50.00 250.00
Wooden Screw 1½"(100 no)
83 Pkt 5 69.00 345.00

Page 41
PGIMER Chandigarh

Wooden Screw1¼"(100 no)


84 Pkt 5 55.00 275.00
Wooden Screw 2"(100 no)
85 Pkt 5 86.00 430.00
Steel Screw ¾"(100 no)
86 Pkt 5 80.00 400.00
Steel Screw 1½"(100 no)
87 Pkt 5 160.00 800.00
Steel Screw 2½"(100 no)
88 Pkt 5 200.00 1000.00
Aluminium top pivots for aluminium doors
89 Each 10 165.00 1650.00
Silicon sealent Each
tube of
90 10 150.00 1500.00
300
gms.
Steel Curtain rods of 25 mm dia 1.25mm thick
91 rubber coated with two brackets. Mtr. 10 150.00 1500.00

White vitreous Urinal partition of standard size


92 complete in all respect. Each 10 925.00 9250.00

Grey Cement (50 kg. bag)


93 Per bag 10 375.95 3759.50
Hanger 6-legged coat hooks
94 Each 10 120.00 1200.00
Star bit
95 Each 10 100.00 1000.00
Steel bit 4mm
96 Each 10 100.00 1000.00
Concrete bit 8 mm
97 Each 10 50.00 500.00
Concrete bit 12 mm
98 Each 10 100.00 1000.00
Glass bricks 10" x 10"
99 Each 10 200.00 2000.00
Safeda (1 kg. packing)
100 Kg. 10 165.00 1650.00
Knob / lever of PVC cistern
101 Each 10 150.00 1500.00
M seal (250 gm packing)
102 kg 10 275.00 2750.00
Aluminium snap beading powder coated
103 kg 10 250.00 2500.00
PVC Tank cover for 1000 ltr capacity PVC
104 water tank Each 5 200.00 1000.00
PVC Tank cover for 5000 ltr capacity PVC
105 water tank Each 10 1000.00 10000.00
Brass mortice latch and lock 100x65 mm with 6
106 levers and a pair of brass lever handles Each 10 1534.00 15340.00

CP Elbow action pillar taps lever operated


107 Deluxe modal Cat no. 1057 of Vijay make . Each 10 1850.00 18500.00

108 MS Double action door hinges Each 10 200.00 2000.00


109 Dhaga Each 20 10.00 200.00

Page 42
PGIMER Chandigarh

110 CP Pillar Tap Swan Neck Each 10 1515.00 15150.00


111 CP Shower Rose Each 10 1810.00 18100.00
112 GI Wire 14 gauge Kg 10 171.00 1710.00
113 PVC Tap 15 mm Each 30 168.00 5040.00
114 PVC Connection Each 30 125.50 3765.00
115 PVC Pillar Tap 15 mm Each 20 167.30 3346.00
116 PVC Tap Washer Pkt 5 20.90 104.50
117 PVC Connection washer Pkt 2 69.70 139.40
118 Wooden Board 25 MM sqm. 20 210.00 4200.00
119 Wooden Cutter Blade 4" Each 5 251.00 1255.00
120 Nails 4" kg 2 139.40 278.80
121 Nails 3" kg 3 139.40 418.20
122 Nails 2" kg 3 100.00 300.00
123 Nails 1.5" kg 3 83.68 251.04
124 Nails 1" kg 2 100.00 200.00
125 Moch Nails kg 1 195.00 195.00
Total-B 682963.44
Total (A+B) 2402027.84
Add 0.5% Water Charges on 'A' % 1719064.40 8595.32
Grand Total 2410623.16

Percentage to be quoted by the agency: (In Figures)

(In Words)
Amount worked out by as per
percentage quoted: (In Figures)

(In Words)
Note: 1. This is a percentage rate tender; therefore, percentage is only to be quoted by the agency in
figures on the amount mentioned in Schedule of quantity.
2. The rates quoted should be inclusive of all levies, cess, taxes including GST etc. and nothing
extra shall be paid on this account.
3. The rates quoted should be for all levels & heights and inclusive of all necessary
scaffoldings/double stage scaffoldings etc. Nothing extra shall be paid on this account

J.E. (AEC) A.E. (Civil-II)


PGI, Chandigarh. PGI, Chandigarh.Signature Not Verified
Digitally signed by Rajnish Puri
Date: 2024.10.01 14:11:47 IST
Location: eProcure-EPROC
Page 43

You might also like